rock river water reclamation district not rockford, illinois to be · 2017-05-25 · bid doc. no....

641
Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements and Contract Forms for Gravity Belt Thickener Expansion Project Capital Project No. 1610 Volume 2a of 4 Not to be used for bidding purposes!

Upload: others

Post on 13-Mar-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

Bid Doc. No. 16-421

Rock River Water Reclamation District Rockford, Illinois

Bidding Requirements and Contract Forms

for

Gravity Belt Thickener Expansion Project

Capital Project No. 1610

Volume 2a of 4

Not to be used for bidding purposes!

Page 2: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

Not to be used for bidding purposes!

Page 3: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

Bid Doc. No. 16-421

Rock River Water Reclamation DistrictRockford, Illinois

Bidding Requirements and Contract Forms

for

Gravity Belt Thickener Expansion Project

Capital Project No. 1610

Section II of IVDigitally signed by Matthew A. LarsonContact Info: Carollo Engineers, Inc.Date: 2017.05.10 15:30:59-05'00'

Not to be used for bidding purposes!

Page 4: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

Not to be used for bidding purposes!

Page 5: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

Bid Doc. No. 16-421

Rock River Water Reclamation District Rockford, Illinois

Bidding Requirements and Contract Forms and General Provisions and Technical Specifications for

Gravity Belt Thickener Expansion Project

Capital Project No. 1610

Board of Trustees Donald Massier . . . . . . . . . . . . . . . . . . President Elmer Jones . . . . . . . . . . . . . . . . . . Vice President Richard Pollack . . . . . . . . . . . . . . . . . . Clerk/Treasurer John Sweeney . . . . . . . . . . . . . . . . . . Trustee Benjamin Bernsten . . . . . . . . . . . . . . . . . . Trustee Officials Timothy S. Hanson . . . . . . . . . . . . . . . . . . District Director Christopher T. Baer, P.E. . . . . . . . . . . . . . . . . . . Engineering Manager

Not to be used for bidding purposes!

Page 6: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

Not to be used for bidding purposes!

Page 7: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

Bid Doc. No. 16-421

Index I. Bidding Requirements and Contract Forms (Volume 1 of 4)

A. Article 1 Notice to Bidders

B. Article 2 Instructions to Bidders

C. Front End Specifications 1 Document 00434 – Proposed Subcontractors Form 2 Document 00436 – List of Equipment Manufacturers 3 Document 00700 – General Conditions 4 Document 00800 – Supplementary Conditions

D. Contract Forms

1 Proposal 2 Affidavit of Compliance 3 Bid Bond 4 Agreement 5 Performance Bond 6 Labor & Material Payment Bond

II. Technical Specifications (Volumes 2a and 2b of 4)

Seal Page Table of Contents Specifications

II-A. General Provisions and Technical Specifications for Sanitary Sewer

Construction (separate document incorporated by reference) III. Contract Drawings (Volume 3 of 4) IV. Typical Details (Volume 4 of 4)

Not to be used for bidding purposes!

Page 8: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

Not to be used for bidding purposes!

Page 9: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

Bid Doc. No. 16-421

Section II

Technical Specifications

Not to be used for bidding purposes!

Page 10: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

 

Not to be used for bidding purposes!

Page 11: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/_Seal Sheet (Bid Set)

ROCK RIVER WATER RECLAMATION DISTRICT

GRAVITY BELT THICKENER EXPANSION PROJECT

CAPITAL PROJECT #1610

Carollo Engineers, Inc. Carollo Engineers, Inc.

Civil/Demolition/General/HVAC/Mechanical Electrical/Instrumentation & Controls

Carollo Engineers, Inc.

Structural

Digitally signed by Matthew A. LarsonContact Info: Carollo Engineers, Inc.Date: 2017.05.08 14:33:32-05'00'

Digitally signed by Robert MorroniContact Info: Carollo Engineers, Inc.Date: 2017.05.08 16:31:46-06'00'

Digitally signed by Joel SmasonContact Info: Carollo Engineers, Inc.Date: 2017.05.08 12:54:09-07'00'

Not to be used for bidding purposes!

Page 12: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

Not to be used for bidding purposes!

Page 13: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 TOC-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/_TOC (Bid Set)

ROCK RIVER WATER RECLAMATION DISTRICT

GRAVITY BELT THICKENER EXPANSION PROJECT

TABLE OF CONTENTS

VOLUME 2 OF 4

TABLE OF CONTENTS

DIVISION 01 – GENERAL REQUIREMENTS SECTION NO. TITLE 01110 SUMMARY OF WORK 01116 CONTRACT DOCUMENT LANGUAGE 01140 WORK RESTRICTIONS 01201 PAYMENT PROCEDURES 01260 CONTRACT MODIFICATION PROCEDURES 01292 SCHEDULE OF VALUES 01294 APPLICATIONS FOR PAYMENT 01312 PROJECT MEETINGS 01324B PROGRESS SCHEDULES AND REPORTS – MEDIUM PROJECTS 01329 SAFETY PLAN 01330 SUBMITTAL PROCEDURES 01340 PHOTOGRAPHIC AND VIDEOGRAPHIC DOCUMENTATION 01350 SPECIAL PROCEDURES 01410 REGULATORY REQUIREMENTS 01424 ABBREVIATIONS AND ACRONYMS 01450 QUALITY CONTROL 01455 SPECIAL INSPECTIONS AND TESTS, AND STRUCTURAL

OBSERVATIONS 01460 CONTRACTOR QUALITY CONTROL PLAN 01500 TEMPORARY FACILITIES AND CONTROLS 01600 PRODUCT REQUIREMENTS 01610 PROJECT DESIGN CRITERIA 01612 SEISMIC DESIGN CRITERIA 01614 WIND DESIGN CRITERIA 01722 FIELD ENGINEERING 01738 SELECTIVE ALTERATIONS AND DEMOLITION 01756 COMMISSIONING

Not to be used for bidding purposes!

Page 14: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 TOC-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/_TOC (Bid Set)

DIVISION 01 – GENERAL REQUIREMENTS (CONTINUED) SECTION NO. TITLE 01770 CLOSEOUT PROCEDURES 01782 OPERATION AND MAINTENANCE DATA 01783 WARRANTIES AND BONDS

DIVISION 02 - SITE CONSTRUCTION SECTION NO. TITLE 02050 SOILS AND AGGREGATES FOR EARTHWORK 02240 DEWATERING FOR STRUCTURES 02260 EXCAVATION SUPPORT AND PROTECTION 02300 EARTHWORK 02312 CONTROLLED LOW STRENGTH MATERIAL (CLSM) 02318 TRENCHING 02460 PRE-PRODUCTION PILE LOAD TESTS 02466C AUGERED CAST-IN-PLACE PILES 02620 FILTER FABRIC 02742 ASPHALTIC CONCRETE PAVING 02772 CONCRETE CURBS, GUTTERS, AND SIDEWALKS 02900 PLANTING 02939 SEEDING 02952 PAVEMENT RESTORATION AND REHABILITATION 02981 DECORATIVE STONE LANDSCAPING

DIVISION 03 - CONCRETE SECTION NO. TITLE 03055 ADHESIVE BONDED REINFORCING BARS AND ALL THREAD

RODS IN CONCRETE 03071 EPOXIES 03072 EPOXY RESIN/PORTLAND CEMENT BONDING AGENT 03102 CONCRETE FORMWORK 03150 CONCRETE ACCESSORIES 03154 HYDROPHILIC RUBBER WATERSTOP 03200 CONCRETE REINFORCEMENT 03300 CAST-IN-PLACE CONCRETE 03366 CONCRETE FINISHES 03410 PRECAST CONCRETE ROOF DOUBLE TEES

Not to be used for bidding purposes!

Page 15: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 TOC-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/_TOC (Bid Set)

DIVISION 03 – CONCRETE (CONTINUED) SECTION NO. TITLE 03600 GROUTS

DIVISION 04 - MASONRY SECTION NO. TITLE 04055 ADHESIVE BONDING REINFORCING BARS AND ALL THREAD

RODS IN MASONRY 04090 MASONRY ACCESSORIES 04100 MORTAR AND MASONRY GROUT 04212 ANCHORED BRICK VENEER 04220 CONCRETE MASONRY CONSTRUCTION

DIVISION 05 - METALS SECTION NO. TITLE 05120 STRUCTURAL STEEL 05140 STRUCTURAL ALUMINUM 05190 MECHANICAL ANCHORING AND FASTENING TO CONCRETE AND

MASONRY 05500 METAL FABRICATIONS

DIVISION 07 - THERMAL AND MOISTURE PROTECTION SECTION NO. TITLE 07190 WATER REPELLENTS 07212 WALL INSULATION SYSTEM 07220 ROOF AND DECK INSULATION 07530 ELASTOMERIC MEMBRANE ROOFING 07700 ROOF SPECIALTIES AND ACCESSORIES 07900 JOINT SEALANTS 07915 EPOXY AND SILICONE BONDED EXPANSION JOINT SEALS

DIVISION 08 - DOORS AND WINDOWS SECTION NO. TITLE 08110 HOLLOW METAL DOORS AND FRAMES 08332 OVERHEAD COILING DOORS 08710 DOOR HARDWARE

Not to be used for bidding purposes!

Page 16: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 TOC-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/_TOC (Bid Set)

DIVISION 09 - FINISHES SECTION NO. TITLE 09910 PAINTING 09960 HIGH-PERFORMANCE COATINGS

DIVISION 10 - SPECIALTIES SECTION NO. TITLE 10400 SIGNAGE 10520 FIRE PROTECTION SPECIALTIES

DIVISION 11 - EQUIPMENT SECTION NO. TITLE 11246 POLYMER BLENDING AND FEED EQUIPMENT: LIQUID 11312R ROTARY LOBE PUMPS 11334 IN-LINE GRINDER 11355 GRAVITY BELT THICKENER

DIVISION 13 - SPECIAL CONSTRUCTION SECTION NO. TITLE 13238A ALUMINUM COVERS 13446 MANUAL ACTUATORS 13447 ELECTRIC ACTUATORS

DIVISION 15 - MECHANICAL SECTION NO. TITLE 15050 COMMON WORK RESULTS FOR MECHANICAL EQUIPMENT 15052 COMMON WORK RESULTS FOR GENERAL PIPING 15061 PIPE SUPPORTS 15062 PREFORMED CHANNEL PIPE SUPPORT SYSTEM 15076 PIPE IDENTIFICATION 15082 PIPING INSULATION 15084 DUCTWORK INSULATION 15110 COMMON WORK RESULTS FOR VALVES 15114 CHECK VALVES 15116 PLUG VALVES 15117 SPECIALTY VALVES 15119 AIR AND VACUUM RELIEF VALVES

Not to be used for bidding purposes!

Page 17: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 TOC-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/_TOC (Bid Set)

DIVISION 15 - MECHANICAL (CONTINUED) SECTION NO. TITLE 15120 PIPING SPECIALTIES 15121 PIPE COUPLINGS 15211 DUCTILE IRON PIPE: AWWA C151 15234 POLYETHYLENE (PE) PIPE: ASTM D2513 15245 DRAIN, WASTE, AND VENT PIPING 15247 POLYVINYL CHLORIDE (PVC) GRAVITY SEWER PIPE 15249 POLYVINYL CHLORIDE (PVC) PIPE: SCHEDULE TYPE 15270 STEEL PIPE: GALVANIZED AND BLACK, ASTM A53 15732 AIR CONDITIONING UNITS 15763 MAKEUP AIR UNIT 15812 METAL DUCTS 15814 FIBERGLASS REINFORCED PLASTIC DUCTS 15820 DUCTWORK ACCESSORIES 15830 FANS 15936 INSTRUMENTATION AND CONTROL DEVICES FOR HVAC 15954 TESTING, ADJUSTING, AND BALANCING FOR HVAC 15956 PIPING SYSTEMS TESTING 15958 MECHANICAL EQUIPMENT TESTING

DIVISION 16 - ELECTRICAL SECTION NO. TITLE 16050 COMMON WORK RESULTS FOR ELECTRICAL 16052 HAZARDOUS CLASSIFIED AREA CONSTRUCTION 16060 GROUNDING AND BONDING 16123 600-VOLT OR LESS WIRES AND CABLES 16130 CONDUITS 16133 DUCT BANKS 16140 WIRING DEVICES 16150 LOW VOLTAGE WIRE CONNECTIONS 16222 LOW VOLTAGE MOTORS UP TO 500 HORSEPOWER 16262 VARIABLE FREQUENCY DRIVES 0.50 - 50 HORSEPOWER 16411 DISCONNECT SWITCHES 16412 LOW VOLTAGE MOLDED CASE CIRCUIT BREAKERS 16422 MOTOR STARTERS 16444 LOW VOLTAGE MOTOR CONTROL CENTERS

Not to be used for bidding purposes!

Page 18: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 TOC-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/_TOC (Bid Set)

DIVISION 16 - ELECTRICAL (CONTINUED) SECTION NO. TITLE 16510 LIGHTING: LED LUMINAIRES 16950 FIELD ELECTRICAL ACCEPTANCE TESTS 16990 CONDUIT SCHEDULE

DIVISION 17 - INSTRUMENTATION AND CONTROLS SECTION NO. TITLE 17050 COMMON WORK RESULTS FOR PROCESS CONTROL AND

INSTRUMENTATION SYSTEMS 17213 LEVEL MEASUREMENT: LIQUID SUCTION DETECTORS 17306 FLOW MEASUREMENT: ULTRASONIC DOPPLER 17401 PRESSURE/VACUUM MEASUREMENT: DIAPHRAGM AND

ANNULAR SEALS 17402 PRESSURE/VACUUM MEASUREMENT: INSTRUMENT VALVES 17404 PRESSURE/VACUUM MEASUREMENT: GAUGES 17405 PRESSURE/VACUUM MEASUREMENT: DIRECT 17407 PRESSURE MEASUREMENT: SUBMERSIBLE 17504 ANALYZERS: GAS MONITORS 17710 CONTROL SYSTEMS: PANELS, ENCLOSURES, AND PANEL

COMPONENTS 17740 CONTROL SYSTEMS: PROCESS CAMERAS 17950 TESTING, CALIBRATION, AND COMMISSIONING

Not to be used for bidding purposes!

Page 19: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01110-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01110 (Bid Set)

SECTION 01110

SUMMARY OF WORK

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Detailed description of the Work.

1.02 THE WORK

A. The Work consists of construction of a new Gravity Belt Thickening building, which includes a new Gravity Belt Thickener, associated polymer feed system and supporting equipment. Work also includes replacement of an existing polymer feed system and installation of supporting equipment for the new thickener in an existing Gravity Belt Thickening Building. Work includes conversion of a primary clarifier to hauled sludge holding tank and associated waste receiving station modifications. Work also includes repair and reconstruction of existing improvements affected by the Work, incidentals for complete and usable facility, and all other appurtenances as indicated on the plans and in the specifications.

1.03 LOCATION OF PROJECT

A. The Work is located at 3333 Kishwaukee St, Rockford, IL.

1.04 OWNER ASSIGNED SUBCONTRACTORS

A. Assignment of subcontractors by Owner is not anticipated.

1.05 OWNER FURNISHED EQUIPMENT

A. Furnishing of equipment by Owner is not anticipated with the exception of parts associated with the existing polymer mixing system should they require replacement following inspection and cleaning by the Contractor.

B. Owner will: 1. Arrange for and deliver necessary shop drawings, product data, and samples

to Contractor. 2. Arrange and pay for product delivery to site in accordance with construction

schedule. 3. Deliver supplier's bill of materials to Contractor. 4. Inspect deliveries jointly with Contractor. 5. Submit claims for transportation damage. 6. Arrange for replacement of damaged, defective, or missing items. 7. Arrange for manufacturer's warranties, bonds, service, and inspections.

C. Contractor's responsibility for Owner-furnished products: 1. Designating delivery date for each Owner-furnished product. 2. Reviewing shop drawings, product data, and samples. 3. Submitting notification of discrepancies or anticipated problems.

Not to be used for bidding purposes!

Page 20: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01110-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01110 (Bid Set)

4. Receiving and unloading products at site. 5. Promptly inspecting products jointly with Owner and recording shortages, and

damaged or defective items. 6. Handling products at site, including uncrating and storage. 7. Protecting products from damage. 8. Installing, including assembly, connections, adjustments, tests, and finish

products in accordance with Contract Documents. 9. Providing operating oils, lubricants, and incidental materials required for

complete installation. 10. Repairing or replacing items damaged after receipt until date of Substantial

Completion of the Work by Owner.

D. When Owner fails to deliver products in accordance with accepted Construction Schedule, adjustments will be made to Contract Times and Contract Price as stipulated in General Conditions.

1.06 ACTIVITIES BY OTHERS

A. Activities by others which may affect performance of work include: 1. Centrifuge Replacement Project:

a. Anticipated completion date: 8/3/17. b. Project includes work in the Primary Sludge Pump Station, the GBT

Building Electrical Room, and the site area immediately north of the GBT Building #4.

1.07 COORDINATION OF WORK

A. Contractor shall have a preconstruction video made that records the project sites (with the Engineer and Owner present) including all concrete and asphalt pavements, curb and gutter, fencing to remain, structures to be demolished, and existing structures and facilities that are to be modified. 1. The original and 2 copies of the DVD shall be turned over to Engineer and

Owner prior to beginning construction activities. 2. The format of the video file on the DVD shall be 1 file that can be played on a

desktop in the windows media player. 3. The video shall clearly identify existing site and structural conditions prior to

construction.

PART 2 PRODUCTS Not Used.

PART 3 EXECUTION Not Used.

END OF SECTION

Not to be used for bidding purposes!

Page 21: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01116-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01116 (Bid Set)

SECTION 01116

CONTRACT DOCUMENT LANGUAGE

PART 1 GENERAL

1.01 SUMMARY

A. Section Includes: Explanation of arrangement, language, reference standards and format.

B. Related sections: 1. Section 01600 - Product Requirements.

1.02 REFERENCES

A. Construction Specifications Institute (CSI): 1. MasterFormat™. 2. SectionFormat™. 3. PageFormat™.

1.03 PROJECT MANUAL ARRANGEMENT

A. Document and Section numbers used in Project Manual, and Project Manual arrangement are in accordance with CSI MasterFormat™, except where departures have been deemed necessary.

B. Sections are written in CSI SectionFormat™, Three-Part Section Format, except where departures have been deemed necessary.

C. Page format for Sections in the Project Manual is in PageFormat™, except where departures have been deemed necessary.

1.04 CONTRACT DOCUMENT LANGUAGE

A. Specification Section Paragraphs entitled "Section Includes" summarize briefly what is generally included in the section. 1. Requirements of Contract Documents are not limited by "Section Includes"

paragraphs.

B. Specifications have been partially streamlined by intentionally omitting words and phrases, such as "the Contractor shall," "in conformity therewith," "shall be" following "as indicated," "a," "an," "the" and "all." 1. Assume missing portions by inference.

C. Phrase "by Engineer" modifies words such as "accepted," "directed," "selected," "inspected," and "permitted," when they are unmodified.

D. Phrase "to Engineer" modifies words such as "submit," "report," and "satisfactory," when they are unmodified.

Not to be used for bidding purposes!

Page 22: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01116-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01116 (Bid Set)

E. Colons (:) are used to introduce a list of particulars, an appositive, an amplification, or an illustrative quotation: 1. When used as an appositive after designation of product, colons are used in

place of words "shall be."

F. Word "provide" means to manufacture, fabricate, deliver, furnish, install, complete, assemble, erect in place, test, render ready for use or operation, including necessary related material, labor, appurtenances, services, and incidentals.

G. Words "Contractor shall" are implied when direction is stated in imperative mood.

H. Term "products" includes materials and equipment as specified in Section 01600.

PART 2 PRODUCTS Not Used.

PART 3 EXECUTION Not Used.

END OF SECTION

Not to be used for bidding purposes!

Page 23: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01140-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01140 (Bid Set)

SECTION 01140

WORK RESTRICTIONS

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Requirements for sequencing and scheduling the Work affected by existing site and facility, work restrictions, and coordination between construction operations and plant operations.

B. Related sections: 1. Section 01110 - Summary of Work. 2. Section 01324B - Progress Schedules and Reports. 3. Section 01500 - Temporary Facilities and Controls. 4. Section 01756 - Commissioning.

1.02 SUBMITTALS

A. Baseline Schedule with MOP tasks.

B. Method of Procedure (MOP) Form.

C. Method of Procedure (MOP) Log.

D. Progress Schedule with MOP tasks.

1.03 GENERAL CONSTRAINTS ON SEQUENCE AND SCHEDULING OF WORK

A. Wastewater projects: 1. The Rock River Wastewater Treatment Plant is the District's only means of

treating domestic and industrial wastewater. Impairing the operational capabilities of this treatment plant will result in serious environmental damage and monetary fines.

2. Conduct Work in a manner that will not impair the operational capabilities of essential elements of the treatment process or reduce the capacity of the entire treatment plant below levels sufficient to treat the quality of raw wastewater to the water quality limitations specified in the discharge permit.

3. Conduct commissioning and process start-up activities as specified in Section 01756 in a manner that will not impair the operational capabilities of essential elements of the treatment process or reduce the capacity of the entire treatment plant below levels sufficient to treat the quality of raw wastewater to the water quality limitations specified in the discharge permit.

4. The status of the treatment plant shall be defined as "operational" when it is capable of treating the entire quantity of wastewater received to the water quality limits specified in the discharge permit.

B. Work sequence and constraints: 1. Utilize description of critical events in work sequence in this Section as a

guideline for scheduling and undertaking the Work.

Not to be used for bidding purposes!

Page 24: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01140-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01140 (Bid Set)

2. Work sequence and constraints presented do not include all items affecting completion of the Work, but are intended to describe critical events necessary to minimize disruption of the existing facilities and to ensure compliance with permit requirements.

C. Instrumentation and controls process performance testing: 1. After the Process Operational Period, test PCIS system as specified in

Section 01756.

1.04 SHUTDOWN AND CONSTRUCTION CONSTRAINTS

A. General shutdown constraints: 1. Execute the Work while the existing facility is in operation. 2. Some activities may be accomplished without a shutdown. 3. Apply to activities of construction regardless of process or work area. 4. Activities that disrupt plant or utilities operations must comply with these

shutdown constraints. 5. Organize work to be completed in a minimum number of shutdowns. 6. Provide thorough advanced planning, including having required equipment,

materials, and labor on hand at time of shutdown. 7. Where required to minimize treatment process interruptions while complying

with specified sequencing constraints, provide temporary pumping, power, lighting, controls, instrumentation, and safety devices.

8. Final determination of the permitting of shutdowns will be the sole judgment of the Owner.

9. Owner maintains the ability to abort on the day of the scheduled shutdown.

B. Unit process availability work limitations: 1. Shutdowns and tie-ins or other activities that disrupt plant operations are

prohibited unless the following unit process availability conditions exist and unless otherwise approved in writing by the Engineer. a. Primary Tank Nos. 1-4. b. Sludge Thickening Tank. c. Existing Gravity Belt Thickener and Polymer Feed System and associated

pumps. 2. At a minimum, the following facilities must be in service in order to proceed

with a scheduled shutdown. a. Primary Tank Nos. 1-4. b. Sludge Thickening Tank. c. Existing Gravity Belt Thickener and Polymer Feed System and associated

pumps.

C. Shutdown activities: 1. Scheduling:

a. Timing of shutdowns is dependent on the process and shall be approved by the Owner. Prefer to perform between the hours of 6:30 a.m. and 3 p.m. with full staff.

2. Unplanned shutdowns due to emergencies are not defined in this Section.

Not to be used for bidding purposes!

Page 25: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01140-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01140 (Bid Set)

D. Dewatering of existing process and disposal of residue: 1. Primary Tank No. 6:

a. Provide minimum 60 days notice to Owner when tank access is needed for modifications.

b. Owner will take tank offline, pump out tank contents, and provide a general fire hose flush.

c. Any more extensive cleaning shall be the Contractor's responsibility and expense.

d. Any sludge, scum and grit that is removed from the tank may be dumped on the Owner's vacuum truck dump pad. Any other unauthorized dumping is strictly forbidden.

e. Contractor shall provide adequate time in schedules for cleanup of basins and channels.

1.05 METHOD OF PROCEDURE (MOP)

A. MOP Instructions: See Appendix A.

B. Prepare MOP for the following conditions: 1. Shutdowns, diversions, and tie-ins to the existing facility. 2. Process start-up activities. 3. Power interruption and tie-ins. 4. Switch over between temporary and permanent facilities, equipment, piping,

and electrical and instrumentation systems. 5. Process constraints requiring interruption of operating processes or utilities.

C. Other Work not specifically listed may require MOPs as determined necessary by the Contractor, Owner, or Engineer.

D. Submit Baseline Schedule, as specified in Section 01324B, with proposed MOPs.

E. Submit MOP Log at construction progress meetings.

F. No consideration will be given to claims of additional time and cost associated to preparing MOPs required by the Owner and Engineer to complete this work in a manner that facilitates proper operation of the facility and compliance with effluent discharge criteria.

G. Where required to minimize treatment process interruptions while complying with specified sequencing constraints, provide temporary pumping, power, lighting, controls, instrumentation, and safety devices.

1.06 COMPLIANCE WITH NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM PERMIT

A. The existing facility is operating under the terms of a National Pollutant Discharge Elimination System permit issued by the Illinois EPA. This permit specifies the water quality limits that the plant must meet prior to discharge of effluent. A copy of the existing permit is on file for review at the District offices.

Not to be used for bidding purposes!

Page 26: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01140-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01140 (Bid Set)

B. Perform work in a manner that will not prevent the existing facility from achieving the finished water quality requirements established by regulations. Scenarios that could cause violations include damage to existing in-service piping, damage to electrical/instrumentation conduits serving existing equipment, or damage to existing in tankage that is not scheduled for modification.

C. Bear the cost of penalties imposed on the Owner for discharge violations caused by actions of the Contractor.

1.07 REQUIREMENTS FOR OPERATION OF PLANT AND MAINTAINING CONTINUOUS OPERATION OF EXISTING FACILITIES

A. Facilities or conditions required to keep the existing plant operational include, but are not limited to, the following: 1. Electrical power including transformers, distribution wiring, and motor control

centers. 2. Gravity belt thickener and ancillary equipment:

a. Polymer storage tank, booster pump, and mixing valve. b. Primary sludge pumps c. Existing thickened sludge pump

3. Truck access to the Receiving Station at all times. 4. Existing pipelines, valves and actuators and scum pump in existing GBT

building. 5. Plant water for polymer feed system. 6. Lighting. 7. Heating, ventilation, and air conditioning. 8. Instrumentation, meters, controls, and telemetry equipment. 9. Safety equipment and features. 10. Parking for District employees and vehicles required for operation and

maintenance in the existing GBT Building, Primary Tanks and Waste Receiving Station.

11. Telephone system. 12. Storm drainage. 13. Natural gas service.

B. Do not remove or demolish existing facilities required to keep the existing plant operational at the capacities specified until the existing facilities are replaced by temporary, new, or upgraded facilities or equipment. 1. Test replacement facilities to demonstrate operational success prior to

removing or demolishing existing facilities.

1.08 OPERATIONS AND MAINTENANCE ACCESS

A. Provide safe, continuous access to process control equipment for plant operations personnel.

1.09 UTILITIES

A. Provide advance notice to and utilize services of JULIE for location and marking of underground utilities operated by utility agencies other than the Owner.

B. Maintain electrical, telephone, water, gas, sanitary facilities, and other utilities within existing facilities in service. Provide temporary utilities when necessary.

Not to be used for bidding purposes!

Page 27: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01140-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01140 (Bid Set)

C. New yard utilities were designed using existing facility drawings. 1. Field verification of utilities locations was not performed during design. 2. Services crossed or located nearby by new yard utilities may require relocation

and possible shutdowns. 3. Pipe alignments as indicated on the Drawings.

1.10 WORK SEQUENCE

A. Primary Clarifier Tank No. 6 Conversion 1. Install new 8" sludge piping in the yard. 2. Coordinate taking tank offline with the Owner / Engineer. 3. Cover influent wall openings as shown on the Drawings. 4. Clean and inspect Primary Clarifier Tank No. 6. 5. Leave all existing equipment within the tank in place. 6. Perform wall penetrations to connect new yard piping. 7. Install tank covers.

B. New and Existing GBT Building 1. Keep existing GBT building in operation throughout construction unless a

shutdown is approved by the Owner / Engineer. 2. Protect and maintain the existing pipe tunnel and piping beneath the new GBT

building. 3. Auger-cast pile work for new building may not proceed until a traffic plan has

been approved by the Engineer. Refer to notes on Drawing S02. 4. Demolition of the existing 16" primary effluent pipe may not commence until

the new re-routed 16" primary effluent piping is installed to minimize down time.

5. Demolition of existing plant water piping and associated equipment shown on the Drawings may not commence until new feed piping is installed to minimize shutdown time. Provide temporary water supply and piping as necessary to maintain operation of equipment.

6. Install all utilities below new GBT building. 7. Provide access to owner for GPS locating of all existing and new piping in

excavations within 48 hours notice of excavations. 8. Place fill to final grade before installation of auger-cast piles. 9. Install auger-cast piles. 10. Demolish existing louver and utilities on west side of existing building.

Reconnect existing utilities as shown on the Drawings. 11. Install new MCC-GBT in existing GBT building. 12. Install new HVAC equipment for existing GBT building electrical room. 13. Relocate fan and associated ductwork for the pipe tunnel as shown on the

Drawings. Fan relocation may not occur until all materials needed for the relocation are on site and approved by the Engineer to minimize down time. Provide temporary ventilation as necessary to maintain area classification in tunnel.

14. Install and place into service new Polymer Feed System in existing GBT Building. New system shall be installed and preparation work performed prior to any system shut down.

15. Following installation and acceptable operation of the new Polymer Feed System in the existing GBT Building, clean and inspect existing polymer injection manifold and mixing valve and place into operation. Owner to supply replacement parts if necessary.

Not to be used for bidding purposes!

Page 28: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01140-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01140 (Bid Set)

16. Demolish existing polymer solution tank, feed system, and associated piping and electrical equipment. Salvage equipment and provide Owner right of first refusal.

17. Construct new GBT building and install associated equipment. 18. Install new Hauled Sludge Transfer Pump and Grinder in basement of existing

GBT building. 19. Install interconnecting piping for new equipment in basement of existing GBT

and existing pipe tunnel. 20. Install new filtrate piping in the yard to the existing manhole. 21. Place new equipment into service. 22. Demolition and replacement of the existing 6" GBT bypass line shall not

commence until satisfactory operation of the new or existing GBT is demonstrated and accepted by the Engineer.

PART 2 PRODUCTS Not Used.

PART 3 EXECUTION Not Used.

END OF SECTION

Not to be used for bidding purposes!

Page 29: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01140-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01140 (Bid Set)

APPENDIX A “Method of Procedure” (MOP)

Instructions and Forms

Definition and Purpose

“Method of Procedure” (MOP) is a detailed document submitted by the Contractor to request process shutdown(s), utility tie-in(s), work in areas that may risk unanticipated outages, or flow diversions to accommodate site construction activities during a project. Such activities may include (but are not limited to) new tie-ins to utilities or structures, mechanical modifications to process piping or equipment, demolition, bulkhead installation, and cleaning processes.

The MOP provides a detailed plan to the Owner and Engineer that describes specific aspects of the work including purpose, time of execution, and anticipated impacts on treatment processes. The MOP also includes contingency measures and provisions for rapid closure in the event that shutdown or work progress difficulties are encountered. Information from relevant trades associated with the requested shutdown, diversion, or tie-in is also included.

The Owner should use the information within the MOP to define operational procedures and methods to safely and successfully assist the Contractor.

MOP Process Summary

WHO STEP TIMING Contractor 1. Identify MOPs needed on MOP Log and

Baseline Schedule. 7 days prior to Preconstruction Scheduling Meeting

Contractor, Owner, Engineer

2. Pre-MOP Meeting. More than 28 days prior to work

Contractor 3. Submits MOP. No later than 28 days prior to work

Owner 4. Reviews MOP. Owner 5. MOP finalized. 7 days prior to work Contractor 6. Complete Readiness Checklist. 5 days prior to work Contractor 7. Complete Work. Contractor 8. Update MOP Log and Progress

Schedules. Monthly

Not to be used for bidding purposes!

Page 30: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01140-8 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01140 (Bid Set)

MOP Process Detail

STEP 1. Identifies MOPs needed on MOP Log and Baseline Schedule.

Contractor submits a preliminary list of anticipated project MOPs on MOP Log. MOPs identified but not limited to those shutdowns, diversions, or tie-ins described in the Contract Documents. Incorporate MOPs as tasks in Baseline Schedule. Date scheduled MOPs to coincide with the appropriate construction activities.

STEP 2. Pre-MOP Meeting.

Contractor requests a Pre-MOP Meeting with the Owner and Engineer to discuss the nature of the shutdown, diversion, or tie-in, and to gather the information necessary to complete the MOP Form. The pre-MOP meeting may be waived by the Owner or Engineer if the work is deemed to be minor.

STEP 3. Submits MOP.

Contractor completes the MOP Form and submit 3 copies for approval to the Owner’s Project Manager (OPM).

STEP 4. Reviews MOP.

OPM distributes MOP Form for review by the Owner’s Construction Coordinator, O&M Representative, and Engineer’s Project Representative. Review MOP Form for completeness, accuracy, compliance with both the construction schedule, constraints defined in contract documents, and to ensure that the requested work does not negatively impact plant operations or other concurrent project activities. Additional information may be requested to better understand the nature of and method for completing the Work.

STEP 5. MOP finalized.

Once the MOP is agreed to by all parties, the MOP will be finalized by signature. Copies are distributed to the Owner, Engineer, and Contractor.

STEP 6. Complete Readiness Checklist.

Contractor verifies everything is ready for the work.

STEP 7. Complete work.

Contractor complete work.

STEP 8. Update MOP Log and Progress Schedules.

Contractor updates MOP Log weekly and distributes at the regularly scheduled construction progress meetings.

Not to be used for bidding purposes!

Page 31: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01140-9 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01140 (Bid Set)

METHOD OF PROCEDURE (MOP)

FORMOwner: Date: Contractor: Carollo Project No.: Project Name: Submittal No.: Submittal Title: Spec/Dwg. Reference:

MOP # Task Title (Provide <10 word title): Submittal Date: (No later than 28 days prior to work) SCHEDULE OF WORK ACTIVITY START: (Date/Time) END: (Date/Time) REQUESTOR: PRIMARY POINT OF CONTACT: PHONE/PAGER: SECONDARY POINT OF CONTACT: PHONE/PAGER: NOTIFY Control Room, Phone Security, Phone BUILDING: LOCATION OF WORK FLOOR/LEVEL: DESCRIPTION OF WORK: (Provide sufficient details on process isolation, work sequencing, and safety (i.e., control of significant hazards unique to the work) to demonstrate an understanding of the work and how it will be completed within the constraints, and its impact on the processes and facility.) Task Summary: Processes Affected: Trades Affected: WORK PLAN: Work Sequencing: Process Isolation: Spill Prevention Plan: Contingency Plans: CRITICAL EQUIPMENT/TOOLS: (pumps and discharge hoses with correct fittings, blind flanges and pipe plugs, no-hub fittings, properly sized electrical service components, generators, portable lighting, chlorine for potable water pipe breaks, etc.)

Acoustic Ceiling/or Walls Access Excavation Permit Lock Out/Tag Out Chemical Use Approval Fire Sprinkler Impairment Life Safety Systems Confined Space Permit Flammable Materials Roof Protocol Critical Lift Plan Flush / Discharge Work After Dark Energized Electrical Work High Pressure Test Elect. Panel Schedules Hot Work/Open Flame

EXISTING SERVICE(S) AT RISK: Breathing Air Elect Normal Process Access Telephones Chemical Distribution Fire Protection Safety Showers UPS City Water HVAC SCADA VAX/DATA Communication Inert Gas Security Domestic Drain Instrument - Air Solvent Drain Elect-Bus Duct Life Safety System Specialty Gases Elect Emergency Natural Gas Storm Drain

REVIEWER’S INSTRUCTIONS / COMMENTS:

Not to be used for bidding purposes!

Page 32: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01140-10 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01140 (Bid Set)

PREJOB BRIEFING MUST BE COMPLETED PRIOR TO COMMENCING WORK: Full Name (printed) Signature Phone Date Submitted By System Owner Reviewer (if needed) Reviewer (if needed) Reviewer (if needed) Reviewer (if needed)

Not to be used for bidding purposes!

Page 33: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01140-11 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01140 (Bid Set)

READINESS CHECKLIST (5 days prior to work)

Checklist provided as a guide but is not all inclusive. 1. Confirm all parts and materials are on site:

2. Review work plan:

3. Review contingency plan:

Not to be used for bidding purposes!

Page 34: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01140-12 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01140 (Bid Set)

Method of Procedure (MOP) Log Sample

MOP Number Task Title

Date Requested

Date Approved

Date Work Planned

Work Completed

(yes/no) 001 002 003

Not to be used for bidding purposes!

Page 35: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01201-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01201 (Bid Set)

SECTION 01201

PAYMENT PROCEDURES

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Procedures for submitting applications for payment and means used as a basis for Progress Payments, including: 1. Cost Summaries. 2. Payment for Mobilization. 3. Commissioning and Process Start-Up. 4. Demobilization.

1.02 REFERENCES

A. Occupational Safety and Health Administration (OSHA).

1.03 BASIS FOR PROGRESS PAYMENTS

A. Base Application for Payment on the breakdown of costs for each scheduled activity in the Progress Schedule and the Percentage of Completion for each activity. Generate Application for Payment by downloading cost data from the Progress Schedule to a spreadsheet type format. Identify each activity on the Progress Schedule that has a cost associated with it, the cost of each activity, the estimated Percent Complete for each activity, and the Value of Work Completed for both the payment period and job to date.

1.04 PAYMENT REQUESTS

A. Prepare progress payment requests on a monthly basis. Base requests on the breakdowns of costs for each scheduled activity and the percentage of completion for each activity.

B. Indicate total dollar amount of work planned for every month of the project. Equate sum of monthly amounts to Lump Sum Contract Price.

C. Generate Progress Payment request forms by downloading cost data from the schedule information to a spreadsheet type format. Identify each activity on the Progress Schedule that has a cost associated with it, the cost for each activity, the estimated percent complete for each activity, and the value of work completed for both the payment period and job to date.

D. Provide Summary of Cost Information.

1.05 COST SUMMARIES

A. Prepare Summary of Cost Information for each Major Item of Work listed in the Schedule of Values. Identify the Value of Work Completed for both the payment period and job to date.

Not to be used for bidding purposes!

Page 36: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01201-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01201 (Bid Set)

B. Cash flow summary: Prepare cash flow summary, indicating total dollar amount of work planned for each month of the project. Equate sum of monthly amounts to Lump Sum contract price.

1.06 PAYMENT FOR MOBILIZATION

A. Limit amounts included under mobilization to the following items: 1. Moving on the site any equipment required for first month operations. 2. Installing temporary construction power, wiring, and lighting facilities. 3. Establishing fire protection plan and safety program. 4. Developing construction water supply. 5. Providing field office trailers for the Contractor and the Engineer, complete with

all specified furnishings and utility services including telephones. 6. Providing on-site sanitary facilities and potable water facilities as specified. 7. Arranging for and erection of Contractor's work and storage yard, employee

parking facilities, and entrance road. 8. Submit all required insurance certificates and bonds. 9. Obtaining all required permits, licenses, and fees. 10. Submit preliminary schedule of values of the Work. 11. Submit preliminary schedule and develop baseline schedule. 12. Submit cash flow in tabular and graphical formats. 13. Submit Contractor’s quality control plan. 14. Submit Schedule of Submittals. 15. Submit pre-construction photographs and videos. 16. Post all OSHA, (state agency), Department of Labor, and all other required

notices. 17. Location and flagging of construction and clearing. 18. Have Contractor’s project manager and/or general superintendent on job site

part-time minimum.

B. Furnish data and documentation to substantiate the amounts claimed under mobilization.

C. Limit price for mobilization to no more than 5 percent of Contract Price.

D. No payment for mobilization, or any part thereof, will be recommended until all mobilization items listed above have been completed.

1.07 PAYMENT FOR COMMISSIONING AND PROCESS START-UP

A. Total Price for commissioning and process start-up shall not be less than 3 percent of Contract Price.

1.08 PAYMENT FOR DEMOBILIZATION

A. Total Price for demobilization shall not be less than 3 percent of Contract Price.

Not to be used for bidding purposes!

Page 37: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01201-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01201 (Bid Set)

PART 2 PRODUCTS Not Used.

PART 3 EXECUTION Not Used.

END OF SECTION

Not to be used for bidding purposes!

Page 38: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

 

Not to be used for bidding purposes!

Page 39: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01260-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01260 (Bid Set)

SECTION 01260

CONTRACT MODIFICATION PROCEDURES

PART 1 GENERAL

1.01 SUMMARY

A. Section Includes: 1. Administrative and procedural requirements for executing a change in the

Work.

B. Related section: 1. Document 00632 - Request for Information or Interpretation.

1.02 PRELIMINARY REQUIREMENTS

A. Change Order Cost Basis Summary Form: 1. Submit a sample to Engineer for review within 15 calendar days following

Notice to Proceed. a. Items will be reviewed and their value, percentage, or calculation method

mutually agreed to by the Contractor and Owner prior to executing a Change Order on the Project.

2. Used by the Contractor for pricing each Change Order required for additions, deletions, or revisions in the Work.

3. Include the following information: a. Agreed upon markups, percentages, and procedures for calculating all

surcharges, etc. associated with the Cost of the Change Order Work. b. References for unit price information and special unit price information. c. Attachments with the following information:

1) Certified labor rates breakdown. 2) Equipment rates. 3) Bond and insurance rates (PI&I).

1.03 REQUEST FOR INFORMATION OR INTERPRETATION (RFI)

A. Contractor may issue RFIs to request interpretation of the documents or to request for information that may be missing.

B. General Instructions: 1. Use RFI Form as specified in Document 00632.

a. Use of other RFI Forms is acceptable if the form includes the information in the form provided in the referenced form, at a minimum.

2. Number RFIs consecutively. a. Add a consecutive letter to the RFI number on modified submittals of the

same RFI (i.e., RFI 4B). 3. Provide RFI for 1 item.

a. There may be exceptions when multiple items are so functionally related that expediency indicates review of the group of items as a whole.

b. RFIs with multiple items will be rejected without review.

Not to be used for bidding purposes!

Page 40: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01260-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01260 (Bid Set)

4. Contractor sign and date RFIs indicating review and approval. a. Contractor’s signature indicates that they have satisfied RFI review

responsibilities and constitutes Contractor's written approval of RFI. b. RFIs without Contractor's signature will be returned to the Contractor

unreviewed. Subsequent submittal of this information will be counted as the first resubmittal.

C. Engineer will render a written clarification, interpretation, or decision on the issue submitted or initiate an amendment or supplement to the Contract within 21 days. 1. In the event the Contractor identifies an RFI as critical to the progress of the

project, Engineer will make every effort to reduce the RFI response time.

1.04 PRELIMINARY PROCEDURES

A. Owner or Engineer may initiate changes by submitting a Request for Proposal (RFP) to Contractor including the following information: 1. Detailed description of the Change, Products, and location of the change in the

Project. 2. Supplementary or revised drawings or specifications. 3. Projected time span for making the change, and a specific statement if

overtime work is authorized. 4. A specific period of time during which the requested price will be considered

valid. 5. Such request is for information only, and is not an instruction to execute the

changes, or to stop work in progress.

B. Contractor may initiate changes by submitting a Change Proposal to Engineer containing the following: 1. Description of proposed changes. 2. Reason for making changes. 3. Specific period of time during which requested price will be considered valid. 4. Effect on Total Contract Cost and/or Contract Time. 5. Documentation supporting any change in Total Contract Cost and/or Contract

Time, as appropriate.

1.05 WORK CHANGE DIRECTIVE AUTHORIZATION

A. In lieu of a Request for Proposal (RFP), Engineer may issue a Work Change Directive Authorization for Contractor to proceed with a change for subsequent inclusion in a Change Order.

B. Authorization will describe changes in the Work, both additions and deletions, with attachments of revised Contract Documents to define details of the change, and will designation method of determining any change in the Contract Sum and/or the Contract Time, as appropriate.

C. Owner and Engineer will sign and date the Work Change Directive Authorization as authorization for the Contractor to proceed with the changes.

D. Contractor may sign and date the Work Change Directive Authorization to indicate agreement with the terms.

Not to be used for bidding purposes!

Page 41: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01260-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01260 (Bid Set)

1.06 DOCUMENTATION OF CHANGE PROPOSALS

A. Change proposal: 1. Support with sufficient substantiating data to allow Engineer to evaluate the

quotation. a. Lump sum. b. Unit prices: Use previously established unit prices. c. Time-and-material/force account basis:

1) Name of the Owner’s authorized agent who ordered the work, and date of the order.

2) Dates and times work was performed, and by whom. 3) Time record, summary of hours worked, and hourly rates paid. 4) Receipts and invoices for:

a) Equipment used, listing dates and times of use. b) Products used, listing of quantities. c) Subcontracts.

2. Provide additional data to support time and cost computations: a. Labor required. b. Equipment required. c. Products required.

1) Recommended source of purchase and unit cost. 2) Quantities required.

d. Taxes, insurance, and bonds. e. Credit for work deleted from Contract, similarly documented. f. Overhead and profit. g. Justification for change to Contract Time.

1.07 PREPARATION OF CHANGE ORDERS AND FIELD ORDERS

A. Engineer will prepare each Change Order and Field Order.

B. Change Orders: 1. Will describe changes in the Work, both additions and deletions, with

attachments of revised Contract Documents to define details of the change. 2. Will provide an accounting of the adjustment in the Contract Sum and in the

Contract Time. 3. Recommendation of Change Proposal is indicated by Engineer's signature. 4. Upon signature and execution by Owner, the Change Proposal becomes a

Change Order altering the Contract Time and Total Contract Cost, as indicated. a. Owner’s Representative will transmit one signed copy each to Contractor

and Engineer. 5. Contractor may only request payment for changes in the Work against an

approved Change Order. 6. If either Engineer or Owner’s Representative disapproves the Change

Proposal, the reason for disapproval will be stated. a. A request for a revised proposal or cancellation of the proposal will be

shown.

C. Field Orders: 1. Order minor changes in the Work without changes in Contract Price or

Contract Times.

Not to be used for bidding purposes!

Page 42: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01260-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01260 (Bid Set)

1.08 LUMP-SUM/FIXED PRICE CHANGE ORDER

A. Content of Change Orders will be based on, either: 1. Engineer’s Proposal Request and Contractor’s responsive Change Proposal

as mutually agreed between Owner and Contractor. 2. Contractor’s Change Proposal for a change, as recommended by Engineer.

B. Owner and Engineer will sign and date the Change Order to establish the change in Contract Sum and in Contract Time and serve as authorization for the Contractor to proceed with the changes.

C. Contractor will sign and date the Change Order to indicate agreement with the terms.

1.09 UNIT PRICE CHANGE ORDER

A. Content of Change Orders will be based on, either: 1. Engineer’s definition of the scope of the required changes. 2. Contractor’s Change Proposal for a change, recommended by Engineer. 3. Survey of completed work.

B. The amounts of the unit prices to be: 1. Those stated in the Contract. 2. Those mutually agreed upon between Owner and Contractor.

C. When quantities of each of the items affected by the Change Order can be determined prior to start of the work: 1. Owner and Engineer will sign and date the Change Order as authorization for

Contractor to proceed with the changes. 2. Contractor will sign and date the Change Order to indicate agreement with the

terms.

D. When quantities of the items cannot be determined prior to start of the work: 1. Engineer or Owner will issue a Work Change Directive authorization directing

Contractor to proceed with the change on the basis of unit prices, and will cite the applicable unit prices.

2. At completion of the change, Engineer will determine the cost of such work based on the unit prices and quantities used.

3. Contractor shall submit documentation to establish the number of units of each item and any claims for a change in Contract Time.

E. Owner and Engineer will sign and date the Change Order to establish the change in Contract Sum and in Contract Time and serve as authorization for the Contractor to proceed with the changes.

F. Contractor will sign and date the Change Order to indicate their agreement with the terms.

1.10 TIME AND MATERIAL/FORCE ACCOUNT CHANGE ORDER/WORK CHANGE DIRECTIVE AUTHORIZATION

A. Engineer will issue a Work Change Directive for the Owner’s signature authorizing Contractor to proceed with the changes.

Not to be used for bidding purposes!

Page 43: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01260-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01260 (Bid Set)

B. At completion of the change, Contractor shall submit itemized accounting and supporting data as specified in this Section.

C. Engineer will determine the allowable cost of such work, as provided in the Contract Documents.

D. Owner and Engineer will sign and date the Change Order to establish the change in Contract Sum and in Contract Time and serve as authorization for the Contractor to proceed with the changes.

E. Contractor will sign and date the Change Order to indicate their agreement.

1.11 CORRELATION WITH CONTRACTOR’S SUBMITTALS

A. Periodically revise Schedule of Values and Applications for Payment forms to record each Change Order as a separate item of Work, and to record the adjusted Contract Sum.

B. Periodically revise the Construction Schedule to reflect each change in Contract Time. Revise subschedules to show changes for other items of work affected by the changes.

C. Upon completion of work under a Change Order, enter pertinent changes in Record Documents.

PART 2 PRODUCTS Not Used.

PART 3 EXECUTION Not Used.

END OF SECTION

Not to be used for bidding purposes!

Page 44: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

 

Not to be used for bidding purposes!

Page 45: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01292-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01292 (Bid Set)

SECTION 01292

SCHEDULE OF VALUES

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Requirements for preparation, format, and submittal of Schedule of Values.

B. Related section: 1. Section 16050 - Common Work Results for Electrical.

1.02 PREPARATION

A. Prepare Schedule of Values identifying costs of Major Items of Work and other costs shown in sample included at end of this Section.

B. Divide the work into following major items of work: 1. Mobilization. 2. Demobilization. 3. Yard Piping and Sitework. 4. New Gravity Belt Thickener Building. 5. Existing Gravity Belt Thickener Building Modifications. 6. Primary Tank and Waste Receiving Station Modifications. 7. Testing, Training and Start-up. 8. Preparation of Project Record Drawings. 9. Miscellaneous work items and other prices not included in previous items and

necessary to complete the Work.

C. Assign prices to Major Items of Work which aggregate the Contract Price. Base prices on costs associated with scheduled activities based on the Project Schedule for each Major Item of Work.

1.03 SUBMITTALS

A. Submit preliminary schedule of values.

B. Submit corrected schedule of values within 10 days upon receipt of reviewed Schedule of Values, but no later than 10 days prior to anticipated submittal of first Application for Payment.

C. Upon request, support prices with data which will substantiate their correctness.

D. If activities are added or removed from the Progress Schedule revise the Schedule of Values and resubmit.

Not to be used for bidding purposes!

Page 46: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01292-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01292 (Bid Set)

1.04 SAMPLE SCHEDULE OF VALUES A. Following is an acceptable form for Schedule of Values:

(SAMPLE ONLY) SCHEDULE OF VALUES

NO. DESCRIPTION OF ITEM LUMP SUM COST

1. Mobilization.

2. General earthwork and grading.

3. Miscellaneous yard piping. List Major Items of Work identified in Paragraph

1.02 B. and number consecutively.

4. Major Items of Work (for example, pump station, headworks, etc.)

5. General instrumentation work not included on Major Items of Work.

6. Start-up and demobilization

7. Miscellaneous work items and other prices not included in previous items and necessary to complete the Work.

TOTAL LUMP SUM BID

PART 2 PRODUCTS

Not Used.

PART 3 EXECUTION

Not Used.

END OF SECTION

Not to be used for bidding purposes!

Page 47: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01294-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01294 (Bid Set)

SECTION 01294

APPLICATIONS FOR PAYMENT

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Procedures for preparation and submittal of Applications for Payment.

B. Related section: 1. Document 00620 - Contractor’s Application for Payment.

1.02 FORMAT

A. Develop satisfactory spreadsheet-type form generated by downloading cost data from the Progress Schedule. 1. Submit payment requests using Document 00620 and attach spreadsheet with

cost data related to Progress Schedule.

B. Fill in information required on form.

C. When Change Orders are executed, add Change Orders at end of listing of scheduled activities: 1. Identify change order by number and description. 2. Provide cost of change order in appropriate column.

D. After completing, submit Application for Payment.

E. Engineer will review application for accuracy. When accurate, Engineer will transmit application to Owner for processing of payment.

F. Execute application with signature of responsible officer of Contractor.

1.03 SUBSTANTIATING DATA

A. Provide Substantiating Data with cover letter identifying: 1. Project. 2. Application number and date. 3. Detailed list of enclosures. 4. For stored products with item number and identification on application,

description of specific material, and proof of insurance coverage for offsite stored products.

5. Submit “certified” payroll, if applicable.

1.04 SUBMITTALS

A. Submit 2 copies of Application for Payment and Substantiating Data with cover letter.

Not to be used for bidding purposes!

Page 48: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01294-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01294 (Bid Set)

1.05 PAYMENT REQUESTS

A. Prepare progress payment requests on a monthly basis. Base requests on the breakdowns of costs for each scheduled activity and the percentage of completion for each activity.

B. Indicate total dollar amount of work planned for every month of the project. Equate sum of monthly amounts to Lump Sum Contract Price.

C. Generate Progress Payment request forms by downloading cost data from the schedule information to a spreadsheet type format. Identify each activity on the Progress Schedule that has a cost associated with it, the cost for each activity, the estimated percent complete for each activity, and the value of work completed for both the payment period and job to date.

D. Prepare summary of cost information for each Major Item of Work listed in the Schedule of Values. Identify the value of work completed for both the payment period and job to date.

E. Payment period: 1. Monthly Application for Payment period shall begin on the 1st day of each

month, and end on the last day of each month. 2. Submit Application for Payment to Engineer no later than the 5th day of each

month for work completed the previous month. 3. Engineer will finalize and submit recommendation for Application for Payment

to Owner by the 15th day of each month to allow time for processing and approval.

PART 2 PRODUCTS Not Used.

PART 3 EXECUTION Not Used.

END OF SECTION

Not to be used for bidding purposes!

Page 49: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01312-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01312 (Bid Set)

SECTION 01312

PROJECT MEETINGS

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Requirements for conducting conferences and meetings for the purposes of addressing issues related to the Work, reviewing and coordinating progress of the Work and other matters of common interest, and includes the following: 1. Qualifications of Meeting Participants. 2. Preconstruction Conference. 3. Progress Meetings. 4. Pre-Installation Meetings. 5. Schedule Update Meetings. 6. Quality Control Meetings. 7. Pre-Shutdown Meetings. 8. Pre-Process Start-up Meetings. 9. Electrical and Instrumentation Coordination Meetings. 10. Close-out meeting. 11. Post Construction Meeting.

B. Related sections: 1. Section 01140 - Work Restrictions. 2. Section 16050 - Common Work Results for Electrical. 3. Section 16305 - Electrical System Studies. 4. Section 17050 - Common Work Results for Process Control and

Instrumentation Systems. 5. Section 17762 - Control Systems: PCS Software.

1.02 QUALIFICATIONS OF MEETING PARTICIPANTS

A. Representatives of entities participating in meetings shall be qualified and authorized to act on behalf of entity each represents.

1.03 PRECONSTRUCTION CONFERENCE

A. Upon issuance of Notice to Proceed, or earlier when mutually agreeable, Engineer will arrange preconstruction conference in place convenient for most invitees.

B. Preconstruction Conference invitees: Contractor's project manager and superintendent, Owner, Engineer, representatives of utilities, major subcontractors and others involved in performance of the Work, and others necessary to agenda.

C. Engineer will preside at conference.

Not to be used for bidding purposes!

Page 50: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01312-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01312 (Bid Set)

D. Purpose of conference: To establish working understanding between parties and to discuss Construction Schedule, shop drawing and other submittals, cost breakdown of major lump sum items, processing of submittals and applications for payment, and other subjects pertinent to execution of the Work.

E. Agenda will include: 1. Adequacy of distribution of Contract Documents. 2. Distribution and discussion of list of major subcontractors and suppliers. 3. Proposed progress schedules and critical construction sequencing. 4. Major equipment deliveries and priorities. 5. Project coordination. 6. Designation of responsible personnel. 7. Procedures and processing of:

a. Field decisions. b. Proposal requests. c. Submittals. d. Change Orders. e. Request for Information/Interpretations. f. Applications for Payment. g. Record Documents.

8. Use of premises: a. Office, construction, and storage areas. b. Owner's requirements.

9. Construction facilities, controls, and construction aids. 10. Temporary utilities. 11. Safety and first aid procedures. 12. Security procedures. 13. Housekeeping procedures.

F. Engineer will record minutes of meeting and distribute copies of minutes within 7 days of meeting to participants and interested parties.

1.04 PROGRESS MEETINGS

A. Contractor will schedule and administer meetings throughout progress of the Work at maximum weekly intervals.

B. Contractor will make arrangements for meetings, prepare agenda with copies for participants, and preside at meetings.

C. Attendance required: Owner, Engineer, Contractor, Contractor’s Project Manager, superintendent, quality control manager, project scheduler, major subcontractors and suppliers as appropriate to agenda topics for each meeting.

D. Additional invitees: Owner utility companies when the Work affects their interests, and others necessary to agenda.

E. Agenda: 1. Review minutes of previous meeting/minutes. 2. Safety and security. 3. Construction schedule summary. 4. Review of 6 weeks schedule. 5. Review of off-site fabrication and delivery schedules.

Not to be used for bidding purposes!

Page 51: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01312-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01312 (Bid Set)

6. Review of submittals schedule and status of submittals. 7. Request for information (RFI’s) status. 8. MOP’s/shutdown coordination. 9. Change order management status. 10. Maintenance of quality standards (QA/QC). 11. Field observations, problems, and conflicts. 12. Commissioning and process start-up. 13. Partnering recognition status (optional). 14. General Items. 15. Action items. 16. Next meeting.

F. Contractor will record minutes and distribute copies within 5 calendar days after meeting to participants, with copies to Contractor, Owner, and those affected by decisions made.

1.05 PRE-INSTALLATION MEETINGS

A. When required in individual specification sections or requested by Engineer, convene pre-installation meeting at Project site before commencing work of specific section.

B. Require attendance of parties directly affecting, or affected by, Work of specific section.

C. Notify Engineer 7 calendar days in advance of meeting date.

D. Prepare agenda and preside at meeting: 1. Review conditions of installation, preparation and installation procedures. 2. Review coordination with related work.

E. Contractor will record minutes and distribute electronic copies within 7 calendar days after meeting to participants, with copies to Engineer, Owner, and those affected by decisions made.

1.06 SCHEDULE UPDATE MEETINGS

A. Contractor will schedule meetings throughout progress of the Work at maximum monthly intervals.

B. Contractor will make arrangements for meetings; Contractor will prepare agenda with copies for participants, and preside at meetings.

C. Attendance required: Owner, Engineer, Contractor, Contractor’s Project Manager, General Superintendent, project scheduler, major subcontractors and suppliers as appropriate to agenda topics for each meetings.

D. Additional invitees: Owner utility companies when the Work affects their interests and others necessary to the agenda.

E. Agenda: 1. Review Monthly Schedule, (Actual Progress and Variance).

a. “Activities Started/Completed” this period.

Not to be used for bidding purposes!

Page 52: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01312-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01312 (Bid Set)

b. “Activities Started/Completed” “Variance” Baseline vs. current. c. “Added/Deleted Activities”. d. “Revised Activity Descriptions”. e. Any significant Proposed Logic Changes.

2. Review milestone “Substantial Completion” Schedule. a. “Critical” Activities – “Critical Area, Float and Vital Statistics”.

3. Review “Cumulative and Monthly Costs” graph. 4. Review “Budgeted Cost” indicating the Current Project Budgeted Cost.

F. Contractor will record changes for update and distribute electronic copies within 7 calendar days after meeting to participants and interested parties.

1.07 QUALITY CONTROL MEETINGS

A. Contractor will schedule and administer meetings throughout progress of the Work at maximum weekly intervals.

B. Contractor will make arrangements for meetings, prepare agenda with copies for participants, and preside at meetings.

C. Attendance Required: Construction Manager and staff, Contractor’s Quality Control Manager and staff.

D. Agenda: 1. Review minutes of previous meetings. 2. Review of Work progress and schedule. 3. Review of out-of-compliance inspection or test results. 4. Field observations, problems, and decisions. 5. Review of offsite fabrication and delivery schedules. 6. Planned progress during succeeding work period. 7. Coordination of required inspections and tests. 8. Review 6-week schedule report with upcoming inspections and special tests. 9. Maintenance of quality and work standards. 10. Other business relating to Work.

E. Contractor will record minutes and distribute electronic copies within 5 calendar days after meeting to participants, and those affected by decisions made.

1.08 PRESHUTDOWN MEETINGS

A. Follow Owner’s standard Construction Method of Procedure (MOP). See Appendix A of Section 01140 for MOP format.

B. All short-term and longer-term shutdowns and other tie-ins that require an Owner approved MOP also require a pre-shutdown meeting at Project site prior to commencing shutdown for tie-in or modification of specific plant systems.

C. Require attendance of parties directly affecting, or affected by shutdown, including Engineer, specific work crews, Owner’s construction, operations, and maintenance staff.

D. Notify Engineer 7 calendar days in advance of meeting date.

Not to be used for bidding purposes!

Page 53: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01312-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01312 (Bid Set)

E. Prepare agenda and preside at meeting: 1. Review accepted MOP including conditions of shutdown, preparation, and

installation procedures. 2. Review timelines and sequences. 3. Review responsibilities. 4. Review dry run plan and schedule, as necessary. 5. Review coordination with related work.

F. Contractor will record minutes and distribute copies within 5 calendar days after meeting and prior to scheduled shutdown to participants, with copies to Engineer, Owner, and those affected by decisions made.

1.09 PRE-PROCESS START-UP MEETINGS

A. All processes and equipment that requires testing and process start-up also requires a pre-startup meeting at Project site before commencing process start-up of specific plant systems.

B. Require attendance of parties directly affecting, or affected by process start-up and testing, including Engineer, specific work crews, Owner’s construction operations, and maintenance staff.

C. Notify Engineer 7 calendar days in advance of meeting date.

D. Prepare agenda and preside at meeting: 1. Review accepted MOP including conditions of process start-up and testing,

preparation, and installation procedures. 2. Review timelines and sequences. 3. Review responsibilities. 4. Review dry run plan and schedule, as necessary. 5. Review coordination with related work.

E. Contractor will record minutes and distribute electronic copies within 5 calendar days after meeting and prior to scheduled process start-up to participants, with copies to Engineer, Owner, and those affected by decisions made.

F. Follow Owner’s standard Construction Method of Procedure (MOP). See Appendix A of Section 01140 for MOP format.

1.10 ELECTRICAL AND INSTRUMENTATION COORDINATION MEETINGS

A. Electrical Meetings: 1. Pre-submittal review meeting as specified in Section 16050. 2. Electrical System Study Meetings (3 separate meetings) as specified in

Section 16305. 3. Other meetings as required and as otherwise specified.

B. Instrumentation and Control Meetings: 1. Pre-Submittal Conference as specified in Section 17050. 2. System Configuration Meetings (3 separate meetings) as specified in

Section 17050. 3. Graphics Meetings (2 separate meetings) as specified in Section 17762 4. Report Meetings (2 separate meetings) as specified in Section 17762.

Not to be used for bidding purposes!

Page 54: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01312-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01312 (Bid Set)

5. Other meetings as required and as otherwise specified.

1.11 CLOSE-OUT MEETING

A. Engineer will schedule close-out meeting.

B. Engineer will make arrangements for meeting, prepare agenda with copies for participants, and preside at meeting.

C. Attendance required: Owner, Engineer, Contractor, Contractor’s Project Manager, Superintendent.

D. Agenda: 1. Review punchlist completion. 2. Transfer of record documents. 3. Finalize payment.

E. Engineer will record minutes and within 5 calendar days after meeting distribute copies to participants.

1.12 POST CONSTRUCTION MEETING

A. Meet with and inspect the Work 11 months after date of Substantial Completion with Owner and Engineer.

B. Owner will arrange meeting at least 7 days before meeting.

C. Meet in Owner’s office or other mutually agreed upon place.

D. Inspect the Work and draft list of items to be completed or corrected.

E. Review service and maintenance contracts, and take appropriate corrective action when necessary.

F. Complete or correct defective work and extend correction period accordingly.

G. Require attendance of Contractor, Project Manager, or Superintendent, appropriate manufacturers and installers of major units of constructions, and affected subcontractors.

PART 2 PRODUCTS Not Used.

PART 3 EXECUTION Not Used.

END OF SECTION

Not to be used for bidding purposes!

Page 55: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01324B-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01324B (Bid Set)

SECTION 01324B

PROGRESS SCHEDULES AND REPORTS - MEDIUM PROJECTS

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Preparation, submittal, and maintenance of computerized progress schedule and reports, contract time adjustments, and payment requests, including the following: 1. Preliminary Schedule. 2. Baseline Schedule. 3. Monthly Schedule Updates. 4. Weekly Summary Schedule. 5. Schedule of Submittals. 6. Manpower Schedule. 7. Equipment Schedule. 8. Commissioning and Process Start-up Schedule. 9. As-built Schedule.

B. Related sections: 1. Document 00700 - General Conditions. 2. Document 00800 - Supplementary Conditions. 3. Section 01292 - Schedule of Values. 4. Section 01294 - Applications for Payment. 5. Section 01756 - Commissioning.

1.02 SCHEDULER

A. Designate, in writing and within 5 calendar days after Notice of Award, person responsible for preparation, maintenance, updating and revision of all schedules.

B. Qualifications of scheduler: 1. Authority to act on behalf of Contractor. 2. 5 years verifiable experience in preparation of complex construction schedules

for projects of similar value, size, and complexity. 3. Knowledge of critical path method (CPM) scheduling utilizing Primavera P6

Professional.

C. Owner reserves the right to disapprove scheduler when submitted by Contractor if not qualified. Owner reserves the right to remove scheduler from the project if found to be incompetent.

1.03 SCHEDULING FORMAT AND SOFTWARE

A. Schedule format: Utilize CPM format.

Not to be used for bidding purposes!

Page 56: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01324B-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01324B (Bid Set)

B. Prepare computerized schedule utilizing Primavera P6 Professional, most current version. 1. Provide 1 licensed copy of the scheduling software to the Engineer, registered

in the Engineer’s name, for the duration of the project. 2. The provided copy of the software shall be a standalone version for installation

on a standalone computer.

1.04 PRECONSTRUCTION SCHEDULING MEETING

A. Engineer will conduct Preconstruction Scheduling Meeting with Contractor’s Project Manager, General Superintendent, and scheduler within 7 calendar days after Notice To Proceed. This meeting is separate from the Preconstruction Conference Meeting and is intended to cover schedule issues exclusively.

B. At the meeting, review scheduling requirements. These include schedule preparation, reporting requirements, updates, revisions, and schedule delay analysis. Present schedule methodology, planned sequence of operations, and proposed activity coding structure.

C. Coding structure: 1. Submit proposed coding structure, identifying the code fields and the

associated code values it intends to use in the project schedule. 2. A minimum, include code fields for Project Segment or Phase, Area of Work,

Type of Work. 3. Submittal/Procurement/Construction and Responsibility/Subcontractor. Refer

to NETWORK DETAILS AND GRAPHICAL OUTPUT for listing of activity categories to be included in the schedule.

D. Naming convention: Name schedule files with the year, month and day of the data date, revision identifier, and a description of the schedule. 1. Example 1: 2014_07_30 rev 1 draft baseline schedule.xer. 2. Example 2: 2014_09_30 rev 2 sep final update.xer.

E. Filing: Post submitted files to Owner’s construction document control system.

1.05 SCHEDULE PREPARATION

A. Preparation and submittal of Progress Schedule represents Contractor's intention to execute the Work within specified time and constraints. Failure to conform to requirement may result in termination for cause as specified in Document 00700, under Suspension of Work and Termination.

B. Contractor's bid covers all costs associated with the execution of the Work in accordance with the Progress Schedule.

C. During preparation of the preliminary Progress Schedule, Engineer will facilitate Contractor's efforts by being available to answer questions regarding sequencing issues, scheduling constraints, interface points, and dependency relationships.

D. Prepare schedule utilizing Precedence Diagramming Method (PDM).

Not to be used for bidding purposes!

Page 57: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01324B-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01324B (Bid Set)

E. Prepare schedule utilizing activity durations in terms of working days. Do not exceed 15 working day duration on activities except concrete curing, submittal review, and equipment fabrication and deliveries. Where duration of continuous work exceeds 15 working days, subdivide activities by location, stationing, or other sub-element of the Work. Coordinate holidays to be observed with the Owner and incorporate them into the schedule as non-working days. 1. Construction that is anticipated to occur on Saturdays, Sundays, or Owner

holidays shall be coordinated with the Owner with at least 2 days' notice and shall be approved by the Owner.

F. Failure to include an activity required for execution of the Work does not excuse Contractor from completing the Work and portions thereof within specified times and at price specified in Contract. Contract requirements are not waived by failure of Contractor to include required schedule constraints, sequences, or milestones in schedule. Contract requirements are not waived by Owner’s acceptance of the schedule. In event of conflict between accepted schedule and Contract requirements, terms of Contract govern at all times, unless requirements are waived in writing by the Owner.

G. Reference schedule to working days with beginning of Contract Time as Day "1".

H. Baseline Schedule and Project Completion: Should Contractor submit a Baseline Schedule showing project completion more than 20 working days prior to Contract completion date Owner may issue Change Order, at no cost to Owner, revising time of performance of Work and Contract completion date to match Contractor’s schedule completion date. Adjust accordingly any Contract milestone dates.

I. Contract float is for the mutual benefit of both Owner and Contractor. Changes to the project that can be accomplished within this available period of float may be made by Owner without extending the Contract time, by utilizing float. Time extensions will not be granted nor delay damages owed until Work extends beyond currently accepted Contract completion date. Likewise, Contractor may utilize float to offset delays other than delays caused by Owner. Mutual use of float can continue until all available float shown by schedule has been utilized by either Owner or Contractor, or both. At that time, extensions of the Contract time will be granted by Owner for valid Owner-caused or third party-caused delays which affect the planned completion date and which have been properly documented and demonstrated by Contractor.

J. Schedule logic: Assembled to show order in which Contractor proposes to carry out Work, indicate restrictions of access, availability of Work areas, and availability and use of manpower, materials, and equipment. Form basis for assembly of schedule logic on the following criteria: 1. Which activities must be completed before subsequent activities can be

started? 2. Which activities can be performed concurrently? 3. Which activities must be started immediately following completed activities? 4. What major facility, equipment or manpower restrictions are required for

sequencing these activities?

Not to be used for bidding purposes!

Page 58: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01324B-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01324B (Bid Set)

K. Non-sequestering of float: Pursuant to float sharing requirements of Contract, schedule submittals can be rejected for, use of float suppression techniques such as preferential sequencing or logic, special lead or lag logic restraints, extended activity durations or imposed dates.

L. Interim milestone dates, operational constraints: In event there are interim milestone dates and/or operational constraints set forth in Contract, show them on schedule. Do not use Zero Total Float constraint or Mandatory Finish Date on such Contract requirements.

M. Schedule windows for owner-furnished, Contractor-installed equipment or materials: Immediately after Award of Contract, obtain from Engineer anticipated delivery dates of Owner furnished equipment or materials. Show these dates in the schedule in same manner indicated by Engineer.

N. Cost loading: All schedules: 1. Only on-site construction activities. 2. The sum total of all cost loaded activities equal the current value of the

Contract, including change orders, at all times. 3. Owner acceptance of the Baseline Schedule creates the Schedule of Values

required as specified in Section 01292. 4. Provide updated Schedule of Values as the monthly Payment Application as

specified in Section 01294. 5. Payments will not be made until updated Schedule of Values is accepted.

1.06 NETWORK DETAILS AND GRAPHICAL OUTPUT

A. Produce a clear, legible, and accurate calendar based, time scaled, graphical network diagram. Group activities related to the same physical areas of the Work. Produce the network diagram based upon the early start of all activities.

B. Include for each activity, the description, activity number, estimated duration in working days, total float, and all activity relationship lines.

C. Illustrate order and interdependence of activities and sequence in which Work is planned to be accomplished. Incorporate the basic concept of the precedence diagram network method to show how the start of 1 activity is dependent upon the start or completion of preceding activities and its completion restricts the start of following activities.

D. Indicate the critical path for the project.

E. Delineate the specified contract duration and identify the planned completion of the Work as a milestone. Show the time period between the planned and Contract completion dates, if any, as an activity identified as project float unless a Change Order is issued to officially change the Contract completion date.

F. Identify system shutdown dates, system tie-in dates, specified interim completion or milestone dates and contract completion date as milestones.

Not to be used for bidding purposes!

Page 59: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01324B-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01324B (Bid Set)

G. Include, in addition to construction activities: 1. Submission dates and review periods for major equipment submittals, shoring

submittals, and indicator pile program: a. Shoring reviews: Allow 4-week review period for each shoring submittal. b. Pile indicator program: Allow 3-week review period for analysis of

program. 2. Any activity by the Owner or the Engineer that may affect progress or required

completion dates. 3. Equipment and long-lead material deliveries over 8 weeks. 4. Approvals required by regulatory agencies or other third parties.

H. Produce network diagram on 22-inch by 34-inch sheets with grid coordinate system on the border of all sheets utilizing alpha and numeric designations.

I. Identify the execution of the following: 1. Mobilization. 2. All required submittals and submittal review times showing 30 calendar day

duration for such activities and equal amount of time for re-submittal reviews. 3. Equipment and materials procurement/fabrication/delivery. 4. Excavation. 5. Shoring design and submission of detailed shoring submittals. Identify

submission as a milestone. 6. Shoring review, shoring materials procurement, shoring installation, and

shoring removal. 7. Piles. 8. Backfill and compaction. 9. Dewatering. 10. Grading, subbase, base, paving, and curb and gutters. 11. Fencing and landscaping. 12. Concrete, including installation of forms and reinforcement, placement of

concrete, curing, stripping, finishing, and patching. 13. Masonry. 14. Metal fastenings, framing, structures, and fabrications. 15. Wood structures, finish carpentry, architectural woodwork, and plastic

fabrications. 16. Waterproofing and dampproofing, insulation, roofing and flashing, and

sealants. 17. Doors and windows, including hardware and glazing. 18. Finishes including coating and painting, flooring, ceiling, and wall covering. 19. Process equipment, including identification of ordering lead-time, factory

testing, and installation. 20. Pumps and drives, including identification of ordering lead time, factory testing,

and installation. 21. Other mechanical equipment including fans and heating, ventilating, and air

conditioning equipment. 22. Trenching, pipe laying, and trench backfill and compaction. 23. Piping, fittings and appurtenances, including identification of ordering and

fabrication lead time, layout, installation and testing. 24. Valves, gates, and operators, including identification of order lead-time,

installation, and testing. 25. Plumbing specialties.

Not to be used for bidding purposes!

Page 60: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01324B-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01324B (Bid Set)

26. Electric transmission, service, and distribution equipment, including identification of ordering lead-time, and factory testing.

27. Other electrical work including lighting, heating and cooling, and special systems, including identification of ordering lead-time.

28. Instrumentation and controls, including identification of ordering lead-time. 29. Preliminary testing of equipment, instrumentation, and controls. 30. Commissioning Phase:

a. Source Testing. b. Owner Training. c. Installation Testing. d. Functional Testing.

31. Process Start-up Phase: a. Process Start-up. b. Process Operational Period. c. Instrumentation and Controls Performance Testing.

32. Substantial completion. 33. Punch list work. 34. Demobilization.

1.07 SUBMITTAL OF PROGRESS SCHEDULES

A. Submit preliminary and baseline schedule.

B. Submit, on a monthly basis, updated schedules as specified.

C. Submit final schedule update as specified.

D. Submit revised schedules and time impact analyses as specified.

E. Submit schedules in the media and number of copies as follows: 1. Three sets of the CPM network and/or bar chart (as specified by the Owner)

on D-size sheets. Color-coding to be specified by the Owner. 2. Three sets of Tabular reports listing all activities sorted numerically identifying

duration, early start, late start, early finish, late finish, total float, and all predecessor/successor information.

3. Two sets of CPM Schedule data electronic files in a native backed-up file (.xer) stored on CD/DVD.

1.08 PRELIMINARY SCHEDULE

A. Submit Preliminary Schedule within 14 calendar days after Notice to Proceed. Include a detailed plan of operations for first 90 calendar days of Work after receipt of Notice to Proceed.

B. Meet with Engineer within 7 calendar days after receipt of Preliminary Schedule to review and make necessary adjustments. Submit revised preliminary schedule within 5 calendar days after meeting.

C. Submit schedule of costs for all activities on revised Preliminary Schedule.

D. Schedule of costs: 1. Schedule of Values required under Section 01292 for first 90 calendar days of

Work.

Not to be used for bidding purposes!

Page 61: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01324B-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01324B (Bid Set)

2. Submittal and acceptance of Preliminary Schedule is condition precedent to making of progress payments under Section 01294 and payments for mobilization costs otherwise provided for in the Contract.

3. No pay item Work shall commence until Preliminary Schedule and schedule of costs have been accepted by Owner.

E. Incorporated unchanged, the accepted Preliminary Schedule as first 90 calendar days of activity in Contractor’s Baseline Schedule.

F. Updated monthly during first 90 calendar days after Notice to Proceed. Updated Preliminary Schedule shall be the payment application required under Section 01294.

1.09 BASELINE SCHEDULE

A. No more than 45 calendar days after Notice to Proceed, submit the Baseline Schedule for all Work of the project. Show sequence and interdependence of all activities required for complete performance of all Work, beginning with date of Notice to Proceed and concluding with date of final completion of Contract.

B. Acceptance of the Baseline Schedule by the Owner is a condition precedent to making payments as specified in Section 01294 after the first 90 calendar days after Notice to Proceed.

1.10 WEATHER DAYS ALLOWANCE

A. Include as a separate identifiable activity on the critical path, an activity labeled "Weather Days Allowance." Insert this activity at the end of the schedule.

B. Weather Days are specified in Documents 00700 and 00800 as a day when the Contractor is prevented by inclement weather, or conditions resulting there from, from proceeding with at least 75 percent of the normal labor and equipment force for at least 5 hours toward completion of the current critical path item, or items.

C. Duration of Weather Days Allowance is specified in Documents 00700 and 00800.

D. Insert an activity in critical path to reflect weather day occurrences when weather days are experienced and accepted by Engineer. Identify this activity as a weather delay.

E. Reduce duration of Weather Days Allowance activity as weather delays are experienced and inserted into the schedule. Remaining weather days in Weather Day Allowance at completion of project is considered float.

Not to be used for bidding purposes!

Page 62: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01324B-8 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01324B (Bid Set)

F. Weather conditions that prevent or inhibit the Contractor’s performance of the Work and affect the Critical Path indicated on the Schedule shall be referred to as a Weather Day. A Weather Day is defined as the Contractor being unable to perform at least 4 hours of work on the Critical Path. The Contractor shall provide a written notice to the Engineer of the occurrence of a weather day within 2 days after the onset of such weather and shall describe in reasonable detail the type of weather encountered and the Work interfered with or interrupted. A schedule update will not suffice as a written notice. The Engineer will determine if the weather day constitutes a use of a portion of the Weather Day Allowance. After use of all the Weather Day Allowance, the Engineer will determine if the Contractor is entitled to an extension of the Contract Time due to weather conditions. Weather days are considered excusable delay as defined in this Section.

1.11 REVIEW AND ACCEPTANCE OF SCHEDULES

A. Engineer will review Baseline Schedule, Schedule Updates, Schedule Revisions, and Time Impact Analyses to ascertain compliance with specified project constraints, compliance with milestone dates, reasonableness of durations and sequence, accurate inter-relationships and completeness.

B. Engineer and Owner will issue written comments following completion of review of Baseline Schedule within 21 calendar days after receipt.

C. Written comments on review of Schedule Updates and Schedule Revisions and Time Impact Analyses will be returned to Contractor within 14 calendar days after receipt by Engineer.

D. Revise and resubmit schedule in accordance with Engineer’s comments within 7 calendar days after receipt of such comments, or request joint meeting to resolve objections.

E. If Engineer requests a meeting the Contractor and all major subcontractors must participate in the meeting with Engineer. 1. Revise and resubmit schedule within 7 calendar days after meeting.

F. Use accepted schedule for planning, organizing, and directing the work and for reporting progress.

G. Engineer’s submittal review response: 1. When schedule reflects Owner's and Contractor's agreement of project

approach and sequence, schedule will be accepted by Owner. 2. Engineer’s submittal review response for schedule submittal will be “Receipt

Acknowledged – Filed for Record” including applicable comments. 3. Acceptance of the schedules by the Owner is for general conformance with the

Contract Documents and for Owner’s planning information, and does not relieve the Contractor of sole responsibility for planning, coordinating, and executing the Work within the contract completion dates. Omissions and errors in the accepted schedules shall not excuse performance less than that required by the Contract Documents. Acceptance by the Owner in no way constitutes an evaluation or validation of the Contractor’s plan, sequence or means, methods, and techniques of construction.

Not to be used for bidding purposes!

Page 63: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01324B-9 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01324B (Bid Set)

1.12 SCHEDULE UPDATES

A. Any update: 1. Prepare update using most recent accepted version of schedule including:

a. Actual start dates of activities that have been started. b. Actual finish dates of activities that have been completed. c. Percentage of completion of activities that have been started but not

finished. d. Actual dates on which milestones were achieved. e. Update activities by inputting percent complete figures with actual dates. f. Use retained logic in preparing Schedule Updates. g. When necessary, input remaining durations for activities whose finish

dates cannot be calculated accurately with a percent complete figure only. h. Revisions to the schedule may be included that have been previously

approved as specified in this Section under Revisions to Schedule.

B. Monthly updates: 1. Submit written narrative report in conjunction with each Schedule Update

including descriptions of the following: a. Activities added to or deleted from the schedule are to adhere to cost and

other resource loading requirements. 1) Identify added activities in manner distinctly different from original

activity designations. b. Changes in sequence or estimated duration of activities. c. Current or anticipated problems and delays affecting progress, impact of

these problems and delays and measures taken to mitigate impact. d. Assumptions made and activities affected by incorporating change order

work into the schedule. 2. Submit updated schedule and materials specified under Submittal of Progress

Schedules, 5 calendar days before the monthly schedule update meeting. 3. Since Monthly Schedule Update is the application for progress payment

required as specified in Section 01294, submittal and acceptance of the monthly Schedule Update is a condition precedent to the making of any progress payments.

C. Weekly progress meeting: 1. Update the schedule prior to weekly progress meeting.

a. Identify overall progress of each Major Item of Work in the Summary Schedule.

b. If there are significant changes to the schedule, submit a written report at the weekly progress meeting.

2. Should monthly Schedule Update show project completion earlier than current Contract completion date, show early completion time as schedule activity, identified as “Project Float”.

3. Should monthly Schedule Update show project completion later than current Contract completion date, prepare and submit a Schedule Revision in accordance with the Revisions to Schedule.

Not to be used for bidding purposes!

Page 64: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01324B-10 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01324B (Bid Set)

1.13 REVISIONS TO SCHEDULE

A. Submit Revised Schedule within 5 calendar days: 1. When delay in completion of any activity or group of activities indicates an

overrun of the Contract time or milestone dates by 20 working days or 5 percent of the remaining duration, whichever is less.

2. When delays in submittals, deliveries, or work stoppages are encountered making necessary the replanning or rescheduling of activities.

3. When the schedule does not represent the actual progress of activities. 4. When any change to the sequence of activities, the completion date for major

portions of the work, or when changes occur which affect the critical path. 5. When Contract modification necessitates schedule revision, submit schedule

analysis of change order work with cost proposal.

B. Create a separate submittal for Schedule Revisions: 1. Comply with schedule updates as specified in this Section. 2. Do not submit with Schedule Updates.

C. Schedule Revisions will not be reflected in the schedule until after the revision is accepted by the Owner: 1. This includes Schedule Revisions submitted for the purpose of mitigating a

Contractor-caused project delay (Recovery Schedule).

1.14 PAYMENT REQUESTS AND CASH FLOW

A. After Baseline Schedule has been submitted and accepted by the Owner, submit on a monthly basis, a tabular and graphic report showing anticipated earnings each month of the contract period. This tabulation will be based on the summation of the cost-loaded activities each month. Submit an updated payment schedule each month showing actual earned amounts and anticipated remaining earnings.

B. Utilize cost loaded monthly Progress Schedule Updates as the applications for payment specified in Section 01294. List payment application in Excel format of all schedule activities showing cost and percentage completion during the current month for which payment is sought. Progress payments will not be made until monthly Progress Schedule Update is provided.

1.15 WEEKLY SCHEDULE

A. Submit to Engineer, at every weekly progress meeting, a 6-Week Schedule showing the activities completed during the previous week and the Contractor’s schedule of activities for following 5 weeks.

B. Use the logic and conform to the status of the current progress schedule when producing a Weekly Schedule in CPM schedule or a bar chart format. In the event that the Weekly Schedule no longer conforms to the current schedule, Contractor may be required to revise the schedule as specified in this Section.

C. The activity designations used in the Weekly Schedule must consistent with those used in the Baseline Schedule and the monthly Schedule Updates.

D. Contractor and Engineer must agree on the format of the Weekly Schedule.

Not to be used for bidding purposes!

Page 65: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01324B-11 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01324B (Bid Set)

1.16 SCHEDULE OF VALUES

A. Requirements for Schedule of Values are specified in Section 01292.

B. Submit, in conjunction with the Progress Schedule, a Schedule of Values identifying costs of all on-site construction activities as generated by the cost loaded schedule. Equate the aggregate of these costs to the Lump Sum Contract Price.

1.17 ADJUSTMENT OF CONTRACT TIMES

A. Contract Time will be adjusted only for causes specified in Contract Documents. 1. Non-excusable delay: Non-excusable delays include actions or inactions of the

Contractor, or events for which the Contractor has assumed contractual responsibility (including actions or inactions of subcontractors, suppliers, or material manufacturers at any tier) that would independently delay the completion of the Work beyond the current Contract completion date). No time extensions will be granted for non-excusable delays.

2. Excusable delay: Events which are unforeseeable, outside the control of, and without the fault or negligence of either the Owner or the Contractor (or any party for whom either is responsible), which would independently delay the completion of the Work beyond the current Contract completion date. The Contractor is entitled to a time extension only. No other damages will be approved.

3. Compensable delay: Actions or inactions of the Owner, or events for which the Owner has assumed contractual responsibility, which would independently delay the completion of the Work beyond the current Contract completion date. The Contractor is entitled to a time extension and delay damages.

4. Concurrent delay: Concurrent delay is any combination of the above 3 types of delay occurring on the same calendar date. a. Exception to concurrent delay: Cases where the combination consists of

2 or more instances of the same type of delay occurring on the same calendar date. When one cause of delay is Owner-caused or caused by an event which is beyond the control and without the fault or negligence of either the Owner or the Contractor and the other Contractor-caused, the Contractor is entitled only to a time extension and no delay damages.

B. If the Contractor believes that the Owner has impacted its work, such that the project completion date will be delayed, the Contractor must submit proof demonstrating the delay to the critical path. This proof, in the form of a Time Impact Analysis, may entitle the Contractor to an adjustment of contract time.

C. The Time Impact Analysis: 1. Use the accepted schedule update that is current relative to the time frame of

the delay event (change order, third party delay, or other Owner-caused delay). Represent the delay event in the schedule by: a. Inserting new activities associated with the delay event into the schedule, b. Revising activity logic, or c. Revising activity durations.

2. If the project schedule’s critical path and completion date are impacted as a result of adding this delay event to the schedule, a time extension equal to the magnitude of the impact may be warranted.

Not to be used for bidding purposes!

Page 66: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01324B-12 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01324B (Bid Set)

3. The Time Impact Analysis submittal must include the following information: a. A fragnet of the portion of the schedule affected by the delay event. b. A narrative explanation of the delay issue and how it impacted the

schedule. c. A CD containing the schedule file used to perform the Time Impact

Analysis.

D. When a delay to the project as a whole can be avoided by revising preferential sequencing or logic, and the Contractor chooses not to implement the revisions, the Contractor will be entitled to a time extension and no compensation for extended overhead.

E. Indicate clearly that the Contractor has used, in full, all project float available for the work involved in the request, including any float that may exist between the Contractor's planned completion date and the Contract completion date. Utilize the latest version of the Schedule Update accepted at the time of the alleged delay, and all other relevant information, to determine the adjustment of the contract time.

F. Adjustment of the Contract Times will be granted only when the Contract Float has been fully utilized and only when the revised date of completion of the Work has been pushed beyond the contract completion date. Adjustment of the Contract Times will be made only for the number of days that the planned completion of the work has been extended.

G. Actual delays in activities which do not affect the critical path work or which do not move the Contractor's planned completion date beyond the Contract completion date will not be the basis for an adjustment to the contract time.

H. If completion of the project occurs within the specified contract time, the Contractor is not entitled to job-site or home office overhead beyond the Contractor's originally planned occupancy of the site.

I. Notify Engineer of a request for contract time adjustment. Submit request as specified in Document 00700. In cases where the Contractor does not submit a request for contract time adjustment for a specific change order, delay, or Contractor request within the specified period of time, then it is mutually agreed that the particular change order, delay, or Contractor request has no time impact on the Contract completion date and no time extension is required.

J. The Engineer will, within 30 calendar days after receipt of a contract time adjustment, request any supporting evidence, review the facts and advise the Contractor in writing. 1. Include the new Progress Schedule data, if accepted by the Owner, in the next

monthly Schedule Update.

1.18 SUMMARY SCHEDULE

A. Provide Summary Schedule, which consolidates groups of activities associated with Major Items of Work shown on Baseline Schedule. Summary Schedule is intended to give an overall indication of the project schedule without a large amount of detail.

B. Submit updated Summary Schedule at weekly progress meetings and after each Schedule Update or Schedule Revision.

Not to be used for bidding purposes!

Page 67: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01324B-13 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01324B (Bid Set)

1.19 SCHEDULE OF SUBMITTALS

A. Schedule of Submittals shall include submittals required in the Contract Documents but not limited to Commissioning and Process Start-up Plans, Training Plans, test procedures, operation and maintenance manuals, shop drawings, samples, record documents, and specifically required certificates, warranties, and service agreements.

B. Preliminary Schedule of Submittals: 1. Due date: After Preliminary Schedule has been submitted and accepted by

Owner. 2. Format:

a. Include submittals anticipated in the first 90 calendar days after Notice to Proceed using early start dates.

b. Indicate week and month anticipated for each submittal. c. Indicate “Priority” submittals where review time can impact Contractor’s

schedule. 1) “Priority” indication will not alter review times specified in Section

01330. 2) Engineer will endeavor to provide early review of “Priority” submittals

where possible. 3. Submittal of Preliminary Schedule of Submittals shall be a condition precedent

to Owner making progress payments during the first 90 calendar days after Notice to Proceed.

C. Final Schedule of Submittals: 1. Due date: After Baseline Schedule has been submitted and accepted by

Owner. 2. Format:

a. Include submittals using early start dates. b. Include all submittals, including those required in the preliminary Schedule

of Submittals. c. Indicate week and month anticipated for each submittal. d. Indicate “Priority” submittals where review time can impact Contractor’s

schedule. 1) “Priority” indication will not alter review times specified in

Section 01330. 2) Engineer will endeavor to provide early review of “Priority” submittals

where possible. 3. Submittal of Final Schedule of Submittals shall be a condition precedent to

Owner making progress payments after the first 90 calendar days after Notice to Proceed.

D. Provide updated Schedule of Submittals with updated schedules if schedule revisions change listing and timing of submittals.

1.20 MANPOWER SCHEDULES

A. Due date: After Baseline Schedule has been submitted and accepted by Owner.

B. Format: 1. Schedule histogram depicting total craft manpower and craft manpower for

Contractor’s own labor forces and those of each subcontractor.

Not to be used for bidding purposes!

Page 68: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01324B-14 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01324B (Bid Set)

2. Submit electronically on a computer disk in Excel format, with 1 paper copy.

C. Progress payments after the first 90 calendar days after Notice to Proceed will not be made until manpower schedule is provided.

1.21 EQUIPMENT SCHEDULE

A. Due date: After Baseline Schedule has been submitted and accepted by Owner.

B. Format: 1. Tabular report listing each major piece of construction equipment to be used in

performing the Work. 2. Include major equipment for Contractor and each subcontractor. 3. Submit electronically on a computer disk in Excel format with 1 paper copy.

C. Progress payments after the first 90 calendar days after Notice to Proceed will not be made until equipment schedule is provided.

1.22 COMMISSIONING AND PROCESS START-UP SCHEDULE SUBMITTAL

A. Proposed Commissioning and Process Start-up Schedule: 1. Due date: As specified in Section 01756. 2. Schedule requirements: As specified in Section 01756. 3. Engineer response due within 20 calendar days of receipt. 4. Contractor responsible for updating schedule and resubmitting within

10 calendar days of receipt of Engineer and Owner comments.

B. The Commissioning and Process Start-up Schedule may not be combined with the Detailed Schedule until Engineer acceptance of the Proposed Commissioning and Process Start-up Schedule.

C. Commissioning and Process Start-up Schedule monthly update requirements: 1. Highlight percentages of completion, actual start and finish dates, and

remaining durations, as applicable. 2. Include activities not previously included in the previously accepted detail work

plan Commissioning and Process Start-up Schedule. 3. Change Order required for any change to contractual dates. 4. Reviews of these submittals by Engineer will not be construed to constitute

acceptance within the time frames, durations, or sequence of work for each added activity.

1.23 FINAL SCHEDULE SUBMITTAL

A. The final Schedule Update becomes the As-Built Schedule. 1. The As-Built Schedule reflects the exact manner in which the project was

constructed by reflecting actual start and completion dates for all activities accomplished on the project.

2. Contractor’s Project Manager and scheduler sign and certify the As-Built Schedule as being an accurate record of the way the project was actually constructed.

B. Retainage will not be released until final Schedule Update is provided.

Not to be used for bidding purposes!

Page 69: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01324B-15 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01324B (Bid Set)

PART 2 PRODUCTS

Not Used.

PART 3 EXECUTION

Not Used.

END OF SECTION

Not to be used for bidding purposes!

Page 70: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

 

Not to be used for bidding purposes!

Page 71: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01329-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01329 (Bid Set)

SECTION 01329

SAFETY PLAN

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Development and maintenance of a Construction Safety Plan.

1.02 REFERENCES

A. National Fire Protection Association (NFPA): 1. 70E - Standard for Electrical Safety in the Workplace.

B. Occupational Safety and Health Administration (OSHA).

1.03 CONSTRUCTION SAFETY PLAN

A. Detail the Methods and Procedures to comply with NFPA 70E, Federal, and Local Health and Safety Laws, Rules and Requirements for the duration of the Contract Times. Methods and procedures must also comply with the Owner’s Safety Plan. Include the following: 1. Identification of the Certified or Licensed Safety Consultant who will prepare,

initiate, maintain and supervise safety programs, and procedures. 2. Procedures for providing workers with an awareness of safety and health

hazards expected to be encountered in the course of construction. 3. Safety equipment appropriate to the safety and health hazards expected to be

encountered during construction. Include warning devices, barricades, safety equipment in public right-of-way and protected areas, safety equipment used in multi-level structures, personal protective equipment (PPE) as required by NFPA 70E.

4. Methods for minimizing employees' exposure to safety and health hazards expected during construction.

5. Procedures for reporting safety or health hazards. 6. Procedures to follow to correct a recognized safety and health hazard. 7. Procedures for investigation of accidents, injuries, illnesses, and unusual

events that have occurred at the construction site. 8. Periodic and scheduled inspections of general work areas and specific

workstations. 9. Training for employees and workers at the jobsite. 10. Methods of communication of safe working conditions, work practices and

required personal protection equipment. 11. Provision of a site specific emergency action and evaluation plan. 12. Verify safety plan includes reference to and compliance with latest Owner

safety policies.

Not to be used for bidding purposes!

Page 72: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01329-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01329 (Bid Set)

B. Assume sole responsibility for every aspect of Health and Safety on the jobsite, including the health and safety of subcontractors, suppliers, and other persons on the jobsite: 1. Forward available information and reports to the Safety Consultant who shall

make the necessary recommendations concerning worker health and safety at the jobsite.

2. Employ additional health and safety measures specified by the Safety Consultant, as necessary, for workers in accordance with OSHA guidelines.

C. Transmit to Owner and Engineer copies of reports and other documents related to accidents or injuries encountered during construction.

PART 2 PRODUCTS

Not Used.

PART 3 EXECUTION

Not Used.

END OF SECTION

Not to be used for bidding purposes!

Page 73: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01330-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01330 (Bid Set)

SECTION 01330

SUBMITTAL PROCEDURES

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Requirements and procedures for submittals.

B. Related sections: 1. Section 01260 - Contract Modification Procedures. 2. Section 01292 - Schedule of Values. 3. Section 01324B - Progress Schedules and Reports. 4. Section 01600 - Product Requirements. 5. Section 01770 - Closeout Procedures. 6. Section 01782 - Operation and Maintenance Data. 7. Section 16222 - Low Voltage Motors Up to 500 Horsepower.

1.02 REFERENCES

A. NSF International: 1. NSF 61 - Drinking Water System Components - Health Effects.

1.03 DEFINITIONS

A. Certificates: Describe certificates that document affirmations by the Contractor or other entity that the work is in accordance with the Contract Documents.

B. Extra stock materials: Describe extra stock materials to be provided for the Owner's use in facility operation and maintenance.

C. Maintenance material submittals: Use this article to categorize maintenance materials submittals requiring no Engineer action other than confirmation of receipt under an explanatory heading.

D. Manufacturer's instructions: Instructions, stipulations, directions, and recommendations issued in printed form by the manufacturer of a product addressing handling, installation, erection, and application of the product; manufacturer's instructions are not prepared especially for the Work.

E. Product data: Product data usually consists of manufacturers' printed data sheets or catalog pages illustrating the products to be incorporated into the project.

F. Samples: Samples are full-size actual products intended to illustrate the products to be incorporated into the project. Sample submittals are often necessary for such characteristics as colors, textures, and other appearance issues.

Not to be used for bidding purposes!

Page 74: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01330-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01330 (Bid Set)

G. Spare parts: Describe spare parts necessary for the Owner's use in facility operation and maintenance; identify the type and quantity here, but include the actual characteristics of the spare parts in Product as part of the specification of the product.

H. Shop drawings: Shop drawings are prepared specifically for the project to illustrate details, dimensions, and other data necessary for satisfactory fabrication or construction that are not shown in the contract documents. Shop drawings could include graphic line-type drawings, single-line diagrams, or schedules and lists of products and their application.

I. Submittals: Submittals are samples, product data, shop drawings, and others that demonstrate how Contractor intends to conform with the Contract Documents.

J. Tools: Tools are generally defined as items such as special wrenches, gauges, circuit setters, and other similar devices required for the proper operation or maintenance of a system that would not normally be in the Owner's tool kit.

1.04 GENERAL INSTRUCTIONS

A. Certification: Contractor is responsible to determine and verify all field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data, and check and coordinate each item with other applicable approved shop drawings and all Contract requirements.

B. Provide submittals that are specified or reasonably required for construction, operation, and maintenance of the Work.

C. Where multiple submittals are required, provide a separate submittal for each specification section. 1. In order to expedite construction, the Contractor may make more than

1 submittal per specification section, but a single submittal may not cover more than 1 specification section:

2. The only exception to this requirement is when 1 specification section covers the requirements for a component of equipment specified in another section.

3. For example, circuit breakers are a component of switchgear. The switchgear submittal must also contain data for the associated circuit breakers, even though they are covered in a different specification section.

D. Edit all submittals so that the submittal specifically applies to only the equipment furnished. Neatly cross out all extraneous text, options, models, etc. that do not apply to the equipment being furnished, so that the information remaining is only applicable to the equipment being furnished.

E. Prepare submittals in the English language. Do not include information in other languages.

F. Present measurements in customary American units (feet, inches, pounds, etc.).

G. Must be clear and legible, and of sufficient size for presentation of information.

H. Minimum page size will be 8 1/2 inches by 11 inches: 1. Maximum page size will be 11 inches by 17 inches.

Not to be used for bidding purposes!

Page 75: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01330-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01330 (Bid Set)

I. Show dimensions, construction details, wiring diagrams, controls, manufacturers, catalog numbers, and all other pertinent details.

J. Provide submittal information from only 1 manufacturer for a specified product. Submittals with multiple manufacturers for 1 product will be rejected without review.

K. Indicate project designated equipment tag numbers from P&IDs for submittal of devices, equipment, and assemblies.

1.05 SUBMITTAL ORGANIZATION

A. Fully indexed with bookmarks for every section.

B. Sequentially number pages within the tabbed sections: 1. Submittals that are not fully indexed and tabbed with sequentially numbered

pages, or are otherwise unacceptable, will be returned without review.

C. Organize submittals in exactly the same order as the items are referenced, listed, and/or organized in the specification section.

D. For submittals that cover multiple devices used in different areas under the same specification section, the submittal for the individual devices must list the area where the device is used.

E. Attachments: 1. Specification section: Include with each submittal a copy of the relevant

specification section. a. Indicate in the left margin, next to each pertinent paragraph, either

compliance with a check (√) or deviation with a consecutive number (1, 2, 3).

b. Provide a list of all numbered deviations with a clear explanation and reason for the deviation.

2. Drawings: Include with each submittal a copy of the relevant Drawing, including relevant addendum updates. a. Indicate either compliance with a check (√) or deviation with a consecutive

number (1, 2, 3). b. Provide a list of all numbered deviations with a clear explanation and

reason for the deviation. c. Provide field dimensions and relationship to adjacent or critical features of

the Work or materials.

F. Contractor: Prepare submittal information in sufficient detail to show compliance with specified requirements. 1. Determine and verify quantities, field dimensions, product dimensions,

specified design and performance criteria, materials, catalog numbers, and similar data.

2. Coordinate submittal with other submittals and with the requirements of the Contract Documents.

3. Check, verify, and revise submittals as necessary to bring them into conformance with Contract Documents and actual field conditions.

Not to be used for bidding purposes!

Page 76: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01330-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01330 (Bid Set)

1.06 SUBMITTAL METHOD AND FORMAT

A. Submittals in electronic media format: 1. General: Provide all information in PC-compatible format using Windows®

operating system as utilized by the Owner and Engineer. 2. Text: Provide text documents and manufacturer’s literature in Portable

Document Format (PDF). 3. Graphics: Provide graphic submittals (drawings, diagrams, figures, etc)

utilizing Portable Document Format (PDF). 4. Contractor using other software shall be required to provide to the Engineer

conclusive evidence of 100-percent data transfer compatibility.

1.07 SUBMITTAL PROCEDURE

A. Engineer: Review submittal and provide response: 1. Review description:

a. Engineer will be entitled to rely upon the accuracy or completeness of designs, calculations, or certifications made by licensed professionals accompanying a particular submittal whether or not a stamp or seal is required by Contract Documents or Laws and Regulations.

b. Engineer's review of submittals shall not release Contractor from Contractor's responsibility for performance of requirements of Contract Documents. Neither shall Engineer's review release Contractor from fulfilling purpose of installation nor from Contractor's liability to replace defective work.

c. Engineer's review of shop drawings, samples, or test procedures will be only for conformance with design concepts and for compliance with information given in Contract Documents.

d. Engineer's review does not extend to: 1) Accuracy of dimensions, quantities, or performance of equipment

and systems designed by Contractor. 2) Contractor's means, methods, techniques, sequences, or procedures

except when specified, indicated on the Drawings, or required by Contract Documents.

3) Safety precautions or programs related to safety which shall remain the sole responsibility of the Contractor.

e. Engineer can Approve or Not Approve any exception at their sole discretion.

2. Review timeframe: a. Except as may be provided in technical specifications, a submittal will be

returned within 30 days. b. When a submittal cannot be returned within the specified period, Engineer

will, within a reasonable time after receipt of the submittal, give notice of the date by which that submittal will be returned.

c. Engineer’s acceptance of progress schedule containing submittal review times less than those specified or agreed to in writing by Engineer will not constitute Engineer’s acceptance of review times.

d. Critical submittals: 1) Contractor will notify Engineer in writing that timely review of a

submittal is critical to the progress of Work.

Not to be used for bidding purposes!

Page 77: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01330-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01330 (Bid Set)

3. Schedule delays: a. No adjustment of Contract Times or Contract Price will be allowed due to

Engineer’s review of submittals, unless all of the following criteria are met: 1) Engineer has failed to review and return first submission within the

agreed upon time frame. 2) Contractor demonstrates that delay in progress of Work is directly

attributable to Engineer’s failure to return submittal within time indicated and accepted by Engineer.

4. Review response will be returned to Contractor with one of the following dispositions: a. Approved:

1) No Exceptions: a) There are no notations or comments on the submittal and the

Contractor may release the equipment for production. 2) Make Corrections Noted - See Comments:

a) The Contractor may proceed with the work, however, all notations and comments must be incorporated into the final product.

b) Resubmittal not required. 3) Make Corrections Noted - Confirm:

a) The Contractor may proceed with the work, however, all notations and comments must be incorporated into the final product.

b) Submit confirmation specifically addressing each notation or comment to the Engineer within 15 calendar days of the date of the Engineer’s transmittal requiring the confirmation.

b. Not approved: 1) Correct and resubmit:

a) Contractor may not proceed with the work described in the submittal.

b) Contractor assumes responsibility for proceeding without approval.

c) Resubmittal of complete submittal package is required within 30 calendar days of the date of the Engineer’s submittal review response.

2) Rejected - See Remarks: a) Contractor may not proceed with the work described in the

submittal. b) The submittal does not meet the intent of the Contract

Documents. Resubmittal of complete submittal package is required with materials, equipment, methods, etc. that meet the requirements of the Contract Documents.

c. Receipt acknowledged: Filed for record: 1) This is used in acknowledging receipt of informational submittals that

address means and methods of construction such as schedules and work plans, conformance test reports, health and safety plans, etc.

B. Contractor: Prepare resubmittal, if applicable: 1. Clearly identify each correction or change made.

Not to be used for bidding purposes!

Page 78: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01330-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01330 (Bid Set)

2. Include a response in writing to each of the Engineer’s comments or questions for submittal packages that are resubmitted in the order that the comments or questions were presented throughout the submittal and numbered consistent with the Engineer’s numbering. a. Acceptable responses to Engineer’s comments are listed below:

1) “Incorporated” Engineer’s comment or change is accepted and appropriate changes are made.

2) “Response” Engineer’s comment not incorporated. Explain why comment is not accepted or requested change is not made. Explain how requirement will be satisfied in lieu of comment or change requested by Engineer.

b. Reviews and resubmittals: 1) Contractor shall provide resubmittals which include responses to all

submittal review comments separately and at a level of detail commensurate with each comment.

2) Contractor responses shall indicate how the Contractor resolved the issue pertaining to each review comment. Responses such as “acknowledged” or “noted” are not acceptable.

3) Resubmittals which do not comply with this requirement may be rejected and returned without review.

4) Contractor shall be allowed no extensions of any kind to any part of their contract due to the rejection of non-compliant submittals.

5) Submittal review comments not addressed by the Contractor in resubmittals shall continue to apply whether restated or not in subsequent reviews until adequately addressed by the Contractor to the satisfaction of the reviewing and approving authority.

c. Any resubmittal that does not contain responses to the Engineer’s previous comments shall be returned for Revision and Resubmittal. No further review by the Engineer will be performed until a response for previous comments has been received.

3. Resubmittal timeframe: a. Contractor shall provide resubmittal within 15 days. b. When a resubmittal cannot be returned within the specified period,

Contractor shall notify Engineer in writing. 4. Review costs:

a. Costs incurred by Owner as a result of additional reviews of a particular submittal after the second time it has been reviewed shall be borne by Contractor.

b. Reimbursement to Owner will be made by deducting such costs from Contractor's subsequent progress payments.

1.08 SHOP DRAWINGS

A. Contractor to field verify elevation, coordinates, and pipe material for pipe tie-in to pipeline or structure prior to the preparation of shop drawings.

B. Details: 1. Fabrication drawings: Drawn to scale and dimensioned. 2. Front, side, and, rear elevations, and top and bottom views, showing all

dimensions. 3. Locations of conduit entrances and access plates. 4. Component layout and identification.

Not to be used for bidding purposes!

Page 79: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01330-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01330 (Bid Set)

5. Weight. 6. Finish. 7. Temperature limitations, as applicable. 8. Nameplate information.

C. Minor or incidental products and equipment schedules: 1. Details:

a. Shop Drawings of minor or incidental fabricated products will not be required, unless requested.

b. Submit tabulated lists of minor or incidental products showing the names of the manufacturers and catalog numbers, with Product Data and Samples as required to determine acceptability.

1.09 PRODUCT DATA

A. Details: 1. Supplier name and address. 2. Subcontractor name and address.

B. Include: 1. Catalog cuts. 2. Bulletins. 3. Brochures. 4. Manufacturer’s Certificate of Compliance: Signed by product manufacturer

along with supporting reference data, affidavits, and tests, as appropriate. 5. Manufacturer’s printed recommendations for installation of equipment. 6. Quality photocopies of applicable pages from manufacturer’s documents.

C. Motor Data Sheet: 1. Provide completed Motor Data Sheet as specified in Section 16222, for every

motor furnished as part of the associated equipment submittal.

D. Test reports including the following information: 1. Test description. 2. List of equipment used. 3. Name of the person conducting the test. 4. Date and time the test was conducted. 5. Ambient temperature and weather conditions. 6. All raw data collected. 7. Calculated results. 8. Clear statement if the test passed or failed the requirements stated in Contract

Documents. 9. Signature of the person responsible for the test.

E. Certificates: 1. As specified in technical sections. 2. For products that will be in contact with potable water, submit evidence from a

nationally recognized laboratory that the products comply with the requirements of the NSF 61 standard.

Not to be used for bidding purposes!

Page 80: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01330-8 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01330 (Bid Set)

1.10 SAMPLES

A. Details: 1. Submit labeled samples. 2. Samples will not be returned. 3. Provide samples from manufacturer’s standard colors, materials, products, or

equipment lines. a. Clearly label samples to indicate any that represent non-standard colors,

materials, products, or equipment lines and that if selected, will require an increase in Contract Time or Contract Price.

4. Provide number of sample submittals as below: a. Total: 3 minimum.

1) Owner: 1. 2) Engineer: 2. 3) Contractor: None.

B. Field samples: 1. As specified in technical sections.

1.11 DESIGN CALCULATIONS

A. Defined in technical sections: 1. Calculations must bear the original seal and signature of a Professional

Engineer licensed in the state where the project is located and who provided responsible charge for the design.

1.12 SCHEDULES

A. Progress schedules: As specified in Section 01324B. 1. Each schedule submittal specified in these Contract Documents shall be

submitted as a native backed-up file (.xer) of the scheduling program as specified in Section 01324B.

2. The schedule and all required reports shall also be submitted as a PDF file. 3. Schedule of values: As specified in Section 01292. 4. Schedule of submittals: As specified in Section 01324B.

A. Progress reports and quantity charts: 1. As specified in Section 01324B.

1.13 REQUESTS FOR SUBSTITUTIONS (RFS)

A. As specified in Section 01600.

1.14 REQUESTS FOR INFORMATION (RFI)

A. As specified in Section 01260.

1.15 CONTRACTOR’S PROFESSIONAL ENGINEER (P.E.) CERTIFICATION FORM

A. Submit a completed Contractor’s P.E. Certification Form, provided in this Section, to comply with technical sections requirement for a professional engineer’s certification from an engineer licensed in the state the project is located.

Not to be used for bidding purposes!

Page 81: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01330-9 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01330 (Bid Set)

1.16 CLOSEOUT SUBMITTALS

A. Provide closeout submittals as specified in Section 01770.

B. Operation and Maintenance Manuals: final documents shall be submitted as specified in Section 01782.

C. Extra materials, spare parts, etc.: Submittal forms shall indicate when actual materials are submitted.

PART 2 PRODUCTS Not Used.

PART 3 EXECUTION Not Used.

END OF SECTION

Not to be used for bidding purposes!

Page 82: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01330-10 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01330 (Bid Set)

APPENDIX A

CONTRACTOR’S P.E. CERTIFICATION FORM Not to be used for bidding purposes!

Page 83: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01330-11 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01330 (Bid Set)

DOCUMENT 01330 CONTRACTOR’S P.E. CERTIFICATION FORM

Owner: Click here to enter text. Date: MM/DD/YYYY.

Contractor: Click here to enter text. Registration State: Click here to enter text.

Project Name: Click here to enter text. Project No.: 00000.00. Responsibilities: Click here to enter text. Spec Section: Click here to enter text.

Statement of Certification

The undersigned hereby certifies that he/she is a professional engineer registered in the State of and that he/she has been employed by

The undersigned further certifies that he/she has performed the said design in conformance with all applicable local, state, and federal codes, rules, and regulations; and, that his/her signature and P.E. stamp have been affixed to all calculation and drawings used in, and resulting from, the design.

The undersigned hereby agrees to make all original design drawings and calculations available to:

Click here to enter text.

(Name of Owner, or Owner’s representative within 7 days of receiving a written request by the Owner.)

Prof. Engineer Signature: Date:

Printed Name: Company Name:

Contractor’s Signature: Date:

Printed Name:

Not to be used for bidding purposes!

Page 84: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01330-12 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01330 (Bid Set)

APPENDIX B

CONTRACTOR SUBMITTAL TRANSMITTAL FORM Not to be used for bidding purposes!

Page 85: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01330-13 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01330 (Bid Set)

DOCUMENT 01330 CONTRACTOR SUBMITTAL TRANSMITTAL FORM

Owner: Click here to enter text. Date: MM/DD/YYYY

Contractor: Click here to enter text. Project No.: XXXXX.XX

Project Name: Click here to enter text. Submittal Number: 000

Submittal Title: Click here to enter text.

To: Click here to enter text.

From: Click here to enter text. Click here to enter text.

Click here to enter text. Click here to enter text.

Specification No. and Subject of Submittal / Equipment Supplier

Spec ##: Spec ##. Subject: Click here to enter text.

Authored By: Click here to enter text. Date Submitted: XX/XX/XXXX

Submittal Certification

Check Either (A) or (B): (A) We have verified that the equipment or material contained in this submittal meets all

the requirements specified in the project manual or shown on the contract drawings with no exceptions.

(B) We have verified that the equipment or material contained in this submittal meets all the requirements specified in the project manual or shown on the contract drawings except for the deviations listed.

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

General Contractor’s Reviewer’s Signature:

Printed Name:

In the event, Contractor believes the Submittal response does or will cause a change to the requirements of the Contract, Contractor shall immediately give written notice stating that Contractor considers the response to be a Change Order.

Firm: Click here to enter text. Signature: Date Returned: XX/XX/XXXX

PM/CM Office Use

Date Received GC to PM/CM:

Date Received PM/CM to Reviewer:

Date Received Reviewer to PM/CM:

Date Sent PM/CM to GC:

Not to be used for bidding purposes!

Page 86: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

 

Not to be used for bidding purposes!

Page 87: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01340-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01340 (Bid Set)

SECTION 01340

PHOTOGRAPHIC AND VIDEOGRAPHIC DOCUMENTATION

PART 1 GENERAL

1.01 SUMMARY

A. Section includes requirements for photographs and videos.

B. The purpose of the photographs and videos is to document the condition of the facilities prior to the Contractor beginning work at the Project site, the progress of the Work, and the Project site after Substantial Completion of the Work.

C. The scope of the photographic and videographic documentation shall be the sole responsibility of the Contractor, but shall be acceptable to the Engineer.

D. Related sections: 1. Section 01312 - Project Meetings. 2. Section 01770 - Closeout Procedures.

1.02 SUBMITTALS

A. Photographer qualifications.

B. Pre-construction photographs and videos: Submit prior to beginning work at the Project site or prior to the Preconstruction Conference specified in Section 01312, whichever occurs earlier.

C. Construction photographs and videos: Submit with each application for payment.

D. Post-construction photographs and videos: Submit with project closeout documents as specified in Section 01770.

1.03 PHOTOGRAPHER

A. Photographer qualified and equipped to photograph either interior or exterior exposures, with lenses ranging from wide angle to telephoto.

B. Submit example work of previous photographs and video recording meeting the requirements of this Section. 1. Provide to Engineer no later than the pre-construction conference. 2. Provide photographs used for site examination. 3. Provide video of site examination. 4. Provide samples that used same camera and lighting equipment proposed for

the Work. 5. Engineer will review work examples to determine if the quality of the images is

acceptable. 6. Contractor is responsible for modifications to equipment and/or inspection

procedures to achieve report material of acceptable quality. 7. Do not commence Work prior to approval of the material by the Engineer.

Not to be used for bidding purposes!

Page 88: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01340-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01340 (Bid Set)

8. Once accepted, the standard report material shall serve as a standard for the remaining work.

1.04 KEY PLAN

A. Submit key plan of Project site with notation of vantage points marked for location and direction of each photograph.

B. Include the same label information as the corresponding set of photographs.

1.05 PHOTOGRAPHS

A. Provide prints of each photograph for each area of Work.

B. Provide a digital copy of each photograph for each area of Work. 1. Monthly: Indexed digital CD. 2. Project record documents:

a. Catalog and index prints in chronological sequence. b. Include typed table of contents.

1.06 PRE-CONSTRUCTION PHOTOGRAPHS AND VIDEOS

A. Provide photographs and video of the condition entire site including each area of Work prior to the start of Work. 1. Areas to be photographed and videoed shall include the site of the Work and

all existing facilities, either on or adjoining the Project site, including the interior of existing structures, that could be damaged as a result of the Contractor’s Work.

2. Include general condition, structures, vegetation, staging, storing, working, parking areas and excavation areas.

1.07 CONSTRUCTION PHOTOGRAPHS AND VIDEOS

A. Provide photographs and videos of construction in each area of Work throughout progress of Work including a key plan designating where each photograph was taken.

B. Take site and interior photographs and videos from differing directions of building demolition, pre-excavation, footing excavation, soil testing, utility crossings, installation of bypass piping, excavation of access pits, installation of lining system in pipes, rehabilitation of manholes, building modifications, utilities, electrical and instrumentation modifications, and other applicable activities indicating relative progress of the work.

C. Take photos a maximum of 7 calendar days prior to submittal.

1.08 POST-CONSTRUCTION PHOTOGRAPHS AND VIDEOS

A. Provide photographs of the entire site including each area of Work at the completion of Work. 1. Include general condition, structures, vegetation, staging, storing, working,

parking areas and excavation areas.

Not to be used for bidding purposes!

Page 89: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01340-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01340 (Bid Set)

2. Take photos and video from same points in same direction as pre-construction examination.

B. Submittal of photos and videos is a condition of final payment.

PART 2 PRODUCTS

2.01 MEDIA

A. Paper media: 1. Commercial grade, glossy surface, acid-free photographic paper. 2. Submit 3 prints of each photographic view within 7 days of taking photographs. 3. Format:

a. Ground photos: Color, matte finish, 8-1/2-inch by 11-inch size, mounted on soft card stock.

b. Aerial photos: Color, matte finish, 11-inch by 17-inch size, mounted on soft card stock.

c. Mount each print in a separate, archival type, non-glare, 3-hole punched protector.

4. Identification: On photograph, provide the following information: a. Name of project. b. Date stamp: Unless otherwise indicated, date and time stamp each

photograph as it is being taken so stamp is integral to photograph. c. Description of vantage point, indicating location and direction by compass

point. 5. Provide a suitably sized 3-ring binder for each set of prints.

a. Furnish binders in sufficient quantities to hold entire set of prints taken for the duration of the Contract.

b. Label binder spine and front with project name.

B. Digital media: 1. 120 millimeters, 700-MB, 80-minute CD compatible with current Microsoft

Windows. 2. Provide photos as individual, indexed JPG files with the following

characteristics: a. Compression shall be set to preserve quality over file size. b. Highest resolution JPG images shall be submitted. Resizing to a smaller

size when high resolution JPGs are available shall not be permitted. c. JPG image resolution shall be 5 megapixels at 2,400 by 1,800 or higher. d. Images shall have rectangular clean images. Artistic borders, beveling,

drop shadows, etc., are not permitted. 3. Identification: On photograph, provide the following information:

a. Name of project. b. Date stamp: Unless otherwise indicated, date and time stamp each

photograph as it is being taken so stamp is integral to photograph. c. Description of vantage point, indicating location and direction by compass

point.

C. Videos: 1. DVD compatible, 120 millimeters, formatted for use with PC systems. 2. Video quality shall be 720p HD or greater in MPG, AVCHD, AVI, or MP4

format.

Not to be used for bidding purposes!

Page 90: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01340-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01340 (Bid Set)

3. Digital color video format. 4. Provide audio portion of the composite CD sufficiently free from electrical

interference and background noise to provide complete intelligibility of oral report.

5. Identification: On each copy provide a label with the following information: a. Name of project. b. Date video was recorded.

6. Submit 4 copies of each video within 7 days of recording.

PART 3 EXECUTION

3.01 GENERAL

A. Videos: 1. Display continuous running time. 2. At start of each video recording, record weather conditions from local

newspaper or television and the actual temperature reading at Project site.

END OF SECTION

Not to be used for bidding purposes!

Page 91: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01350-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01350 (Bid Set)

SECTION 01350

SPECIAL PROCEDURES

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Special procedures for locating and verifying concealed existing facilities.

1.02 CONCEALED EXISTING FACILITIES

A. Verify locations of utilities and facilities which may exist by consulting with the Owner, utility companies, and JULIE or other service available in area of Project: 1. Abide by easement and right-of-way restrictions.

B. Perform exploratory vacuum excavation potholing, as necessary to more accurately identify location, depth, configuration, and utility service in congested utility areas prior to preparation of shop drawings and subsequent excavation. 1. Potholing shall be backfilled immediately after purpose has been satisfied and

the surface restored and maintained in a manner satisfactory to Engineer. 2. Adjustments in construction methods shall be made to accommodate utility

location information gained from potholing as necessary to protect existing utilities and maintain plant in operations.

3. Note that installation of all underground yard piping and utilities in this project are considered to be installed in congested utility areas.

4. Some variation from the conditions indicated on the Drawings is to be expected.

C. Notify the Owner, owners of facilities when the Work will be in progress. Make arrangements for potential emergency repairs in accordance with requirements of owners of utility facilities, including individual or residential facilities.

D. Assume responsibility for repair of facilities damaged by performance of the Work.

E. Expose sanitary and storm sewers, water, gas, electric, telephone utility lines, and other underground facilities indicated to permit survey location prior to commencement of Work in affected area: 1. Expose in ample time to permit relocation of interfering utilities with minimum

delaying effect on Contract Time.

F. Work required for raising, lowering, or relocating utilities not indicated will be performed by affected utility owners or as part of the Work at option of affected owners of utilities: 1. When part of the Work, perform work in accordance with standards of affected

utility owner, and adjustment to Contract Price and Contract Times will be made as stipulated in conditions of Contract.

Not to be used for bidding purposes!

Page 92: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01350-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01350 (Bid Set)

PART 2 PRODUCTS Not Used.

PART 3 EXECUTION Not Used.

END OF SECTION

Not to be used for bidding purposes!

Page 93: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01410-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01410 (Bid Set)

SECTION 01410

REGULATORY REQUIREMENTS

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Regulatory authorities and codes.

1.02 AUTHORITIES HAVING JURISDICTION

A. Building Department: City of Rockford, Illinois.

B. Fire Department: City of Rockford, Illinois.

1.03 APPLICABLE CODES

A. International Code Council (ICC). 1. Building code:

a. International Building Code (IBC), 2015. 1) City of Rockford amendments.

b. International Existing Building Code (IEBC), 2015. 1) City of Rockford amendments.

2. Electrical code: a. National Fire Protection Association (NFPA), NFPA 70: National Electrical

Code (NEC), 2014. 1) City of Rockford amendments

3. Energy code: a. International Energy Conservation Code (IECC), 2015.

1) City of Rockford amendments. 4. Fire code:

a. International Fire Code (IFC), 2015. 1) City of Rockford amendments.

5. Fuel gas code: a. International Fuel Gas Code (IFGC) – 2015.

1) City of Rockford amendments. 6. Mechanical code:

a. International Mechanical Code (IMC), 2015. 1) City of Rockford amendments.

B. State of Illinois Illinois: 1) Plumbing code:

b. Illinois Plumbing Code (IPC), 2014. 1) City of Rockford amendments.

C. National Fire Protection Assocation (NFPA), NFPA 820: 1. Standard for Fire Protection in Wastewater Treatment and Collection Facilities,

2016.

Not to be used for bidding purposes!

Page 94: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01410-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01410 (Bid Set)

PART 2 PRODUCTS

Not Used.

PART 3 EXECUTION

Not Used.

END OF SECTION

Not to be used for bidding purposes!

Page 95: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01424-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01424 (Bid Set)

SECTION 01424

ABBREVIATIONS AND ACRONYMS

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Abbreviations and meanings.

1.02 INTERPRETATIONS

A. Interpret abbreviations by context in which abbreviations are used.

1.03 ABBREVIATIONS

A. Abbreviations used to identify reference standards:

AA Aluminum Association AABC Associated Air Balance Council AAMA Architectural Aluminum Manufacturers Association AAN American Association of Nurserymen AASHTO American Association of State Highway and Transportation Officials ABC Associated Air Balance Council AATCC American Association of Textile Chemists and Colorists. ABMA American Bearing Manufacturers' Association

(formerly AFBMA, Anti-Friction Bearing Manufacturers' Association) ABPA Acoustical and Board Products Association ACGIH American Conference of Government Industrial Hygienists ACI American Concrete Institute ACIL American Council of Independent Laboratories ADC Air Diffusion Council ABMA American Bearing Manufacturers' Association

(formerly AFBMA, Anti-Friction Bearing Manufacturers' Association) AGA American Gas Association AGC Associated General Contractors AGMA American Gear Manufacturers' Association AHRI Air-Conditioning, Heating, and Refrigeration Institute AI Asphalt Institute AIA American Institute of Architects AIMA Acoustical and Insulating Materials Association AISC American Institute of Steel Construction AISI American Iron and Steel Institute AITC American Institute of Timber Construction AMCA Air Moving and Conditioning Association International, Inc. AMG Arizona Masonry Guild ANSI American National Standards Institute APA American Plywood Association API American Petroleum Institute ASAHC American Society of Architectural Hardware Consultants ASCE American Society of Civil Engineers

Not to be used for bidding purposes!

Page 96: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01424-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01424 (Bid Set)

ASHRAE American Society of Heating, Refrigeration and Air Conditioning Engineers

ASME American Society of Mechanical Engineers ASTM ASTM International AWI Architectural Woodwork Institute AWPA American Wood Protection Association AWPI American Wood Preservers Institute AWS American Welding Society AWSC American Welding Society Code AWWA American Water Works Association

BHMA Builders Hardware Manufacturers Association BIA Brick Institute of America BSI Building Stone Institute

CFR United States Code of Federal Regulations CLFMI Chain Link Fence Manufacturers Institute CPSC U.S. Consumer Product Safety Commission CRI Carpet and Rug Institute CRSI Concrete Reinforcing Steel Institute CS Commercial Standards CSA CSA International CSI Construction Specifications Institute CTI Ceramic Tile Institute

DHI Door and Hardware Institute

EIFS Exterior Insulation and Finish System EJCDC Engineers Joint Contract Documents Committee EPA United States Environment Protection Agency

FDA Food and Drug Administration FGMA Flat Glass Marketing Association FHWA Federal Highway Administration FIA Factory Insurance Association FM FM (Factory Mutual) Global FS Federal Specifications FTI Facing Tile Institute

GA Gypsum Association HI Hydraulic Institute HMMA Hollow Metal Manufacturers Association

IAPMO International Association of Plumbing and Mechanical Officials ICBO International Conference of Building Officials ICC International Code Council ICEA Insulated Cable Engineer’s Association ICRI International Concrete Repair Institute IEC International Electrotechnical Commission IEEE Institute of Electrical and Electronics Engineers ISA International Society of Automation

Not to be used for bidding purposes!

Page 97: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01424-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01424 (Bid Set)

ISO International Organization for Standardization JIC Joint Industrial Council

MIA Marble Institute of America ML/SFA Metal Lath/Steel Framing Association MS Military Specifications

NAAMM National Association of Architectural Metal Manufacturers NACE NACE International NAPA National Asphalt Pavement Association NAVFAC Department of the Navy Facilities Engineering Command NBHA National Builders Hardware Association NCMA National Concrete Masonry Association NEBB National Environmental Balancing Bureau NEC National Electrical Code NECA National Electrical Contractors Association NETA InterNational Electrical Testing Association NEMA National Electrical Manufacturers Association NFPA National Fire Protection Association NFPA National Forest Products Association NIOSH National Institute for Occupational Safety and Health NIST National Institute of Standards and Technology NMWIA National Mineral Wool Insulation Association NPCA National Paint and Coatings Association NRCA National Roofing Contractors Association NSF NSF International NTMA National Terrazzo and Mosaic Association NWMA National Woodwork Manufacturer's Association OSHA Occupational Safety and Health Administration

PCA Portland Cement Association PCI Prestressed Concrete Institute PDCA Paint and Decorating Contractors of America PDI Plumbing and Drainage Institute PEI Porcelain Enamel Institute PS Product Standard

RCSC Research Council on Structural Connections RILEM International Union of Testing and Research Laboratories for

Materials and Structures RTI Resilient Tile Institute

SAE SAE International SCPA Structural Clay Products Association SDI Steel Door Institute SIGMA Sealed Insulating Glass Manufacturers Association SJI Steel Joist Institute SMACNA Sheet Metal and Air Conditioning Contractors National Association SSPC Society for Protective Coatings

Not to be used for bidding purposes!

Page 98: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01424-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01424 (Bid Set)

TABB Testing, Adjusting, and Balancing Bureau TCA Tile Council of America

UL Underwriters Laboratories, Inc. UNS Unified Numbering System USDA United States Department of Agriculture USACE U.S. Army Corps of Engineers USEPA U.S, Environmental Protection Agency

VA Vermiculite Association

WCLA West Coast Lumberman's Association WCLIB West Coast Lumber Inspection Bureau WPA Western Pine Association WPOA Western Plumbing Officials Association WRC Welding Research Council WSCPA Western States Clay Products Association WWPA Western Wood Products Association

B. Abbreviations used in Specifications and Drawings:

a year or years (metric unit) A ampere or amperes am ante meridian (before noon) ac alternating current ac-ft acre-foot or acre-feet atm atmosphere AWG American Wire Gauge

bbl barrel or barrels bd board bhp brake horsepower BIL basic impulse insulation level bil gal billion gallons BOD biochemical oxygen demand Btu British thermal unit or units Btuh British thermal units per hour bu bushel or bushels BV bed volume(s)

C degrees Celsius cal calorie or calories cap capita cd candela or candelas cfm cubic feet per minute Ci curie or curies CIPP Cured-in-Place Pipe cm centimeter or centimeters cmu concrete masonry unit CO carbon monoxide Co. Company CO2 carbon dioxide

Not to be used for bidding purposes!

Page 99: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01424-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01424 (Bid Set)

COD chemical oxygen demand Corp. Corporation counts/min counts per minute cu cubic cu cm cubic centimeter or centimeters cu ft cubic foot or feet cu ft/day cubic feet per day cu ft/hr cubic feet per hour cu ft/min cubic feet per minute cu ft/sec cubic feet per second cu in cubic inch or inches cu m cubic meter or meters cu yd cubic yard or yards

d day (metric units) day day (English units) db decibels D/d column diameter to particle diameter ratio DB dry bulb (temperature) dc direct current diam diameter DO dissolved oxygen DS dissolved solids

EBCT empty bed contact time EER energy efficiency ratio emf electromotive force

fpm feet per minute F degrees Fahrenheit ft feet or foot fc foot-candle or foot candles ft/day feet per day ft/hr feet per hour ft/min feet per minute ft/sec feet per second

g gram or grams G gravitational force gal gallon or gallons gal/day gallons per day gal/min gallons per minutes gal/sec gallons per second gfd gallons per square foot per day g/L grams per liter gpd gallons per day gpd/ac gallons per day per acre gpd/cap gallons per day per capita gpd/sq ft gallons per day per square foot gph gallons per hour gpm gallons per minute gpm/sq ft gallons per minute per square foot

Not to be used for bidding purposes!

Page 100: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01424-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01424 (Bid Set)

gps gallons per second g/cm3 grams per cubic centimeter

h hour or hours (metric units) ha hectare or hectares hp high point hp horsepower hp-hr horsepower-hour or horsepower-hours hr hour or hours (English units) Hz hertz

ID inside diameter ihp indicated horsepower Inc. Incorporated inch inch inches inches inches/sec inches per second I/O input/output

J joule or joules JTU Jackson turbidity unit or units

k kips K kelvin K thermal conductivity kA kiloampere kcal kilocalorie or kilocalories kcmil thousand circular mils kg kilogram or kilograms kip kilopound or kilopounds km kilometer or kilometers kN kilonewton or kilonewtons kPa kilopascal or kilopascals ksi kips per square inch kV kilovolt or kilovolts kVA kilovolt-ampere or kilovolt-amperes kW kilowatt or kilowatts kWh kilowatt hour

L liter or liters lb/1000 cu ft pounds per thousand cubic foot lb/acre-ft pounds per acre-foot lb/ac pounds per acre lb/cu ft pounds per cubic foot lb/day/cu ft pounds per day per cubic foot lb/day/acre pounds per day per acre lb/sq ft pounds per square foot L/D Ratio Ratio of filter height to filter media particle diameter lin linear, lineal lin ft linear foot or feet lm lumen or lumens lmh liters per square meter per hour

Not to be used for bidding purposes!

Page 101: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01424-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01424 (Bid Set)

log logarithm (common) ln logarithm (natural) lx lux

m meter or meters M molar (concentration) mA milliampere or milliamperes max maximum mCi millicurie or millicuries meq milliequivalent meq/mL milliequivalents per milliliter MFBM thousand feet board measure mfr manufacturer mg milligram or milligrams mgd/ac million gallons per day per acre mgd million gallons per day mg/L milligrams per liter mrem millirem µF microfarad or microfarads Mil 0.001 inch (used for coating thickness) mile mile mil. gal million gallons miles miles min minimum min minute or minutes MLSS mixed liquor suspended solids MLVSS mixed liquor volatile suspended solids mm millimeter or millimeters mol wt molecular weight mol mole Mpa megapascal or megapascals mph miles per hour MPN most probable number MPT National Pipe Thread, male fitting mR milliroentgen or milliroentgens Mrad megarad or megarads mV millivolt or millivolts MW megawatt or megawatts µg/L micrograms per liter µm micrometer or micrometers µS/cm microSeimens per centimeter

N newton or newtons N normal (concentration) ND not detected nm nanometer No. number Nos numbers NPT National Pipe Thread NRC noise reduction coefficient NTU or ntu nephelometric turbidity unit

Not to be used for bidding purposes!

Page 102: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01424-8 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01424 (Bid Set)

oc on center OD outside diameter ORP oxidation-reduction potential OT ortho-tolidine OTA ortha-tolidine-arsenite oz ounce or ounces oz/sq ft ounces per square foot Pa pascal or pascals pl plate or property line pm post meridiem (afternoon) ppb parts per billion ppm parts per million ppt parts per thousand pr pair psf/hr pounds per square foot per hour psf pounds per square foot psi pounds per square inch psia pounds per square inch absolute psig pounds per square inch gauge PVC polyvinyl chloride

qt quart or quarts

R radius R roentgen or roentgens rad radiation absorbed dose RH relative humidity rpm revolutions per minute rps revolutions per second

s second (metric units) S Siemens (mho) scfh standard cubic feet per hour scfm standard cubic feet per minute SDI sludge density index or silt density index sec second (English units) SI International System of Units sp static pressure sp gr specific gravity sp ht specific heat sq square cm2 or sq cm square centimeter or centimeters sq ft square feet or foot sq inch square inch sq inches square inches km2 or sq km square kilometer or kilometers m2 or sq m square meter or meters mm2 or sq mm square millimeter or millimeters sq yd square yard or yards SS suspended solids STC Sound Transmission Class SVI sludge volume index

Not to be used for bidding purposes!

Page 103: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01424-9 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01424 (Bid Set)

TDS total dissolved solids TEFC totally enclosed, fan-cooled TKN total Kjeldahl nitrogen TLM median tolerance limit TOC total organic carbon TOD total oxygen demand TOW top of weir TS total solids TSS total suspended solids TVS total volatile solids

U U Factor/U Value U Coefficient of Heat Transfer U heat transfer coefficient UNS Uniform Numbering System US United States

V volt or volts VA volt-ampere or volt-amperes

W watt or watts WB wet bulb wg water gauge wk week or weeks WRT water remediation technologies wt weight

yd yard or yards yr year or years (English unit)

C. Abbreviations used on Drawings: As listed on Drawings or in Specifications.

PART 2 PRODUCTS Not Used.

PART 3 EXECUTION Not Used.

END OF SECTION

Not to be used for bidding purposes!

Page 104: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

 

Not to be used for bidding purposes!

Page 105: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01450-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01450 (Bid Set)

SECTION 01450

QUALITY CONTROL

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: 1. Quality control and control of installation. 2. Tolerances. 3. References. 4. Mock-up requirements. 5. Authority and duties of Owner’s representative or inspector. 6. Sampling and testing. 7. Testing and inspection services. 8. Contractor’s responsibilities. 9. Manufacturers’ field services. 10. Examination. 11. Preparation.

B. Related sections: 1. The Contract Documents are complementary; what is called for by one is as

binding as if called for by all. 2. It is the Contractor’s responsibility for scheduling and coordinating the Work of

subcontractors, suppliers, and other individuals or entities performing or furnishing any of Contractor’s Work.

3. The following Sections are related to the Work described in this Section. This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the Contractor to see that the completed Work complies accurately with the Contract Documents. a. Section 01455 - Special Tests and Inspections.

1.02 REFERENCES

A. American Society for Testing and Materials (ASTM): 1. E 329 - Standard for Agencies Engaged in the Testing and/or Inspection of

Materials Used in Construction.

1.03 DEFINITIONS

A. Quality Assurance (QA): Inspection and testing provided by the Owner and performed by the Engineer, Owner's independent testing firm, or other designated representative to confirm that materials and work conforms to the requirements of the Contract Documents, equipment manufacturer's installation instructions, approved submittals, and referenced standards.

B. Quality Control (QC): Control, inspections and testing provided by the Contractor to confirm that materials and work conform to the requirements of the Contract Documents, equipment manufacturer's installation instructions, approved submittals, and referenced standards.

Not to be used for bidding purposes!

Page 106: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01450-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01450 (Bid Set)

1.04 QUALITY CONTROL

A. Quality control shall be provided by and at the expense of the Contractor.

B. Contractor shall employ and pay for services of an independent firm to perform field quality control testing as required in the technical specifications for various work and materials.

C. Monitor suppliers, manufacturers, products, services, site conditions, and workmanship, to produce Work of specified quality.

D. Comply with manufacturers' instructions, including each step in sequence.

E. When manufacturers' instructions conflict with Contract Documents, request clarification from Engineer before proceeding.

F. Comply with specified standards as minimum quality for the Work except where more specifications include stringent tolerances, codes, or requirements indicate to incorporate higher standards or more precise workmanship.

G. Perform Work by persons qualified to produce the required and specified quality.

H. Verify field measurements are as indicated on Shop Drawings or as instructed by manufacturer.

I. Secure products in place with anchorage devices designed and sized to withstand stresses, vibration, physical distortion, or disfigurement.

J. When specified, products will be tested and inspected either at point of origin or at Work site: 1. Notify Engineer in writing well in advance of when products will be ready for

testing and inspection at point of origin. 2. Do not construe that satisfactory tests and inspections at point of origin is final

acceptance of products. Satisfactory tests or inspections at point of origin do not preclude retesting or re-inspection at Work site.

K. Do not ship products which require testing and inspection at point of origin prior to testing and inspection.

1.05 QUALITY ASSURANCE

A. Quality assurance, including inspection and sampling/testing of materials and installations, shall be provided by the Owner and performed by the Engineer, Owner's independent testing firm, or other designated representative.

B. Performance of quality assurance procedures shall not relieve Contractor of obligation to perform quality control of the Work or to complete the Work in accordance with requirements of Contract Documents.

1.06 TOLERANCES

A. Monitor fabrication and installation tolerances to produce acceptable Work. Do not permit tolerances to accumulate.

Not to be used for bidding purposes!

Page 107: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01450-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01450 (Bid Set)

B. Comply with manufacturers' tolerances. When Manufacturers' tolerances conflict with Contract Documents, request clarification from Engineer before proceeding.

C. Adjust products to appropriate dimensions; position before securing products in place.

1.07 MOCK-UP REQUIREMENTS

A. Tests will be performed under provisions identified in this Section and identified in respective product specification sections.

B. Assemble and erect specified items with specified attachment and anchorage devices, flashings, seals, and finishes.

C. Accepted mock-ups shall be comparison standard for remaining Work.

D. Where mock-up has been accepted by Engineer and is specified in product specification sections to be removed; remove mock-up and clear area when directed to do so by Engineer.

1.08 AUTHORITY AND DUTIES OF OWNER'S REPRESENTATIVE OR INSPECTOR

A. Owner’s Project Representative employed or retained by Owner is authorized to inspect the Work.

B. Inspections may extend to entire or part of the Work and to preparation, fabrication, and manufacture of products for the Work.

C. Deficiencies or defects in the Work which have been observed will be called to Contractor’s attention.

D. Inspector will not: 1. Alter or waive provisions of Contract Documents. 2. Inspect Contractor’s means, methods, techniques, sequences, or procedures

for construction. 3. Accept portions of the Work, issue instructions contrary to intent of Contract

Documents, or act as foreman for Contractor. Supervise, control, or direct Contractor’s safety precautions or programs; or inspect for safety conditions on Work site, or of persons thereon, whether Contractor’s employees or others.

E. Inspector will: 1. Conduct on-site observations of the Work in progress to assist Engineer in

determining when the Work is, in general, proceeding in accordance with Contract Documents.

2. Report to Engineer whenever Inspector believes that Work is faulty, defective, does not conform to Contract Documents, or has been damaged; or whenever there is defective material or equipment; or whenever Inspector believes the Work should be uncovered for observation or requires special procedures.

Not to be used for bidding purposes!

Page 108: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01450-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01450 (Bid Set)

1.09 SAMPLING AND TESTING

A. General: 1. Prior to delivery and incorporation in the Work, submit listing of sources of

materials, when specified in sections where materials are specified. 2. When specified in sections where products are specified:

a. Submit sufficient quantities of representative samples of character and quality required of materials to be used in the Work for testing or examination.

b. Test materials in accordance with standards of national technical organizations.

B. Sampling: 1. Furnish specimens of materials when requested. 2. Do not use materials which are required to be tested until testing indicates

satisfactory compliance with specified requirements. 3. Specimens of materials will be taken for testing whenever necessary to

determine quality of material. 4. Assist Engineer, Owner's independent testing firm, or designated

representative in preparation of test specimens at site of work, such as soil samples and concrete test cylinders.

1.10 TESTING AND INSPECTION SERVICES

A. Contractor will employ and pay for specified services of an independent firm to perform Contractor quality control testing and inspection and source quality control as required in the technical specifications for various work and materials.

B. Owner will employ and pay for specified services of an independent testing firm to perform quality assurance testing and inspection as required in the technical specifications for various work and materials or stipulated in Section 01455. 1. If Engineer or Owner’s independent testing firm is not properly certified to

perform specialty inspections required by the building department, Owner will employ and pay for a quality specialty inspection firm to perform required testing and inspection.

C. The Owner’s independent testing firm will perform tests, inspections and other services specified in individual specification sections and as required by Owner and requested by the Engineer.

D. The qualifications of laboratory that will perform the testing, contracted by the Owner or by the Contractor, shall be as follows: 1. Has authorization to operate in the state where the project is located. 2. Meets “Recommended Requirements for Independent Laboratory

Qualification,” published by American Council of Independent Laboratories. 3. Meets requirements of ASTM E 329. 4. Laboratory Staff: Maintain full time specialist on staff to review services. 5. Testing Equipment: Calibrated at reasonable intervals with devices of

accuracy traceable to National Bureau of Standards (NBS) or accepted values of natural physical constants.

6. Will submit copy of report of inspection of facilities made by Materials Reference Laboratory of NBS during most recent tour of inspection, with memorandum of remedies of deficiencies reported by inspection.

Not to be used for bidding purposes!

Page 109: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01450-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01450 (Bid Set)

E. Testing, inspections and source quality control may occur on or off project site. Perform off-site testing inspections and source quality control as required by Engineer or Owner.

F. Reports will be submitted by Owner’s independent testing firm to Engineer, Contractor, and Owner in triplicate, indicating observations and results of tests and indicating compliance or non-compliance with Contract Documents. Each report shall include: 1. Date issued. 2. Project title and number. 3. Testing laboratory name, address, and telephone number. 4. Name and signature of laboratory inspector. 5. Date and time of sampling or inspection. 6. Record of temperature and weather conditions. 7. Date of test. 8. Identification of product and specification section. 9. Location of sample or test in Project. 10. Type of inspection or test. 11. Results of tests and compliance with Contract Documents. 12. Interpretation of test results, when requested by Engineer.

G. Contractor shall cooperate with Owner’s independent testing firm, furnish samples of materials, design mix, equipment, tools, storage, safe access, and assistance by incidental labor as requested. 1. Notify Engineer and Owner’s independent testing firm 48 hours prior to

expected time for operations requiring testing. 2. Make arrangements with Owner’s independent testing firm and pay for

additional samples and tests required for Contractor’s use.

H. Limitations of authority of testing Laboratory: Owner’s independent testing firm or Laboratory is not authorized to: 1. Agency or laboratory may not release, revoke, alter, or enlarge on

requirements of Contract Documents. 2. Agency or laboratory may not approve or accept any portion of the Work. 3. Agency or laboratory may not assume duties of Contractor. 4. Agency or laboratory has no authority to stop the Work.

I. Testing and employment of an Owner’s independent testing firm or laboratory shall not relieve Contractor of obligation to perform Work in accordance with requirements of Contract Documents.

J. Re-testing or re-inspection required because of non-conformance to specified requirements shall be performed by same Owner’s independent testing firm on instructions by Engineer. Payment for re-testing or re-inspection will be charged to Contractor by deducting testing charges from Contract Sum/Price.

K. The Owner’s independent testing firm responsibilities will include: 1. Test samples of mixes submitted by Contractor. 2. Provide qualified personnel at site. Cooperate with Engineer and Contractor in

performance of services. 3. Perform specified sampling and testing of products in accordance with

specified standards.

Not to be used for bidding purposes!

Page 110: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01450-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01450 (Bid Set)

4. Ascertain compliance of materials and mixes with requirements of Contract Documents.

5. Promptly notify Engineer and Contractor of observed irregularities or non-conformance of Work or products.

6. Perform additional tests required by Engineer. 7. Attend preconstruction meetings and progress meetings.

L. Owner’s independent testing firm individual test reports: After each test, Owner’s independent testing firm will promptly submit electronically and three hard copies of report to Engineer and to Contractor. When requested by Engineer, the Owner’s independent testing firm will provide interpretation of test results. Include the following: 1. Date issued. 2. Project title and number. 3. Name of inspector. 4. Date and time of sampling or inspection. 5. Identification of product and specifications section. 6. Location in Project. 7. Type of inspection or test. 8. Date of test. 9. Certified test results stamped and signed by a registered Engineer in the State

of Oklahoma. 10. Summary of conformance with Contract Documents.

M. Owner’s independent testing firm will provide monthly report of certification to identify all work performed for special inspections and other contract requirements on this project. The following certified monthly report at a minimum will include but not limited to: 1. Results of testing. 2. Testing logs. 3. Outstanding deficiencies. 4. Various statistical data. 5. Testing curves (up to 4 types) as required by the Engineer.

1.11 CONTRACTOR'S RESPONSIBILITIES

A. Contractor will employ and pay for specified services of an independent firm to perform Contractor quality control testing and inspection as required in the technical specifications for various work and materials.

B. Cooperate with Owner’s independent testing firm or laboratory personnel and provide access to construction and manufacturing operations.

C. Secure and deliver to Owner’s independent testing firm or laboratory adequate quantities of representative samples of materials proposed to be used and which require testing.

D. Provide to Owner’s independent testing firm or laboratory and Engineer preliminary mix design proposed to be used for concrete, and other materials mixes which require control by testing laboratory.

E. Furnish electronically and 5 hard copies of product test reports.

Not to be used for bidding purposes!

Page 111: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01450-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01450 (Bid Set)

F. Furnish incidental labor and facilities: 1. To provide access to construction to be tested. 2. To obtain and handle samples at Work site or at source of product to be

tested. 3. To facilitate inspections and tests. 4. For storage and curing of test samples.

G. Notify Owner’s independent testing firm or laboratory 48 hours in advance of when observations, inspections and testing is needed for laboratory to schedule and perform in accordance with their notice of response time.

1.12 MANUFACTURERS' FIELD SERVICES

A. When specified in individual specification sections, require material or product suppliers or manufacturers to provide qualified staff personnel to observe site conditions, conditions of surfaces and installation, quality of workmanship, start-up of equipment, and test, adjust and balance of equipment as applicable, and to initiate instructions when necessary.

B. Submit qualifications of the manufacturer’s representative to Engineer 30 calendar days in advance of required observations. Manufacturer’s representative subject to approval of Owner and Engineer.

C. Report observations and site decisions or instructions given to applicators or installers that are supplemental or contrary to Manufacturer's written instructions.

D. Refer to Section 01330 - Submittal Procedures, Manufacturers’ Field Reports article.

PART 2 PRODUCTS

Not Used.

PART 3 EXECUTION

3.01 EXAMINATION

A. Verify existing site conditions and substrate surfaces are acceptable for subsequent Work. Beginning new Work means acceptance of existing conditions.

B. Verify existing substrate is capable of structural support or attachment of new Work being applied or attached.

C. Examine and verify specific conditions described in individual specification sections.

D. Verify utility services are available, of correct characteristics, and in correct locations.

END OF SECTION

Not to be used for bidding purposes!

Page 112: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

 

Not to be used for bidding purposes!

Page 113: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01455-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01455 (Bid Set)

SECTION 01455

SPECIAL INSPECTIONS AND TESTS, AND STRUCTURAL OBSERVATIONS

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Requirements for Structural Tests and Special Inspections.

B. Related sections: 1. The Contract Documents are complementary; what is called for by one is as

binding as if called for by all. 2. It is the Contractor’s responsibility for scheduling and coordinating the Work of

subcontractors, suppliers, and other individuals or entities performing or furnishing any of Contractor’s Work.

3. The following sections are related to the Work described in this Section. This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the Contractor to see that the completed Work complies accurately with the Contract Documents. a. Section 01312 - Project Meetings. b. Section 01330 - Submittal Procedures. c. Section 01450 - Quality Control. d. Section 01410 - Regulatory Requirements. e. Section 01612 - Seismic Design Criteria. f. Section 03055 - Adhesive Bonded Reinforcing Bars and All Thread Rods

in Concrete. g. Section 04055 - Adhesive Bonding Reinforcing Bars and All Thread Rods

in Masonry. h. Section 05190 - Mechanical Anchoring and Fastening to Concrete and

Masonry.

1.02 REFERENCES

A. American Institute of Steel Construction (AISC): 1. 341 - Seismic Provisions for Structural Steel Buildings.

B. International Code Council (ICC): 1. International Building Code, 2015 Edition (IBC 2015).

1.03 DEFINITIONS

A. Approved: Acceptable to or accepted by the Building Official.

B. Building Code: As designated in Section 01410.

C. Building Official: Officer of the authority having jurisdiction charged with administration and enforcement of the Building Code, or a duly authorized representative.

Not to be used for bidding purposes!

Page 114: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01455-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01455 (Bid Set)

D. Special Inspection: Inspection of the materials, installation, fabrication, erection, or placement of components and connections requiring the expertise of an approved special inspector to ensure compliance with the building code and the approved construction documents. 1. Structural observations shall not be construed as fulfilling the requirements for

special inspection.

E. Special Inspection, Continuous: Special inspection of work requiring special inspection by an approved special inspector who is present when and where the work is being performed.

F. Special Inspection, Periodic: Special inspection of work requiring special inspection by an approved special inspector who is intermittently present when and where the work has been or is being performed. 1. Timing and frequency of inspections shall be as indicated in the technical

sections of this Specification.

G. Special Inspector: A qualified person, approved by the Building Official and acceptable to the Engineer, as having the competence necessary to inspect a particular type of construction that requires special inspection under the building code.

H. Structural Observations: The visual observation of the structural system by a registered design professional for general conformance to the approved construction documents. 1. In accordance with building code provisions, structural observations may be

required for the following: a. Structural observations for seismic resistance. b. Structural observations for wind resistance.

2. Special inspections and tests shall not be construed as fulfilling the requirements for structural observation.

1.04 DESCRIPTION

A. This Section describes special inspections and tests, and structural observations to be performed in compliance with the requirements of the Building Code

B. Inspections under this Section are in addition to required inspections performed by the Building Official under IBC Section 110 - “Scope and Administration: Inspections.”

C. Specific elements of work listed in the following sub-paragraphs require special inspections and/or special tests. Detailed descriptions of the elements to be inspected and the tests to be performed are included in the Field Quality Control paragraphs found in Part 3 Sections in Divisions 2 through 16 of these Specifications. 1. Work specifically designated by the Building Official as requiring special

inspection. 2. Steel construction. 3. Concrete construction. 4. Masonry construction. 5. Soils. 6. Deep foundations.

Not to be used for bidding purposes!

Page 115: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01455-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01455 (Bid Set)

7. Special work: a. Post-installed anchors in concrete and masonry.

D. Duties of Owner: 1. As required by Chapter 17 of the Building Code, the Owner or Engineer will

employ one or more representatives, inspectors and/or independent testing firms to confirm Contractor’s compliance with the Contract Documents and to provide testing and inspection services, including special inspections and structural observations, during construction.

E. Duties of Engineer: 1. Provide name(s) and contact information for independent testing firm(s)

employed by the Owner to provide special inspections and tests required by Chapter 17 of the Building Code.

2. Contact special inspector(s) and arrange times of arrival on site based on scheduling information provided by the Contractor.

3. Receive reports from special inspector(s) and distribute copies to Owner, Contractor, and Building Official in a timely manner.

4. Notify Contractor of inspections or tests that report non-conforming work in a timely manner.

F. Duties of Special Inspector(s) and/or independent testing firms: 1. Required duties of the special inspector(s) shall be as described in Chapter 17

of the Building Code and as included in this Section. 2. General:

a. Review the construction documents for special inspection and testing requirements.

b. With Engineer, attend pre-installation meetings for work requiring special inspections and tests.

c. Arrive on site prepared for inspections or tests at the times requested by the Engineer. Notify Engineer and Contractor of their presence upon arrival.

d. If required by the Building Official, sign in on the appropriate form posted with the building permit.

3. Observations: a. Observe assigned work for conformance with the Drawings and

Specifications approved by the Building Official. b. Make observations and tests of the work elements at the frequencies

specified herein. 4. Reporting:

a. Provide timely reports of each inspection or test. b. Submit reports in a format acceptable to the Engineer and the Building

Official. Include, at a minimum, the following items: 1) Date and time of inspection. 2) Name(s) of individual(s) performing the inspection or test. 3) Structures and areas of the structure where inspections were made

or where tests apply. 4) Work items found to comply with the requirements of the approved

Contract Documents.

Not to be used for bidding purposes!

Page 116: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01455-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01455 (Bid Set)

5) Any discrepancies between the requirements of the approved Contract Documents and the work observed. For each nonconforming item, include: a) Identification of the non-conforming item and its exact location in

the Work. b) Specific description of how the item fails to conform. c) Specific references to relevant details of the Contract

Documents. d) Names and titles of individuals notified and methods of

notification. 5. Final report. If required by the Building Official, submit a final report stating that

all required special inspections and testing were completed and reported, to the best of the inspector’s knowledge, in conformance with the approved Contract Documents.

G. Duties of Contractor: 1. If required by the Building Official, prepare and submit “Contractor’s Statement

of Responsibility” prior to beginning work on the systems or components listed in this Section. a. Submit statement in a format acceptable to the Building Official. b. Include, at a minimum, the following items:

1) Acknowledgement of Contractor’s awareness of special inspection and testing requirements for the Work.

2. Provide Engineer with adequate advance notice of work schedules and readiness for inspections.

3. Provide special inspectors with access to the construction documents approved by the Building Official.

4. Allow and facilitate access for performance of testing and inspection activities. 5. Furnish labor necessary to assist the special inspector in viewing construction

and in obtaining and handling materials for testing. 6. When required by the Building Official, retain at the job site and with the

construction documents approved by the Building Official, copies of all special inspection reports. Provide such records for review by the building department’s inspector upon request.

7. Bring non-conforming work into conformance with the requirements of the approved construction documents in a timely manner.

1.05 SUBMITTALS

A. Submit in accordance with Section 01330.

B. Field reports: 1. Special Inspector’s reports of special inspections and/or tests.

C. Closeout documents: 1. Special Inspector’s final report to Building Official.

1.06 QUALITY ASSURANCE

A. Qualifications: 1. Special inspectors shall be qualified to the satisfaction of the Building Official,

and acceptable to the Engineer, for observation of the particular materials or operations requiring special inspection.

Not to be used for bidding purposes!

Page 117: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01455-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01455 (Bid Set)

2. See detailed requirements of Part 3 of this Section for qualifications of inspectors of each type of materials.

B. Pre-Installation Meetings: 1. Before fabrication or construction of work designated as requiring special

inspections or tests, Engineer shall conduct a pre-inspection meeting to review requirements and plans for those inspections and tests. a. Schedule additional meetings if necessary to discuss specific materials,

fabrications, or elements of the Work. 2. Required attendees:

a. Engineer and key personnel from design and field staff. b. Owner’s representatives, inspectors, and/or independent testing firms

providing special inspections and tests. c. Building Official or his/her authorized representative. d. Contractor’s superintendent and key personnel. e. Other persons deemed by the Engineer and the Building Official to be

critical to the quality and efficiency of the work. 3. Agenda for meeting shall include, at a minimum, the following items:

a. Review of Commerce City Building Department requirements for special inspections and tests.

b. Review of requirements of Drawings and Specifications. c. Discussion of responsibilities and limits of work for each of the parties in

attendance. d. Discussions of flow of communications and reporting regarding special

inspections and tests. e. Project and product safety requirements.

4. Prepare and submit minutes of the pre-installation meeting as specified in Section 01312.

PART 2 PRODUCTS Not Used.

PART 3 EXECUTION

3.01 GENERAL

A. Testing: Where testing is required: 1. Special tests will be performed by the Owner’s independent testing firm as

specified in Section 01450. 2. Selection of the material to be tested shall be by the Engineer or the Owner’s

independent testing firm, and not by the Contractor.

3.02 SPECIAL INSPECTIONS (IBC 1705)

A. General: 1. Special inspections shall be as designated in IBC Section 1705 and the

following paragraphs. 2. Provide continuous or periodic special inspection of each item as indicated.

Not to be used for bidding purposes!

Page 118: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01455-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01455 (Bid Set)

3. Inspection of Fabricators (IBC Section 1704.2.5): a. For fabricated items submit documentation of fabricator’s inspection and

testing program.

B. Special Work (IBC Section 1705.1.1): 1. The following items are designated as Special Work requiring special inspection:

a. Essential architectural, mechanical, and electrical construction. 1) Special inspections tests as indicated in Appendix A1

b. Adhesive bonded reinforcing bars and all thread rods in concrete. 1) Special inspections and tests as specified in Section 03055.

c. Adhesive bonding reinforcing bars and all thread rods in masonry. 1) Special inspections and tests as specified in Section 04055.

d. Mechanical anchoring and fastening to concrete or masonry. 1) Special inspections and tests as specified in Section 05190.

C. Steel Construction (IBC Section 1705.2): 1. Structural steel construction:

a. Special inspections and tests as indicated in Appendix B1 and Appendix B3.

D. Concrete Construction (IBC Section 1705.3): 1. Cast-in-place and precast concrete construction:

a. Special inspections and tests as indicated in Appendix C1.

E. Masonry Construction (IBC Section 1705.4): 1. Reinforced concrete masonry construction:

a. Special inspections and tests as indicated in Appendix D1. 2. Concrete or brick masonry veneer:

a. Special inspections and tests as indicated in Appendix D1.

F. Soils (IBC Section 1705.6): 1. Special inspections and tests as indicated in Appendix F. 2. Inspector qualifications: Registered geotechnical engineer, licensed in the

State where the work is constructed, and having a minimum of 10 years of experience in the observation of soils, or his/her approved designee.

G. Deep Foundations - Cast-in-Place (IBC Section 1705.8): 1. Special inspections and tests as indicated in Appendix G2. 2. Inspector qualifications: Registered geotechnical engineer, licensed in the

State where the work is constructed, and having a minimum of 10 years of experience in the observation of drilled piers, or his/her approved designee.

3.03 SPECIAL INSPECTIONS FOR WIND RESISTANCE (IBC 1705.11)

A. Wind design criteria: Table 01455-A indicates IBC wind design criteria for the project, and the structures in this project that are assigned to each criterion.

Table 01455-A: Project Wind Design Criteria

Basic Wind Speed, Vult (3 second gust)

Basic Wind Speed, Vasd (3 second gust) Exposure Category

120 miles per hour 93 miles per hour C

Not to be used for bidding purposes!

Page 119: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01455-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01455 (Bid Set)

B. Structures having a Basic Wind Speed, Vasd of less than 110 miles per hour, "Special Inspection for Wind Resistance" is not required. 1. Based on this criteria, Special Inspections for Wind Resistance are required for

the following structures: a. None.

3.04 SPECIAL INSPECTIONS FOR SEISMIC RESISTANCE (IBC 1705.12)

A. Structures having a seismic force-resisting system consisting of reinforced masonry or reinforced concrete and having a design spectral response acceleration at short periods, SDS less than or equal to 0.5 and a building height of less than 35 feet, "Special Inspection for Seismic Resistance" is not required. 1. Based on this criteria, Special Inspections for Seismic Resistance are required

for the following structures: a. None.

3.05 STRUCTURAL TESTING AND QUALIFICATION FOR SEISMIC RESISTANCE (IBC 1705.13)

A. Seismic force-resisting systems of structures assigned to Seismic Design Categories B, C, D, E, and F are subject to the non-destructive testing shall be performed in accordance with the quality assurance requirements of AISC 341. 1. AISC 341 requires welding of the seismic force-resisting system. Based on the

requirement for testing of welds comprising the seismic force-resisting system, no testing is required.

3.06 STRUCTURAL OBSERVATIONS FOR SEISMIC RESISTANCE (IBC 1704.6.1)

A. Structures assigned to Seismic Design Category D, E, or F shall be subject to Structural Observations for Seismic Resistance when one of the following criteria is met: 1. The structure is assigned to Risk Category III or IV. 2. The height of the structure is greater than 75 feet. 3. The structure is assigned to Seismic Design Category E, is classified as Risk

Category I or II, and is greater than two stories above grade. 4. When so designated by the registered design professional responsible for the

structural design. 5. When such observation is specifically required by the building official.

B. Based on the above criteria, Structural Observations for Seismic Resistance are required for the following structures: 1. None.

3.07 STRUCTURAL OBSERVATIONS FOR WIND REQUIREMENTS (IBC 1704.6.2)

A. Basic Wind Speed and Exposure: Table 01455-A indicates IBC Basic Wind Speed and Exposure Category and the structures on this project that are assigned to each combination of those design parameters.

B. Structures having a Basic Wind Speed, Vasd of greater than 110 miles per hour shall be subject to Structural Observations for Wind Requirements when one of the following criteria is met: 1. The structure is classified as Risk Category III or IV.

Not to be used for bidding purposes!

Page 120: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01455-8 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01455 (Bid Set)

2. The building height is greater than 75 feet. 3. When so designated by the registered design professional responsible for the

structural design. 4. When such observations are required by the building official.

C. Based on the above criteria, Special Inspections for Wind Resistance are required for the following structures: 1. None.

3.08 SCHEDULES

A. See Appendices listed below for schedules of special inspections and tests. 1. Appendix A1: Architectural, plumbing, mechanical, and electrical

components. 2. Appendix B1: Structural steel - Welding. 3. Appendix B3: Structural steel - Bolting. 4. Appendix C1: Concrete - Cast-in-place and Precast. 5. Appendix D1: Masonry - "Level C Quality Assurance." 6. Appendix F: Soils. 7. Appendix G2: Deep foundations - Cast-in-Place.

Not to be used for bidding purposes!

Page 121: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01455-9 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01455 (Bid Set)

APPENDIX A1 - SCHEDULE OF SPECIAL INSPECTIONS AND TESTS: DESIGNATED ITEMS: ARCHITECTURAL, PLUMBING, MECHANICAL AND ELECTRICAL COMPONENTS

Item No. Inspections / Tests

Reference Standard

Frequency of Inspection During Task Listed

Continuous Periodic 1 Architectural:

1a Suspended ceiling system, including anchorage.

1705.12.5 X

1b Installation and fastening of masonry veneer.

1705.12.5 X

1c Through-penetrations, membrane penetration firestops, fire-resistant joint systems, and perimeter fire barrier systems.

1705.17 X

2 Equipment:

2a Anchorage: All electrical equipment 1705.12.6 X

3 Pipes and Ducts:

3a Ducts greater than 6 square feet in cross section: Anchorage

1705.12.6 X

3b Ducts carrying hazardous materials and the associated mechanical equipment: Installation and anchorage.

1705.12.6 X

3c Smoke control systems 1705.18 X

3d Pipes greater than 8 inches in diameter: Installation and anchorage.

1705.12.6 X

3e Pipes carrying hazardous chemicals (and associated mechanical units/pumps): Installation and anchorage.

1705.12.6 X

Not to be used for bidding purposes!

Page 122: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01455-10 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01455 (Bid Set)

APPENDIX B1 - SCHEDULE OF SPECIAL INSPECTIONS AND TESTS: STRUCTURAL STEEL – WELDING

Item No. Verifications / Inspections / Tests

Reference Standard

Frequency of Inspection During Task Listed

Continuous Periodic Tasks prior to welding: AISC 360,

Table N5.4-1

1 Welding procedure specifications (WPSs) available.

X

2 Manufacturer certifications for welding consumables available.

X

3 Material identification (type/grade). X

4 Welder identification system. X

5 Fit-up groove welds (including joint geometry): • Joint preparation. • Dimensions (alignment, root opening,

root face, bevel). • Cleanliness (condition of steel

surfaces). • Tacking (tack weld quality and

location). • Backing type and fit (if applicable).

X

6 Configuration and finish of access holes. X

7 Fit-up of fillet welds: • Dimensions (alignment, gaps at root). • Cleanliness (condition of steel

surfaces). • Tacking (tack weld quality and

location).

X

8 Check welding equipment. X

Tasks during welding: AISC 360, Table N5.4-2

9 Use of qualified welders. X

10 Control and handling of welding consumables: • Packaging. • Exposure control.

X

11 No welding over cracked tack welds. X

12 Environmental conditions: • Wind speed within limits. • Precipitation and temperature.

X

Not to be used for bidding purposes!

Page 123: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01455-11 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01455 (Bid Set)

Item No. Verifications / Inspections / Tests

Reference Standard

Frequency of Inspection During Task Listed

Continuous Periodic 13 WPS followed:

• Settings on welding equipment. • Travel speed. • Selected welding materials. • Shielding gas type/flow rate. • Preheat applied. • Interpass temperature maintained

(min/max). • Proper position (F, V, H, OH).

X

14 Welding techniques: • Interpass and final cleaning. • Each pass within profile limitations.

Each pass meets quality requirements.

X

Tasks after welding: AISC 360, Table N5.4-3

15 Welds cleaned. X

16 Size, length, and location of welds. X

17 Welds meet visual acceptance criteria: • Crack prohibition. • Weld/base-metal fusion. • Crater cross section. • Weld profiles. • Weld size. • Undercut. • Porosity.

X

18 Arc strikes. X

19 k-area. X

20 Backing removed and weld tabs removed (if required).

X

21 Repair activities. X

22 Document acceptance or rejection of welded joint or member

X

Not to be used for bidding purposes!

Page 124: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01455-12 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01455 (Bid Set)

APPENDIX B3 - SCHEDULE OF SPECIAL INSPECTIONS AND TESTS: STRUCTURAL STEEL - BOLTING

Item No. Verifications / Inspections / Tests

Reference Standard

Frequency of Inspection During Task Listed

Continuous Periodic Tasks prior to bolting: AISC 360,

Table N5.6-1

1 Manufacturer’s certifications available for fastener materials.

X

2 Fasteners marked in accordance with ASTM requirements.

X

3 Proper fasteners selected for the joint detail (grade, type, bolt length if threads are to be excluded from shear plane).

X

4 Proper bolting procedure selected for joint detail.

X

5 Connecting elements, including the appropriate faying surface condition and hole preparation, if specified, meet applicable requirements.

X

6 Pre-installation verification testing by installation personnel observed and documented for fastener assemblies and methods used.

X

7 Proper storage provided for bolts, nuts, washers and other fastener components.

X

Tasks during bolting: AISC 360, Table N5.6-2

8 Fastener assemblies, of suitable condition, placed in all holes and washers (if required) are positioned as required.

X

9 Joint brought to the snug-tight condition prior to the pretensioning operation.

X

10 Fastener component not turned by the wrench prevented from rotating.

X

11 Fasteners are pretensioned in accordance with the RCSC Specification, progressing systematically from the most rigid point toward the free edges

X

Tasks after bolting: AISC 360, Table N5.6-3

12 Document acceptance or rejection of bolted connections.

X

Not to be used for bidding purposes!

Page 125: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01455-13 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01455 (Bid Set)

APPENDIX C1: SCHEDULE OF SPECIAL INSPECTIONS AND TESTS: CONCRETE - CAST-IN-PLACE AND PRECAST

Item No. Inspections / Tests Standard

Frequency of Inspection During Task Listed

Continuous Periodic 1 Formwork:

1a Shape, location, and dimensions of the concrete member being formed.

ACI 318: 6.1.1 X

2 Reinforcement:

2a Materials grade(s). Size, and placement. ACI 318: 3.5, 7.1-7.7

X

2b Weldability: For material other than ASTM A 706, confirm weldability and required procedures

AWS D1.4 ACI 318: 3.5.2

X

2c Welding: Shear reinforcement AWS D1.4 ACI 318: 3.5.2

X

3 Anchors:

3a Cast-in: Prior to and during placement of concrete.

ACI 318: 8.1.3, 21.2.8

X

3b Post-installed - general: Hole drilling and anchor installation

ACI 318: 3.8.6, 8.1.3, 21.2.8 ES Report(s)

X

3c Post-installed - adhesive anchors in horizontal and upwardly inclined positions: Hole drilling and anchor installation

ACI 318: D.9.2.4

ES Report(s)

X

4 Concrete and Shotcrete- General:

4a Verify use of required design mix. ACI 318: Ch.4, 5.2-5.4

X

4b Testing: At the time fresh concrete is sampled to fabricate specimens for strength tests, perform slump and air content tests, and determine the temperature of the concrete.

ASTM C 172 ASTM C 31

ACI 318: 5.6, 5.8

X

4c Inspection of concrete placement for proper installation techniques.

ACI 318: 5.9, 5.10

X

4d Inspection for maintenance of specified curing temperature and techniques.

ACI 318: 5.11-5.13

X

4e Verification of in-situ concrete strength, prior to removal of shores and forms from beams and structural slabs.

ACI 318: 6.2 X

5 Prestressed Concrete:

5a Application of prestressing forces. X

5b Grouting of bonded prestressing tendons. X

5c Inspection of erection of precast concrete members.

X

Not to be used for bidding purposes!

Page 126: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01455-14 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01455 (Bid Set)

APPENDIX D1 - SCHEDULE OF SPECIAL INSPECTIONS AND TESTS: MASONRY - "LEVEL C QUALITY ASSURANCE (ACI 530.1-13)"

Item No. Inspections / Tests Reference

Frequency of Inspection During Task Listed

Continuous Periodic 1 General:

1a Compliance with approved submittals. ACI 530.1: 1.5 X

1b Verification of f'm prior to construction. ACI 530.1: 1.4 B

X

2 As masonry construction begins:

2a Proportions of site-prepared mortar. ACI 530.1: 2.1, 2.6.A

X

2b Construction of mortar joints and placement of masonry units.

ACI 530.1: 3.3.B X

2c Location of reinforcement and connectors.

ACI 530.1: 3.4 X

2d Verification of f'm every 5,000 square feet of masonry construction.

ACI 530.1 X

3 Prior to grouting:

3a Grout space. ACI 530.1: 3.2.D, 3.2.F

X

3b Grade, type, and size of reinforcement and anchor bolts.

ACI 530.1: 2.4, 3.4

X

3c Placement of reinforcement and connectors.

ACI 530.1: 3.2.E, 3.4

X X

3d Proportions of site-prepared grout. ACI 530.1: 2.6.B X

3e Construction of mortar joints and placement of masonry units.

ACI 530.1: 3.3.B X

4 During construction

4a Size and location of structural elements:

ACI 530.1: 3.3.F X

4b Type, size, and location of anchors and other details for anchorage of masonry to structural members, frames, and other construction.

ACI 530: 1.2.1(e), 6.1.4.3,

6.2.1

X

4c Welding of reinforcement. ACI 530: 8.1.6.7.2, 9.3.3.4 (c), 11.3.3.4 (b)

X

4d Preparation, construction, and protection of masonry during cold weather (temperatures below 40 degrees F) or hot weather (temperatures above 90 degrees F).

ACI 530.1: 1.8.C, 1.8.D

X

4f Placement of grout. ACI 530.1: 3.5, 3.6.C

X

Not to be used for bidding purposes!

Page 127: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01455-15 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01455 (Bid Set)

APPENDIX F - SCHEDULE OF SPECIAL INSPECTIONS AND TESTS: SOILS

Item No. Inspections / Tests Reference

Frequency of Inspection During Task Listed

Continuous Periodic 1 Excavations:

1a Confirm that excavations extend to specified depth and have reached specified bearing material(s)

X

2 Subgrade:

2a Confirm that materials below footings are adequate to achieve the design bearing capacity.

X

2b Prior to placement of controlled fill, observe subgrade and verify that site has been properly prepared.

X

3 Fill and backfill:

3a Perform classification and testing of fill and backfill materials before installation.

X

3b Verify use of specified materials and lift thicknesses, and compaction to specified densities during placement and compaction of fill and backfill

X

Not to be used for bidding purposes!

Page 128: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01455-16 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01455 (Bid Set)

APPENDIX G2 - SCHEDULE OF SPECIAL INSPECTIONS AND TESTS: DEEP FOUNDATIONS - CAST-IN-PLACE

Item No. Inspections / Tests Reference

Frequency of Inspection During Task Listed

Continuous Periodic 1 Prior to drilling

1a Confirm that materials conform to approved construction documents.

X

1b Determine capacity of test elements. Conduct additional load tests as required.

X

1c Verify location of drilled dhaft. X

2 During drilling 2a Verify alignment/plumbness of drilled

shaft. X

2b Verify installation of casing to protect sides of drilled shaft.

X

2c

Determine elevation of competent soils and required penetration(s) to achieve specified design capacity.

X

3 Placement of deep foundation 3a Grades, lengths, placement details, and

clearances of reinforcing steel. X

3b Verify use of required design mix. X

3c Determine theoretical volume of concrete to fill shaft and record the actual volume of concrete placed.

X

3d Testing: At the time fresh concrete is sampled to fabricate specimens for strength tests, perform slump and air content tests, and determine the temperature of the concrete.

X

3e Inspection of concrete placement for proper installation techniques.

X

Not to be used for bidding purposes!

Page 129: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01460-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01460 (Bid Set)

SECTION 01460

CONTRACTOR QUALITY CONTROL PLAN

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: 1. Contractor Quality Control Plan.

1.02 SUBMITTALS

A. Qualifications of the Contractor’s Quality Control (CQC) Plan Manager must include all qualifying registrations and show that the candidate has had experience (minimum 10 years) on projects of similar type and size.

B. Contractor’s Daily Quality Control Report: Submit to Engineer within 1 day of completion of each inspection.

C. Daily Inspection Report: Submit to Engineer at the end of each working day or no later than prior to the beginning of the next working day.

1.03 CONTRACTOR’S INSPECTION OF THE WORK

A. Work performed by Contractor shall be inspected by the Contractor’s CQC Plan Manager. Non-conforming Work and any safety hazards in the Work area shall be noted and promptly corrected.

B. No materials or equipment shall be used in Work without inspection and acceptance by Contractor’s CQC Plan Manager.

1.04 QUALIFICATIONS

A. Contractor’s CQC Plan Manager: Demonstrate having performed similar CQC functions on similar type projects. Submit records of personnel experience, training, and qualifications.

1.05 COVERING WORK

A. Whenever Contractor intends to backfill, bury, cast in concrete, or otherwise cover any Work, notify Engineer not less than 24 hours in advance to request inspection before beginning any such Work of covering. Failure of Contractor to notify Engineer in accordance with this requirement shall be resolved according to Article 14 of the General Conditions.

1.06 REJECTED WORK

A. Failure to promptly remove and replace rejected Work will be considered a breach of this Contract, and Owner may proceed under provisions of the General Conditions.

Not to be used for bidding purposes!

Page 130: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01460-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01460 (Bid Set)

1.07 CONTRACTOR’S QUALITY CONTROL PROGRAM

A. General: Establish and execute a Quality Control (CQC) Plan for Work. The plan shall establish adequate measures for verification and conformance to defined requirements by Contractor personnel and lower-tier Subcontractors (including Fabricators, Suppliers, and Subcontractors). This program shall be described in a Plan responsive to this Section.

B. CQC personnel: 1. Contractor’s CQC Plan Manager shall report to a Senior Project Manager of

the Contractor and shall have no supervisory or managerial responsibility over the workforce.

2. The Contractor CQC Plan Manager shall be on-site as often as necessary, but not less than the daily working hours specified in the Contract Documents to remedy and demonstrate that Work is being performed properly and to make multiple observations of Work in progress.

3. The Contractor is to furnish personnel with assigned CQC functions reporting to the CQC Manager. Persons performing CQC functions shall have sufficient qualifications, authority, and organizational freedom to identify quality problems and to initiate and recommend solutions.

C. CQC Plan: 1. Contractor’s CQC Plan shall include a statement by the Senior Project

Manager designating the CQC Plan Manager and specifying the authority delegated to the CQC Plan Manager to direct cessation or removal and replacement of defective Work.

2. Describe the CQC program and include procedures, work instructions, and records. Describe methods relating to areas that require special testing and procedures as required by the specifications.

3. Include specific instructions defining procedures for observing Work in process and comparing this Work with the Contract requirements (organized by specifications section).

4. Describe procedures to ensure that equipment or materials that have been accepted at the Site are properly stored, identified, installed and tested.

5. Include procedures to verify that procured products and services conform to the requirements of the Specifications. Requirements of these procedures shall be applied, as appropriate, to lower-tier Suppliers and/or Subcontractors.

6. Startup and testing quality control: Include procedures to verify that the startup and testing requirements of the Contract Documents are integrated into the Contractor’s CQC Plan and conform to the requirements of the Specifications. Requirements of these procedures shall be applied, as appropriate, to the Contractor and the lower-tier Suppliers and/or Subcontractors.

7. Include instructions for recording inspections and requirements for demonstrating through the Daily Inspection Reports that Work inspected was in compliance or a deficiency was noted and action to be taken.

8. Procedures to preclude the covering of deficient or rejected Work. 9. Procedures for halting or rejecting Work. 10. Procedures for resolution of differences between the CQC Plan Manager and

the production personnel. 11. Identify contractual hold/inspection points as well as any Contractor-imposed

hold/inspection points.

Not to be used for bidding purposes!

Page 131: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01460-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01460 (Bid Set)

D. Daily Inspection Report: Include, at a minimum: 1. Inspection of specific work. 2. Quality characteristics in compliance. 3. Quality characteristics not in compliance. 4. Corrective/remedial actions taken. 5. Statement of certification. 6. CQC Manager’s signature. 7. Information provided on the daily report shall not constitute notice of delay or

any other notice required by the Contract Documents.

E. Deficient and Non-conforming Work and Corrective Action: Include procedures for handling deficiencies and non-conforming Work. Deficiencies and non-conforming Work are defined as documentation, drawings, material, equipment, or Work not conforming to the indicated requirements or procedures. The procedure shall prevent non-conformances by identification, documentation, evaluation, separation, disposition, and corrective action to prevent reoccurrence. Conditions having adverse effects on quality shall be promptly identified and reported to the senior level management. The cause of conditions adverse to quality shall be determined and documents and measures implemented to prevent recurrence. In addition, at a minimum, this procedure shall address: 1. Personnel responsible for identifying deficient and non-complying items within

Work. 2. How and by whom deficient and non-compliant items are documented “in the

field.” 3. The personnel and process utilized for logging deficient and non-compliant

Work at the end of each day onto a deficiency log. 4. Tracking processes and tracking documentation for deficient and

nonconforming Work. 5. Personnel responsible for achieving resolution of outstanding deficiencies. 6. Include detailed procedures for the performance and control of special process

(e.g., welding, soldering, heat treating, cleaning, plating, nondestructive examination, etc.).

F. Audits: The CQC program shall provide for regularly scheduled documented audits to verify that CQC procedures are being fully implemented by Contractor and its Subcontractors. Audit records shall be made available to Engineer upon request.

G. Documented control/quality records: 1. Establish methods for control of Contract Documents that describe how

Drawings and Specifications are received and distributed to assure the correct issue of the document being used. Describe how record document/drawing data are documented and furnished to Engineer.

2. Maintain evidence of activities affecting quality. Including operating logs, records of inspection, audit reports, personnel qualification and certification records, procedures, and document review records.

3. Maintain quality records in a manner that provides for timely retrieval and traceability. Protect quality records from deterioration, damage and destruction.

4. Develop a list of specific records as required by the Contract Documents that will be furnished to Engineer at the completion of activities.

Not to be used for bidding purposes!

Page 132: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01460-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01460 (Bid Set)

H. Acceptance of CQC Plan: Engineer’s acceptance of the CQC Plan shall not relieve Contractor from any of its obligations for performance of Work. Contractor’s CQC staffing is subject to Engineer’s review and continued acceptance. Owner, at its sole option, and without cause, may direct Contractor to remove and replace the CQC Plan Manager. 1. Acceptance of the CQC Plan by the Engineer is required prior to the start of

construction. Acceptance is conditional and will be predicated on satisfactory performance during the construction.

2. After acceptance of the CQC Plan, notify the Engineer in writing of any proposed change. Proposed changes are subject to acceptance by the Engineer.

PART 2 PRODUCTS Not Used.

PART 3 EXECUTION Not Used.

END OF SECTION

Not to be used for bidding purposes!

Page 133: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01500-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01500 (Bid Set)

SECTION 01500

TEMPORARY FACILITIES AND CONTROLS

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: 1. Furnishing, maintaining, and removing construction facilities and temporary

controls, including temporary utilities, construction aids, barriers and enclosures, security, access roads, temporary controls, project sign, field offices and sheds, and removal after construction.

B. Related sections: 1. Section 01140 - Work Restrictions. 2. Section 01330 - Submittal Procedures. 3. Section 15050 - Common Work Results for Mechanical Equipment.

1.02 REFERENCE

A. American National Standards Institute (ANSI).

B. Occupational Safety and Health Administration (OSHA).

1.03 SUBMITTALS

A. General: For products specified to be furnished under this Section, submit product data as specified in Section 01330.

B. For temporary piping systems: 1. Submit layout drawings showing proposed routing of piping, including

proposed pipe support and pipe restraint locations. 2. Submit product data for piping, fittings, appurtenances, restraints, supports,

and all other components of the temporary piping system. 3. Submit all information at least 28 days prior to when each temporary piping

system is scheduled to be installed and allow 14 days for review and comment.

C. For temporary pumping systems: 1. Submit pump data, performance curves, and other operating information as

specified in Section 15050. 2. Submit sketches showing layout of temporary pumping system, including

pump quantity, configuration in wet well, and proposed piping layout specified in this Section.

3. Submit piping headloss calculations based on proposed temporary piping system layout.

D. Submit all information at least 28 days prior to when the temporary pumping system is scheduled to be installed and allow 14 days for review and comment.

Not to be used for bidding purposes!

Page 134: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01500-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01500 (Bid Set)

1.04 TEMPORARY UTILITIES

A. Temporary electrical power: 1. Owner provides the power.

a. Temporary electrical power is available at the following locations: 120V convenience receptacles throughout the site. Contractor is responsible for higher voltage needs and will pay for this power accordingly.

b. The Contractor is responsible for providing all breakers, switches, transformers, and cables required to obtain temporary power from these location(s).

c. The Owner will pay all charges for construction power obtained from these 120V receptacle locations.

2. Provide and maintain adequate jobsite power distribution facilities conforming to applicable Laws and Regulations.

3. Provide, maintain, and pay for electric power for performance of the Work.

B. Temporary electrical lighting: 1. In work areas, provide temporary lighting sufficient to maintain lighting levels

during working hours not less than lighting levels required by OSHA and state agency which administers OSHA regulations where Project is located.

2. When available, permanent lighting facilities may be used in lieu of temporary facilities: a. Prior to Substantial Completion of the Work, replace bulbs, lamps, or

tubes used by Contractor for lighting.

C. Temporary heating, cooling, and ventilating: 1. Heat and ventilate work areas to protect the Work from damage by freezing,

high temperatures, weather, and to provide safe environment for workers. 2. Permanent heating system may be utilized when sufficiently completed to

allow safe operation.

D. Temporary water: 1. Pay for and construct facilities necessary to furnish potable water for human

consumption and non-potable water for use during construction. 2. Remove temporary piping and connections and restore affected portions of the

facility to original condition before Substantial Completion. 3. Pay for water used for construction prior to Substantial Completion. Owner will

provide water for 7-day operational testing. 4. Development of non-potable water supply:

a. Post ample signs throughout the work area warning that plant water is not potable.

b. Non-potable water is available from hydrants or hose valves within plant without cost. When combined demand of the Work and plant exceeds plant supply capacity, or at any point in time per direction from the Owner, provide additional temporary supply capacity and meter accordingly. Additional water is the responsibility of the Contractor.

E. Temporary sanitary facilities: 1. Provide suitable and adequate sanitary facilities that are in compliance with

applicable Laws and Regulations. 2. Existing facility use is not allowed.

Not to be used for bidding purposes!

Page 135: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01500-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01500 (Bid Set)

3. At completion of the Work, remove sanitary facilities and leave site in neat and sanitary condition.

F. Temporary fire protection: Provide sufficient number of fire extinguishers of type and capacity required to protect the Work and ancillary facilities.

G. First aid: Post first aid facilities and information posters conforming to requirements of OSHA and other applicable Laws and Regulations in readily accessible locations.

H. Utilities in existing facilities: As specified in Section 01140.

1.05 CONSTRUCTION AIDS

A. Provide railings, kick plates, enclosures, safety devices, and controls required by Laws and Regulations and as required for adequate protection of life and property.

B. Use construction hoists, elevators, scaffolds, stages, shoring, and similar temporary facilities of ample size and capacity to adequately support and move loads.

C. Design temporary supports with adequate safety factor to assure adequate load bearing capability: 1. When requested, submit design calculations by professional registered

engineer prior to application of loads. 2. Submitted design calculations are for information and record purposes only.

D. Accident prevention: 1. Exercise precautions throughout construction for protection of persons and

property. 2. Observe safety provisions of applicable Laws and Regulations. 3. Guard machinery and equipment, and eliminate other hazards. 4. Make reports required by authorities having jurisdiction, and permit safety

inspections of the Work. 5. Before commencing construction work, take necessary action to comply with

provisions for safety and accident prevention.

E. Barricades: 1. Place barriers at ends of excavations and along excavations to warn

pedestrian and vehicular traffic of excavations. 2. Provide barriers with flashing lights after dark. 3. Keep barriers in place until excavations are entirely backfilled and compacted. 4. Barricade excavations to prevent persons from entering excavated areas in

streets, roadways, parking lots, treatment plants, or other public or private areas.

F. Warning devices and barricades: Adequately identify and guard hazardous areas and conditions by visual warning devices and, where necessary, physical barriers: 1. Devices shall conform to minimum requirements of OSHA and State agency

which administers OSHA regulations where Project is located.

G. Hazards in public right-of-way: 1. Comply with local jurisdiction standards and requirements for right-of-way

barricades and other safety devices.

Not to be used for bidding purposes!

Page 136: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01500-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01500 (Bid Set)

2. Mark at reasonable intervals, trenches, and other continuous excavations in public right-of-way, running parallel to general flow of traffic, with traffic cones, barricades, or other suitable visual markers during daylight hours: a. During hours of darkness, provide markers with torches, flashers, or other

adequate lights. 3. At intersections or for pits and similar excavations, where traffic may

reasonably be expected to approach head on, protect excavations by continuous barricades: a. During hours of darkness, provide warning lights at close intervals.

H. Hazards in protected areas: Mark or guard excavations in areas from which public is excluded, in manner appropriate for hazard.

I. Above grade protection: On multi-level structures, provide safety protection that meets requirements of OSHA and State agency which administers OSHA regulations where Project is located.

J. Protect existing structures, trees, shrubs, and other items to be preserved on Project site from injury, damage, or destruction by vehicles, equipment, worker or other agents with substantial barricades or other devices commensurate with hazards.

K. Fences: 1. Enclose site of the Work with fence adequate to protect the Work against acts

of theft, violence, and vandalism. 2. When entire or part of site is to be permanently fenced, permanent fence may

be built to serve for both permanent and temporary protection of the work site, provided that damaged or defaced fencing is replaced prior to Substantial Completion.

3. Protect temporary and permanent openings and close openings in existing fences to prevent intrusion by unauthorized persons. a. Bear responsibility for protection of plant and material on site of the Work

when openings in existing fences are not closed. 4. During night hours, weekends, holidays, and other times when no work is

performed at site, provide temporary closures or enlist services of security guards to protect temporary openings.

5. Fence temporary openings when openings are no longer necessary.

1.06 SECURITY

A. Make adequate provision for protection of the work area against fire, theft, and vandalism, and for protection of public against exposure to injury.

1.07 ACCESS ROADS

A. General: 1. Build and maintain access roads to and on site of the Work to provide for

delivery of material and for access to existing and operating plant facilities on site.

2. Build and maintain dust free roads which are suitable for travel at 20 miles per hour.

Not to be used for bidding purposes!

Page 137: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01500-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01500 (Bid Set)

B. Off-site access roads: 1. Build and maintain graded earth roads. 2. Build roads only in public right-of-way or easements obtained by Owner. 3. Obtain rights-of-way or easements when electing to build along other

alignment.

C. On-site access roads: 1. Maintain access roads to storage areas and other areas to which frequent

access is required. 2. Maintain similar roads to existing facilities on site of the Work to provide

access for maintenance and operation. 3. Protect buried vulnerable utilities under temporary roads with steel plates,

wood planking, or bridges. 4. Maintain on-site access roads free of mud. Under no circumstances shall

vehicles leaving the site track mud off the site onto the public right-of-way.

1.08 TEMPORARY CONTROLS

A. Dust control: 1. Prevent dust nuisance caused by operations, unpaved roads, excavation,

backfilling, demolition, or other activities. 2. Control dust by sprinkling with water, use of dust palliatives, modification of

operations, or other means acceptable to agencies having jurisdiction.

B. Noise control: 1. Comply with noise and work hours regulations by local jurisdiction. 2. In or near inhabited areas, particularly residential, perform operations in

manner to minimize noise. 3. In residential areas, take special measures to suppress noise during night

hours.

C. Mud control: 1. Prevent mud nuisance caused by construction operations, unpaved roads,

excavation, backfilling, demolition, or other activities.

1.09 FIELD OFFICES AND SHEDS

A. Contractor's field office: 1. Maintain on Project Site weather tight space in which to keep copies of

Contract Documents, progress schedule, shop drawings, and other relevant documents.

2. Provide field office with adequate space to examine documents, and provide lighting and telephone service in that space.

3. No water/sewer service is available to be provided by the Owner.

1.10 REMOVAL

A. Remove temporary buildings and furnishings before inspection for Substantial Completion or when directed.

B. Clean and repair damage caused by installation or use of temporary facilities.

Not to be used for bidding purposes!

Page 138: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01500-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01500 (Bid Set)

C. Remove underground installations to minimum depth of 24 inches and grade to match surrounding conditions.

D. Restore existing facilities used during construction to specified or original condition.

1.11 TEMPORARY PROCESS PIPING

A. Contractor shall provide all piping, appurtenances, and other materials as required to provide temporary piping systems as specified in this Section, as indicated on the Drawings, and as needed to perform the Work.

B. Contractor shall field route piping as needed and as field conditions dictate, unless otherwise indicated on the Drawings, and determine appropriate lengths of piping and quantity/type of pipe fittings needed to construct temporary piping system. Do not block access points such as stairs, doors, and walkways to existing facilities unless approved in writing by the Owner.

C. Restrain piping at valves and at fittings where piping changes direction, changes sizes, and at ends: 1. When piping is buried, use concrete thrust block or mechanical restraints. 2. When piping is exposed or under water, use mechanical or structural

restraints. 3. Determine thrust forces by multiplying the nominal cross sectional area of the

piping by the operating pressure of the piping.

D. Temporary piping systems shall be installed in a manner that will not damage existing or new facilities.

E. Unless indicated otherwise, piping material, including gaskets, shall be suitable for the process fluid requiring temporary piping.

F. Temporary piping includes, but is not limited to, the following piping services: 1. 2" PLW (plant water) piping from 8" PLW in existing pipe tunnel to northwest

corner of Existing GBT Building.

G. After temporary piping system is no longer required: 1. Remove temporary piping system. 2. Clean and repair damage caused by installation or use of temporary piping

system. 3. Restore existing facilities to original condition.

PART 2 PRODUCTS Not Used.

PART 3 EXECUTION Not Used.

END OF SECTION

Not to be used for bidding purposes!

Page 139: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01600-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01600 (Bid Set)

SECTION 01600

PRODUCT REQUIREMENTS

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Product requirements; product selection; product options and substitutions; quality assurance; shipping, delivery, handling, and storage; and instructions for spare parts, maintenance products, and special tools.

B. Related sections: 1. Section 01330 - Submittal Procedures. 2. Section 01610 - Project Design Criteria. 3. Section 01756 - Commissioning. 4. Section 01782 - Operation and Maintenance Data. 5. Section 09960 - High-Performance Coatings.

1.02 REFERENCES

A. American National Standards Institute (ANSI).

B. NSF International (NSF): 1. 61 - Drinking Water System Components - Health Effects. 2. 372 - Drinking Water System Components – Lead Content.

1.03 DEFINITIONS

A. Products: Inclusive of raw materials, finished goods, equipment, systems, and shop fabrications.

B. Special tools: Tools that have been specifically made for use on a product for assembly, disassembly, repair, or maintenance.

1.04 SUBMITTALS

A. As specified in Section 01330.

B. Calculations/certifications in accordance with NSF 61 and 372 for materials in contact with drinking water.

1.05 GENERAL REQUIREMENTS

A. Comply with Specifications and referenced standards as minimum requirements.

B. Provide products by same manufacturer when products are of similar nature, unless otherwise specified.

C. Provide like parts of duplicate units that are interchangeable.

Not to be used for bidding purposes!

Page 140: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01600-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01600 (Bid Set)

D. Provide equipment that has not been in service prior to delivery, except as required by tests.

E. When necessary, modify manufacturer's standard product to conform to specified requirements or requirements indicated on the Drawings.

1.06 SUBSTITUTIONS

A. Formal substitution request procedure. 1. Submit a written formal substitution request to Engineer for each proposed

substitution within 30 days of effective date of Contract. 2. Engineer will return initial opinion and request for additional information within

30 days. 3. Engineer will notify Contractor in writing of decision to accept or reject the

substitution request within 30 days of receiving required information.

B. Formal substitution request contents: 1. Provide Substitution Request Form as specified in this Section. 2. Manufacturer’s literature including:

a. Manufacturer’s name and address. b. Product name. c. Product description. d. Reference standards. e. Certified performance and test data. f. Operation and maintenance data.

3. Samples, if applicable. 4. Shop drawings, if applicable. 5. Reference projects where the product has been successfully used.

a. Name and address of project. b. Year of installation. c. Year placed in operation. d. Name of product installed. e. Point of contact: Name and phone number.

6. Itemized comparison of the proposed substitution with product specified including a list of significant variations. a. Design features. b. Design dimensions. c. Installation requirements. d. Operations and maintenance requirements.

7. Define impacts. a. Impacts to construction schedule. b. Impacts to other contracts. c. Impacts to other work or products. d. Impact to Contract Sum.

1) Do not include costs under separate contracts. 2) Do not include Engineer’s costs for redesign or revision of Contract

Documents. 3) Required license fees or royalties.

e. Availability of maintenance services and sources of replacement materials.

8. Contractor represents the following:

Not to be used for bidding purposes!

Page 141: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01600-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01600 (Bid Set)

a. Contractor shall pay associated costs for the Engineer to evaluate the substitution.

b. Contractor bears the burden of proof of the equivalency of the proposed substitution.

c. Proposed substitution does not change the design intent and will have equal performance to the specified product.

d. Proposed substitution is equal or superior to the specified product. e. Contractor will provide the warranties or bonds that would be provided on

the specified product on the proposed substitution, unless Owner requires a Special Warranty.

f. Contractor will coordinate installation of accepted substitution into the Work and will be responsible for the costs to make changes as required to the Work.

g. Contractor waives rights to claim additional costs caused by proposed substitution which may subsequently become apparent.

C. Substitutions will not be considered for acceptance under the following conditions: 1. No formal substitution request is made. 2. The substitution is simply implied or indicated on shop drawings or product

data submittals. 3. The formal substitution request is submitted by a subcontractor or supplier.

D. Substitution requests submitted after the deadline will not be considered unless the following evidence is submitted to the Engineer: 1. Proof that the specified product is unavailable for reasons beyond the control

of the Contractor. a. Reasons may include manufacturing discontinued, bankruptcy, labor

strikes, or acts of God. b. Contractor placed or attempted to place orders for the specified products

within 10 days after the effective date of the Agreement. c. The formal substitution request is submitted to Engineer within 10 days of

the Contractor discovering the specified product cannot be obtained.

E. Engineer’s decision on a substitution requests will be final and binding. 1. Approved substitutions will be incorporated into the Contract Documents with a

Change Order. 2. Requests for time extensions and additional costs based on submission of,

approval of, or rejection of substitutions will not be allowed.

PART 2 PRODUCTS

2.01 GENERAL

A. Material requirements: 1. Materials: Provide corrosion resistance suitable for project conditions as

specified in Section 01610. 2. Dissimilar metals: Separate contacting surfaces with dielectric material.

B. Edge grinding: 1. Sharp projections of cut or sheared edges of ferrous metals which are not to

be welded shall be ground to a radius required to ensure satisfactory paint adherence.

Not to be used for bidding purposes!

Page 142: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01600-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01600 (Bid Set)

2.02 PRODUCTS IN CONTACT WITH DRINKING WATER

A. Materials in contact with drinking waters: In accordance with NSF 61 and NSF 372. 1. Certification by an independent ANSI accredited third party, including, but not

limited to, NSF International, as being lead-free.

2.03 PRODUCT SELECTION

A. When products are specified by standard or specification designations of technical societies, organizations, or associations only, provide products that meet or exceed reference standard and Specifications.

B. When products are specified with names of manufacturers but no model numbers or catalog designations, provide: 1. Products by one of named manufacturers that meet or exceed Specifications. 2. Engineer deemed "or equal" evidenced by an approved shop drawing or other

written communication.

C. When products are specified with names of manufacturers and model numbers or catalog designations, provide: 1. Products with model numbers or catalog designations by one of named

manufacturers. 2. Engineer deemed "or equal" evidenced by an approved shop drawing or other

written communication.

D. When products are specified with names of manufacturers, but with brand or trade names, model numbers, or catalog designations by one manufacturer only, provide: 1. Products specified by brand or trade name, model number, or catalog

designation. 2. Products by one of named manufacturers proven, in accordance with

requirements for an "or equal", to meet or exceed quality, appearance and performance of specified brand or trade name, model number, or catalog designation.

3. Engineer deemed "or equal" evidenced by an approved shop drawing or other written communication.

E. When Products are specified with only one manufacturer followed by "or Equal," provide: 1. Products meeting or exceeding Specifications by specified manufacturer. 2. Engineer deemed "or equal" evidenced by an approved shop drawing or other

written communication.

2.04 SHIPMENT

A. Mandatory requirements prior to shipment of equipment: 1. Engineer approved shop drawings. 2. Engineer approved Manufacturer’s Certificate of Source Testing as specified in

Section 01756, when required by specifications. 3. Draft operations and maintenance manuals, as specified in Section 01782,

when required by specifications.

B. Prepare products for shipment by:

Not to be used for bidding purposes!

Page 143: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01600-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01600 (Bid Set)

1. Tagging or marking products to agree with delivery schedule or shop drawings.

2. Including complete packing lists and bills of material with each shipment. 3. Packaging products to facilitate handling and protection against damage

during transit, handling, and storage. 4. Securely attach special instructions for proper field handling, storage, and

installation to each piece of equipment before packaging and shipment.

C. Transport products by methods that avoid product damage.

D. Deliver products in undamaged condition in manufacturer's unopened containers or packaging.

2.05 SPARE PARTS, MAINTENANCE PRODUCTS, AND SPECIAL TOOLS

A. Provide spare parts and maintenance products as required by Specifications.

B. Provide one set of special tools required to install or service the equipment.

C. Box, tag, and clearly mark items.

D. Contractor is responsible for spare parts, maintenance products, and special tools until acceptance by Owner.

E. Store spare parts, maintenance products, and special tools in enclosed, weather-proof, and lighted facility during the construction period. 1. Protect parts subject to deterioration, such as ferrous metal items and

electrical components with appropriate lubricants, desiccants, or hermetic sealing.

F. Provide spare parts and special tools inventory list, see Appendix A: 1. Equipment tag number. 2. Equipment manufacturer. 3. Subassembly component, if appropriate. 4. Quantity. 5. Storage location.

G. Store large items individually: 1. Weight: Greater than 50 pounds. 2. Size: Greater than 24 inches wide by 18 inches high by 36 inches long. 3. Clearly labeled:

a. Equipment tag number. b. Equipment manufacturer. c. Subassembly component, if appropriate.

H. Store in spare parts box smaller items: 1. Weight: Less than 50 pounds. 2. Size: Less than 24 inches wide by 18 inches high by 36 inches long. 3. Clearly labeled

a. Equipment tag number. b. Equipment manufacturer. c. Subassembly component, if appropriate.

Not to be used for bidding purposes!

Page 144: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01600-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01600 (Bid Set)

I. Spare parts and special tools box: 1. Wooden box:

a. Size: 24 inches wide by 18 inches high by 36 inches long. 2. Hinged wooden cover.

a. Strap type hinges. b. Locking hasp. c. Spare parts inventory list taped to underside of cover.

3. Coating: As specified in Section 09960. 4. Clearly labeled:

a. The words “Spare Parts and/or Special Tools”. b. Equipment tag number. c. Equipment manufacturer.

PART 3 EXECUTION

3.01 DELIVERY AND HANDLING

A. Handle equipment in accordance with manufacturer's instructions.

B. Provide equipment and personnel to handle products by methods to prevent soiling or damage.

C. Upon delivery, promptly inspect shipments. 1. Verify compliance with Contract Documents, correct quantities, and

undamaged condition of products. 2. Acceptance of shipment does not constitute final acceptance of equipment.

3.02 STORAGE AND PROTECTION

A. Immediately store and protect products and materials until installed in Work.

B. Store products with seals and legible labels intact.

C. Maintain products within temperature and humidity ranges required or recommended by manufacturer.

D. Protect painted surfaces against impact, abrasion, discoloration, and other damage. 1. Repaint damaged painted surfaces.

E. Exterior storage of fabricated products: 1. Place on aboveground supports that allow for drainage. 2. Cover products subject to deterioration with impervious sheet covering. 3. Provide ventilation to prevent condensation under covering.

F. Store moisture sensitive products in watertight enclosures.

G. Furnish covered, weather-protected storage structures providing a clean, dry, noncorrosive environment for mechanical equipment, valves, architectural items, electrical and instrumentation equipment and special equipment to be incorporated into this project.

Not to be used for bidding purposes!

Page 145: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01600-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01600 (Bid Set)

1. Storage of equipment shall be in strict accordance with the “instructions for storage” of each equipment supplier and manufacturer including connection of heaters, placing of storage lubricants in equipment, etc.

2. The Contractor shall furnish a copy of the manufacturer’s instructions for storage to the Engineer prior to storage of all equipment and materials.

H. Store loose granular materials on solid surfaces in well-drained area. 1. Prevent materials mixing with foreign matter. 2. Provide access for inspection.

I. Payment will not be made for equipment and materials improperly stored or stored without providing Engineer with the manufacturer's instructions for storage.

J. Provide an Equipment Log including, as a minimum, the equipment identification, date stored, date of inspection/maintenance, date removed from storage, copy of manufacturer’s recommended storage guidelines, description of inspection/maintenance activities performed, and signature of party performing inspection/maintenance.

3.03 PROTECTION AFTER INSTALLATION

A. Provide substantial coverings as necessary to protect installed products from damage from traffic and subsequent construction operations. 1. Remove covering when no longer needed. 2. Replace corroded, damaged, or deteriorated equipment and parts before

acceptance of the project.

B. Update Equipment Log on a monthly basis with description of maintenance activities performed in accordance with the manufacturer’s recommendation and industry standards and signature of party performing maintenance.

3.04 QUALITY ASSURANCE

A. Employ entities that meet or exceed specified qualifications to execute the Work.

B. Verify project conditions are satisfactory before executing subsequent portions of the Work.

3.05 COMMISSIONING

A. As specified in Section 01756.

3.06 CLOSEOUT ACTIVITIES

A. Owner may request advanced delivery of spare parts, maintenance products, and special tools. 1. Deduct the delivered items from the inventory list and provide transmittal

documentation.

B. Immediately prior to the date of Substantial Completion, arrange to deliver spare parts, maintenance products, and special tools to Owner at a location on site chosen by the Owner.

Not to be used for bidding purposes!

Page 146: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01600-8 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01600 (Bid Set)

1. Provide itemized list of spare parts and special tools that matches the identification tag attached to each item.

2. Owner and Engineer will review the inventory and the itemized list to confirm it is complete and in good condition prior to signing for acceptance.

3.07 ATTACHMENTS

A. Appendix A - Spare Parts, Maintenance Products, and Special Tools Inventory List.

B. Appendix B - Sample Substitution Request Form.

END OF SECTION

Not to be used for bidding purposes!

Page 147: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01600-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01600 (Bid Set)

APPENDIX A SPARE PARTS, MAINTENANCE PRODUCTS, AND SPECIAL TOOLS INVENTORY LIST

Owner: Date: Contractor: Project No.: Project Name:

Inventory List

Spec Number: Spec Title

Equipment Tag No.: Equipment Manufacturer:

Quantity Subassembly Component Description

Manufacturer’s Part Number Storage Location

Not to be used for bidding purposes!

Page 148: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

Not to be used for bidding purposes!

Page 149: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01600-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01600 (Bid Set)

APPENDIX B

SUBSTITUTION REQUEST FORM

Not to be used for bidding purposes!

Page 150: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

Not to be used for bidding purposes!

Page 151: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01600-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01600 (Bid Set)

DOCUMENT 01600 SUBSTITUTION REQUEST FORM

Owner: Date: Contractor: Project No.: Project Name: To: From: Re: Contract For: Engineering Project Number: Substitution Request Number:

Specification Information

Title:

Number: Page: Article/Paragraph:

Description:

Proposed Substitution

Product:

Manufacturer:

Address: Phone:

Trade Name: Model No.:

Installer:

Address: Phone:

History: New Product 2-5 years old 5-10 years old More than 10 years old

Differences between proposed substitution and specified product:

Point-by-point comparative data and impacts attached – REQUIRED BY ENGINEER

Not to be used for bidding purposes!

Page 152: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01600-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01600 (Bid Set)

Reason For Not Providing Specified Item

Reason:

Similar Installation:

Project:

Address: Date Installed:

Owner: Architect:

Proposed substitution affects other parts of Work:

No Yes, Explain:

Benefit to Owner For Accepting Substitution

Savings: ($)

Proposed substitution changes Contract Time:

No Yes (Add) (Deduct) days

Supporting Data Attached

Drawings Product Data Samples Tests Reports

Reference Projects Other:

Certifications The undersigned certifies:

Proposed substitution has been fully investigated and determined to be equal or superior in all respects to specified product.

Same warranty will be furnished for proposed substitution as for specified product, unless Owner requires a Special Warranty.

Same maintenance service and source of replacement parts, as applicable, is available. Proposed substitution will have no adverse effect on other trades and will not affect or delay progress

schedule. Cost data as stated above is complete. Claims for additional costs related to accepted substitution which may

subsequently become apparent are to be waived. Proposed substitution does not affect dimensions and functional clearances. Payment will be made for changes to building design, including Engineer design, detailing, and construction

costs caused by the substitution. Coordination, installation, and changes in the Work as necessary for accepted substitution will be complete

in all respects.

Not to be used for bidding purposes!

Page 153: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01600-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01600 (Bid Set)

Certifications

Submitted by:

Signed by:

Firm Name

Firm Address:

Phone:

Attachments:

Engineer’s Review And Action

Substitution accepted - Make submittals in accordance with Specification Section 01330.

Substitution accepted as noted - Make submittals in accordance with Specification Section 01330.

Substitution rejected - Use specified materials.

Substitution Request received too late - Use specified materials.

Signed by: Date:

Additional Comments

Additional Comments:

Contractor Subcontractor Supplier Manufacturer Engineer

Other:

Comments:

Not to be used for bidding purposes!

Page 154: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

 

Not to be used for bidding purposes!

Page 155: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01610-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01610 (Bid Set)

SECTION 01610

PROJECT DESIGN CRITERIA

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Project design criteria such as temperature and site elevation.

1.02 PROJECT DESIGN CRITERIA

A. All equipment and materials for the project are to be suitable for performance in wastewater treatment plant environment and under following conditions: 1. Design temperatures are:

a. Outdoor temperatures: -5.8 to 91.1 degrees Fahrenheit. b. Indoor temperatures:

1) Process areas: 55.0 to 101.1 degrees Fahrenheit. 2) Electrical rooms: 55.0 to 85.0 degrees Fahrenheit.

2. Design groundwater elevation: Varies, influenced by water level in Rock River (approximately 500 feet from building site).

3. Freeze-thaw conditions. 4. Moisture conditions: Defined in individual equipment sections. 5. Site elevation: Approximately 700 feet above mean sea level.

PART 2 PRODUCTS Not Used.

PART 3 EXECUTION

Not Used.

END OF SECTION

Not to be used for bidding purposes!

Page 156: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

 

Not to be used for bidding purposes!

Page 157: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01612-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01612 (Bid Set)

SECTION 01612

SEISMIC DESIGN CRITERIA

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Seismic design criteria for the following: 1. Anchorage of mechanical and electrical equipment. 2. Seismic design and design of anchorage for small tanks fabricated off site and

shipped to the Project site. 3. Other structures or items as specified or indicated on the Drawings.

B. Related sections: 1. Section 01410 - Regulatory Requirements. 2. Section 03055 - Adhesive-Bonded Reinforcing Bars and All-Thread Rods. 3. Section 05190 - Mechanical Anchoring And Fastening To Concrete And

Masonry.

1.02 REFERENCES

A. American Society of Civil Engineers (ASCE): 1. 7-10 - Minimum Design Loads for Buildings and Other Structures.

1.03 SYSTEM DESCRIPTION

A. Design in accordance with the requirements of the building code as specified in Section 01410:

B. Design spectral acceleration at short period, SDS: 0.132.

C. Design for the larger of the following: 1. Design spectral acceleration at short periods, SDS: Equal to the peak

acceleration from site-specific response spectra attached to this Section.

D. Design of non-structural components and their connections to structures: 1. Component amplification factor, ap: In accordance with ASCE 7, Tables 13.5-1

and 13.6-1. 2. Component response modification factor, Rp: In accordance with ASCE 7,

Tables 13.5-1 and 13.6-1.

Not to be used for bidding purposes!

Page 158: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01612-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01612 (Bid Set)

3. Component importance factor, Ip:

Table 1: Component importance factor, Ip

Component Description Ip

Electrical Equipment and appurtenances provided and installed under Division 16. 1.5

Mechanical Equipment.provided and installed under other Divisions. 1.0

E. Seismic Design Category (SDC).

F. Seismic Design Category (SDC) for certification of mechanical and electrical equipment as required by ASCE 7: 1. Wastewater Treatment Facility.

All areas: Seismic Design Category B.

G. Design requirements: Anchorage of equipment to structures. 1. Do not use friction to resist sliding due to seismic forces. Do not design or

provide connections that use friction to resist seismic loads. Resist seismic forces through direct tension and/or shear on anchors and fasteners.

2. Do not use more than 60 percent of the weight of the mechanical and electrical equipment for designing anchors for resisting overturning due to seismic forces.

3. Do not use more than 60 percent of the weight of the tank for resisting overturning due to seismic forces.

4. Anchoring and fastening to concrete and masonry: a. Provide anchors specified in Sections 03055 and 05190. b. Use only cast-in anchors (anchor bolts or welded studs) for anchors at

connections that resist seismic forces. c. Do not use concrete anchors, flush shells, sleeve anchors, screw anchors,

powder actuated fasteners, or other types of post-installed mechanical anchors unless indicated on the Drawings or accepted in writing by the Engineer.

1.04 SUBMITTALS

A. Shop drawings and calculations: Complete shop drawings and seismic calculations.

B. Calculations shall be signed and stamped by a civil or structural engineer licensed in the state where the Project is located.

PART 2 PRODUCTS Not Used.

PART 3 EXECUTION Not Used.

END OF SECTION

Not to be used for bidding purposes!

Page 159: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01614-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01614 (Bid Set)

SECTION 01614

WIND DESIGN CRITERIA

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Wind design criteria.

B. Related section: 1. Section 01410 - Regulatory Requirements. 2. Section 03055 - Adhesive-Bonded Reinforcing Bars and All-Thread Rods. 3. Section 05190 - Mechanical Anchoring And Fastening To Concrete And

Masonry.

1.02 SYSTEM DESCRIPTION

A. Design requirements: 1. Building code criteria: Design for wind in accordance with building code as

specified in Section 01410: a. Risk category: III. b. Wind speed, Vult: 120 miles per hour. c. Wind speed, Vasd: 93 miles per hour. d. Exposure category: C. e. Topographic factor, Kzt: 1.0.

2. Resist wind forces through direct bearing on anchors and fasteners. Do not design or provide connections that use friction to resist wind loads.

3. Anchoring and fastening to concrete and masonry: a. Provide anchors specified in Sections 03055 and 05190. b. Use only cast-in and built-in anchors (anchor bolts and welded studs) for

anchors at connections that resist wind forces. c. Do not use concrete anchors, flush shells, sleeve anchors, flush shells,

screw anchors, powder actuated fasteners, or other types of post-installed mechanical anchors unless indicated on the Drawings or accepted in writing by the Engineer.

1.03 SUBMITTALS

A. Shop drawings and calculations: Complete shop drawings and wind design calculations.

B. Calculations shall be signed and stamped by a civil or structural engineer licensed in the state where the Project is located.

Not to be used for bidding purposes!

Page 160: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01614-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01614 (Bid Set)

PART 2 PRODUCTS Not Used.

PART 3 EXECUTION Not Used.

END OF SECTION

Not to be used for bidding purposes!

Page 161: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01722-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01722 (Bid Set)

SECTION 01722

FIELD ENGINEERING

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Field engineering to establish lines and grades for the Work.

B. Related sections: 1. Section 01330 - Submittal Procedures. 2. Section 01770 - Closeout Procedures.

1.02 SUBMITTALS

A. Submit as specified in Section 01330.

B. Qualifications of the professional land surveyor or registered civil engineer in Illinois that will be performing the field engineering.

PART 2 PRODUCTS Not Used.

PART 3 EXECUTION

3.01 SURVEY REFERENCE POINTS

A. Basic reference line, a beginning point on basic reference line, and a benchmark will be provided by Owner.

B. From these reference points, establish other control and reference points as required to properly lay out the Work.

C. Locate and protect control points prior to starting site work, and preserve permanent reference points during construction: 1. Make no changes or relocations without prior written notice. 2. Replace Project control point, when lost or destroyed, in accordance with

original survey control.

D. Set monuments for principal control points and protect them from being disturbed and displaced: 1. Re-establish disturbed monuments. 2. When disturbed, postpone parts of the Work that are governed by disturbed

monuments until such monuments are re-established.

Not to be used for bidding purposes!

Page 162: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01722-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01722 (Bid Set)

3.02 PROJECT SITE SURVEY REQUIREMENTS

A. Establish minimum of 2 permanent benchmarks on site referenced to data established by survey control points.

B. Record permanent benchmark locations with horizontal and vertical data on Project Record Documents.

C. Perform verifications and checking in accordance with standard surveying practice.

D. Maintain complete, accurate log of control points and survey.

E. Affix civil engineer's or professional land surveyor's signature and registration number to Record Drawings to certify accuracy of information shown.

3.03 CONSTRUCTION STAKES, LINES, AND GRADES

A. Execute the Work in accordance with the lines and grades indicated.

B. Make distances and measurements on horizontal planes, except elevations and structural dimensions.

3.04 QUALITY CONTROL

A. Accuracy of stakes, alignments, and grades may be checked randomly by Engineer: 1. Notice of when checking will be conducted will be given. 2. When notice of checking is given, postpone parts of the Work affected by

stakes, alignments, or grades to be checked until checked. 3. Engineer's check does not substitute or complement required field quality

control procedures.

3.05 RECORD DOCUMENTS

A. Prepare and submit Record Documents as specified in Section 01770.

END OF SECTION

Not to be used for bidding purposes!

Page 163: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01738-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01738 (Bid Set)

SECTION 01738

SELECTIVE ALTERATIONS AND DEMOLITION

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: 1. Cutting or modifying of existing and new work. 2. Partial demolition of structures.

B. Related sections: 1. Section 01140 - Work Restrictions. 2. Section 01330 - Submittal Procedures. 3. Section 02300 - Earthwork.

1.02 REFERENCES

A. American National Standards Institute (ANSI): 1. A10.6 - Safety and Health Program Requirements for Demolition Operations.

B. International Concrete Repair Institute (ICRI): 1. Guideline No. 310.2R - Selecting and Specifying Concrete Surface

Preparation for Sealers, Coatings, Polymer Overlays, and Concrete Repair. 2. Guideline No. 310.3R - Guide for the Preparation of Concrete Surfaces for

Repair Using Hydrodemolition Methods.

1.03 DEFINITIONS

A. Chipping hammer: A hand-operated electrical or pneumatic demolition device for removal of hardened concrete or masonry materials having a weight of less than 15 pounds and an impact frequency of greater than 2,000 blows/minute.

B. Concrete breaker: A hand-operated electrical or pneumatic demolition device for removal of hardened concrete or masonry materials having a weight greater or impact frequency less than the limits defined for a chipping hammer.

C. Coring equipment: Non-impact rotary drill with diamond cutting edges.

D. Heavy abrasive blast: Cleaning procedure by which various abrasives materials, or steel shot, are forcibly propelled by high pressure against a surface to remove loose material and produce a concrete surface roughened to ICRI Surface Profile CSP-7, or higher, as specified in ICRI 301.3R.

1.04 DESCRIPTION OF WORK

A. The work includes partial demolition, cutting, and modifying of existing facilities, utilities, and/or structures.

Not to be used for bidding purposes!

Page 164: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01738-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01738 (Bid Set)

B. These facilities may be occupied and/or operational. Satisfactory completion of the work will require that the Contractor plan activities carefully to work around unavoidable obstacles and to maintain overall stability of structures and structural elements. It will further require restoration of existing facilities, utilities, and structures that are to remain in place and that are damaged by demolition or removal operations.

1.05 SUBMITTALS

A. General: 1. Submit specified in Section 01330.

B. Shop drawings: Include: 1. The location of all embedded items shall be documented using diagrams

and/or other media that clearly show dimensions and locations of existing structural elements, existing embedded items and any new embedded items and their relationship to each other.

C. Submittals for information only: 1. Permits and notices authorizing demolition. 2. Certificates of severance of utility services. 3. Permit for transport and disposal of debris. 4. Selective Demolition Plan.

D. Quality assurance submittals: 1. Qualifications of non-destructive testing agency/agencies.

E. Project record documents:

F. Drawings and/or other media documenting locations of service lines and capped utilities.

1.06 QUALITY ASSURANCE

A. Qualifications: 1. Assign relocation, removal, cutting, coring and patching to trades and workers

qualified to perform the Work in manner that causes the least damage and that provides means of returning surfaces to an appearance at least equal to that of the surrounding areas unaffected by the Work.

2. Non-destructive testing agencies: Minimum of 5 years' experience performing non-destructive testing for location of steel reinforcement in existing concrete under conditions similar to that required for this Work.

1.07 SEQUENCING

A. Perform Work in sequences and within times specified in Section 01140.

B. If the facility or utility to be modified cannot be removed from service, perform the Work while the facility is in operation using procedures and equipment that do not jeopardize operation or materially reduce the efficiency of that facility.

Not to be used for bidding purposes!

Page 165: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01738-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01738 (Bid Set)

C. Coordinate the Work with operation of the facility: 1. Do not begin alterations of designated portions of the Work until specific

permission for activities in each area has been granted by Owner in writing. 2. Complete Work as quickly and with as little delay as possible.

D. Operational functions of the facility that are required to be performed to facilitate the Work will be performed by facility personnel only.

E. Owner will cooperate in every way practicable to assist in expediting the Work.

F. When necessary for the proper operation or maintenance of portions of the facility, reschedule operations so the Work will not conflict with required operations or maintenance.

1.08 REGULATORY REQUIREMENTS

A. Dispose of debris in accordance with governing regulatory agencies.

B. Comply with applicable air pollution control regulations.

C. Obtain permits for building demolition, transportation of debris to disposal site and dust control.

1.09 PROJECT CONDITIONS

A. Do not interfere with use of adjacent structures and elements of the facility not subject to the Work described in this Section. Maintain free and safe passage to and from such facilities.

B. Provide erect and maintain barricades, lighting, guardrails, and protective devices as required to protect building occupants, general public, workers, and adjoining property: 1. Do not close or obstruct roadways without permits. 2. Conduct operations with minimum interference to public or private roadways.

C. Prevent movement, settlement, or collapse of structures, adjacent services, sidewalks, driveways and trees: 1. Provide and place bracing or shoring. 2. Cease operations and notify Engineer immediately when safety of structures

appears to be endangered. Take precautions to properly support structure. Do not resume operations until safety is restored.

3. Assume liability for movement, settlement, or collapse. Promptly repair damage.

D. Arrange and pay for capping and plugging utility services. Disconnect and stub off. 1. Notify affected utility company in advance and obtain approval before starting

demolition. 2. Place markers to indicate location of disconnected services.

E. Unknown conditions: 1. The drawings may not represent all conditions at the site and adjoining areas.

Compare actual conditions with drawings before commencement of Work.

Not to be used for bidding purposes!

Page 166: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01738-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01738 (Bid Set)

2. Existing utilities and drainage systems below grade are located from existing documents and from surface facilities such as manholes, valve boxes, area drains, and other surface fixtures.

3. If existing active services encountered are not indicated or otherwise made known to the Contractor and interfere with the permanent facilities under construction, notify the Engineer in writing, requesting instructions on their disposition. Take immediate steps to ensure that the service provided is not interrupted, and do not proceed with the Work until written instructions are received from the Engineer.

PART 2 PRODUCTS

2.01 SALVAGE MATERIALS

A. Salvage materials: Materials removed from existing facility.

B. Materials designated for salvage. Provide Owner with right of first refusal: 1. Existing polymer feed system and polymer solution tank.

C. Handling and storage: 1. Prevent damage to salvaged materials during removal, handling, and

transportation of salvaged materials. 2. Prepare salvaged materials for storage: 3. Coordinate storage of salvaged materials with the Owner.

D. Pay costs associated with salvaging materials, including handling, transporting, and storage.

PART 3 EXECUTION

3.01 EXAMINATION

A. Prior to beginning selective demolition operations, perform a thorough inspection of the facility and site, and report to the Engineer defects and structural damage to or deterioration of existing construction to remain.

B. Examine areas affected by the Work and verify the following conditions prior to commencing demolition: 1. Disconnection of utilities as required. 2. That utilities serving occupied or active portions of surrounding facilities will not

be disturbed, except as otherwise indicated.

C. If unsatisfactory conditions exist, notify the Engineer, and do not begin demolition operations until such conditions have been corrected.

Not to be used for bidding purposes!

Page 167: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01738-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01738 (Bid Set)

3.02 PREPARATION

A. Selective Demolition Plan: 1. Prepare and submit a comprehensive selective demolition plan for the Work.

Describe, at a minimum, the following elements: a. Proposed sequence, methods, temporary support, and equipment for

demolition, removal, and disposal of portions of structure(s). b. Provisions and procedures for salvage and delivery to Owner of salvaged

items, if required. 2. Submit plan a minimum 4 weeks before demolition is scheduled to begin.

B. Protection: 1. Erect weatherproof closures to protect the interior of facilities and elements or

equipment that are not designed for exposure to the weather. Provide temporary heat, cooling, and humidity control as necessary to prevent damage to existing and new construction. Maintain existing exiting paths and/or provide new paths in compliance with Building Code requirements.

2. Erect and maintain dustproof partitions as required to prevent spread of dust, to other parts of building. Maintain negative pressure in the area where the Work is being performed to prevent the accidental spread of dust and to minimize the spread of fumes related to the Work.

3. Upon completion of Work, remove weatherproof closures and dustproof partitions, and repair damaged surfaces to match adjacent surfaces.

4. Provide and maintain protective devices to prevent injury from falling objects. 5. Locate guardrails in stairwells and around open shafts to protect workers. Post

clearly visible warning signs. 6. Cause as little inconvenience to adjacent building areas as possible. 7. Protect benchmarks and existing construction to remain from damage or

displacement. 8. Carefully remove designated materials and equipment to be salvaged by

Owner or reinstalled. 9. Store and protect materials and equipment to be reinstalled.

C. Layout: 1. The limits of selective demolition are indicated on the Drawings. Confine

demolition operations within the limits indicated on the Drawings. 2. Lay out demolition and removal work at the site and coordinate with related

Work for which demolition and removal is required. Clearly mark the extent of structural elements to be removed on the actual surfaces that will be removed.

3. Arrange for Engineer's inspection of the lay out extents. 4. Do not begin demolition/removal operations until the lay out markings have

been reviewed by the Engineer.

3.03 DEMOLITION

A. General: 1. Perform demolition work in accordance with ANSI A10.6. 2. Demolish designated portions of structures and appurtenances in orderly and

careful manner in accordance with the Selective Demolition Plan. 3. Conduct demolition and removal work in a manner that will minimize dust and

flying particles. a. Use water or dust palliative when necessary to prevent airborne dust.

Not to be used for bidding purposes!

Page 168: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01738-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01738 (Bid Set)

b. Provide and maintain hoses and connections to water main or hydrant. 4. Demolish concrete and masonry in small sections. Perform demolition with

small tools as much as possible. Blasting with explosive charges is not permitted.

5. Sawcut concrete to establish the edges of demolition, wherever possible. a. Do not use a concrete breaker within 6 inches of reinforcing or structural

metals that are designated to remain. b. At edges that are not sawcut, remove the final 6 inches of material with a

chipping hammer as defined herein. At surfaces where material is removed with a chipping hammer, follow with a heavy abrasive blast to remove all loose material and microcracking.

c. Alternate techniques to remove concrete may be used if acceptable to the Engineer; however, techniques other than those deemed by ICRI Guideline No. 310.2R to provide a low risk of introducing microcracking will require a subsequent procedure to remove loose material.

d. Provide final surface preparation for repairs as specified in Section 03366. 6. At locations indicated on the Drawings that the existing reinforcing is to be

preserved, remove concrete using methods that do not damage the reinforcing. Use one of the following techniques: a. Hydrodemolition techniques as outlined in ICRI Guideline No. 310.3R. b. Chipping hammer, as defined herein, followed by heavy abrasive blast to

remove all loose material and microcracking at remaining surfaces impacted by the chipping hammer.

c. Alternate methods may be used, only if acceptable to the Engineer. d. For all methods, provide a small completed area for Engineer's review

and acceptance. If the proposed method, in the opinion of the Engineer, damages the reinforcing, revise the removal method to remove the concrete with a less aggressive technique to protect the reinforcing.

7. Remove materials carefully, to the extent indicated and as required. a. Provide neat and orderly junctions between existing and new materials. b. Use methods that terminate surfaces in straight lines at natural points of

division. 8. Do not remove anything beyond the limits of Work indicated without prior

written authorization of the Engineer. If in doubt about whether to remove an item, obtain written authorization of the Engineer prior to proceeding.

9. Perform work so as to provide the least interference and most protection to existing facilities to remain.

10. Assume possession of demolished materials, unless otherwise indicated on the Drawings or specified. a. Remove demolished materials from site at least weekly and dispose of in

accordance with Laws and Regulations. b. Do not burn materials on site.

B. Sizing of openings in existing concrete or masonry: 1. Make openings large enough to permit final alignment of pipe and fittings

without deflections, but without oversizing. 2. Allow adequate space for packing around pipes and conduit to ensure

watertightness. 3. If the Engineer deems the opening to be insufficient in size to accomplish this

criteria, remove additional material using the procedures outlined in this Section.

Not to be used for bidding purposes!

Page 169: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01738-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01738 (Bid Set)

C. Cutting openings in existing concrete or masonry: 1. Do not allow saw cuts to extend beyond limits of openings. 2. Create openings by the following method or other means acceptable to the

Engineer that prevents over-cutting of member at corners: a. Core-drill through slab or wall at corners, being careful not to damage

materials beyond the area to be removed. b. Saw cut completely through the member, between the core holes at the

corners. c. As an alternate to sawcutting through the member, score the edges of the

opening with a saw to a 1-inch depth on both surfaces (when accessible). 1) Remove concrete or masonry to within 6 inches of material to remain

with a concrete breaker. 2) Remove the remaining material with a chipping hammer.

d. Remove the remaining material at the corners left by the core-drilling with a chipping hammer.

3. Prevent debris from falling into adjacent tanks or channels in service or from damaging existing equipment and other facilities.

D. Immediately upon discovery, remove and dispose of contaminated, vermin-infested, or dangerous materials using safe means that will not endanger health of workers and public.

E. Remove demolished materials, tools, and equipment upon completion of demolition.

3.04 RESTORATION

A. General: 1. Repair damage caused by demolition to a conditions equal to those that

existing prior to beginning of demolition. a. Patch and replace portions of existing finished surfaces that are damaged,

lifted, and discolored with matching material. Refinish patched portion surfaces in a manner which produces uniform color and texture to entire surface.

b. When existing finish cannot be matched, refinish entire surface to nearest change of plane where angle of change exceeds 45 degrees.

2. The cost of repairs shall be at the Contractor’s expense at no increase in the Contract Price.

3. When new construction abuts or finishes flush with existing construction, make smooth transitions. Match finish of existing construction.

4. Where partitions are removed, patch floors, walls, and ceilings with finish materials that match existing materials.

5. Where removal of partitions results in adjacent spaces becoming one, rework floors, walls, and ceilings to provide smooth planes without breaks, steps, or bulkheads.

6. Where changes of plane exceed 2 inches, request instructions for making transition.

7. Trim and refinish existing doors as necessary to clear new floors. 8. Match patched construction with adjacent construction in texture and

appearance so that patch or transition is invisible at 5-foot distance. 9. When finished surfaces are cut so that smooth transition is impossible,

terminate existing surface in neat manner along straight line at natural line of division and provide appropriate trim.

Not to be used for bidding purposes!

Page 170: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01738-8 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01738 (Bid Set)

B. Restore existing concrete reinforcement as follows: 1. Where existing reinforcement is to be incorporated into the new Work, protect,

clean, and extend into new concrete. 2. Where existing reinforcement is not to be retained, cut off as follows:

a. Where new concrete joins existing concrete at the removal line, cut reinforcement flush with concrete surface at the removal line.

b. Where concrete surface at the removal line will become the finished surface, cut reinforcement 2 inches below the surface, paint ends with epoxy, and patch holes with dry pack mortar.

C. Restore areas affected by removal of existing equipment, equipment pads and bases, piping, supports, electrical panels, electric devices, and conduits such that little or no evidence of the previous installation remains: 1. Fill areas in existing floors, walls, and ceilings from removed piping, conduit,

and fasteners with non-shrink grout and finish smooth. 2. Remove concrete bases for equipment and supports by:

a. Saw cutting clean, straight lines with a depth equal to the concrete cover over reinforcement minus 1/2 inch below finished surface. 1) Do not cut existing reinforcement on floors.

b. Chip concrete within scored lines and cut exposed reinforcing steel and anchor bolts.

c. Patch with non-shrink grout to match adjacent grade and finish. 3. Terminate abandoned piping and conduits with blind flanges, caps, or plugs.

3.05 FIELD QUALITY CONTROL

A. Do not proceed with demolition without Engineer's inspection of lay out.

B. Do not deviate from the submitted demolition plan without notifying the Engineer prior to Work.

END OF SECTION

Not to be used for bidding purposes!

Page 171: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01756-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01756 (Bid Set)

SECTION 01756

COMMISSIONING

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Requirements for each Commissioning phase of, the Project equipment/system and/or facility.

B. Related sections: 1. Section 01140 - Work Restrictions. 2. Section 01782 - Operation and Maintenance Data. 3. Section 09960 - High-Performance Coatings. 4. Section 15050 - Common Work Results for Mechanical Equipment. 5. Section 15954 - HVAC Systems Testing, Adjusting, and Balancing. 6. Section 15956 - Piping Systems Testing. 7. Section 15958 - Mechanical Equipment Testing. 8. Section 16950 - Field Electrical Acceptance Tests. 9. Section 17950 - Testing, Calibration, and Commissioning.

1.02 DEFINITIONS

A. Commissioning – The process of planning, testing, and process start-up of the installation for compliance with contract requirements and demonstrating, through documented verification, that the project has successfully met the Contractual requirements. It includes training the Owner's staff to operate the facility.

B. Commissioning Phases – The work activities of facility commissioning are grouped into the phases defined in the table below.

Commissioning

Planning Phase

Testing and Training Phase

Process Start-Up Phase

Owner Training Plan and Schedule

Source Testing Process Start-up

Commissioning Schedule Owner Training Process Operational Period

Subsystem Testing Plan Installation Testing

Functional Testing

Closeout Documentation

Not to be used for bidding purposes!

Page 172: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01756-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01756 (Bid Set)

C. Component – A basic building block of equipment, subsystems, and systems that requires installation or functional testing but does not have an electrical connection or internal electronics. (Examples: filter effluent piping and manual isolation valves).

D. Device – A basic building block of equipment, subsystems, and systems that requires installation or functional testing and does have an electrical connection or internal electronics. (Examples: filter level transmitter or water pump pressure transmitter).

E. Equipment – An assembly of component(s) and devices(s) that requires installation or functional testing. (Examples: Pump, motor, VFD, Ozone Generator, UV Disinfection System, etc.).

F. Facility – A grouping of process areas, systems, subsystems, equipment, components, and devices (Examples: treatment plant, pump station, etc.).

G. Functional Testing – Testing performed on a completed subsystem to demonstrate that equipment/system meets manufacturers’ calibration and adjustment requirements and other requirements as specified. Functional testing includes operating equipment/system manually in local, manually in remote (or remote manual), and automatically in remote (in remote auto).

H. Installation Testing – Testing to demonstrate that subsystem component (piping, power, networks, devices, etc.) is ready and meets the project requirements in advance of functional testing. Installation testing also includes manufacturers’ certification of installation and other requirements as specified to prepare equipment/system for Functional Testing. Also referred to as Field Acceptance Testing.

I. Manufacturer’s Certificate of Source Testing – When applicable, the form is used during Source Testing for the manufacturer to confirm that the applicable source tests have been performed and results conform to the Contract Documents. The form is provided at the end of this Section.

J. Manufacturer’s Certificate of Installation and Functionality Compliance – The form is used during Installation Testing and Functional Testing. It is submitted at the end of Functional Testing to confirm that the equipment/system is installed in conformance with the Contract Documents and that it meets the Functional Testing requirements defined in the Contract Documents. The form is provided at the end of this Section.

K. Process Area – A grouping of systems, subsystems, equipment, components, and devices that divide a facility into functional areas. (Examples: Filter Process Area or Chemical Area).

L. Process Operational Period – A period of time after completion of the process start-up set aside for final Operational Testing to verify facility performance meets the Contract Document requirements. This period may specifically limit other construction activities.

M. Process Start-up Phase - Operating the facility to verify performance meets the Contract Document requirements.

Not to be used for bidding purposes!

Page 173: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01756-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01756 (Bid Set)

N. Process Start-Up – Activities conducted after the testing and training phase that are necessary to place systems or process areas into operational service.

O. Product – A system, subsystem or component.

P. Subsystem – A building block of systems made up from a grouping of components, devices, and equipment that perform a definable function. (Examples: Filter No. 1 Backwash Subsystem, Sedimentation Basin No. 1 Hoseless Sludge Removal Subsystem).

Q. System – A grouping of subsystems, equipment, components, and devices that perform a definable function. (Examples: Filter No. 1, Sedimentation Basin).

1.03 COMMISSIONING COORDINATOR (CC)

A. Designate and provide a CC for this project.

B. Submit summary of the CC’s qualifications within 30 days of NTP: 1. Include description of previous experience as a CC on similar projects for the

designated CC with a list of references including phone numbers for review and Owner approval.

C. CC responsibilities include the following: 1. Lead efforts relating to Commissioning. 2. Be thoroughly familiar with commissioning requirements in the Contract

Documents. 3. Be regularly engaged and experienced in all aspects of commissioning. 4. Provide technical instruction for commissioning. 5. Provide primary interface with Engineer and Owner for efforts relating to

Commissioning of Project facilities. 6. Coordinate training efforts.

D. Designate and provide CC assistants, as needed.

1.04 SERVICES OF MANUFACTURER’S REPRESENTATIVES

A. Qualification of manufacturer’s representative as specified in the Contract Documents technical Sections include the following: 1. Authorized representative of the manufacturer, factory trained and

experienced in the technical applications, installation, operation, and maintenance of respective equipment/system with full authority by the equipment/system manufacturer to issue the certifications required of the manufacturer.

2. Competent, experienced technical representative of equipment/system manufacturer for assembly, installation, testing guidance, and training.

3. Additional qualifications may be specified in the individual Sections. 4. Submit qualifications of the manufacturer’s representative no later than

30 days in advance of required observations. 5. Representative subject to approval by Owner and Engineer. 6. No substitute representatives will be allowed until written approval by Owner

and Engineer has been obtained.

B. Completion of manufacturer on-site services: Engineer approval required.

Not to be used for bidding purposes!

Page 174: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01756-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01756 (Bid Set)

C. Manufacturer is responsible for determining the time required to perform the specified services. 1. Minimum times specified in the Contract Documents are estimates. 2. No additional costs associated with performing the required services will be

approved. 3. Manufacturer required to schedule services in accordance with the

Contractor’s project schedule up to and including making multiple trips to project site when there are separate milestones associated with installation of each occurrence of manufacturer’s equipment.

D. Manufacturer’s on-site services as specified in the Contract Documents include the following: 1. Assistance during Commissioning Phase and Process Start-Up Phase. 2. Provide weekly copies of manufacturer's representatives field notes and data

to Engineer. 3. Other requirements as specified in the Contract Documents.

1.05 PLANNING PHASE

A. Overview of Planning Phase: 1. Define approach and timing for Commissioning.

B. Owner training plan and schedule: 1. Training outcomes:

a. Owner’s operations, maintenance, and engineering staff have the information needed to safely operate, maintain, and repair the equipment/systems provided in the Contract Documents.

2. Training objectives: a. To instruct personnel in the operation and maintenance of the

equipment/system. Instruction shall include step-by-step troubleshooting procedures with all necessary test equipment/system.

b. To instruct personnel in the removal, inspection, and cleaning of equipment/system as needed.

c. Training tailored to the skills and job classifications of the staff attending the classes (e.g., plant superintendent, treatment plant operator, maintenance technician, electrician, etc.).

d. Provide supporting documentation, such as vendor operation and maintenance manuals.

3. Training schedule: a. Schedule Owner’s staff training within the constraints of their workloads.

Those who will participate in this training have existing full-time work assignments, and training is an additional assigned work task, therefore, scheduling is imperative. Owner staff work schedules regularly shift, as treatment facilities are typically operated on an around-the-clock basis.

4. Training plan: a. Coordinate and arrange for manufacturer’s representatives to provide

both classroom-based learning and field (hands-on) training, based on training module content and stated learning objectives.

b. Conduct classroom training at location designated by Owner.

Not to be used for bidding purposes!

Page 175: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01756-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01756 (Bid Set)

c. Scope and sequence: 1) Plan and schedule training in the correct sequence to provide

prerequisite knowledge and skills to trainees. a) Describe recommended procedures to check/test

equipment/system following a corrective maintenance repair. 5. Training scheduling coordination:

a. CC is responsible for the following: 1) Coordinate schedule for training periods with the Owner’s personnel

and manufacturer's representatives (instructors). b. Complete Owner training no sooner than 15 calendar days prior to start of

process start-up of each system. 6. Meetings:

a. CC is responsible for setting commissioning coordination meeting dates and times, as well as preparing the agendas and meeting minutes.

b. CC shall meet with Engineer and Owner’s designated training coordinator to develop list of personnel to be trained and to establish expected training outcomes and objectives at least 60 calendar days prior to commissioning of equipment/system.

c. CC shall conduct commissioning progress meetings throughout construction, to plan, scope, coordinate, and schedule future activities, resolve problems, etc. 1) Frequency: Monthly minimum. Increase frequency as needed based

on complexity and quantity of commissioning activities. 7. Submittals:

a. Submit Training Plan Schedule 60 calendar days before the first scheduled training session, including but not limited to lesson plans, participant materials, instructor’s resumes, and training delivery schedules.

b. Submit training documentation including the following: 1) Training plan:

a) Training modules. b) Scope and sequence statement. c) Contact information for manufacturer’s instructors including

name, phone, and e-mail address. d) Instructor qualifications.

2) Training program schedule: a) Format: Bar chart.

(1) Additionally include in the Project Progress Schedule. b) Contents:

(1) Training modules and classes. 8. Training sessions:

a. Provide training sessions for equipment/system as specified in the individual equipment/system Section.

C. Commissioning Schedule: 1. Commissioning overview:

a. Comply with Commissioning Roles and Responsibilities Matrix specified at the end of this Section.

2. Submittal due date: a. Submit Commissioning Schedule not less than 60 calendar days prior to

planned initial commissioning of each subsystem or system.

Not to be used for bidding purposes!

Page 176: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01756-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01756 (Bid Set)

3. Schedule requirements: a. Schedule durations and float for commissioning activities to ensure Work

does not fall behind schedule due to complications or delays during commissioning.

b. Time-scaled network diagram detailing the work to take place in the period between 90 calendar days prior to planned initial commissioning of equipment and systems, and prior to the date of Substantial Completion, together with supporting narrative.

c. Provide detailed schedule of commissioning activities including durations and sequencing requirements. 1) Identify the following activities:

a) Testing and Training Phase: (1) Source Testing. (2) Owner Training. (3) Installation Testing. (4) Functional Testing. (5) Clean Water Facility Testing. (6) Closeout Documentation.

b) Process Start-Up Phase: (1) Process Start-Up. (2) Process Operational Period.

d. Schedule manufacturer’s services to avoid conflict with other on-site testing or other manufacturers’ on-site services.

e. Verify that conditions necessary to allow successful testing have been met before scheduling services.

D. Subsystem testing plans: 1. Provide separate testing plans for each individual subsystem and system that

include the following: a. Approach to testing including procedures, schedule, and recirculation

requirements. b. Test objective: Demonstrate subsystem meets the design requirements as

specified in the technical Sections. c. Test descriptions, forms, temporary systems (pumps, piping, etc.),

shutdown requirements for existing systems, test forms, test logs, witness forms, and checklists to be used to control and document the required tests.

d. Test forms: Include, but not limited to, the following information: 1) Tag and name of equipment/system to be tested. 2) Test date. 3) Names of persons conducting the test. 4) Names of persons witnessing the test, where applicable. 5) Test data. 6) Applicable project requirements. 7) Check offs for each completed test or test step. 8) Place for signature of person conducting tests and for the witnessing

person, as applicable. e. Define start-up sequencing of unit processes:

1) Include testing of alarms, interlocks, permissives, control circuits, capacities, speeds, flows, pressures, vibrations, sound levels, and other parameters.

Not to be used for bidding purposes!

Page 177: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01756-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01756 (Bid Set)

2) Provide detailed test procedures setting forth step-by-step descriptions of the procedures for systematic testing of equipment/system.

3) Demonstrate proper rotation, alignment, speed, flow, pressure, vibration, sound level, adjustments, and calibration. a) Perform initial checks in the presence of and with the assistance

of the manufacturer’s representative. 4) Demonstrate proper operation of each control loop function including

mechanical, electrical, alarms, local and remote controls, instrumentation, and other equipment/system functions. a) Generate signals with test equipment/system to simulate

operating conditions in each control mode. 2. Engineer approval of test plan is required prior to performing test.

a. Revise and update test plans based on review comments, actual progress, or to accommodate changes in the sequence of activities.

b. Submit test reports for each phase of testing for each equipment/system. c. Engineer approval of preceding test reports is required prior to start of

next test. d. Tests will be rescheduled if test plan is not approved by the required

deadline. 1) Contractor is responsible for any resulting delay.

3. Contractor is responsible to reproduce and distribute final test procedures. a. Provide 3 copies for Engineer.

4. Tests may commence only after Engineer has received approved test plan copies.

5. Submittals: a. Submit test plans not less than 30 calendar days prior to planned

installation testing of subsystem or system. b. Completed Manufacturer’s Certificate of Installation and Functionality

Compliance. c. Test procedures and forms: Provide signed-off copy of test forms and test

reports upon completion of the test. d. Test reports:

1) Submit preliminary copies within 1 day after testing completion. 2) Submit final copies and report within 14 days after testing

completion.

1.06 TESTING AND TRAINING PHASE

A. Overview of Testing and Training Phase: 1. General:

a. Include specified Source Testing, Owner Training, Installation Testing, Functional Testing, Clean Water Facility Testing, and Closeout Documentation required by this Section and the technical Sections.

2. Contractor responsibilities: a. Furnish labor, power, chemicals (Owner will provide polymer), tools,

equipment, instruments, and services required for and incidental to completing commissioning activities in accordance with the approved Commissioning Plans.

b. Prior to testing, verify equipment protective devices and safety devices have been installed, calibrated, and tested.

Not to be used for bidding purposes!

Page 178: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01756-8 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01756 (Bid Set)

c. Acceptable tests: Demonstrate the equipment/system performance meets the requirements stated in the Contract Documents. 1) When the equipment/system fails to meet the specified requirements,

perform additional, more detailed, testing to determine the cause, correct, repair, or replace the causative components and repeat the testing that revealed the deficiency.

B. Source testing: 1. Also referred to as factory testing or factory acceptance testing (FAT). 2. Test components, devices, and equipment/system for proper performance at

point of manufacture or assembly as specified in the technical Sections. 3. Notify the Engineer in writing when the equipment/system is ready for source

inspection and testing. 4. Source Test Plan:

a. As specified in this Section and other technical Sections. b. Source testing requirements as specified in technical Sections.

1) Non-witnessed: Provide Manufacturer’s Certificate of Source Testing. 2) Witnessed: 1 Owner's representative and 1 Engineer’s

representative present during testing, unless otherwise specified, and provide Manufacturer’s Certificate of Source Testing.

c. Prepared by Contractor as a result of discussions and planning emerging from regularly conducted commissioning meetings for source tests as specified in the Contract Documents.

d. Provide the following items for each Source Test: 1) Purpose and goals of the test. 2) Identification of each item of equipment/system, including system

designation, location, tag number, control loop identifier, etc. 3) Description of the pass/fail criteria that will be used. 4) Listing of pertinent reference documents (Contract Documents and

industry standards or Sections applicable to the testing). 5) Complete description, including drawings or photographs, of test

stands and/or test apparatus. 6) Credentials of test personnel. 7) Descriptions of test equipment to be used, product information, and

all appropriate calibration records for the test equipment. 8) Test set-up procedures. 9) Detailed step-by-step test procedures.

a) The level of detail shall be sufficient for any witness with a rudimentary technical aptitude to be able to follow the steps and develop confidence that the tests were being performed as planned.

b) All steps are significant, and all steps shall be included in the procedures.

10) Sample data logs and data recording forms. 11) Sample computations or analyses with the results in the same format

as the final report to demonstrate how data collected will be used to generate final results. a) Complete disclosure of the calculation methodologies. b) Include a sample for each type of computation required for the

test and analysis of the results. 12) Detailed outline of the Source Test report. 13) Sample test reports.

Not to be used for bidding purposes!

Page 179: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01756-9 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01756 (Bid Set)

e. Submit Source Test Plan and forms as specified in the technical Sections. 1) Submit a copy of the Source Test Plan at least 21 days before any

scheduled test date. 2) Engineer approval of Source Test Plan required prior to beginning

source testing. 3) Schedule the testing after approval of the test procedures submittal.

f. Indicate the desired dates for source inspection and testing. 1) Notify the Engineer of the scheduled tests a minimum of 15 days

before the date of the test. 5. Test results:

a. Prepare and submit test results with collected data attached. 6. Contractor is responsible for providing fuel, chemicals, and other consumables

needed for Source Testing.

C. Owner training: 1. Training instruction format:

a. The training for operations and maintenance personnel shall be provided as one entity.

b. Instructors shall apply adult education best practices, emphasizing learner participation and activity.

c. Training delivery may include problem solving, question/answer, hands-on instruction, practice, evaluation/feedback tools, and lecture.

d. Visual aids and hands-on practice sessions must support training objectives.

e. Lecturing should be less than 30 percent of class time. f. Conduct hands-on instruction according to the following descriptions:

1) Present hands-on demonstrations of at least the following tasks: a) Proper start-up, shutdown, and normal and alternative operating

strategies. b) Common corrective maintenance repairs for each group. c) Describe recommended procedures to check/test

equipment/system following a corrective maintenance repair. 2) Use tools and equipment provided by manufacturer to conduct the

demonstrations. a) Submit requests for supplemental assistance and facilities with

the Contractor’s proposed lesson plans. 3) Contractor remains responsible for equipment disassembly or

assembly during hands-on training situations involving equipment disassembly or assembly by Owner’s personnel. a) Provide written certification of proper equipment/system

operation to Engineer after completion of hands-on training. 2. Class agenda:

a. Include the following information in the agenda: 1) Instructor name. 2) Listing of subjects to be discussed. 3) Time estimated for each subject. 4) Allocation of time for Owner staff to ask questions and discuss the

subject matter. 5) List of documentation to be used or provided to support training.

b. Owner may request that particular subjects be emphasized and the agenda be adjusted to accommodate these requests.

Not to be used for bidding purposes!

Page 180: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01756-10 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01756 (Bid Set)

c. Distribute copies of the agenda to each student at the beginning of each training class.

3. Number of students: a. Estimated maximum class size: 10 persons.

1) Owner will determine the actual number of students. 2) Engineer will provide an estimated headcount 1 week prior to the

class, so that the instructor can provide the correct number of training aids for students.

4. Instructor qualifications: a. Provide instructors completely knowledgeable in the equipment/system for

which they are training. b. Provide instructors experienced in conducting classes. c. Provide instructor’s technical preparation and instructional technology

skills and experience. d. Sales representatives are not qualified instructors unless they possess the

detailed operating and maintenance knowledge required for proper class instruction.

e. If, in the opinion of the Owner, an appropriately knowledgeable person did not provide the scheduled training, such training shall be rescheduled and repeated with a suitable instructor.

5. Training aids: a. Instructors are encouraged to use audio-visual devices, P&IDs, models,

charts, etc. to increase the transfer of knowledge. b. Instructors shall provide such equipment (televisions, video

recorder/player, computer, projectors, screens, easels, etc.), models, charts, etc. for each class.

c. Instructor is responsible for confirming with Engineer and Owner in advance of each class that the classroom will be appropriate for the types of audiovisual equipment to be employed.

6. Classroom documentation: a. Trainees will keep training materials and documentation after the session. b. Operations and maintenance manuals, as specified in technical Sections:

1) Provide a minimum of 2 copies of final Engineer-approved operations and maintenance manuals as specified in Section 01782 for use during the classroom instruction.

2) Owner reserves the right to delay training for a particular equipment item if the operations and maintenance manuals for that equipment are incomplete, inaccurate, or otherwise unsuitable for use by the Owner’s staff.

3) No contract extensions or extra costs will be allowed for training delays due to operations and maintenance manual submittal delays.

c. Provide supplemental documentation handouts to support instruction. d. Digitally record audio and video of each training session.

1) Include classroom and field instruction with question and answering periods.

2) Engineer approval required for producer of video materials from one of the following options: a) Qualified, professional video production company. b) Contractor demonstrates satisfactory skill.

Not to be used for bidding purposes!

Page 181: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01756-11 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01756 (Bid Set)

3) Record in digital format and recording shall become property of the Owner. a) Provide audio quality that is not degraded during the recording

of the field sessions due to background noise, space, distance or other factors.

4) Video files shall be file format and delivery medium as directed and approved by Owner.

5) Provide 2 complete sets of video materials fully indexed and cataloged with printed labels stating session content and dates recorded.

6) The Contractor shall provide a written release from all claims to the recorded training material produced, if required.

e. Training modules: 1) Provide a training module for each equipment category. 2) Divide each training module’s instructional content into discrete

lesson plans. f. Lesson plans:

1) Provide performance-based learning objectives. 2) State learning objectives in terms of what the trainees will be able to

do at the end of the lesson. 3) Define student conditions of performance and criteria for evaluating

instructional success. a) Provide the following information:

4) Instruction lesson plan outlines for each trade. a) Provide specific components and procedures.

5) Minimum requirements: a) Hands-on demonstrations planned for the instructions. b) Cross-reference training aids. c) Planned training strategies such as whiteboard work, instructor

questions, and discussion points or other planned classroom or field strategies.

d) Attach handouts cross-referenced by section or topic in the lesson plan.

e) Indicate duration of outlined training segments. 6) Provide maintenance instruction lesson plans including mechanical,

HVAC, instrumentation, and electrical aspects: a) Equipment operation:

(1) Describe equipment’s operating (process) function and system theory.

(2) Describe equipment’s fundamental operating principles and dynamics.

(3) Identify equipment’s mechanical, electrical, and electronic components and features.

(4) Identify support equipment associated with the operation of subject equipment.

(5) Detail the relationship of each piece of equipment or component to the subsystems, systems, and process.

(6) Cite hazards associated with the operations, exposure to chemicals associated with the component, or the waste stream handled by the component.

(7) Specify appropriate safety precautions, equipment, and procedures to eliminate, reduce, or overcome hazards.

Not to be used for bidding purposes!

Page 182: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01756-12 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01756 (Bid Set)

b) Detailed component description: (1) Define Preventative Maintenance (PM) inspection

procedures required on equipment in operation, spot potential trouble symptoms (anticipate breakdowns), and forecast maintenance requirements (predictive maintenance). (a) Review preventive maintenance frequency and task

analysis table. (2) Identify each component function and describe in detail. (3) Where applicable, group relative components into

subsystems. (4) Identify and describe in detail equipment safety features,

permissive and controls interlocks. 7) Provide the following information in equipment troubleshooting

lesson plans: a) Define recommended systematic troubleshooting procedures as

they relate to specific craft problems. b) Provide component specific troubleshooting checklists as they

relate to specific craft problems. 8) Provide the following information in equipment Corrective

Maintenance (CM) troubleshooting lesson: a) Describe recommended equipment preparation requirements as

they relate to specific craft problems. b) Identify and describe the use of any special tools required for

maintenance of the equipment as they relate to specific craft problems.

c) Describe component removal/installation and disassembly/assembly procedures for specific craft repairs.

d) Perform at least 2 hands-on demonstrations of common corrective maintenance repairs. (1) Additional demonstrations may be required by the Owner.

e) Describe recommended measuring instruments and procedures, and provide instruction on interpreting alignment measurements, as appropriate.

7. Class logistics: a. Delivery time minimum: 2 hours. b. Delivery time maximum: 4 hours.

1) Longer time requires Engineer approval. c. Class agenda:

1) Refreshment break: One 10-minute break. 2) Meal break: One 45-minute break, unless otherwise specified. 3) Schedule refreshment breaks and meal breaks to meet the class

needs and Owner work rules. d. Schedule specific sessions:

1) Minimum of 30 days in advance to allow Owner staffing arrangements to take place.

2) At the times requested by the Owner, within the period 7 a.m. to 3 p.m. Monday through Friday. a) Times scheduled will be at Owner’s discretion.

3) Owner approval and confirmation required for session schedules.

Not to be used for bidding purposes!

Page 183: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01756-13 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01756 (Bid Set)

4) Provide minimum of 1 session for each class unless otherwise noted. a) The purpose of having multiple sessions on each class is to

accommodate the attendance of as many Owner personnel working different shifts as possible.

8. Distribute Training Evaluation Form following each training session. a. Training Evaluation Form is included in this Section. b. Return completed Training Evaluation Forms to Owner’s designated

training coordinator immediately after session is completed. c. Revise training sessions judged “Unsatisfactory” by a majority of

attendees. 1) Conduct training sessions again until a satisfactory rating is achieved

at no additional cost to Owner. 9. Submittals:

a. Prior to the training session: 1) Instructor qualifications: Due 30 calendar days prior to initial training

session. 2) Training course materials: Due 14 calendar days prior to initial

training session. a) Training agenda, lesson plan, presentation, and handouts. b) Other audio-visual aids utilized during each training course. c) Format: 2 electronic copies and 3 hard copies organized in

notebooks. b. Post training session:

1) Training course materials: Due 14 calendar days after class completion. a) Video recordings. b) Class attendance sheet. c) Training agenda, final lesson plan, presentation, and handouts. d) Other audio-visual aids utilized during each training course. e) Provide materials for all sessions of the class in a single

transmittal. f) Format: 2 electronic copies and 3 hard copies organized in

notebooks.

D. Installation Testing: 1. Perform subsystem testing according to approved Subsystem Testing Plans. 2. Initiate the Manufacturer’s Certificate of Installation and Functionality

Compliance for all equipment. a. Manufacturer’s Certificate of Installation and Functionality Compliance

form is included in this Section. b. Manufacturer’s Certificate of Installation and Functionality Compliance

certifies the equipment meets the following requirements: 1) Has been properly installed, adjusted, aligned, and lubricated. 2) Is free of any stresses imposed by connecting piping or anchor bolts. 3) Is able to be operated as necessary for Functional Testing.

c. Form shall be submitted after completion of Functional Testing, as specified in this Section.

3. Coordinate Installation Testing with restrictions and requirements as specified in Section 01140.

4. Perform coating holiday testing as specified in Section 09960. 5. Perform pressure and leakage testing as specified in individual component

Sections and Section 15956.

Not to be used for bidding purposes!

Page 184: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01756-14 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01756 (Bid Set)

6. Perform mechanical equipment Installation Testing: As specified below and in individual equipment Sections, such as Sections 15050, 15954, and 15958: a. Remove rust preventatives and oils applied to protect equipment during

construction. b. Flush lubrication systems and dispose of flushing oils.

1) Recharge lubrication system with lubricant recommended by manufacturer.

c. Flush fuel system and provide fuel for testing and start-up. d. Install and adjust packing, mechanical seals, O-rings, and other seals.

Replace defective seals. e. Remove temporary supports, bracing, or other foreign objects installed to

prevent damage during shipment, storage, and erection. f. Check rotating machinery for correct direction of rotation and for freedom

of moving parts before connecting driver. g. Perform cold alignment and hot alignment to manufacturer's tolerances. h. Adjust V-belt tension and variable pitch sheaves. i. Inspect hand and motorized valves for proper adjustment.

1) Tighten packing glands to ensure no leakage, but permit valve stems to rotate without galling.

2) Verify valve seats are positioned for proper flow direction. j. Tighten leaking flanges or replace flange gasket.

1) Inspect screwed joints for leakage. k. Install gratings, safety chains, handrails, shaft guards, and sidewalks prior

to operational testing. 7. Electrical devices and subsystems Installation Testing: As specified below, in

Section 16950, and the technical Sections. a. Perform insulation resistance tests on all wiring except wiring and control

wiring inside electrical panels. b. Perform grounding resistance tests on grounding systems. c. Test and set relays and circuit breaker trip units for proper operation.

1) Settings as documented in approved electrical studies performed as specified in Section 16305.

d. Perform direct-current high-potential tests on all cables that will operate at more than 2,000 volts.

e. Motors: 1) Windings energized to 1,000 volts DC for 1 minute.

a) Motor resistance measured at the end of the test and recorded. 2) Check motors for actual full-load amperage draw and proper rotation.

8. Instrumentation devices and subsystems Installation Testing: As specified below, in Section 17950, and technical Sections.

9. Heating, ventilating, and air conditioning systems Installation Testing: As specified below, in Section 15954, and technical Sections. a. Perform testing of heating, ventilating, and air conditioning equipment,

balancing of distribution systems, and adjusting of ductwork accessories. b. Test hydronic systems, if required by technical Sections.

E. Functional Testing: 1. Perform subsystem testing according to approved Subsystem Testing Plan. 2. Notify the Engineer 5 days prior to when the Work is ready for Functional

Testing. a. Perform testing in the presence of the Engineer.

Not to be used for bidding purposes!

Page 185: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01756-15 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01756 (Bid Set)

3. Determine Functional Testing durations with Owner’s input. a. Durations will vary depending on the availability of water for testing. b. Target minimum Functional Test duration: 8 hours.

1) Identify equipment/system that cannot be tested for a minimum of 8 hours as specified in technical Sections.

4. Perform Functional Testing as specified in technical Sections. a. Perform Functional Testing in addition to the other tests specified in the

technical Sections. b. Perform Functional Testing to demonstrate that the component equipment

functions as an entire system in accordance with the design requirements. c. Perform Functional Testing to demonstrate that the unit process has

operated in a manner necessary to demonstrate equipment/system functions manually in local, manually in remote (or remote manual), and automatically in remote (in remote auto).

d. Perform testing with primary sludge or waste activated sludge. Send to anaerobic digesters.

e. Repair or replace parts that operate improperly and retest. f. Submit testing results as specified in the technical Sections to the Owner

and Engineer for approval of Functional Testing results. 5. Provide completed Manufacturer’s Certificate of Installation and Functionality

Compliance forms for all equipment. a. Manufacturer’s Certificate of Installation and Functionality Compliance

form is included in this Section. b. Manufacturer’s Certificate of Installation and Functionality Compliance

certifies the equipment/system meets the following requirements: 1) Is suitable for satisfactory full-time operation under full-load

conditions. 2) Operates within the allowable limits for vibration and noise. 3) Electrical and instrumentation requirements:

a) Electrical equipment, instrumentation, and control panels are properly installed, calibrated, and functioning.

b) Electrical Installation Testing is complete, and test results have been approved by the Engineer. (1) Noted deficiencies have been corrected. (2) Relays, circuit breakers, and other protective devices are

set. c) Control logic for start-up, shutdown, sequencing, interlocks,

control, and emergency shutdown has been tested and is properly functioning.

d) Motor control is calibrated and tested.

F. Closeout documentation: 1. Submittals:

a. Provide records generated during Commissioning Phase of Project. 1) Required documents include but are not limited to:

a) Training documentation. b) Manufacturer’s Certificate of Source Testing. c) Manufacturer’s Certificate of Installation and Functionality

Compliance. d) Daily logs of equipment/system testing identifying tests

conducted and outcome. e) Test forms and documentation.

Not to be used for bidding purposes!

Page 186: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01756-16 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01756 (Bid Set)

f) Functional Testing results. g) Logs of time spent by manufacturer's representatives performing

services on the job site. h) Equipment lubrication records. i) Electrical phase, voltage, and amperage measurements. j) Insulation resistance measurements. k) Bearing temperature measurements.

2) Data sheets of control loop testing including testing and calibration of instrumentation devices and setpoints. Format: 2 electronic copies and 3 hard copies organized in notebooks.

3) Due date: Within 14 calendar days of Substantial Completion.

1.07 PROCESS START-UP PHASE

A. Overview of Process Start-Up Phase: 1. Operating the facility to verify performance meets the Contract Document

requirements.

B. Process Start-Up: 1. Perform process start-up in the presence of the Engineer. 2. Pre-start-up activities:

a. Commissioning Documentation and Data Review. b. Start-Up Go/No-Go Decision Criteria. c. Building and Fire Inspection Compliance Check. d. Process Start-Up Sequence Review.

1) Submit a Process Start-Up plan for review by Engineer not less than 60 calendar days prior to planned commencement of process startup activities.

2) Include the following: a) Pre-start-up activities. b) Process Start-Up. c) Process Operational Period.

e. Description of Temporary Testing Arrangement, if applicable. f. Final Process Start-Up Forms and Documentations. g. Final Operational Testing Plan.

3. Control loop tuning. a. Perform control loop tuning during system testing with water to the extent

possible. 4. Process area start-ups.

a. Process start-up individual process areas comprised of multiple interdependent systems where possible and beneficial to reduce complexity and risk of complete facility testing.

b. Process area test flows may be limited by upstream and downstream process constraints (i.e., tank and basin volumes) and/or localized recirculation capabilities.

5. Facility-wide process start-up. a. Upon approved completion of pre-start-up activities, perform entire facility

process start-up. 1) Complete control loop tuning during this phase of process start-up. 2) Continue process start-up operations until facility meets or exceeds

the Contract requirements.

Not to be used for bidding purposes!

Page 187: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01756-17 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01756 (Bid Set)

b. Process control systems testing. 1) Test complete system instrumentation, controls and PLC, HMI, and

LOI programming for the facility. c. HVAC systems start-up and testing.

1) Test complete HVAC system for the facility. d. Ancillary systems start-up and testing.

1) Test complete security system, phone system, fire alarm system, etc. for the facility.

e. Remaining equipment/system tests: 1) Conduct remaining specified equipment/system performance tests

that could not be performed during the Testing and Training Phase due to inter-system and/or treatment process dependencies.

C. Process Operational Period: 1. Prior to beginning the Process Operational Period:

a. Conformance with treatment standards is required prior to Operational Testing, if applicable. 1) Biological processes require time to build up the necessary

population of organisms to meet treatment standards, as specified in Section 01140.

b. Correct any outstanding punchlist items prior to the Operational Testing. 2. Duration: 7 calendar days. 3. Engineer will be present for process operational period unless such presence

is expressly waived in writing. 4. Prove facility conformance with Contract Document requirements. 5. Contractor to provide:

a. Specified start-up materials and operating supplies. b. Necessary craft of labor assistance, in the event of an emergency

equipment failure requiring immediate attention (emergency is defined as a failure of function which precludes the further operation of a critical segment of or the whole of the Work) with a response time of not more than 4 hours from the time of notification.

c. Manufacturer’s authorized representative to supervise placing equipment/systems in operation and provide guidance during Operational Testing per applicable Section.

d. Necessary manufacturer’s representatives and operating supplies for retesting systems that fail to pass the initial Operational Testing due to deficiencies in products of workmanship at no additional cost to the Owner.

e. List of 24-hour “on-call” representative supervisory persons who will monitor the Operational Testing and serve as liaison for the Engineer and Owner.

6. Owner will provide: a. Operations personnel for duration of test.

7. Prior to date of Substantial Completion of Installation, the Contractor’s CC shall oversee Process Operational Period. a. Owner staff will operate the completed Project construction. b. Entire system shall continuously meet performance requirements and

shall operate without fault, failure, or defect for a continuous period.

Not to be used for bidding purposes!

Page 188: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01756-18 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01756 (Bid Set)

c. Individual equipment/system failures that are corrected within 24 hours and do not prevent the entire project from continuously satisfying the established operational requirements shall not require the consecutive day test to be restarted unless the failure recurs.

d. Restart the consecutive test period for any of the following conditions: 1) Any failure of the complete Project construction to meet operational

requirements. 2) When malfunctions or deficiencies cause shutdown or partial

operation of the facility, or results in failure of the complete Project construction to meet operational requirements.

3) Any individual equipment/system failure that meets any of the following conditions: a) Requires more than 24 hours to correct, unless otherwise

specified in Section 17950. b) Recurs within the 24-hour correction period requiring further

correction. 4) Immediately correct defects in material, workmanship, or

equipment/system which became evident during Operational Testing.

PART 2 PRODUCTS Not Used.

PART 3 EXECUTION Not Used.

END OF SECTION

Not to be used for bidding purposes!

Page 189: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01756-19 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01756 (Bid Set)

MANUFACTURER’S CERTIFICATE OF SOURCE TESTING OWNER EQPT/SYSTEM PROJECT NAME EQPT TAG NO. PROJECT NO. EQPT SERIAL NO. SPECIFICATION NO. SPECIFICATION TITLE

Comments:

I hereby certify Source Testing has been performed on the above-referenced equipment/system as defined in the Contract Documents, and results conform to the Contract Document requirements. Testing data is attached.

Date of Execution: , 20

Manufacturer:

Manufacturer’s Authorized Representative Name (print):

(Authorized Signature)

If applicable, Witness Name (print):

(Witness Signature)

Not to be used for bidding purposes!

Page 190: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01756-20 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01756 (Bid Set)

MANUFACTURER’S CERTIFICATE OF INSTALLATION AND FUNCTIONALITY COMPLIANCE

OWNER EQPT/SYSTEM PROJECT NAME EQPT TAG NO. PROJECT NO. EQPT SERIAL NO. SPECIFICATION NO. SPECIFICATION TITLE I hereby certify that the above-referenced equipment/system has been: (Check Applicable) Installed in accordance with manufacturer’s recommendations.

Inspected, checked, and adjusted.

Serviced with proper initial lubricants.

Electrical/instrumentation and mechanical connections meet quality and safety standards.

All applicable safety equipment has been properly installed.

Functionally tested.

System has been performance tested, and meets or exceeds specified performance requirements.

NOTES: Attach test results with collected data and test report. Attach written certification report prepared by and signed by the electrical and/or instrumentation subcontractor.

Comments:

I, the undersigned manufacturer’s representative, hereby certify that I am (i) a duly authorized representative of the manufacturer, (ii) empowered by the manufacturer to inspect, approve, and operate this equipment/system, and (iii) authorized to make recommendations required to ensure that the equipment/system furnished by the manufacturer is complete and operational, except as may be otherwise indicated herein. I further certify that all information contained herein is true and accurate.

Date: , 20 Manufacturer: Manufacturer’s Authorized Representative Name (print): By Manufacturer’s Authorized Representative: (Authorized Signature)

Not to be used for bidding purposes!

Page 191: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01756-21 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01756 (Bid Set)

COMMISSIONING

TRAINING EVALUATION FORM EQUIPMENT/SYSTEM ITEM:

VENDOR/MANUFACTURER:

DATE: NAME OF REPRESENTATIVE:

1. Was representative prepared? Acceptable Unacceptable or N/A 2. Was an overview description presented? Acceptable Unacceptable or N/A 3. Were specific details presented for system Acceptable Unacceptable or N/A

components? 4. Were alarm and shutdown conditions Acceptable Unacceptable or N/A

clearly presented? 5. Were step-by-step procedures for starting, Acceptable Unacceptable or N/A

stopping, and troubleshooting presented? 6. Were routine/preventative maintenance Acceptable Unacceptable or N/A

items clearly identified? 7. Was the lubrication schedule (if any) Acceptable Unacceptable or N/A

discussed? 8. Was the representative able to answer all Acceptable Unacceptable or N/A

questions? 9. Did the representative agree to research Acceptable Unacceptable or N/A

and answer unanswered questions? 10. Comments:

11. Overall Rating: Satisfactory Unsatisfactory Note:

Sessions judged “Unsatisfactory” by a majority of attendees shall be revised and conducted again until a satisfactory rating is achieved.

Not to be used for bidding purposes!

Page 192: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01756-22 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01756 (Bid Set)

COMMISSIONING ROLES AND RESPONSIBILITIES MATRIX

NO. TASK OWNER CONTRACTOR ENGINEER

Testing and Training Phase

Source Testing

1 Source Testing No Action Lead Review

Installation Testing

2 Electrical Conductor Testing No Action Lead Witness

3 Electrical Field Acceptance Tests No Action Lead Witness

4 Instrument Field Calibration No Action Lead Witness

5 Network Installation Testing Witness Lead Witness

6 Loop Testing No Action Lead Witness

7 Pressure Testing No Action Lead Witness

8 Leak Testing No Action Lead Witness

9 Holiday Testing No Action Lead Witness

10 HVAC Testing No Action Lead Witness

11 Motor Electrical Testing No Action Lead Witness

Functional Testing

12 Network Operational Testing Witness Lead Review

13 Preliminary Run Testing Local/Manual Control Witness Lead Review

14 PCIS Functional Demonstration Testing - Local/Auto Control Testing - Remote/Manual Contact Testing - Alarm Testing - Control Loop Testing

No Action Lead Review

15 Subsystem Start-Up and Testing Witness Lead Review

16 Equipment/System Start-Up and Testing Witness Lead Review

17 HVAC Start-Up and Testing Witness Lead Review

18 Corrosion Control Start-Up and Testing Witness Lead Review

19 Wide Area Network Communications Testing Support Lead Witness

20 Manufacturer’s Certificate of Installation and Functionality Compliance

No Action Lead Witness, Review

Clean Water Facility Testing

21 Test Water Management Plan Finalization Support Lead Review

22 Clean Water Facility Testing Witness Lead Witness, Review

Process Start-Up Phase

Process Start-Up

23 Commissioning Documentation and Data Review Review Support Lead

24 Start-Up Go/No-Go Decision Criteria Lead Support Review

25 Building and Fire Inspection Compliance Check No Action Lead Witness

26 HVAC Functionality Check No Action Lead Witness

Not to be used for bidding purposes!

Page 193: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01756-23 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01756 (Bid Set)

NO. TASK OWNER CONTRACTOR ENGINEER

27 Start-Up Sequence Review Support Lead Review

28 Temporary Testing Arrangement Finalization Support Lead Support

29 Start-Up Forms Finalization Support Lead Support

30 Operation Testing Plan Finalization Review Support Lead

31 Test Water Management Plan Finalization Support Lead Review

32 System Testing Support Lead Witness

33 Control Loop Tuning Support Lead Witness

34 Process Area Start-Ups Support Lead Witness

35 Facility-Wide Start-Up Support Lead Witness

36 Process Control Systems Testing Support Lead Witness

38 HVAC Final Testing, Adjust, and Balancing Witness Lead Witness, Review

Process Operational Period

39 Operational Testing Support Lead Witness, Review

40 Final Testing Reports Support Lead Review

41 Water Quality Testing and Documentation Support Lead Review

Instrumentation and Controls Reliability Phase

Instrumentation and Controls Reliability Period

42 As specified in Section 17950

Legend: Lead: Primarily responsible for organization, coordination, and execution of task work product or result. Support: Assist the lead with organization, coordination, and execution of task work product or result. Witness: Observe and document completion of task work product or result. Review: As necessary to accept task work product result. No Action: Limited or no involvement.

Not to be used for bidding purposes!

Page 194: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

 

Not to be used for bidding purposes!

Page 195: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01770-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01770 (Bid Set)

SECTION 01770

CLOSEOUT PROCEDURES

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Contract closeout requirements including: 1. Final cleaning. 2. Waste disposal. 3. Touch-up and repair. 4. Disinfection of systems. 5. Preparation and submittal of closeout documents. 6. Certificate of Substantial Completion.

B. Related sections: 1. Section 01324B - Progress Schedules and Reports.

1.02 REFERENCES

A. American Water Works Association (AWWA).

1.03 FINAL CLEANING

A. Perform final cleaning prior to inspections for Substantial Completion.

B. Employ skilled workers who are experienced in cleaning operations.

C. Use cleaning materials which are recommended by manufacturers of surfaces to be cleaned.

D. Prevent scratching, discoloring, and otherwise damaging surfaces being cleaned.

E. Clean roofs, gutters, downspouts, and drainage systems.

F. Broom clean exterior paved surfaces and rake clean other surfaces of site work: 1. Police yards and grounds to keep clean.

G. Remove dust, cobwebs, and traces of insects and dirt.

H. Clean grease, mastic, adhesives, dust, dirt, stains, fingerprints, paint, blemishes, sealants, plaster, concrete, and other foreign materials from sight-exposed surfaces, and fixtures and equipment.

I. Remove non-permanent protection and labels.

J. Polish waxed woodwork and finish hardware.

K. Wash tile.

Not to be used for bidding purposes!

Page 196: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01770-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01770 (Bid Set)

L. Wax and buff hard floors, as applicable.

M. Wash and polish glass, inside and outside.

N. Wash and shine mirrors.

O. Polish glossy surfaces to clear shine.

P. Vacuum carpeted and soft surfaces.

Q. Clean permanent filters and replace disposable filters when heating, ventilation, and air conditioning units were operated during construction.

R. Clean ducts, blowers and coils when units were operated without filters during construction.

S. Clean light fixtures and replace burned-out or dim lamps.

T. Probes, elements, sample lines, transmitters, tubing, and enclosures have been cleaned and are in like-new condition.

1.04 WASTE DISPOSAL

A. Arrange for and dispose of surplus materials, waste products, and debris off-site: 1. Prior to making disposal on private property, obtain written permission from

Owner of such property.

B. Do not fill ditches, washes, or drainage ways which may create drainage problems.

C. Do not create unsightly or unsanitary nuisances during disposal operations.

D. Maintain disposal site in safe condition and good appearance.

E. Complete leveling and cleanup prior to Final Completion of the Work.

1.05 TOUCH-UP AND REPAIR

A. Touch-up or repair finished surfaces on structures, equipment, fixtures, and installations that have been damaged prior to inspection for Substantial Completion.

B. Refinish or replace entire surfaces which cannot be touched-up or repaired satisfactorily.

1.06 FINAL CLEANING AND DISINFECTION OF SYSTEMS OF PLANT FACILITIES

A. Clean channels, pipe, basins, reservoirs, and tanks before running of 7-day test, or before facility goes on stream when 7-day test is not required.

B. Wash, wherever practicable, or broom sweep channels, pipe, basins, reservoirs, and tanks.

C. Disinfect filter basins, reservoirs, clear wells, tanks, channels, and piping intended to carry potable water as follows or in accordance with AWWA Standards.

Not to be used for bidding purposes!

Page 197: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01770-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01770 (Bid Set)

D. Provide ample sampling outlets in pipe for testing.

E. Fill pipe and other plant facilities with chlorine solution of sufficient strength to retain residual of not less than 10 parts per million at end of 24 hours.

F. When reservoirs and basins are too large to be economically disinfected by filling with chlorine solution, spray reservoirs and basins with solution containing 100 parts per million of chlorine.

G. After disinfection, rinse entire potable water system with potable water sufficient to reduce chlorine residual to not more than 0.6 parts per million throughout system before system is put into service.

1.07 FINAL CLEANING AND DISINFECTION OF SYSTEMS OF POTABLE WATER MAINS

A. Clean interior of pipe and fittings.

B. When pipe contains dirt that cannot be removed by flushing, swab pipe interiors with solution containing not less than 500 parts per million of chlorine until clean.

C. Flush 12-inch in diameter and smaller pipe as thoroughly as available water sources will permit.

D. Fill pipe with chlorine solution of sufficient strength to provide 10 parts per million chlorine residual at end of 24 hours.

E. Flush pipes with potable water until chlorine residual is less than 0.6 parts per million before pipe are put into service.

1.08 CLOSEOUT DOCUMENTS

A. Submit following Closeout Submittals before Substantial Completion: 1. Punchlist of items to be completed or corrected with the request for issuance

of Substantial Completion. 2. Evidence of Compliance with Requirements of Governing Authorities. 3. Project Record Documents. 4. Approved Operation and Maintenance Manuals. 5. Approved Warranties and Bonds. 6. Keys and Keying Schedule. 7. Completed contract requirements for commissioning and process start-up.

B. Submit following Closeout Submittals before final completion of the Work and at least 7 days prior to submitting Application for Final Payment: 1. Punchlist of items have been completed and Engineer and Owner are satisfied

that all deficiencies are corrected. 2. Evidence of Payment and Release of Liens or Stop Payment Notices as

outlined in Conditions of the Contract. 3. Release of claims as outlined in Conditions of the Contract. 4. Submit certification of insurance for products and completed operations, as

specified in the General Conditions. 5. Final statement of accounting.

Not to be used for bidding purposes!

Page 198: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01770-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01770 (Bid Set)

1.09 EVIDENCE OF COMPLIANCE WITH REQUIREMENTS OF GOVERNING AUTHORITIES

A. Submit the following: 1. Certificate of Occupancy. 2. Certificates of Inspection:

1.10 PROJECT RECORD DOCUMENTS

A. Maintain at Project site, available to Owner and Engineer, 1 copy of the Contract Documents, shop drawings, and other submittals in good order: 1. Mark and record field changes and detailed information contained in submittals

and change orders. 2. Record actual depths, horizontal and vertical location of underground pipes,

duct banks, and other buried utilities. Reference dimensions to permanent surface features.

3. Identify specific details of pipe connections, location of existing buried features located during excavation, and the final locations of piping, equipment, electrical conduits, manholes, and pull boxes.

4. Identify location of spare conduits including beginning, ending, and routing through pull boxes and manholes. Record spare conductors, including number and size, within spare conduits and filled conduits.

5. Provide schedules, lists, layout drawings, and wiring diagrams. 6. Make annotations in electronic format or hardcopy format with erasable

colored pencil conforming to the following color code:

Additions: Red

Deletions: Green

Comments Blue

Dimensions: Graphite

B. Maintain documents separate from those used for construction: 1. Label documents "RECORD DOCUMENTS."

C. Keep documents current: 1. Record required information at the time the material and equipment is installed

and before permanently concealing. 2. Engineer will review Record Documents weekly to ascertain that changes

have been recorded.

D. Affix civil engineer's or professional land surveyor's signature and registration number to Record Drawings to certify accuracy of information shown.

E. Deliver Record Documents with transmittal letter containing date, Project title, Contractor's name and address, list of documents, and signature of Contractor.

F. Record Documents will be reviewed monthly to determine the percent complete for the monthly pay application.

G. Updated Record Documents are a condition for Engineer’s recommendation for progress payment.

Not to be used for bidding purposes!

Page 199: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01770-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01770 (Bid Set)

H. Final Schedule Submittal as specified in Section 01324B.

1.11 MAINTENANCE SERVICE

A. Maintenance service as specified in technical specifications.

1.12 SUBSTANTIAL COMPLETION

A. Obtain Certificate of Substantial Completion.

1.13 FINAL COMPLETION

A. When Contractor considers the Work is complete, submit written certification that: 1. Work has been completed in accordance with the Contract Document: 2. Punch list items have been completed or corrected. 3. Work is ready for final inspection.

B. Engineer will make an inspection to verify the status of completion with reasonable promptness.

C. Should the Engineer consider that the Work is incomplete or defective: 1. Engineer will promptly notify the Contractor in writing, listing the incomplete or

defective work. 2. Contractor shall take immediate steps to remedy the stated deficiencies, and

send a second written certification to the Engineer that the Work is complete. 3. Engineer shall re-inspect the Work.

1.14 FINAL ADJUSTMENT OF ACCOUNTS

A. Submit a final statement of accounting to the Engineer at least 7 days prior to final Application for Payment.

B. Statement shall reflect all adjustments to the Contract amount. 1. The original Contract amount. 2. Additions and deductions resulting from:

a. Change Orders. b. Units installed and unit prices. c. Set-offs for uncorrected or incomplete Work. d. Set-offs for liquidated damages. e. Set-offs for reinspection payments. f. Extended engineering and/or inspection services and inspection overtime. g. Excessive shop drawings review cost by the Engineer. h. Other adjustments.

3. Total Contract amount, as adjusted. 4. Previous payments. 5. Remaining payment due.

C. Engineer will prepare a final Change Order reflecting approved adjustments to the Contract amount which were not previously made by Change Orders.

Not to be used for bidding purposes!

Page 200: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01770-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01770 (Bid Set)

1.15 FINAL APPLICATION FOR PAYMENT

A. Contractor shall submit the final Application for Payment reflecting the agreed upon information provided in the final statement of accounting.

PART 2 PRODUCTS Not Used.

PART 3 EXECUTION Not Used.

END OF SECTION

Not to be used for bidding purposes!

Page 201: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01782-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01782 (Bid Set)

SECTION 01782

OPERATION AND MAINTENANCE DATA

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Preparation and submittal of Operation and Maintenance Manuals.

1.02 GENERAL

A. Submit Operation and Maintenance Manuals as specified in technical sections.

B. Make approved manuals available at project site for use by construction personnel and Owner.

1.03 SUBMITTALS

A. Draft Operation and Maintenance Manuals: 1. Submit prior to shipment of equipment or system to site. 2. Shipment will be considered incomplete without the draft Operation and

Maintenance Manuals. 3. Quantity:

a. Hard copy: 2 sets. b. Electronic: 2 CD-ROM or DVD.

B. Final Operation and Maintenance Manuals: 1. Make additions and revisions in accordance with Owner's and Engineer's

review comments on draft manuals. 2. Submit approved Operation and Maintenance Manuals at least 30 days prior

to Functional Testing and at least 60 days prior to Owner Training. 3. Quantity:

a. Hard copy: 3 sets. b. Electronic: 3 CD-ROM or DVD.

1.04 PREPARATION

A. General requirements: 1. Provide dimensions in English units. 2. Assemble material, where possible, in the same order within each volume. 3. Reduce drawings and diagrams to 8 1/2 by 11-inch size, if possible unless

otherwise specified. 4. Complete forms on computer, handwriting not acceptable. 5. Delete items or options not provided in the supplied equipment or system. 6. Provide package control system annotated ladder logic for PLC, if applicable.

B. Hard copy requirements: 1. Binders: 3-ring with rigid covers.

a. Break into separate binders as needed to accommodate large size.

Not to be used for bidding purposes!

Page 202: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01782-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01782 (Bid Set)

2. Utilize numbered tab sheets to organize information. 3. Provide original and clear text on reproducible non-colored paper, 8 1/2 by

11-inch size, 24 pound paper. 4. Drawings larger than 8 1/2 by 11 inch:

a. Fold drawings separately and place in envelope bound into the manual. b. Label each drawing envelope on the outside regarding contents.

C. Electronic requirements: 1. File format:

a. Entire manual in PDF format. 1) Include text and drawing information. 2) Provide a single PDF file even if the hard copy version is broken into

separate binders due to being large. 3) Create PDF from the native format of the document (Microsoft Word,

graphics programs, drawing programs, etc.) a) If material is not available in native format and only available in

paper format, remove smudges, fingerprints, and other extraneous marks before scanning to PDF format.

b) Hard copy record drawing requirements: (1) Provide a single multipage PDF file of each set of the

scanned drawings. (2) Page 1 shall be the cover of the drawing set.

c) At file opening, display the entire cover. (1) Scan drawings at 200 to 300 dots per inch (DPI), black and

white, Group IV Compression, unless otherwise specified. (2) Scan drawings with photos in the background at 400 dots

per inch (DPI), black and white, Group IV Compression. 4) Pagination and appearance to match hard copy. 5) Searchable. 6) Scanned images are not acceptable. 7) Bookmarks:

a) Bookmarks shall match the table of contents. b) Bookmark each section (tab) and heading. c) Drawings: Bookmark at a minimum, each discipline, area

designation, or appropriate division. d) At file opening, display all levels of bookmarks as expanded.

8) Thumbnails optimized for fast web viewing. b. Drawing requirements.

1) Provide additional copy of drawings in most current version of AutoCAD format.

2) Drawings shall have a white background. 3) Drawing shapes shall not degrade when closely zoomed. 4) Screening effects intended to de-emphasize detail in a drawing must

be preserved. 5) Delete items or options not provided in the supplied equipment or

system. 2. Media:

a. CD-ROM or DVD-ROM compatible with Microsoft Windows. b. Flash drive. c. Secure Electronic File Transfer (SEFT).

3. Label media with the following information: a. Operation and Maintenance Manual.

Not to be used for bidding purposes!

Page 203: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01782-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01782 (Bid Set)

b. Equipment name. c. Specification Section Number d. Equipment tag number. e. Owner's name. f. Project number and name. g. Date.

4. If multiple submittals are made together, each submittal must have its own subdirectory that is named and numbered based on the submittal number.

1.05 CONTENTS

A. Label the spines: 1. Equipment name. 2. Tag number. 3. Project name. 4. Owner name.

B. Cover page: 1. Operation and Maintenance Manual. 2. Equipment name. 3. Specification Section Number 4. Equipment tag number. 5. Owner's name. 6. Project number and name. 7. Date.

C. Table of Contents: General description of information provided within each tab section.

D. Equipment Summary Form: Completed form as specified in Appendix A of this Section.

E. Equipment Maintenance Summary Form: Completed form as specified in Appendix B of this Section.

F. Electric Motor Technical Data Form: Completed form as specified in Appendix C of this Section.

G. Description of equipment function, normal operating characteristics, and limiting conditions.

H. Manufacturer's product data sheets: 1. Where printed material covers more than 1 specific model, indicate the model

number, calibrated range, and other special features.

I. Assembly, installation, alignment, adjustment, and checking instructions.

J. Storage instructions: Control diagrams: 1. Internal and connection wiring, including logic diagrams, wiring diagrams for

control panels, ladder logic for computer based systems, and connections between existing systems and new additions, and adjustments such as calibrations and set points for relays, and control or alarm contact settings.

2. Complete set of 11-inch by 17-inch drawings of the control system.

Not to be used for bidding purposes!

Page 204: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01782-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01782 (Bid Set)

3. Complete set of control schematics.

K. Programming: Copies of Contractor furnished programming.

L. Start-up procedures: Recommendations for installation, adjustment, calibration, and troubleshooting.

M. Operating procedures: 1. Step-by-step instructions including but not limited to the following:

a. Safety precautions. b. Guidelines. c. Manual keyboard entries. d. Entry codes. e. System responses. f. Other information as needed for safe system operation and maintenance.

2. Modes: a. Startup. b. Routine and normal operation. c. Regulation and control. d. Shutdown under specified modes of operation. e. Emergency operating shutdown.

N. Preventative maintenance procedures: 1. Recommended steps and schedules for maintaining equipment. 2. Troubleshooting.

O. Lubrication information: Required lubricants and lubrication schedules.

P. Overhaul instructions: Directions for disassembly, inspection, repair and reassembly of the equipment; safety precautions; and recommended tolerances, critical bolt torques, and special tools that are required.

Q. Parts list: 1. Complete parts list for equipment including but not limited to the following

information: 2. Catalog data: Generic title and identification number of each component part

of equipment. 3. Include bearing manufacturer, model and ball or roller pass frequencies for

every bearing. 4. Availability. 5. Service locations.

R. Spare parts list: Recommended number of parts to be stored at the site and special storage precautions.

S. Engineering data: 1. Drawings: Complete set of 11-inch by 17-inch equipment drawings. 2. Exploded view or plan and section views with detailed callouts. 3. Outline, cross-section, and assembly drawings. 4. System drawings: Provide interconnection and wiring diagrams, plan views,

panel layouts, bill of materials, etc.

Not to be used for bidding purposes!

Page 205: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01782-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01782 (Bid Set)

5. Packaged equipment system drawings: Provide instrumentation loop drawing, control schematic diagrams, interconnection and wiring diagrams, plan views, panel layouts, bill of materials, etc.

6. System drawings and data sheets: Include drawings and data furnished by the Engineer and the Supplier; provide "as installed" version.

7. Provide electrical and instrumentation schematic record drawings.

T. Test data and performance curves, when applicable.

U. Manufacturer's technical reference manuals.

V. Source (factory) Test results: Provide copies of Source Tests reports as specified in technical sections.

W. Functional Test results: After Functional Tests are completed, insert Functional Test reports as specified in technical sections.

1.06 ARCHIVAL DOCUMENTATION

A. Typically does not require updating to remain valid and should be stored in a format that preserves the document and limits one's ability to make changes.

B. Types of archival documents include the following: 1. Record drawings. 2. Reports. 3. Specifications. 4. Shop drawings. 5. Vendor Equipment O & M Manuals. 6. Photos. 7. Demonstration and training videos. 8. Other.

1.07 LIVING DOCUMENTATION

A. Requires periodic updates to remain valid and should be stored in formats that are easy to update.

B. Types of living documents include the following: 1. Facility O&M Manuals. 2. Standard Operating Procedures. 3. Other.

PART 2 PRODUCTS Not Used.

PART 3 EXECUTION Not Used.

END OF SECTION

Not to be used for bidding purposes!

Page 206: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01782-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01782 (Bid Set)

APPENDIX A EQUIPMENT SUMMARY FORM

1. EQUIPMENT ITEM 2. MANUFACTURER 3. EQUIPMENT IDENTIFICATION NUMBER(S)

(maps equipment number) 4. LOCATION OF EQUIPMENT 5. WEIGHT OF INDIVIDUAL COMPONENTS (OVER 100 POUNDS)

NAMEPLATE DATA - Horsepower

Amperage Voltage Service Factor (S.F.) Speed ENC Type Capacity Other

7. MANUFACTURER'S LOCAL REPRESENTATIVE

Name

Address

Telephone Number

8. MAINTENANCE REQUIREMENTS

9. LUBRICANT LIST

10. SPARE PARTS (recommendations)

11. COMMENTS

Not to be used for bidding purposes!

Page 207: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01782-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01782 (Bid Set)

APPENDIX B EQUIPMENT MAINTENANCE SUMMARY

1. Equipment Item: 2. Manufacturer: 3. Serial No. (if applicable): 4. Manufacturer’s Order No. (if applicable): 5. Nameplate Data (horsepower, voltage, speed, etc.): 6. Manufacturer’s Local Representative: Name: Address: Telephone: 7. Maintenance Requirements:

Maintenance Operation Frequency

Lubricant (if applicable) Comments

(List each operation required. Refer to specific information in Manufacturer’s Manual, if applicable)

(List required frequency of each maintenance operation)

(Refer by symbol to lubricant list as required)

8. Lubricant List:

Reference Symbol

Conoco Phillips Exxon/Mobil BP/Amoco Other (List)

(Symbols used in Item 7 above)

(List equivalent lubricants, as distributed by each manufacturer for the specific use recommended)

9. Spare Parts: (Include recommendation on what spare parts should be kept on the job): ____________________________________________________________________________ ____________________________________________________________________________

Not to be used for bidding purposes!

Page 208: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01782-8 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01782 (Bid Set)

APPENDIX C ELECTRIC MOTOR TECHNICAL DATA

Technical Data for Each Motor: Application: ________________________________________________________________ Manufacturer: ________________________________________________________________ Frame No.: __________________________ Type: ______________________________ Code Letter: _______________________ Design Letter: _____________________________ Rating: Horsepower: ____________________Voltage: _______________ Phase: ____________ Cycles: ________________________Full Load rpm: ____________________________ (wound rotor secondary) Volts: __________________________ Amperes: _______________ Full Load Current: _____________________ amperes Locked Rotor Current: __________________ amperes Locked Rotor or Starting Torque (percent of full load): ________ percent Full Load Torque: _____________________ ft-lb Breakdown Torque: ___________________ percent Efficiency: Power Factor: Full Load: ________ percent Full Load ______ percent 3/4 Load: ________ percent 3/4 Load: ______ percent 1/2 Load: ________ percent 1/2 Load: ______ percent Insulation: Type: ________________________ Class: ________________________ Temperature Rise: _____________________ Above Ambient: _________________ Enclosure: ________________________ Net Weight: ________________________ lbs Wk2: ________________________________ lbs/sq ft Type of Bearings: ____________________ Service Factor: ____________________ Noise Level in Decibels: ________________ Heaters: ___________________________ kW, ________ Phase, ________ volts Altitude: ___________________________

Not to be used for bidding purposes!

Page 209: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01783-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01783 (Bid Set)

SECTION 01783

WARRANTIES AND BONDS

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Warranty and bonds requirements.

1.02 SUBMITTALS

A. For each item of material or equipment furnished under the Contract: 1. Submit form of manufacturer's warranty prior to fabrication and shipment of the

item from the manufacturer's facility. 2. Submit form of manufacturer's special warranty when specified.

B. Provide consolidated warranties and bonds within 15 calendar days of Substantial Completion. 1. Contents

a. Organize warranty and bond documents: 1) Include Table of Contents organized by specification Section number

and the name of the product or work item. b. Include each required warranty and bond in proper form, with full

information, are certified manufacturer as required, and are properly executed by Contractor, or subcontractor, supplier, or manufacturer.

c. Provide name, address, phone number, and point of contact of manufacturer, supplier, and installer, as applicable.

2. Hardcopy format: a. Submit 2 copies. b. Assemble in 3 D-side ring binders with durable cover. c. Identify each binder on the front and spine with typed or printed title

"Warranties and Bonds"; Project Name or Title, and the Name Address and Telephone Number of the Contractor.

3. Electronic copy in PDF format. a. Submit 1 copy.

1.03 OWNER'S RIGHTS

A. Owner reserves the right to reject warranties.

B. Owner reserves the right to refuse to accept Work for the project if the required warranties have not been provided.

1.04 RELATIONSHIP TO GENERAL WARRANTY AND CORRECTION PERIOD

A. Warranties specified for materials and equipment shall be in addition to, and run concurrent with, both Contractor's general warranty and the correction period requirements.

Not to be used for bidding purposes!

Page 210: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01783-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01783 (Bid Set)

B. Disclaimers and limitations in specific materials and equipment warranties do not limit Contractor's general warranty, nor does such affect or limit Contractor's performance obligations under the correction period.

1.05 MANUFACTURER'S WARRANTY MINIMUM REQUIREMENTS

A. Written warranty issued by item's manufacturer.

B. Project-specific information, properly executed by product manufacturer, and expressly states that its provisions are for the benefit of the Owner.

C. Covers all costs associated with the correction of the defect, including but not limited to removal of defective parts, new parts, labor, and shipping. 1. When correcting warranted Work that has failed, remove and replace other

Work that had been damaged as a result of such failure or that must be removed and replaced to provide access for correction of warranted Work.

D. Provides a timely response to correct the defect. 1. Manufacturer shall provide, in a timely fashion, temporary equipment as

necessary to replace warranted items requiring repair or replacement, when warranted items are in use and are critical to the treatment process, as defined by Owner.

2. In the case that Owner has to provide temporary equipment to replace function of warranted item requiring repair or replacement, manufacturer shall reimburse Owner for such costs associated with the temporary equipment.

E. Warranty commence running on the date of substantial completion. 1. For items of Work for which acceptance is delayed beyond Date of Substantial

Completion, submit warranty within 10 calendar days after acceptance, listing date of acceptance as beginning of warranty period.

F. Duration of Warranty: 2 year.

1.06 MANUFACTURER'S SPECIAL WARRANTY

A. Manufacturer's special warranty is a written warranty published by the manufacturer which includes the requirements specified in the Section where the item is specified. 1. Includes Project-specific information and requirements, properly executed by

product manufacturer, and expressly states that its provisions are for the benefit of the Owner. Technical sections indicate Project-specific requirements that differ from the minimum warranty requirements for that item. a. Examples include extending the duration of manufacturer's warranty or to

provide increased rights to Owner. 2. Manufacturer's warranties commence on the date that the associated item is

certified by Engineer as substantially complete.

1.07 WARRANTY WORK

A. Contractor's responsibilities: 1. Manufacturer's disclaimers and limitations on product warranties do not relieve

the Contractor of the warranty on the work that incorporates the product, nor does it relieve suppliers, manufacturers, and subcontractors required to countersign special warranties with Contractor.

Not to be used for bidding purposes!

Page 211: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01783-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01783 (Bid Set)

B. Replacement cost: 1. Upon determination that work covered by warranty has failed, replace or

rebuild the work to an acceptable condition complying with requirement of the Contract Documents. a. Contractor is responsible for the cost of replacing or rebuilding defective

work regardless of whether Owner has benefited from the use of the work through a portion of its anticipated useful service life.

C. Related damages and losses: 1. When correcting warranted work that has failed, remove and replace other

work that has been damaged as a result of such failure or that must be removed and replaced to provide access for correction of warranted work.

D. Owner's recourse: 1. Written warranties are in addition to implied warranties, and shall not limit the

duties, obligations, rights, and remedies otherwise available under the law, nor shall warranty periods be interpreted as limitation on time in which Owner can enforce such other duties, obligations, rights, or remedies.

E. Reinstatement of warranty: 1. When work covered by a warranty has failed and has been corrected by

replacement or rebuilding, reinstate the warranty by written endorsement. a. The reinstated warranty shall be equal to the original warranty with an

equitable adjustment for depreciation.

1.08 IMPLIED WARRANTIES

A. Warranty of title and intellectual rights: 1. Except as may be otherwise indicated in the Contract Documents, implied

warranty of title required by Laws and Regulations is applicable to the Work and to materials and equipment incorporated therein.

2. Provisions on intellectual rights, including patent fees and royalties, are in the General Conditions, as may be modified by the Supplementary Conditions.

B. Implied warranties: Duration in accordance with Laws and Regulations.

1.09 BONDS

A. Bond requirements as specified in the technical sections.

B. Bonds commence running on the date of substantial completion. 1. For items of Work for which acceptance is delayed beyond Date of Substantial

Completion, submit warranty within 10 calendar days after acceptance, listing date of acceptance as beginning of bond period.

Not to be used for bidding purposes!

Page 212: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 01783-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/01783 (Bid Set)

PART 2 PRODUCTS Not Used.

PART 3 EXECUTION Not Used.

END OF SECTION

Not to be used for bidding purposes!

Page 213: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02050-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02050 (Bid Set)

SECTION 02050

SOILS AND AGGREGATES FOR EARTHWORK

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: 1. Aggregate base course. 2. Class 2 permeable. 3. Rock. 4. Select fill material.

B. Related sections: 1. The Contract Documents are complementary; what is called for by one is as

binding as if called for by all. 2. It is the Contractor’s responsibility for scheduling and coordinating the Work of

subcontractors, suppliers, and other individuals or entities performing or furnishing any of Contractor’s Work.

3. The following Sections are related to the Work described in this Section. This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the Contractor to see that the completed Work complies accurately with the Contract Documents. a. Section 02300 - Earthwork.

1.02 REFERENCES

A. ASTM International (ASTM): 1. C117 - Standard Test Method for Materials Finer than 75-µm (No. 200) Sieve

in Mineral Aggregates by Washing. 2. C131 - Standard Test Method for Resistance to Degradation of Small-Size

Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. 3. C136 - Standard Test Method for Sieve Analysis of Fine and Coarse

Aggregates. 4. D422 - Standard Test Method for Particle-Size Analysis of Soils. 5. D2419 - Standard Test Method for Sand Equivalent Value of Soils and Fine

Aggregate. 6. D2844 - Standard Test Method for Resistance R-Value and Expansion

Pressure of Compacted Soils. 7. D4318 - Standard Test Method for Liquid Limit, Plastic Limit, and Plasticity

Index of Soils. 8. D4829 - Standard Test Method for Expansion Index of Soils. 9. D5821 - Standard Test Method for Determining the Percentage of Fractured

Particles in Coarse Aggregate.

B. Illinois Department of Transportation (IDOT): 1. Standard Specification for Road and Bridge Construction, January 1, 2012.

Not to be used for bidding purposes!

Page 214: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02050-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02050 (Bid Set)

1.03 SUBMITTALS

A. Product data: 1. Material source. 2. Gradation. 3. Testing data.

B. Quality control for aggregate base course: 1. Test reports: Reports for tests required by Sections of Uniform Standard

Specification for Public Works Construction. 2. Certificates of Compliance: Certificates as required by Sections Uniform

Standard Specification for Public Works Construction.

1.04 DELIVERY, STORAGE, AND HANDLING

A. Storage and protection: Protect from segregation and excessive moisture during delivery, storage, and handling.

PART 2 PRODUCTS

2.01 MATERIALS

A. General: 1. Provide material having maximum particle size not exceeding 4 inches and

that is free of trash, lumber, debris, leaves, grass, roots, stumps, and other organic matter.

2. Materials derived from processing demolished or removed asphalt concrete are not acceptable.

B. Aggregate base course (all areas): 1. Type A aggregate base course in accordance with IDOT Standard

Specification for Road and Bridge Construction.

C. Class 2 permeable: 1. Consists of hard, durable particles of stone or gravel; screened or crushed to

the specified size and gradation; and free from organic matter, lumps or balls of clay, and other deleterious matter.

2. Sand equivalent: Not less than 75 when tested in accordance with ASTM D2419.

3. Conforms to size and grade within the following limits when tested in accordance with ASTM C117 and C136:

Not to be used for bidding purposes!

Page 215: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02050-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02050 (Bid Set)

Sieve Size (Square Openings)

Percent by Weight Passing Sieve

1 inch 100

3/4 inch 90 - 100

3/8 inch 40 - 100

Number 4 25 - 40

Number 8 18 - 33

Number 30 5 - 15

Number 50 0 - 7

Number 200 0 - 3

D. Select fill material: 1. Maximum particle size: 3 inches 2. Liquid limit: less then 35. 3. Plasticity index: between 5 and 15. 4. Material: sandy clays or clayer sands. Clean sand is not acceptable. 5. Organic content shall not be greater than 3 percent by volume.

PART 3 EXECUTION

3.01 SEE REQUIREMENTS OF SECTION 02300.

END OF SECTION

Not to be used for bidding purposes!

Page 216: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

 

Not to be used for bidding purposes!

Page 217: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02240-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02240 (Bid Set)

SECTION 02240

DEWATERING FOR STRUCTURES

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: 1. Installation and maintenance of dewatering systems. 2. Disposal of water entering excavation or other parts of the work.

B. Related sections: 1. Section 03300 - Cast-in-Place Concrete. 2. Section 03600 - Grouting.

1.02 REFERENCES

A. National Electrical Manufacturers Association (NEMA): 1. 250 – Enclosures for Electrical Equipment (1000 V Maximum).

1.03 DEFINITIONS

A. NEMA Type 4X enclosure in accordance with NEMA 250.

1.04 SYSTEM DESCRIPTION

A. Design requirements: 1. Keep excavations reasonably free from water. Draw down static groundwater

level to minimum of 3 feet below anticipated bottom of excavations before the excavation reaches bottom elevation.

2. Dewatering design analysis. Include following: a. Evaluation of anticipated subsurface conditions. b. Required well spacing. c. Diameter of wells. d. Depth to screen, screen height, and mesh size. e. Backfill and filter pack. f. Pump size. g. Drawdown duration. h. Drawdown and steady state flow rates. i. Expected settlements.

3. Include water drawdown curves in dewatering calculations. 4. Coordinate dewatering design with excavation and shoring design. Excavation

and shoring design shall consider changes in groundwater conditions and associated earth pressures.

5. Do not place concrete or masonry foundations or concrete slabs in water. Do not allow water to rise over these elements until concrete or mortar has set for at least 24 hours.

Not to be used for bidding purposes!

Page 218: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02240-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02240 (Bid Set)

6. Maintain operation of dewatering system until complete structure -- including walls, slabs, beams, struts, and other structural elements -- has been constructed; concrete has attained its specified compressive strength; and backfill has been completed to 3 feet above normal static groundwater level at the site.

7. Provide standby power to ensure continuous dewatering in case of power failure.

B. Dewatering shored excavations: 1. Dewater from within shoring. 2. Use impermeable shoring system to minimize lowering of groundwater outside

shoring. 3. Extend impermeable shoring below bottom of excavation sufficient amount to:

a. Minimize lowering of groundwater outside shoring. b. Prevent unstable excavation due to piping and heave.

4. To minimize settlement outside shoring due to dewatering, do not lower groundwater outside shoring more than 1 foot. Provide groundwater recharge if required to maintain this groundwater elevation outside of shoring.

5. Provide monitoring wells located outside shoring for monitoring groundwater elevation.

C. Obtain written permission from Engineer before locating wells, well points, or drain lines for dewatering within the limits of a structure’s foundation.

D. Locate dewatering facilities where they will not interfere with utilities and construction work to be performed by others.

E. Discharge: 1. Discharge water as directed by Owner.

1.05 SUBMITTALS

A. Dewatering plan: 1. Dewatering design analysis. 2. Required permits. 3. Arrangement, location, and depths of dewatering system components. 4. Type and sizes of filters. 5. Identify proposed alignment, support, and protection for discharge pipe.

Identify location of discharge and provide details for that location. For pipes discharging to manholes, provide details of pipe entry at manhole.

B. Well construction logs. Include: 1. Descriptions of actual materials encountered, categorized in accordance with

Unified Soil Classification System. 2. Construction details. 3. Well development procedures and results. 4. Deviations from original design.

C. Qualifications: 1. Dewatering contractor. 2. Dewatering design engineer. 3. Testing laboratory.

Not to be used for bidding purposes!

Page 219: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02240-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02240 (Bid Set)

1.06 QUALITY ASSURANCE

A. Dewatering plan and dewatering system analysis: 1. Prepared by a qualified Civil Engineer, licensed in the state where the Project

is located. a. The dewatering design engineer shall have at least 8 years of experience

in designing similar systems.

B. Submit qualifications of Dewatering Contractor, the Dewatering Design Engineer, sampling service, and testing laboratory.

C. Regulatory requirements: 1. Obtain required water discharge permits.

PART 2 EXECUTION

2.01 INSTALLATION

A. During construction, provide and maintain ample means and devices to promptly remove and properly dispose of water entering excavation or other parts of the work, whether water is surface water or underground water.

B. Keep excavations reasonably free of water.

C. Make provisions to maintain continuous dewatering. 1. Provide standby power to maintain dewatering during power outages and

interruptions. 2. Provide 24-hour monitoring by personnel skilled in operation and maintenance

of the system, and capable of providing or obtaining work required to maintain system operation.

D. Monitoring wells: 1. Provide at least 1 groundwater level monitoring well. If more than 4 dewatering

wells or well points are installed, provide 1 additional monitoring well for every 4 dewatering wells or well points.

2. Locate monitoring wells within 6 feet of excavation and midway between dewatering wells or well points.

3. Provide temporary threaded cap, not less than 2 inches in diameter at the top of wells.

4. Protect dewatering wells in place during excavation.

E. Intercept and divert precipitation and surface water away from excavations. Use dikes, curb walls, ditches, pipes, sumps, or other means acceptable to Engineer.

F. Disposal of water: 1. Dispose of water from the work in suitable manner without damage to adjacent

property. 2. Do not drain water into work built or under construction. 3. Dispose of water in such manner that it will not be a menace to public health or

safety.

Not to be used for bidding purposes!

Page 220: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02240-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02240 (Bid Set)

G. Wells, well points, and drain lines for dewatering: 1. Provide after receiving Engineer's written acceptance. 2. Fill dewatering wells, pipes, and french drains to be left in place within

structure foundation limits with Class “C” concrete as specified in Section 03300 or grout as specified in Section 03600.

2.02 CONSTRUCTION

A. Prior to release of groundwater to its static level: Confirm that: 1. All groundwater pressure relief devices for structure are fully operational. 2. Construction of structure is complete and concrete has reached its specified

compressive strength. 3. Backfill of structure is complete.

B. Control release of groundwater to its static level to prevent disturbance of natural foundation soils or compacted backfills and fills and to prevent flotation or movement of structures, pipelines, or other facilities.

2.03 FIELD QUALITY CONTROL

A. Monitoring wells: 1. Record groundwater levels at least once a week. Submit readings to Engineer

within 1 week.

END OF SECTION

Not to be used for bidding purposes!

Page 221: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02260-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02260 (Bid Set)

SECTION 02260

EXCAVATION SUPPORT AND PROTECTION

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Requirements for designing, providing, maintaining, and removing excavation support and protection.

B. Related sections: 1. Section 01410 - Regulatory Requirements. 2. Section 02240 - Dewatering. 3. Section 02312 - Controlled Low Strength Material (CLSM).

1.02 REFERENCES

A. American Society of Civil Engineers (ASCE): 1. Guidelines of Engineering Practice for Braced and Tied-Back Excavations.

B. Department of the Navy Naval Facilities Engineering Command (NAVFAC): 1. Design Manual 7.2 - Foundations and Earth Structures. 2. Design Manual 7.3 - Soil Dynamics and Special Design Aspects.

C. United States Steel Corporation (USS): 1. Steel Sheet Piling Design Manual.

1.03 DEFINITIONS

A. General Engineering Design Practice: General engineering design practice in area of the Project, performed in accordance with recent engineering literature on subject of shoring and stability of excavations.

B. Shoring: A temporary structural system designed to support vertical faces, or nearly vertical faces, of soil or rock for purposes of excavation. Shoring includes internally braced sheet piling, slurry walls, soldier piles and lagging, and other similar shoring systems. Sloping of the soil is not shoring.

C. Support levels: Level of tiebacks, wales, rackers, bottom of excavation, and other types of support.

1.04 SYSTEM DESCRIPTION

A. Where General Engineering Design Practice is specified, provide drawings and calculations that are performed and signed by civil or structural engineer registered in State where Project is located: 1. Clearly disclose assumptions made, criteria followed, and stress values used

for materials being used in design calculations. 2. Submit list of references acceptable to Engineer that substantiating

appropriateness of design assumptions, criteria, and stress values.

Not to be used for bidding purposes!

Page 222: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02260-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02260 (Bid Set)

B. Design requirements: 1. General:

a. For trench excavations 5 feet or more in depth and for trenches less than 5 feet in depth when there is potential for cave-in. 1) Perform design pursuant to general engineering design practice.

b. Dewatering: 1) Dewater soil inside shoring as specified in Section 02240. 2) Do not lower groundwater outside of shoring more than 1 foot. 3) Recharge groundwater outside shoring to limit groundwater draw

down outside of shoring to amount specified above. c. When electing to design with material stresses for temporary construction

higher than allowable stresses prescribed in building code as specified in Section 01410, increase in such stresses shall not exceed 10 percent of value of prescribed stresses.

d. Minimum safety factor used for design shall not be less than 1.5. e. The calculated minimum depth of penetration of shoring below bottom of

excavation shall be increased not less than 30 percent if full value of allowable passive pressure is used in design.

f. Maximum height of cantilever shoring above bottom of excavation shall not exceed 15 feet. Use braced shoring when height of shoring above bottom of excavation exceeds 15 feet.

g. The location of point of fixity for shoring shall not be less than half calculated minimum embedment depth below bottom of excavation.

h. Generally acceptable references for design of shoring and excavations are as follows: 1) ASCE Guidelines of Engineering Practice for Braced and Tied-Back

Excavations. 2) NAVFAC Design Manual 7.2. 3) NAVFAC Design Manual 7.3. 4) USS Steel Sheet Piling Design Manual.

i. Maximum total deflection of shoring at any point on shoring shall not be more than 1/2 inch.

2. Soldier piles and lagging: a. Provide lagging over full face of excavation. Joints between pieces of

lagging shall be tight to prevent loss of soil. b. Provide full face lagging all around penetrations through lagging. c. If the soldier piles are installed in predrilled holes and are not concrete

encased, fill predrilled holes with controlled low strength material as specified in Section 02312 after soldiers piles are installed.

d. Assumed effective width for passive soil resistance: 1) Effective width of driven soldier piles shall not exceed 2 times width

of pile. 2) Effective width of CLSM encased soldier piles in drilled holes shall

not exceed 2 times width of pile. 3) Effective width of concrete encased soldier piles shall not exceed

2 times width of concrete encasement. e. Fill voids behind lagging with gravel or other material acceptable to

Engineer. f. Apply loads from tie back soil, rock, or deadman anchors concentrically to

soldier piles or wales spanning between soldier piles: 1) Wales shall be back-to-back double channels or other members

acceptable to Engineer.

Not to be used for bidding purposes!

Page 223: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02260-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02260 (Bid Set)

2) Do not eccentrically load structural section of soldier piles or wales. g. Design soldier piles for downward loads including vertical loads from

tieback anchors. 3. Soil anchors, rock anchors, and deadman anchors:

a. Design tieback anchors for a safety factor of not less than 2 times calculated load from shoring.

b. Proof load all production anchors to 150 percent of calculated load from shoring.

c. Lock off production anchors at calculated load from shoring. d. Length of soil anchors used to calculate resistance to load from shoring

shall not include any length within potential active pressure soil failure zone behind face of shoring.

e. Design tie rods for tieback anchors for 130 percent of calculated load from shoring.

f. Design tie rods for tieback anchors for 150 percent of the calculated load from shoring when tie rod couplers are used and for other conditions where stress concentrations can develop.

4. Set inside face of shoring back from structure not less than greater of following: a. 5 feet from face of wall. b. 2 foot 6 inches from edge of foundation. c. Depth of excavation below bottom of foundation.

C. Performance requirements: 1. General:

a. Support faces of excavations and protect structures and improvements in vicinity of excavations from damage and loss of function due to settlement or movement of soils, alterations in ground water level caused by such excavations, and related operations.

b. Specified provisions: 1) Complement, but do not substitute or diminish, obligations of

Contractor for furnishing of safe place of work pursuant to provisions of the Occupational Safety and Health Act of 1970 and its subsequent amendments and regulations and for protection of Work, structures, and other improvements.

2) Represent minimum requirement for: a) Number and types of means needed to maintain soil stability. b) Strength of such required means. c) Methods and frequency of maintenance and observation of

means used for maintaining soil stability. 2. Provide safe and stable excavations by means of sheeting, shoring, bracing,

sloping, and other means and procedures, such as draining and recharging groundwater and routing and disposing of surface runoff, required to maintain stability of soils and rock.

3. Provide support for trench excavations for protection of workers from hazard of caving ground.

4. Provide shoring: a. Where, as result of excavation work and analysis performed pursuant to

general engineering design practice, as defined in this Section: 1) Excavated face or surrounding soil mass may be subject to slides,

caving, or other types of failures.

Not to be used for bidding purposes!

Page 224: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02260-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02260 (Bid Set)

2) Stability and integrity of structures and other improvements may be compromised by settlement or movement of soils, or changes in soil load on structures and other improvements.

b. For trenches 5 feet and deeper. c. For trenches less than 5 feet in depth, when there is potential for cave-in. d. Where indicated on the Drawings.

5. For safe and stable excavations, use appropriate design, construction, and maintenance procedures to minimize settlement of supported ground and to prevent damage to structures and other improvements, including: a. Using stiff shoring systems. b. Following appropriate construction sequence. c. Using shoring system that is tight enough to prevent soil loss through the

shoring. d. Using shoring system that extends far enough below bottom of excavation

to prevent piping, heave, or flow of soil under shoring. e. Design for safety factor of not less than 1.50. f. Providing surface runoff routing and discharge away from excavations. g. Where dewatering inside shoring is necessary, recharge groundwater

outside shoring as necessary to prevent settlement in area surrounding shored excavation.

h. Where sheet piling is used, use interlocking type sheets: 1) Sheet piles shall be continuous and driven in interlock. 2) If bottom of the excavation is located below the water table, use “ball

and socket” or "thumb and finger" type interlock. i. Not applying shoring loads to existing structures and other improvements. j. Not changing existing soil loading on existing structures and other

improvements. k. Provide welded steel packing between soil retaining members such as

sheet piles and wales and similar members when gap exceeds 1/2 inch before wales are loaded.

1.05 SUBMITTALS

A. Shop drawings and calculations: 1. Calculations for different load, support, and other conditions that occur during

the sequence of installation of shoring, construction of facilities protected by shoring, and sequence of removal of shoring.

2. Sketches showing the condition at various stages of installation and removal of shoring.

3. Show on plan shoring, structures, pipelines, and other improvements located near shoring.

4. When utilities penetrate shoring, show location of penetrations on elevation of all sides of shoring.

5. Show details for ground support and sealing around utility penetrations. 6. Indicate method used for installing driven shoring.

B. Written geotechnical report with soil characteristics and design recommendations.

C. Control points and schedule of measurements: 1. Submit location and details of control points and method and schedule of

measurements. 2. Survey data.

Not to be used for bidding purposes!

Page 225: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02260-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02260 (Bid Set)

D. Detailed sequence of installation and removal of shoring: 1. Consider effects of ground settlement in sequence of installation and removal

of shoring. 2. Provide sketches showing conditions at various stages in sequence of

installation and removal of shoring.

E. Submit submittals for excavation support and protection as complete package and include all items required in this Section: 1. Incomplete submittals will not be reviewed and will be returned for resubmittal

as complete package.

F. Submit dewatering submittals as specified in Section 02240 with submittals for excavation support and protection.

1.06 SEQUENCING

A. Do not begin construction of any shoring or excavation operations until: 1. Submittals for shoring and dewatering have been accepted. 2. Control points as specified in this Section and on existing structures and other

improvements as indicated on the Drawings have been established and surveyed to document initial elevations and locations.

3. Materials necessary for installation are on site.

B. Submit submittals minimum of 60 days prior to scheduled date to begin excavation work.

PART 2 PRODUCTS Not Used.

PART 3 EXECUTION

3.01 CONSTRUCTION

A. Installation of shoring: 1. Install means for providing safe and stable excavations as indicated in

submittals.

B. Removal of shoring: 1. Except for concrete encased soldier piles, slurry walls, and similar shoring

systems, remove shoring by completion of Work. 2. Select shoring system and method of removal, which will minimize soil that

sticks to shoring from creating voids and causing settlement. 3. To prevent settlement caused by pulling shoring, fill voids with pressure

injected grout: a. Inject grout starting at bottom of void and progressively fill void to grade. b. Minimize length of shoring removed ahead of grouting operation and limit

time void is left ungrouted to prevent void from closing up before being grouted.

4. Pressure preservative treated wood lagging may be left in place if acceptable to Engineer.

Not to be used for bidding purposes!

Page 226: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02260-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02260 (Bid Set)

C. Control points: 1. Establish control points on shoring and on structures and other improvements

in vicinity of excavation for measurement of horizontal and vertical movement: a. Set control points on shoring support system:

1) Set points at distances not exceeding 25 feet at each support level. 2. Promptly upon completion of construction of control points survey control

points. Submit copy of field notes with measurement. 3. Perform horizontal and vertical survey and measurement of control points at

least once every week. a. Field notes shall show current measurement and change in measurement

from first measurement taken. 4. Set control points on corners of existing structures and on curbs, manholes,

and other improvements at the locations indicated on the Drawings. 5. Provide plumb bobs with horizontal targets indicating original position of plumb

bobs in relation to shoring at control points.

D. Maintenance: 1. Where loss of soil occurs, plug gap in shoring and replace lost soil with fill

material acceptable to Engineer. 2. Where measurements and observations indicate possibility of failure or

excessive movement of excavation support, determined in accordance with general engineering design practice, take appropriate action immediately.

END OF SECTION

Not to be used for bidding purposes!

Page 227: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02300-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02300 (Bid Set)

SECTION 02300

EARTHWORK

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: 1. Loosening, excavating, filling, grading, borrow, hauling, preparing subgrade,

compacting in final location, wetting and drying, and operations pertaining to site grading for buildings, basins, reservoirs, boxes, roads, and other facilities.

2. Backfilling and compacting under and around structures.

B. Related sections: 1. The Contract Documents are complementary; what is called for by one is as

binding as if called for by all. 2. It is the Contractor’s responsibility for scheduling and coordinating the Work of

subcontractors, suppliers, and other individuals or entities performing or furnishing any of Contractor’s Work.

3. The following Sections are related to the Work described in this Section. This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the Contractor to see that the completed Work complies accurately with the Contract Documents. a. Section 01355A - Stormwater Pollution Prevention Construction Activities:

Best Management Practices. b. Section 02050 - Soils and Aggregates for Earthwork. c. Section 02240 - Dewatering. d. Section 02466C - Auger Cast-In-Place Piles. e. Section 02312 - Controlled Low Strength Materials (CLSM). f. Section 02620 - Filter Fabric. g. Section 03300 - Cast-In-Place Concrete.

1.02 REFERENCES

A. ASTM International (ASTM): 1. D 1556 - Standard Test Method for Density and Unit Weight of Soil in Place by

the Sand Cone Method. 2. D 1557 - Standard Test Method for Laboratory Compaction Characteristics of

Soil Using Modified Effort (56,000 ft-lbf/ft3 (2,700 kN m/m3)). 3. D 6938 - Standard Test Method for In-Place Density and Water Content of Soil

and Soil-Aggregate by Nuclear Methods (Shallow Depth).

1.03 DEFINITIONS

A. Backfill adjacent to structure: Backfill within volume bounded by the exterior surfaces of structure, the surface of undisturbed soil in the excavation around structure, and finish grade around structure.

B. Embankments: Dikes, levees, berms, and similar facilities.

Not to be used for bidding purposes!

Page 228: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02300-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02300 (Bid Set)

C. Excavation: Consists of loosening, removing, loading, transporting, depositing, and compacting in final location, wet and dry materials, necessary to be removed for purposes of construction of structures, ditches, grading, roads, and such other purposes as are indicated on the Drawings.

1.04 SYSTEM DESCRIPTION

A. Performance requirements: 1. Where mud or other soft or unstable material is encountered, remove such

material and refill space with stabilization material. Wrap stabilization material with stabilization fabric.

2. Obtain acceptable import material from other sources if surplus or borrow materials obtained within Project site does not conform to specified requirements or are not sufficient in quantity.

3. No extra compensation will be made for hauling of fill materials nor for water required for compaction.

1.05 SUBMITTALS

A. Copy of Property Owner’s Agreement allowing placement of surplus soil material on their property.

B. Excavation plan.

C. Test reports: 1. Submit certified test reports of all tests specified to be performed by the

Contractor.

1.06 QUALITY ASSURANCE

A. Initial compaction demonstration: 1. Adequacy of compaction equipment and procedures: Demonstrate adequacy

of compaction equipment and procedures before exceeding any of following amounts of earthwork quantities: a. 50 cubic yards of backfill adjacent to structures. b. 100 cubic yards of embankment work. c. 100 cubic yards of fill. d. 50 cubic yards of roadway base material. e. 100 cubic yards of road fill.

2. Compaction sequence requirements: Until specified degree of compaction on previously specified amounts of earthwork is achieved, do not perform additional earthwork of the same kind.

3. After satisfactory conclusion of initial compaction demonstration and at any time during construction, provide confirmation tests as specified under "FIELD QUALITY CONTROL."

B. Contractor shall perform all work related to this Section in accordance with the approved Stormwater Pollution Prevention Plan (SWPPP) and as specified in Section 01355A

Not to be used for bidding purposes!

Page 229: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02300-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02300 (Bid Set)

1.07 SEQUENCING AND SCHEDULING

A. Schedule earthwork operations to meet requirements specified in this Section for excavation and uses of excavated material.

B. If necessary, stockpile excavated material in order to use it at specified locations.

C. Excavation, backfilling, and filling: Perform excavation, backfilling, and filling during construction in manner and sequence that provides drainage at all times.

PART 2 PRODUCTS

2.01 MATERIALS

A. Water for compacting: Use water from source acceptable to Engineer.

B. Soil and rock materials: 1. General:

a. Provide materials where specified or indicated on the Drawings. 2. Aggregate base course materials: As specified in Section 02050. 3. Class 2 permeable: As specified in Section 02050. 4. Filter Sand: As specified in Section 02050. 5. Select fill material: As specified in Section 02050.

C. Controlled low-strength material: As specified in Section 02312.

D. Geotextile fabrics: 1. Filter fabric: As specified in Section 02620.

PART 3 EXECUTION

3.01 EXAMINATION

A. Verification of conditions: 1. Character and quantity of material:

a. Verify character and quantity of rock, gravel, sand, silt, water, and other inorganic or organic materials to be encountered in work to be performed.

b. Determine gradation, shrinkage, and swelling of soil, and suitability of material for use intended in work to be performed.

c. Determine quantity of material, and cost thereof, required for construction of backfills, cuts, embankments, excavations, fills, and roadway fills, whether from onsite excavations or imported materials. Include in cost of work to be performed.

d. Include wasting of excess material, if required, in cost of work to be performed.

Not to be used for bidding purposes!

Page 230: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02300-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02300 (Bid Set)

3.02 PREPARATION

A. Backfills: 1. After clearing and excavation are completed, scarify entire areas that underlie

backfills or structures to a depth of 6 inches and until surface is free of ruts, hummocks, and other features that would prevent uniform compaction by equipment to be used.

2. Recompact scarified areas to density specified before placing backfill material or concrete.

3. If foundation areas have soft soils, do not scarify the top 6 inches prior to compaction. Remove all loose material using hand equipment or with a flat-edged backhoe bucket. Do not remold and weaken the remaining soil by operating heavy equipment on final bottom elevation of excavation.

4. If foundation areas have cemented rock, cobbles, or boulders, do not scarify the top 6 inches prior to compaction. Moisten the native soil and compact the coarse fill as specified in this Section.

5. Do not place backfill against walls until: a. Walls have been cast full height of structure and concrete has reached the

specified strength. b. Connecting slabs and beams have been cast, and concrete has reached

the specified strength. 6. Prior to backfilling:

a. Remove all forms. b. Clean all trash and debris from the excavation site.

7. After inspection of foundation, walls, and pipes, place backfill symmetrically around structures to prevent eccentric loading of structures. a. Contractor is responsible for damage to structures due to improper

backfilling and compaction.

B. Embankments: 1. After clearing is completed, scarify entire areas that underlie embankments to

a depth of 6 inches and until surface is free of ruts, hummocks, and other features that would prevent uniform compaction by equipment to be used.

2. Recompact scarified areas to density specified for embankments before placing of embankment material.

3. If embankment areas have cemented rock, cobbles, or boulders, do not scarify the top 6 inches prior to compaction. Moisten the native soil and compact the coarse fill as specified in this Section.

C. Fills: 1. After clearing is completed, scarify entire areas that underlie fill sections or

structures to a depth of 6 inches and until surface is free of ruts, hummocks, and other features that would prevent uniform compaction by equipment to be used.

2. Recompact scarified areas to density specified for compacted fills before placing of fill material or concrete.

3. If fill areas have cemented rock, cobbles, or boulders, do not scarify the top 6 inches prior to compaction. Moisten the native soil and compact the coarse fill as specified in this Section.

Not to be used for bidding purposes!

Page 231: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02300-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02300 (Bid Set)

D. Roadway fills: 1. After clearing is completed, scarify entire areas that underlie roadway fills to a

depth of 6 inches and until surface is free of ruts, hummocks, and other features that would prevent uniform compaction by equipment to be used.

2. Recompact scarified areas to density specified for roadway fills before placing of roadway fill material.

3. If roadway fill areas have cemented rock, cobbles, or boulders, do not scarify the top 6 inches prior to compaction. Moisten the native soil and compact the coarse fill as specified in this Section.

E. Sloped surfaces for fill or foundations: 1. Foundations for fill having slopes in excess of 1 vertical to 4 horizontal:

a. Bench or terrace to adequately key existing ground and fill built thereon. 2. Slopes of original hillsides and old fills: Bench minimum of 10 feet horizontally

as fill is placed. 3. Provision of new benches:

a. Start new bench wherever vertical cut of next lower bench intersects existing grade.

b. Recompact material thus cut out along with new embankment material at no additional cost to the Owner.

3.03 INSTALLATION

A. General: 1. Dispose of excavated materials that are not required or are unsuitable for fill

and backfill in lawful manner. 2. Dispose of surplus material on private property only when written permission

agreement is furnished by owner of property. Submit copies of such agreements.

3. Obtain material required in excess of suitable material produced by cuts and excavation, from borrow areas subject to the material requirements specified.

4. Rocks, broken concrete, or other solid materials larger than 4 inches in greatest dimension: Remove from project site at no additional cost to the Owner.

5. Stabilization of subgrade: Provide materials used, or perform work required, to stabilize subgrade so it can withstand loads that may be placed upon it by Contractor's equipment.

B. Borrow area: There is no borrow area on Project site. 1. Where material is required, import material from source located off Project site

selected by the Contractor and subject to acceptance by the Engineer. 2. There will be no additional cost to the Owner for use of imported material.

C. Compaction: 1. Provide specified compaction for backfills, cuts, embankments, fills, roadway

fills, and other earthwork. 2. Perform confirmation tests to verify and confirm that work has complied, and is

complying at all times, with compaction requirements specified in this Section for initial compaction demonstration and field quality control testing.

3. In-place density of compacted backfills, cuts, embankments, fills, and roadway fills determined in accordance with ASTM D 1556, or with ASTM D 6938.

Not to be used for bidding purposes!

Page 232: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02300-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02300 (Bid Set)

4. Maximum density obtained in laboratory when tested in accordance with ASTM D 1557.

5. To prevent damage to structures due to backfilling operations, place backfill with equipment that does not exceed H-20 loading, within a distance from the face of the structure of not less than 1/2 the depth of backfill. The depth of backfill is the distance between the level being compacted and the bottom of the excavation. Outside this distance, heavier compaction equipment may be used.

6. All foundations for new structures and facilities shall be proof rolled. a. Pneumatic tired vehicle weighing 20-25 ton shall be used. b. Proof rolling shall be witnessed by the Engineer. Contractor shall provide

2 days’ notice of proof rolling. c. Proof rolling shall be performed during dry weather.

7. Compact to percentage of maximum density as follows: a. Backfill adjacent to structures: 98 percent. b. Backfilling voids: 98 percent. c. Embankments: 98 percent. d. Under present and future structures: 98 percent. e. Under roadways, parking and storage areas, curbs, and sidewalks:

98 percent. f. Upper 6 inches of cuts: 98 percent. g. Fills: 98 percent.

D. Dewatering: As specified in Section 02240.

E. Excavation: 1. Blasting: Not permitted. 2. Excavations for structures:

a. Provide excavations conforming to dimensions and elevations indicated on the Drawings for each structure, including trenching for piping and all work incidental thereto.

b. After clearing is complete, excavate for the structure, down to the elevation indicated on the Drawings. Unless directed by Engineer, do not carry excavations below elevation indicated on the Drawings.

c. Where soil is encountered having unsuitable bearing value, Engineer may direct in writing that excavation be carried to elevations below those indicated on the Drawings.

d. Where excavations are made below elevations indicated on the Drawings, adjust elevations of excavations in accordance with the following requirements: 1) Under slabs: Restore to proper elevation in accordance with

procedure specified for backfill in this Section. 2) Under footings: Restore to the proper elevation using one of the

following: a) Controlled low-strength material.

e. Excavation width: 1) If not indicated otherwise on Drawings, extend excavations at least

2 feet clear from walls and foundations of structures to allow for placing and removal of forms, installation of services, and inspection.

2) Do not undercut slopes. f. Difficulty of excavation: No extra compensation will be made for removal

of rock or any other material due to difficulty of excavation.

Not to be used for bidding purposes!

Page 233: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02300-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02300 (Bid Set)

3. Excavation of lined channels: a. Excavations in open cut for lined channels may be made so as to place

concrete directly against excavated surfaces providing faces of excavations are: 1) Firm and unyielding. 2) Will stand or can be made to stand without sloughing.

b. Excavations to provide subgrade for lined channel or subdrainage material: Excavate to lines and grades indicated on the Drawings.

4. Excavation of unlined channels and basins: a. Excavate to lines and grades indicated on the Drawings. b. Perform excavation and grading so that finish surfaces are in uniform

planes with no abrupt breaks in surface. 5. Excavation of ditches and gutters:

a. Cut ditches and gutters accurately to cross sections and grades indicated on the Drawings.

b. Take care not to excavate ditches and gutters below grades indicated on the Drawings.

c. Backfill excessive ditch and gutter excavations to grade with suitable material acceptable to the Engineer.

d. Do not deposit any material within 3 feet of edge of ditch unless otherwise indicated on the Drawings.

6. Necessary over excavation: a. Where it becomes necessary to excavate beyond normal lines of

excavation in order to remove boulders or other interfering objects, backfill voids remaining after removal as specified in backfilling of voids below, or as acceptable to the Engineer.

b. Backfill voids with material acceptable to the Engineer: 1) With acceptance of the Engineer, backfill with one of the following:

a) Aggregate base course. b) Controlled low-strength material.

c. When soft or unsuitable bearing material is encountered in the foundation excavation, remove unsuitable material and replace with Class C concrete specified in Section 03300.

F. Materials for backfills, embankments, fills, and roadway fills: 1. General:

a. Obtain import material from other sources if surplus materials from cuts and excavations obtained from within Project do not conform to specified requirements or are not sufficient in quantity for construction of Project.

2. Backfills: a. Backfill adjacent to structures, slabs, or walls: Select fill material. b. Backfill material under concrete structures: Controlled low-strength

material or concrete encasement are indicated on the Drawings. c. Extend backfill in any area under concrete structures from undisturbed soil

or rock to the bottom aggregate base course material layer. 3. Embankments:

a. Select fill material, unless otherwise specified or indicated on the Drawings.

4. Fills: a. Select fill material, unless otherwise specified or indicated on the

Drawings.

Not to be used for bidding purposes!

Page 234: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02300-8 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02300 (Bid Set)

b. Extend fill in any area under concrete structures from undisturbed soil or rock to the bottom aggregate base course material layer.

5. Roadway fills: One of the following, unless otherwise specified or indicated on the Drawings: a. Aggregate base course material. b. Select fill material.

G. Placement: 1. General:

a. Lines and grades: 1) Construct backfills, embankments, fills, and road fills, at locations

and to lines and grades indicated on the Drawings. 2) Overbuild all permanent fill slopes by at least 1 foot and then cut to

final grade to provide adequate compaction of the remaining fill. 2. Backfills:

a. Place loose material in successive layers that do not exceed 8 inches in depth after compaction.

b. Bring each layer to a moisture content between optimum moisture content and 3 percent above optimum moisture content before compacting.

c. Defective compacted backfills: Remove and recompact. 3. Fills:

a. Place loose material in successive layers that do not exceed 8 inches in depth after compaction.

b. Bring each layer to a moisture content between optimum moisture content and 3 percent above optimum moisture content before compacting.

c. Defective compacted fills: Remove and recompact. 4. Embankments:

a. Place loose material in successive layers that do not exceed 8 inches in depth after compaction.

b. Bring each layer to a moisture content between optimum moisture content and 3 percent above optimum moisture content before compacting.

c. Defective compacted embankments: Remove and recompact. 5. Roadway fills:

a. Place loose material in successive layers that do not exceed 8 inches in depth after compaction.

b. Bring each layer to a moisture content between optimum moisture content and 3 percent above optimum moisture content before compacting.

c. Defective compacted roadway fills: Remove and recompact.

3.04 FIELD QUALITY CONTROL

A. Tests: 1. Confirmation tests:

a. Contractor's responsibilities: 1) Accomplish specified compaction for backfills, fills, and other

earthwork. 2) Control operations by confirmation tests to verify that compaction

work complies, and is complying at all times, with requirements specified in this Section concerning compaction, control, and testing.

3) Cost of confirmation tests: Paid for by the Contractor. 4) Qualifications of Contractor's testing laboratory: Perform confirmation

testing by soils testing laboratory acceptable to the Engineer.

Not to be used for bidding purposes!

Page 235: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02300-9 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02300 (Bid Set)

5) Copies of confirmation test reports: Submit promptly to the Engineer. b. Frequency of confirmation testing:

1) Perform testing not less than the following: a) In-place density:

(1) Backfill: 1 test every 30 cubic yards but not less than 1 test per 1,000 square feet per lift.

(2) Scarify and Compact: Same as backfill. b) Maximum dry density versus moisture:

(1) Ten (10) tests as a minimum. Additional tests may be required based on the type of materials encountered in the field or used as import material for construction.

2. Compliance tests: a. Periodic compliance tests will be made by the Engineer to verify that

compaction is meeting requirements previously specified. b. Remove overburden above level at which the Engineer wishes to test.

Backfill and recompact excavation after testing is completed. c. If compaction fails to meet specified requirements, perform remedial work

by one of the following methods: 1) Remove and replace materials at proper density. 2) Bring density up to specified level by other means acceptable to the

Engineer. d. Retesting:

1) Contractor bears the costs of retesting required to confirm and verify that remedial work has brought compaction within specified requirements.

2) Contractor's confirmation tests during performance of remedial work: Double the normal rate or number of test specified.

B. Tolerances: 1. Finish grading of backfills, cuts, embankments, fills, and roadway fills:

a. Perform fine grading under concrete structures such that finish surfaces are never above the grade or cross section indicated on the Drawings and are never more than 0.10 feet below.

b. Provide finish surface for areas outside of structures that are within 0.10 feet of grade or cross section indicated on the Drawings.

2. Unlined channels and basins: a. In both cut and fill, and levee and access road side slopes in cut: Vertical

tolerance of none above and 3 inches below grade indicated on the Drawings on bottom and side slopes.

b. On top surface of levee and access road in both cut and fill, and levee and access road side slopes in fill: Vertical tolerance of none below and 3 inches above grade indicated on the Drawings.

3. Areas which are not under structures, concrete, asphalt, roads, pavements, sidewalks, dikes, and similar facilities: a. Provide finish graded surfaces of either undisturbed soil, or cohesive

material not less than 6 inches deep. b. Intent of proceeding is to avoid sandy or gravelly areas.

4. Finish grading of surfaces: a. Reasonably smooth, compacted, and free from irregular surface changes. b. Provide degree of finish that is ordinarily obtainable from blade grader

operations, except as otherwise specified. c. Uniformly grade areas that are not under concrete.

Not to be used for bidding purposes!

Page 236: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02300-10 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02300 (Bid Set)

d. Finish ditches and gutters so that they drain readily.

3.05 ADJUSTING

A. Finish grades of excavations, backfills, and fills: 1. Repair and reestablish grades to required elevations, slopes, and compaction

due to any settlement or erosion that may occur from action of the elements or any other cause prior to final acceptance.

2. Grade to rough elevation of finished grade prior to installation of Auger Cast-In-Place Piles in accordance with Section 02466C.

3. After completion of pile installation, repair and reestablish final grade to the required elevations, slopes, and compaction. Restore subgrade preparation locally at areas impacted by drilling operations in accordance with this Section.

3.06 PROTECTION

A. Finish grades of backfills, cuts, excavations, and fills: 1. Protect newly graded areas from erosion and deterioration by action of the

elements.

B. Ditches and gutters: 1. Maintain ditches and gutters free from detrimental quantities of debris that

might inhibit drainage until final acceptance.

END OF SECTION

Not to be used for bidding purposes!

Page 237: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02312-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02312 (Bid Set)

SECTION 02312

CONTROLLED LOW STRENGTH MATERIAL (CLSM)

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Controlled low strength material (CLSM), also known as “flowable fill.”

B. Related sections: 1. Section 01450 - Quality Control. 2. Section 01455 - Special Tests and Inspections. 3. Section 01460 - Contractor Quality Control Plan.

1.02 REFERENCES

A. American Concrete Institute (ACI) 1. 229R - Report on Controlled Low-Strength Materials. 2. 301 - Specifications for Structural Concrete.

B. ASTM International (ASTM): 1. C 33 - Standard Specification for Concrete Aggregates. 2. C 94 - Standard Specification for Ready Mix Concrete. 3. C 143 - Standard Test Method for Slump of Hydraulic Cement Concrete. 4. C 150 - Standard Specification for Portland Cement. 5. C 260 - Standard Specification for Air-Entraining Admixtures for Concrete. 6. C 403 - Standard Test Method for Time of Setting of Concrete Mixtures by

Penetration Resistance 7. C 494 - Standard Specification for Chemical Admixtures for Concrete. 8. C 618 - Standard Specification for Coal Fly Ash and Raw or Calcined Natural

Pozzolan for Use in Concrete. 9. D 698 - Standard Test Methods for Laboratory Compaction Characteristics of

Soil Using Standard Effort (12,400 ft-lbf/ft3(600 kN-m/m3). 10. D 1557 - Standard Test Methods for Laboratory Compaction Characteristics of

Soil Using Modified Effort (56,000 ft-lbf/ft3(2,700 kN-m/m3)). 11. D 4832 - Standard Test Method of Preparation and Testing of Controlled Low

Strength Material (CLSM) Test Cylinders. 12. D 5971 - Standard Practice for Sampling Freshly Mixed Controlled Low

Strength Material. 13. D 6023 - Standard Test Method for Density (Unit Weight), Yield, Cement

Content, and Air Content (Gravimetric) of Controlled Low-Strength Material. 14. D 6103 - Standard Test Method for Flow Consistency of Controlled Low

Strength Material.

Not to be used for bidding purposes!

Page 238: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02312-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02312 (Bid Set)

1.03 SYSTEM DESCRIPTION

A. Mixture of portland cement, water, pozzolan, fine aggregate and admixtures, proportioned in accordance with the recommendations of ACI 229 to produce a homogeneous mixture that is flowable, that will readily work into corners and angles; that will not segregate in the plastic state; and that is self-compacting at the time of placement without the use of mechanical vibration.

B. Performance requirements: 1. Air content, total calculated in accordance with ASTM D 6023: Not less than

8.0 percent, nor greater than 12.0 percent. 2. Compressive strength, measured in accordance with ASTM D 4832 at

28 days: Not less than 50 pounds per square inch, nor greater than 150 pounds per square inch.

3. Wet density: Not greater than 132 pounds per cubic foot. 4. Slump, measured in accordance with ASTM C 143 at the point of placement:

Greater than 9 inches and that allows CLSM to flow freely and to be self-compacting during placement.

1.04 SUBMITTALS

A. Product data: Submit data completely describing materials in the mix and demonstrating compliance with the requirements of this Section. 1. Cement: Mill tests. Indicate alkali content representative of each shipment. 2. Fly ash: Identify source and type of fly ash. 3. Water: Identify source and quality if not from a municipal treatment source. 4. Admixtures: Manufacturer’s product data indicating suitability for use in CLSM

mixes and recommended dosage rates. 5. Aggregate:

a. Submit source, type, and sieve analyses. Include testing to demonstrate that materials in accordance with ASTM C 33 requirements.

b. Resubmit at any time there is a significant change in grading of materials.

B. Mix design: 1. Submit full details, including mix design calculations for mix proposed for use. 2. Trial batch test data:

a. Submit data for each test cylinder. b. Submit data that identifies mix and slump for each test cylinder.

1.05 DELIVERY, STORAGE AND HANDLING

A. Store or stockpile cement, fly ash, and aggregate in accordance with ACI 301.

B. Store admixtures in accordance with the manufacturer’s recommendations.

PART 2 PRODUCTS

2.01 MATERIALS

A. Cement: 1. Portland cement in accordance with ASTM C 150 Type II. 2. Having total alkali content not more than 0.60 percent.

Not to be used for bidding purposes!

Page 239: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02312-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02312 (Bid Set)

B. Fly ash: Class C or Class F fly ash in accordance with ASTM C 618.

C. Water: 1. Potable water. Clean and free from oil and deleterious amounts of alkali, acid,

organic matter, or other substances.

D. Admixtures: Products of a single manufacturer, specifically manufactured or recommended by that manufacturer for use in CLSM. 1. Air entraining admixture: In accordance with ASTM C 260. 2. Water reducing admixture: In accordance with ASTM C 494, Type A.

E. Aggregate: 1. Non-expansive, non-reactive, inert natural sand conforming to the following

requirements: a. Not more than 12 percent passing a No. 200 sieve. b. No plastic fines present. c. Including pea gravel no larger than 3/8 inch.

2.02 MIXES

A. See System Description for performance requirements of the plastic and hardened mix.

2.03 SOURCE QUALITY CONTROL

A. Trial batch: 1. After mix design has been accepted by Engineer, have trial batch of the

accepted mix design prepared by testing laboratory acceptable to Engineer. 2. Prepare trial batches using the specific cement, fly ash, admixtures,

aggregates, and water proposed for the Work. 3. Prepare trial batch with quantity sufficient to determine slump, workability, and

consistency; and to provide test cylinders as indicated in the following paragraphs.

B. Trial batch testing: 1. Determine slump in accordance with ASTM C 143, with the following

modifications: a. Do not rod the concrete material. b. Place material in slump cone in one semi-continuous filling operation,

slightly overfill, tap lightly, strike off, and then measure and record slump. 2. Prepare and test trial batch specimens in accordance with ASTM D 4832, with

the following modifications: a. Provide cylindrical test specimens, each 6-inches in diameter by 12-inch

high. b. Provide a minimum of 8 cylinders for testing of each trial batch. c. Fill the molds to overflowing and tap sides lightly to settle the mix. d. Do not rod the mix for consolidation in the cylinder. e. Strike off the excess material.

3. Place test cylinders in a moist curing room. Exercise caution in moving and transporting the cylinders since they are fragile and will withstand only minimal bumping, banging, or jolting without damage.

Not to be used for bidding purposes!

Page 240: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02312-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02312 (Bid Set)

4. Do not remove the test cylinder from mold until that cylinder is to be capped and tested. a. Perform the capping carefully to prevent premature fractures. b. Do not perform initial compression test until the cylinders reach a

minimum age of 3 days. 5. Provide compressive strength tests.

a. Test 4 test cylinders at 7 days after casting, and another 4 cylinders at 28 days after casting.

b. The compression strength of the 4 test cylinders tested at 28 days shall be equal to or greater than the minimum required compression strength, but shall not exceed maximum compression strength.

C. If the trial batch tests do not meet the Specifications for strength or density, revise and re-submit the mix design, prepare additional trial batch(es), and complete additional trial batch tests. Repeat until an acceptable trial batch is that conforms to the Specifications is produced. 1. All the trial batches and acceptability of materials shall be paid by the

Contractor. 2. After acceptance, do not change the mix design without submitting a new mix

design, trail batches, and test information.

PART 3 EXECUTION

3.01 PREPARATION

A. Do not place CLSM until preparation and condition of surfaces receiving the fill have been observed and accepted by the Engineer.

B. Remove debris foreign matter, and standing or running water from excavations and areas receiving CLSM before placement.

C. Pipes and trenches. 1. Where CLSM is placed around and over pipes, secure pipes in place, or place

CLSM in lifts to prevent pipe flotation. 2. Where CLSM is placed in long, open trenches, confine material using

bulkheads of sandbags, earth dams, or stiffer concrete at open ends of placement.

D. Soil preparation: 1. Prior to placement of CLSM, prepare underlying soils as follows:

a. Scarify surface to a depth of 8 inches. b. Adjust moisture content to or slightly above the optimum in accordance

with ASTM D 698. c. Re-compact scarified surface to a minimum of 95 percent relative density

in accordance with ASTM D 698.

3.02 MEASURING, BATCHING, MIXING AND TANSPORTING

A. Measure, batch, mix and transport CLSM in accordance with the requirements of ASTM C 94 and this Section.

B. Mix until there is uniform distribution of materials.

Not to be used for bidding purposes!

Page 241: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02312-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02312 (Bid Set)

C. Discharge mixer completely prior to recharging.

D. After trial batch testing and mix acceptance, maintain slump during construction within plus or minus 1 inch of the design slump.

3.03 PLACING

A. Place controlled low strength material by method that preserves the quality of the material in terms of compressive strength and density.

B. Maintain fluid properties of the mix during placement. 1. At point of placement, provide material that flows easily around, beneath, or

through walls, pipes, conduits, or other structures. 2. Do not place CLSM that has partially hardened or that has been contaminated

by foreign materials. 3. Handle and place CLSM using methods that minimize segregation of the mix. 4. Deposit mix as near its final position as possible to avoid segregation due to

rehandling or flowing. 5. Contain and confine mix while it is fluid. Design containment structures and

bracing at walls and forms to withstand lateral pressures of wet mix.

C. Lifts: 1. Limit lift heights of CLSM placed against structures and other facilities that

could be damaged due to the pressure from the CLSM, to the lesser of 3 feet or the lift height indicated on the Drawings.

2. Do not place another lift of CLSM until the last lift of CLSM has set and gained sufficient strength to prevent additional lateral load against the forms or structure due to the weight of the next lift of CLSM.

D. Water conditions: 1. Do not place CLSM in standing or flowing water. 2. Do not permit water to flow over the surface of freshly placed or un-hardened

CLSM. 3. Do not submerge CLSM in water within 24 hours after placement.

E. Manage CLSM bleed water. 1. Grade top surface of CLSM to drain away from the fill. 2. Provide side containment that permits bleed water to drain to a contained

management area away from the fill.

3.04 CURING AND PROTECTION

A. Curing; 1. Prior to and during curing, install barriers to prevent equipment or personnel

from falling into or becoming entrapped in CLSM.

B. Protect CLSM from: 1. Damage from the elements. 2. Damage of any nature during surrounding construction operations. 3. Freezing: Do not use salt, manure, or other chemicals to provide cold.

Not to be used for bidding purposes!

Page 242: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02312-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02312 (Bid Set)

3.05 FIELD QUALITY CONTROL

A. Provide quality control over the Work of this Section as specified in Sections 01450 and 01460 and as specified in this Section.

B. General: 1. Engineer inspection and acceptance required prior to placement. 2. Make provisions for and furnish all material for the test specimens, and provide

manual assistance to assist the Owner’s Testing Laboratory in preparing said specimens.

3.06 FIELD QUALITY ASSURANCE

A. Provide quality control over the work of this Section as specified in Sections 01450 and 01460.

B. Field inspections: 1. Engineer shall provide on-site inspection for the Work of this Section. 2. Advise Engineer of readiness to proceed at least 24 hours prior to each

placement of CLSM. 3. Required inspections:

a. Engineer will observe the prepared areas. Do not place CLSM until Engineer has observed and accepted preparations.

4. Record of inspections.

C. Special tests and inspections: 1. As specified in Section 01455.

D. Field sampling and testing: 1. During construction, Owner shall provide sampling and testing to determine

whether the CLSM, as produced and placed, complies with the requirements specified. a. Make provisions for and furnish material for test specimens. Cooperate by

allowing free access for Owner’s independent testing firm to sample and test materials. Provide assistance in obtaining and preparing said specimens.

2. Sample CLSM for testing in accordance with ASTM D 5971. 3. Required tests:

a. Air content: Prepare sample and test in accordance with ASTM D 6023 b. Compressive strength: Prepare and test cylinder specimens in

accordance with ASTM D 4832. 1) Prepare 6-inch diameter by 12-inch high specimens for testing.

a) Provide one set of specimens for each 150 cubic yards of CLSM placed, but not less than 1 set for each half day's placement.

b) Prepare and test not less than 3 cylinders for each set. c) Place CLSM in the molds in accordance with ASTM D 4832. Do

not rod or otherwise consolidate the material in the mold. d) In accordance with ASTM D 4832 recommendations for

displacing bleed water at the top of the molds and refilling the molds before covering with a lid. Do not use air-tight lids.

2) Place the cylinders in a safe location away from construction activities. a) Protect cylinders from bumping and impact.

Not to be used for bidding purposes!

Page 243: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02312-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02312 (Bid Set)

b) Maintain temperature surrounding cylinders between 60 and 80 degrees Fahrenheit until delivery to the laboratory for testing.

c) After the first day, surround molds with a high humidity environment by covering with wet burlap, or equivalent highly absorptive material. Maintain saturation of the cover. Do not sprinkle water directly on the cylinders.

3) After 4 days, place the cylinders in a protective container for transport to the laboratory for testing. a) Exercise caution in moving and transporting the cylinders since

they are fragile and will withstand only minimal bumping, banging, or jolting without damage.

b) Transport container may be a box with a Styrofoam or similar lining that will limit jarring and bumping of the cylinders.

4) Upon receipt at the testing laboratory, place test cylinders in a moist curing room until dates for testing.

5) Do not remove test cylinders from molds until the day that cylinders is to be capped and tested.

6) Cap and test for compressive strength in accordance with ASTM D 4832. a) Do not perform initial compression test until the cylinders reach

an age of at least 4 days. b) Test 1 cylinder at 7 days and 2 at 28 days.

7) Compressive strength of the cylinders tested at 28 days shall be equal to or greater than the minimum required compression strength, but shall not exceed maximum compression strength specified.

3.07 NON-CONFORMING WORK

A. When testing or observation indicates CLSM with properties outside the specified and accepted range, Engineer will issue instructions regarding disposition of nonconforming materials.

B. Engineer may: 1. Reject CLSM represented by those test specimens and require its removal

and replacement. 2. Require modification of the mix design to provide CLSM with the properties

specified.

C. Make such modifications at no additional expense to the Owner and with no adjustment to the schedule.

END OF SECTION

Not to be used for bidding purposes!

Page 244: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

 

Not to be used for bidding purposes!

Page 245: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02318-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02318 (Bid Set)

SECTION 02318

TRENCHING

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Trench excavation, fine grading, pipe bedding, backfilling, and compaction for the following, including requirements for ditch crossings: 1. Pipes. 2. Direct buried electrical and control conduits. 3. Electrical and control duct banks. 4. Manholes, valves, or other accessories. 5. Potable water pipe and appurtenances.

B. Related sections: 1. Section 02050 - Soils and Aggregates for Earthwork. 2. Section 02240 - Dewatering for Structures. 3. Section 02260 - Excavation Support and Protection. 4. Section 02300 - Earthwork. 5. Section 02312 - Controlled Low Strength Material (CLSM). 6. Section 15956 - Piping Systems Testing.

1.02 REFERENCES

A. ASTM International (ASTM): 1. D1556 - Standard Test Method for Density and Unit Weight of Soil in Place by

the Sand Cone Method. 2. D1557 - Standard Test Method for Laboratory Compaction Characteristics of

Soil Using Modified Effort (56,000 ft-lbf/ft3 (2,700 kN-m/m3)). 3. D6938 - Standard Test Method for In-Place Density and Water Content of Soil

and Soil-Aggregate by Nuclear Methods (Shallow Depth).

1.03 SUBMITTALS

A. Lab certification.

B. Confirmation test reports.

1.04 QUALITY ASSURANCE

A. Initial compaction demonstration: 1. Adequacy of compaction equipment and procedures: Demonstrate adequacy

of compaction equipment and procedures before exceeding any of following amounts of earthwork quantities: a. 100 linear feet of trench backfill.

2. Compaction sequence requirements: Until specified degree of compaction on previously specified amounts of earthwork is achieved, do not perform additional earthwork of the same kind.

Not to be used for bidding purposes!

Page 246: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02318-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02318 (Bid Set)

3. After satisfactory conclusion of initial compaction demonstration and at any time during construction, provide confirmation tests as specified under "FIELD QUALITY CONTROL."

PART 2 PRODUCTS

2.01 MATERIALS

A. Soil and rock materials: 1. Aggregate base course material: As specified in Section 02050. 2. Gravel: As specified in Section 02050. 3. Native material: As specified in Section 02050. 4. Sand: As specified in Section 02050. 5. Select material: As specified in Section 02050.

B. Controlled low-strength material: As specified in Section 02312

PART 3 EXECUTION

3.01 PREPARATION

A. General: 1. Embankment condition:

a. Exists where width of trench exceeds limits specified in this Section. b. Before laying pipes in fill, place fill and compact it to not less than 2 feet

above top of pipe. c. After placing and compacting fill, excavate pipe trench through fill.

B. Protection: Stabilize trench excavations as specified in Section 02260.

3.02 INSTALLATION

A. Trench excavation: 1. General requirements:

a. If, because of soil conditions, safety requirements, or other reasons, trench width at top of pipe is increased beyond width specified in this Section, upgrade laying conditions or install stronger pipe designed in conformance with Specifications for increased trench width, without additional cost to Owner.

b. Excavate bottom of trench to depth indicated on the Drawings. The bottom of the trench excavation shall be firm and dry.

2. The trench may be excavated by machinery provided that the soil material remaining in the bottom of the trench is no more than slightly disturbed.

3. Rock: a. Pipe: If bottom of trench excavation is found to consist of rock or any

material that by reason of its hardness cannot be excavated to provide uniform bearing surface, remove such rock or other material to a depth of not less than 4 inches below bottom of fine grading material. Backfill overcut with aggregate base course material compacted to 95 percent of maximum density up to bottom of fine grading material.

Not to be used for bidding purposes!

Page 247: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02318-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02318 (Bid Set)

b. Direct buried electrical and control conduits: If bottom of trench excavation is found to consist of rock or any material that by reason of its hardness cannot be excavated to provide uniform bearing surface, remove such rock or other material to a depth of not less than 4 inches below bottom of conduit bedding material. Backfill overcut with aggregate base course material up to bottom of conduit bedding material.

c. Electrical and control duct banks: If bottom of trench excavation is found to consist of rock or any material that by reason of its hardness cannot be excavated to provide uniform bearing surface, remove such rock or other material to a depth of not less than 4 inches below bottom of concrete duct bank. Backfill overcut with aggregate base course material up to bottom of concrete duct bank.

4. Overcut of trench bottom: Where the bottom of the trench is excavated below the depth indicated on the Drawings, restore trench bottom to proper grade by back filling with aggregate base course material compacted to 95 percent of maximum density, at no additional cost to Owner.

5. Soft or unstable material: a. If bottom of excavation is found to consist of soft or unstable material

which is incapable of providing proper support, remove such material to a depth and for the length required, as determined by the Engineer. Backfill trench to bottom of fine grading material with aggregate base course material compacted to 90 percent of maximum density.

6. Trench widths: a. Minimum clear width of trench for pipe (measured at top of pipe):

1) For pipe sizes 4 inches to and including 24 inches: Not less than outside diameter of pipe plus 18 inches.

2) For pipe sizes larger than 24 inches: Not less than outside diameter of pipe plus 24 inches.

b. Maximum clear width of trench for pipe (measured at top of pipe): 1) For pipe sizes 4 inches to and including 24 inches: Not to exceed

outside diameter of pipe plus 24 inches. 2) For pipe sizes larger than 24 inches: Not to exceed outside diameter

of pipe plus 36 inches. 7. For manholes, valves, or other accessories:

a. Provide excavations sufficient to leave at least 12 inches clear between their outer surfaces and sides of trench or shoring.

b. Backfilling of manhole excavation: Conform to backfilling requirements as specified for trenches in this Section.

c. Backfill under manholes, vaults, tanks, or valves with aggregate base course material. Do not backfill with soil.

d. Fill any unauthorized excess excavation below elevation indicated on the Drawings for foundation of any structure with aggregate base course material at no additional cost to Owner.

8. Potable water pipe and appurtenances: a. Lay in trenches separate from those used for sewers. b. Unless otherwise specified or indicated on the Drawings, lay in trenches

having cover of not less than 3 feet below surface of ground and located at distance of not less than 10 feet from any parallel sewer trench.

9. At road crossings or existing driveways: a. Make provision for trench crossings at these points, either by means of

backfills, tunnels, or temporary bridges.

Not to be used for bidding purposes!

Page 248: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02318-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02318 (Bid Set)

B. Dewatering: As specified in Section 02240.

C. Pipe fine grading: 1. Schedule fine grading material as specified in this Section. 2. For pipes 16 inches in nominal diameter and under.

a. Place 4 inches of fine grading material below bottom of pipe. b. Place fine grading material at uniform density, with minimum possible

compaction. 3. For pipe over 16 inches in diameter.

a. Place 4 inches, or 1/12 the outside diameter of pipe, whichever is greater, of fine grading material below bottom of pipe.

b. Place fine grading material at uniform density, with minimum possible compaction.

4. Bell or coupling holes: a. Dig holes after trench bottom has been graded. b. Provide holes of sufficient width to provide ample room for grouting,

banding, or welding. c. Excavate holes only as necessary for making joints and to ensure that

pipe rests upon prepared trench bottom and not supported by any portion of the joint.

5. Depressions for joints, other than bell-and-spigot: a. Make in accordance with recommendations of joint manufacturer for

particular joint used.

D. Pipe bedding: 1. Schedule bedding material as specified in this Section. 2. After pipe laid:

a. Place bedding material under and around pipe in 6 inch maximum lifts of bedding material, to level 12 inches above top of pipe. Compact to 90 percent of maximum density.

3. Pipe displacement: a. Take necessary precautions in placement and compaction of bedding

material to prevent displacement of piping. b. In event there is movement or floating of the piping, re-excavate, re-lay,

and backfill the pipe.

E. Trench backfill above pipe bedding, electrical and control conduit bedding, and electrical and control duct banks: 1. Under structures:

a. Backfill trench up to underside of structure with controlled low-strength material as specified in Section 02312.

2. Cuts across roadways and paved streets: a. Backfill trench to underside of pavement with controlled low-strength

material as specified in Section 02312. 3. Under and parallel to roadways, paved areas, or storage areas:

a. Backfill trench up to within 2 feet of finish grade with controlled low-strength material (CLSM) compacted to 95 percent of maximum density.

b. Then backfill from 2 feet below finish grade to finish grade, or underside of aggregate base course or pavement as indicated on the Drawings with controlled low-strength material as specified in Section 02312.

Not to be used for bidding purposes!

Page 249: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02318-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02318 (Bid Set)

4. In areas outside the improved section of roadways or in open country: a. Backfill to finish grade with native material as specified in Section 02050

compacted to 90 percent of maximum density. 5. Through earth slopes adjacent to, or supporting structures:

a. Backfill to finish grade with aggregate base course material or select material compacted to 95 percent of maximum density.

F. Under existing intersecting pipes or conduits larger than 3 inches in diameter: 1. Backfill from bottom of new pipe trench to spring line of intersecting pipe or

conduit with controlled low-strength material as specified in Section 02312. 2. Extend controlled low-strength material as specified in Section 02312 two feet

on either side of intersecting pipe or conduit to ensure that material remains in place while other backfill is being placed.

3. Backfill remainder of trench as specified in “Trench backfill above pipe bedding, electrical and control conduit bedding, and electrical and control duct banks” above.

G. Compaction: 1. In-place density of compacted trench backfill, and bedding determined in

accordance with ASTM D1556, or with ASTM D6938. 2. Maximum density obtained in laboratory when tested in accordance with

ASTM D1557. 3. Consolidation:

a. Do not use water settling methods such as flooding, poling, or jetting.

H. Excess material: 1. Remove excess excavated material from the Project site as specified in

Section 02300 and dispose of legally off site.

3.03 FIELD QUALITY CONTROL

A. Tests: 1. Confirmation tests:

a. Contractor's responsibilities: 1) Accomplish specified compaction of trench backfill. 2) Control operations by confirmation tests to verify and confirm that

compaction work complies, and is complying at all times, with requirements specified in this Section concerning compaction, control, and testing.

3) Cost of confirmation tests: Paid for by the Contractor. 4) Qualifications of Contractor's testing laboratory: Acceptable to

Engineer. Provide lab certification. 5) Copies of confirmation test reports: Submit promptly to the Engineer.

b. Frequency of confirmation testing: 1) Perform testing not less than as follows:

a) For trenches: At each test location include tests for each type or class of backfill from bedding to finish grade.

b) In open fields: 2 every 1,000 linear feet. c) Along dirt or gravel road or off traveled right-of-way: 2 every

500 linear feet. d) Crossing paved roads: 2 locations along each crossing.

Not to be used for bidding purposes!

Page 250: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02318-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02318 (Bid Set)

e) Under pavement cuts or within 2 feet of pavement edges: 1 location every 400 linear feet.

2. Compliance tests: a. Frequency of testing: Periodic compliance tests will be made by the

Engineer to verify that compaction is meeting requirements previously specified.

b. If compaction fails to meet specified requirements: Perform remedial work by one of the following methods: 1) Remove and replace backfill at proper density. 2) Bring density up to specified level by other means acceptable to the

Engineer. 3. Retesting:

a. Costs of retesting: Contractor is responsible for the costs of retesting required to confirm and verify that remedial work has brought compaction within specified requirements.

b. Contractor's confirmation tests during performance of remedial work: 1) Performance: Perform tests in manner acceptable to the Engineer. 2) Frequency: Double amount specified for initial confirmation tests.

B. Piping system testing: 1. As specified in Section 15956.

3.04 SCHEDULES

A. Pipe fine grading materials: 1. Fine grading material shall be the same as bedding material.

B. Bedding materials: 1. Pipes:

a. For pipe less than 16-inch nominal size: Except as otherwise specified, use sand or aggregate base course material.

b. For pipe from 16- inch to 48-inch nominal size: Except as otherwise specified, use sand or aggregate base course material.

c. For pipe over 48 inches: Aggregate base course material. d. For polyvinyl chloride or other plastic pipe less than 2 inches in diameter:

Sand. 2. Direct buried electrical and control conduits: Sand.

END OF SECTION

Not to be used for bidding purposes!

Page 251: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02460-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02460 (Bid Set)

SECTION 02460

PRE-PRODUCTION PILE LOAD TESTS

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Pre-production pile load tests.

B. Related sections: 1. The Contract Documents are complementary; what is called for by one is as

binding as if called for by all. 2. It is the Contractor’s responsibility for scheduling and coordinating the Work of

subcontractors, suppliers, and other individuals or entities performing or furnishing any of Contractor’s Work.

3. The following Sections are related to the Work described in this Section. This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the Contractor to see that the completed Work complies accurately with the Contract Documents. a. Section 01450 - Quality Control. b. Section 01455 - Special Inspections and Tests, and Structural

Observations. c. Section 02466C - Augered Cast-In-Place Piles.

1.02 REFERENCES

A. ASTM International (ASTM): 1. D 1143 - Standard Test Methods for Deep Foundations Under Static Axial

Compressive Load 2. D 3689 - Standard Test Methods for Deep Foundations Under Static Axial

Tensile Load.

1.03 SYSTEM DESCRIPTION

A. General: 1. Pre-production pile loads tests are required to establish the specific techniques

and materials to be employed in the final production of the Work described in Section 02466C.

2. Piles included in the pile tests shall not be incorporated into the final Work product.

3. D 7383 - Standard Test Methods for Axial Compressive Force Pulse (Rapid) Testing of Deep Foundations.

B. Design requirements: 1. Pre-production pile load tests:

a. Design and calculations of pile loading frame, connections between test pile and reaction piles, loading, and unloading shall be performed by an engineer licensed in the state where the Project is located.

b. No more than 1 month before start of pile load tests, have loading and measuring equipment calibrated by an independent testing laboratory.

Not to be used for bidding purposes!

Page 252: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02460-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02460 (Bid Set)

1.04 SUBMITTALS

A. Pre-production pile load tests: 1. Description and calculations for:

a. Pile test loading frame. b. Connections between test pile and load frame. c. Connection between reaction piles and load frame. d. Load and time increments and decrements.

2. Description and details on: a. Loading equipment. b. Calibration of:

1) Jacks. 2) Load cells. 3) Pressure gauges. 4) Instrument to measure loaded pile movement. 5) Other load and measuring equipment.

c. Equipment for measuring load. d. Equipment for measuring movement of loaded pile. e. Other details related to loading and testing.

1.05 SEQUENCING AND SCHEDULING

A. Pre-production pile load tests: Perform tests to the satisfaction of the Engineer prior to beginning production piles: 1. Allow 3 weeks for the analysis of the pile load tests by the Engineer, after the

pile load tests have been completed.

PART 2 PRODUCTS Not Used.

PART 3 EXECUTION

3.01 INSTALLATION

A. Install piles for pre-production pile load tests in accordance with the Pre-Installation Plan submitted by the Contractor in accordance with Section 02466C.

B. Pre-production pile load tests: 1. General:

a. At locations selected by Engineer, install and load test piles when piles have reached full design strength.

b. Load test the following number of piles: 1) Two piles under axial tension. 2) Two piles under axial compression. 3) Two additional piles for each unsuccessful test.

c. The pile design loads are indicated on the plans. d. Pile load test records will be used by Engineer to confirm or modify pile tip

elevations or pile lengths as indicated on the Drawings, pre-boring diameters, and lengths of pre-boring.

e. Install piles that will load tested as indicated on the Drawings.

Not to be used for bidding purposes!

Page 253: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02460-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02460 (Bid Set)

2. Records: Contractor shall keep records of pile load tests, including as a minimum: a. Project name, dated, weather conditions, including air temperature at time

of pile placement. b. Pile identification. c. Pile diameter, tip elevation, butt elevation, pile length, and theoretical pile

volume. d. Date/time of start of drilling and date/time of completion of drilling. e. Date/time that grout was batched. f. Date/time of start of grouting and date/time of completion of grouting. g. Volume of grout placed. h. Parameters of pile installation recorded with Automatic Monitoring

Equipment as specified in Section 02466C. i. Loading, showing amount of each increment and decrement. j. Time of each increment and decrement in loading. k. Axial movement of test pile and time when measured.

3. Test equipment: a. Load piles with hydraulic jacks. b. Measure load with a load cell and verify load cell measurements with

pressure gauges measuring hydraulic pressure of jacks. 4. Install load test piles using the equipment and methods proposed for the

production piles. 5. Axial compression pile load test:

a. Perform test in accordance with ASTM D 1143, as complemented and modified in this Section: 1) Loading shall be applied in accordance with "Procedure A - Quick

Test" in ASTM D 1143. b. Prevent lateral movement of top of piles by lateral restraints or other

suitable measures. 1) Pile load shall not be eccentric.

c. At the option of Contractor, piles may be loaded from existing grade, before beginning of excavation, or from bottom of completed excavation: 1) Where test piles project above design pile butt cutoff elevation,

ensure piles are free to move in axial direction above design pile butt cutoff elevation.

2) Where ground level at time of testing is above design pile butt cutoff elevation, encase such piles above butt cutoff elevation, in manner such that there is no friction between pile and surrounding soil or between pile and casing.

d. Maximum load: 1) As indicated on the Drawings. 2) Once the maximum load is achieved, hold the load for a minimum 2

hours. Record the axial movement at fifteen minute intervals. a) If four subsequent readings indicate no movement, test may be

discontinued. b) If, after the 2 hours, the test shows continued movement,

continue test until movement ceases or until movement reaches 2 inches.

Not to be used for bidding purposes!

Page 254: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02460-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02460 (Bid Set)

6. Axial tension pile load test: a. Test piles in accordance with ASTM D 3689, as complemented and

modified in this Section: 1) Loading shall be applied in accordance with "Procedure A - Quick

Test" in ASTM D 3689. b. Maximum load:

1) As indicated on the Drawings. 2) Once the maximum load is achieved, hold the load for a minimum

2 hours. Record the axial movement at fifteen minute intervals. a) If four subsequent readings indicate no movement, test may be

discontinued. b) If, after the 2 hours, the test shows continued movement,

continue test until movement ceases or until movement reaches 2 inches.

c. After initial tension load test, repeat test three times. d. Where test piles project above design pile butt cutoff elevation, ensure

piles are free to move in axial direction above design pile butt cutoff elevation.

e. Where ground level at time of testing is above design pile butt cutoff elevation, encase such piles above butt cutoff elevation, in manner such that there is no friction between pile and surrounding soil or between pile and encasement.

C. Calibration of production testing methods: 1. Before abandoning the pre-production test piles, test the test piles using the

procedure specified in Section 02466C Field Quality Control to correlate the load test results.

D. After completion of testing: 1. Abandon test piles in the ground and do not use such piles for support of

structures: a. Cut top off 3 feet below grade or underside of any structure. b. Fill void with compacted aggregate base course material.

END OF SECTION

Not to be used for bidding purposes!

Page 255: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02466C-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02466C (Bid Set)

SECTION 02466C

AUGERED CAST-IN-PLACE PILES

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: All labor, materials, tools, and equipment necessary for furnishing, installing, and testing Augered Cast-in-Place (ACIP) piles as shown on the Contract Drawings and as specified herein.

B. Related sections: 1. The Contract Documents are complementary; what is called for by one is as

binding as if called for by all. 2. It is the Contractor’s responsibility for scheduling and coordinating the Work of

subcontractors, suppliers, and other individuals or entities performing or furnishing any of Contractor’s Work.

3. The following Sections are related to the Work described in this Section. This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the Contractor to see that the completed Work complies accurately with the Contract Documents. a. Section 01312 - Project Meetings. b. Section 01330 - Submittal Procedures. c. Section 01450 - Quality Control. d. Section 01455 - Special Inspections and Tests, and Structural

Observations. e. Section 02460 - Pre-production Pile Load Tests. f. Section 03300 - Cast-In-Place Concrete.

1.02 REFERENCES

A. American Concrete Institute (ACI) 1. 305R - Hot Weather Concreting. 2. 306R - Cold Weather Concreting.

B. ASTM International (ASTM): 1. A 615 - Standard Specification for Deformed and Plain Carbon-Steel Bars for

Concrete Reinforcement. 2. A 706 - Standard Specification for Deformed and Plain Low-Alloy Steel Bars

for Concrete Reinforcement. 3. C 33 - Standard Specification for Concrete Aggregates. 4. C 109 - Standard Test Method for Compressive Strength of Hydraulic Cement

Mortars (Using 2-in. or 50-mm Cube Specimens). 5. C 150 - Standard Specification for Portland Cement. 6. C 172 - Standard Practice for Sampling Freshly Mixed Concrete. 7. C 618 - Standard Specification for Coal Fly Ash and Raw or Calcined Natural

Pozzolan for Use in Concrete. 8. C 939 - Standard Test Method for Flow of Grout for Preplaced-Aggregate

Concrete (Flow Cone Method).

Not to be used for bidding purposes!

Page 256: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02466C-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02466C (Bid Set)

9. C 942 - Standard Test Method for Compressive Strength of Grouts for Preplaced-Aggregate Concrete in the Laboratory.

10. C 1064 - Standard Test Method for Temperature of Freshly Mixed Portland Cement Concrete.

11. C 1611 - Standard Test Method for Slump Flow of Self-Consolidating Concrete.

12. D 7383 - Standard Test Methods for Axial Compressive Force Pulse (Rapid) Testing of Deep Foundations.

1.03 SYSTEM DESCRIPTION

A. ACIP pile shall be constructed by rotating a continuous-flight, hollow-shaft auger into the ground to the specified pile depth as indicated on Drawings.

B. Grout shall then be injected through the auger shaft, as the auger is being withdrawn, in such a way as to exert a positive upward grout pressure, as well as a positive lateral pressure on the soil surrounding the grout filled pile hole. The specified reinforcement is then typically installed to complete the pile installation.

1.04 SITE CONDITIONS

A. The Pile Contractor shall examine the areas and conditions under which piles are to be installed and notify the Contractor and Engineer in writing of conditions detrimental to the proper and timely completion of the Work.

B. Access to the site for installation of the piles is restricted due to a buried pipe gallery. The Pile Contractor shall not mobilize equipment until the Contractor's site traffic plan has been reviewed and approved by the Engineer.

1.05 DEFINITIONS

A. Auger refusal: The point at which the rate of auger penetration of less than 1 foot per minute of drilling is achieved.

B. Over-rotation: An unbalanced auger rotation and penetration feed rate whereas the auger is rotated at a rate that exceeds the base feed rate such that the auger flights are not full of soil. As a result, the auger feeds from the side of the borehole with an accompanying decompression of the adjacent soil. Causes of over-rotation include reduced rate of advancement due to encountering harder material at depth, by continued rotation of the auger once the final depth of borehole is achieved, and other poor construction practices.

C. Pile butt: Top of pile.

D. Pile tip: Bottom of pile.

E. Pre-production test pile: A test pile that is produced to verify the Contractor's proposed materials, installation techniques, and methods and confirm they are appropriate for the specific soils expected at the site. Pre-production test piles are not incorporated into the final Work.

F. Production pile: Pile that is incorporated into the final constructed product.

Not to be used for bidding purposes!

Page 257: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02466C-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02466C (Bid Set)

1.06 SUBMITTALS

A. Pile Installation Plan: 1. Description of the pile drilling and grout pumping equipment to be used,

including, but not necessarily limited to the manufacturer’s data on the equipment.

2. Equipment and procedures for monitoring and recording auger rotational speed, auger penetration rates, auger depths, and crowd pressures during installation.

3. Equipment and procedures for monitoring and recording grout pressures and volumes during installation.

4. Target drilling and grouting parameters (along with acceptable ranges) for pile installation, including auger rotational speed, drilling penetration rates, torque, applied crowd pressures, grout pressures, and grout volume factors.

5. Proposed pile reinforcing configuration and means, method, and sequence of installation (if applicable). Include method of centralizing reinforcing within grouted shaft, type and size of device, and locations on reinforcing.

6. Proposed means to address groundwater and/or differing soil conditions that many be encountered while drilling and grouting.

7. A pile identification plan referenced to the structural plans and showing the location and a numbering system for identifying each individual pile.

8. The techniques proposed in the pre-installation plan shall be established by the Contractor's previous experience, knowledge of the soils on site, and the results of the pre-production testing required in Section 02460.

B. Grout mix Design: 1. Proposed pile grout mix design and description of materials to be used. 2. Submit strength gain records of grout mix for evaluation. 3. Slump loss vs. time. 4. Strength development vs. time. 5. These shall be in sufficient detail to indicate their compliance with the

specifications, and either: a. Laboratory tests of trial mixes made with the proposed materials. b. Laboratory test of the proposed mix used on previous projects. Provide

delivery tickets identifying product/name and/or mix code for use in verifying material delivered in the field.

6. Aggregate source test reports specified in Section 03300. 7. Cementitious material source test reports specified in Section 03300.

C. Installation Records: 1. Records shall be kept for each pile installed. 2. As a minimum, records shall include the following information:

a. Project name, weather conditions, including air temperature at time of pile placement.

b. Pile location and number, plumbness, and ground surface elevation, c. Pile diameter, tip elevation, butt elevation, pile length, and theoretical pile

volume. d. Date/time of start of drilling and date/time of completion of drilling. e. Date/time that grout was batched. f. Date/time of start of grouting and date/time of completion of grouting. g. Volume of grout placed.

Not to be used for bidding purposes!

Page 258: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02466C-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02466C (Bid Set)

3. After a pile is placed, submit copies of the installation record of each pile no later than the morning of the next working day. “Problem piles” should be reported as soon as the problem (whatever it is) is detected so that the situation can be immediately rectified and redrilling/regrouting or replacement piles can be addressed.

D. Field Test Reports: 1. Grout sample test results. 2. Pre-production load test results of testing required in Section 02460. 3. Production load test results of testing required in Field Quality Control of this

Section.

1.07 QUALITY ASSURANCE

A. Qualifications: 1. The ACIP piles shall be installed by an experienced Pile Contractor who upon

request of the Engineer shall submit evidence of successful ACIP pile installation under similar job and subsurface conditions, including a job supervisor who shall have a minimum of 5 years of method specific experience.

B. Pre-installation meeting: 1. A pre-construction meeting shall be held prior to ACIP pile installation

equipment mobilization to the site in accordance with Section 01312. a. The meeting shall be attended by the Owner, the Engineer, the Owner's

Geotechnical Engineer, the Owner’s testing laboratory, the Contractor, and the Pile Contractor.

b. At the meeting, the ACIP pile installation means/methods, inspection, acceptance/rejection procedures, and testing procedures shall be discussed and formalized.

c. Should any supplemental or modified procedures be agreed to at the meeting, they shall be documented in writing and distributed to all attendees prior to the start of work.

C. Pre-production testing: 1. Pre-production testing is required for the Work described in this Section to

establish the specific techniques and materials. See Section 02460.

PART 2 PRODUCTS

2.01 PILE MATERIALS

A. Grout: 1. Portland Cement:

a. Portland cement shall conform to current ASTM standards, designation C150.

2. Mineral Admixture: a. If used, mineral admixture shall be fly ash or natural pozolan that possess

the property of combining with the lime liberated during the process of hydration of portland cement to form compounds containing cementitious properties.

b. The material shall conform to ASTM C618, Class C or Class F.

Not to be used for bidding purposes!

Page 259: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02466C-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02466C (Bid Set)

c. Limit percentage of fly ash to 20 percent of the total sum of fly ash plus portland cement.

d. Slag is not permitted. 3. Fluidifier:

a. Fluidifier shall increase the fluidity of the mixture, act as a water reducing agent, and act as a retardant without adversely impacting the design compressive strength of the grout mix.

b. Fluidifier shall have adequate anti-washout properties to prevent segregation of the grout mix.

4. Water: a. Water shall be potable; fresh; clean; and free of sewage, oil, acid, alkali,

salts, organic matter, suspended solids, or other materials that may be detrimental to the grout.

5. Fine Aggregate: a. Sand used as fine aggregate shall meet the requirements of ASTM C33.

6. Grout Mixes: a. The grout shall consist of portland cement, fine aggregate, and water; it

may also contain a mineral admixture and approved Fluidifier. 1) The components shall be proportioned and mixed to produce a grout

capable of maintaining the solids in suspension and capable of being efficiently pumped.

2) These materials shall be proportioned to produce a hardened grout that will achieve the design strength within 28 days.

3) The design 28-day strength for this project shall be 4,000 lbs/in2. b. All materials shall be accurately measured as they are fed to the mixer.

1) Time of mixing shall be not less than 1 minute at the site. 2) If agitated continuously, the grout may be held in the mixer or agitator

for a period not exceeding 90 minutes. 3) Grout shall not be placed when its temperature falls below

40 degrees F or exceeds 100 degrees F, unless approved procedures for cold or hot weather grouting are followed.

4) Protect grout from physical damage or reduced strength that could be caused by frost, freezing action, or low temperature or from damage during high temperatures in accordance with ACI 305R/306R.

5) When ambient outdoor temperatures exceed 95 degrees F, it is permissible to allow a grout temperature of up to 95 degrees Fahrenheit, provided the mixing time is reduced to 1 hour and a set retarder is added to the mix.

B. Reinforcing: 1. Reinforcing bars shall conform to the requirements of ASTM A615, Grade 60. 2. Reinforcing Bar Fabrication:

a. Reinforcing steel assemblies shall be detailed and fabricated in accordance with the latest manual of Standard Practice for Detailing Reinforced Concrete Structures (ACI 315-latest edition).

3. Methods shall be provided to facilitate proper centering of steel reinforcing installed in the piles.

C. Thread Bar: 1. Reinforcing shall conform to the requirements of ASTM A722.

Not to be used for bidding purposes!

Page 260: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02466C-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02466C (Bid Set)

2. Reinforcing shall be cold-rolled threaded to accept manufacturer's standard threaded coupler.

3. The manufacturer's standard threaded coupler shall develop the full ultimate capacity of the bar.

2.02 EQUIPMENT

A. Augering Equipment: 1. The augering equipment shall be capable of advancing the auger of specified

diameter to the specified embedment within the bearing strata. Augering equipment shall be capable of generating a minimum of 35,000 foot-pounds of torque.

2. The auger flighting shall be continuous from the auger head to the top of auger without gaps or other breaks. a. The auger flighting shall be uniform in diameter throughout its length and

shall be the diameter specified for the piles, less a maximum of 3 percent. b. The auger cutting teeth shall be regularly inspected for wear and shall be

replaced if the above-specified reduction in diameter tolerance occurs. 3. The hole through which the grout is pumped into the pile shall be located at

the bottom of the auger head below the cutting teeth. 4. Augers over 40 feet in length shall contain a middle guide. 5. The Piling Leads:

a. Should be prevented from rotating by a stabilizing arm, by firmly placing the bottom of the leads into the ground, or by some other acceptable means.

b. Shall be marked at 1-foot intervals numbered at least every 5 feet to facilitate measurement of auger penetration.

B. Mixing and Pumping Equipment: 1. Only approved mixing and pumping equipment shall be used in the

preparation and handling of the grout. a. A screen to remove oversize particles shall be placed at the pump hopper

or inlet. b. All oil and other rust inhibitors shall be removed from mixing drums and

grout pumps. c. All materials shall be such as to produce a homogeneous grout of the

desired consistency and strength. 2. The grout pump:

a. Shall be a positive displacement pump capable of developing displacement pressures at the pump not less than 350 pounds per square inch.

b. Shall be provided with an operable pressure gauge and stroke counter in clear view of the equipment operator.

c. Shall be equipped with an in-line flowmeter Shall be calibrated at the beginning of the work to determine the volume of grout pumped per stroke, and should be periodically recalibrated when deemed necessary by the Inspector during the project.

3. The Pile Contractor shall provide a positive method of counting grout pump strokes. Such methods may include digital stroke counters, mechanical stroke counters, or other acceptable methods.

Not to be used for bidding purposes!

Page 261: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02466C-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02466C (Bid Set)

C. Automatic Monitoring Equipment (AME): 1. Pile Contractor shall furnish AME equipment with remote screen for inspector's

use. 2. AME shall be capable of instantaneous monitoring of:

a. The position of the auger tip. b. Grout volume, measured by an inline flow meter. c. Grout pressure, measured inline, either at the top of the auger, or at the

tip of the auger. d. Rotational speed of the auger. e. Lifting speed of the auger.

3. Data shall be collected for the entire process and recorded for a given point in time. All measurements shall be referenced to, and plotted graphically against, the depth of the auger injection point.

PART 3 INSTALLATION

3.01 INSTALLATION -DRILLING

A. Tolerance: 1. Piles shall be located as shown on the Drawings or as otherwise directed by

the Engineer. 2. Pile centers shall be located to an accuracy of +/- 3 inches. 3. Vertical piles shall be plumb within 2 percent. 4. Piles shall be installed to within 4 percent of the specified incline (or “batter”),

as determined by the angle from horizontal.

B. The length and drilling criteria for production piles will be as determined by the Engineer based on his review of the installation of the indicator/probe piles, reaction piles, pile load tests, and/or test piles.

C. The hole in the bottom of the hollow stem auger shall be closed with a suitable plug to prevent soil intrusion into the stem while being advanced into the ground. Compressed air may not be used in lieu of a suitable plug. The plug shall be removed by grout pressure or with the reinforcing bar.

D. Advance the auger at a continuous rate that prevents removal of excess soil. Maintain control over the speed of auger rotation to avoid over-rotation and loss of soil on the flights. Stop auger advancement once the required embedment into the bearing strata or refusal criteria is reached.

E. Pile operations spoils and grout are not acceptable backfill and must be removed from the site.

F. If non-augerable material is encountered above the desired tip elevation such as cobbles, boulders, rock, metal, timbers, or debris that causes auger refusal (as defined in this Section), then the pile shall be completed to the depth of the non-augerable material in accordance with these Specifications. The length of such short piles shall be included in the total linear feet of pile for payment. If required by the Engineer, additional adjacent piles shall also be included in the total linear feet of piles for payment.

Not to be used for bidding purposes!

Page 262: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02466C-8 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02466C (Bid Set)

G. Once the pile tip elevation has been reached, cease rotation of auger to prevent over-rotation, as defined in this Section. Do not continue slow rotation of the flights without advancing the depth of the auger.

H. Grouting shall begin without delay after the auger reaches the pile tip elevation.

3.02 INSTALLATION - GROUTING

A. Adding Water to Grout On-Site: 1. It is sometimes necessary to add water to the grout on-site to provide a

consistent grout mixture prior to pumping. a. The amount of water that may be added to provide both consistent and

adequate flow characteristics must not compromise the specified grout strength or, if specified, the water/cement ratio.

b. The amount of water added at the site may not result in the total water content of the mix to exceed the approved mix design.

B. To facilitate the tip plug expulsion, lift the auger approximately 6 inches, but not more than 12 inches off the bottom at the start of grout pumping. The auger shall then be lowered back down to the previously established tip elevation to achieve a small head of grout on the auger and to achieve a good bearing contact at the pile tip.

C. Before raising the auger, a minimum theoretical initial grout head of 5 feet shall be pumped. Positive rotation of the auger shall be maintained at all times during grout placement.

D. The rate of grout injection and auger withdrawal shall be coordinated to maintain the minimum grout head at all times (the total volume of grout is to be at least 115 percent of the theoretical volume for each pile depth increment).

E. If grout pumping is interrupted for any reason, or discontinued grout or if slurry return at the ground surface is observed, the Pile Contractor shall lower the auger at least 5 feet below the level where the interruption occurred while continuously pumping grout.

F. After grout is flowing at the ground surface from the auger flighting, the rate of grout injection and auger withdrawal shall be coordinated so that there is at least 100 percent of the theoretical volume for each subsequent depth increment.

G. The grout quantity shall be measured by an in-line flowmeter. The volume of grout installed per linear foot of pile shall be equal to or exceed the measured volume of grout per linear foot established during the pre-production testing specified in Section 02460.

H. If less than the specified minimum grout factor is placed in any 5-foot increment (at least until the grout head on the auger flighting reaches the ground surface), the auger shall be lowered 5 feet (or to the bottom of the pile if that is less), followed by controlled auger withdrawal while maintaining grout injection.

I. Auger turning and hoisting equipment shall be provided that will enable the auger to be continuously rotated in the direction of drilling while being withdrawn at a steady, continuous rate while pumping grout.

Not to be used for bidding purposes!

Page 263: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02466C-9 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02466C (Bid Set)

J. Promptly clear away the excess spoil that accumulates around the auger due to the drilling process and grout injection.

3.03 INSTALLATION - REINFORCEMENT

A. Pile reinforcement shall be installed immediately upon completion of the grouting operation, and before the grout reaches its initial set; 1. Single bars may be installed through the center of the hollow stem of augers

so fitted prior to grouting. 2. The reinforcing shall fall freely under its own weight to the specified level within

the shaft; vibration or pushing of the cage with equipment shall not be done unless permitted by the Engineer.

3.04 INSTALLATION - PILE COMPLETION

A. The level of grout in completed piles shall be periodically inspected for settlement. Should grout settlement occur, the pile may be filled with grout provided any deleterious materials, which may have accumulated on top of the settling grout are completely removed. The level of grout should not be permitted to settle below the groundwater level prior to initial set. Special attention should be paid to inspecting the level of grout in a completed pile while installing an adjacent pile.

B. Where the pile cut-off is near or above the surrounding ground surface or above the bottom of the excavation, sleeves or casing of the proper diameter and at least 18 inches in length shall be placed around the pile tops. Removal of fluid grout by dipping or any other means in a completed pile prior to the grout attaining its initial set shall only be performed if approved by the Geotechnical Engineer and if witnesses by the Inspector.

C. Cut off the tops of pile, square with pile axis and at the elevations indicated by removing fresh grout from the top of the pile or by cutting off hardened grout down to final cutoff point at any time after initial set has occurred.

3.05 INSTALLATION - SUBSEQUENT PILES

A. Adjacent Piles: Adjacent piles within 10 feet, center to center, shall not be installed within 12 hours of each other.

3.06 FIELD QUALITY CONTROL

A. Field tests: 1. During progress of construction, testing to determine whether the grout, as

being produced, complies with requirements specified. 2. Sampling and testing shall be performed by Contractor’s testing laboratory.

a. Cooperate in testing by allowing free access to the Work for testing laboratory to sample and test materials.

b. Contractor is responsible for providing care of and curing conditions for test specimens in accordance with ASTM C 942 until specimens are collected by testing laboratory.

Not to be used for bidding purposes!

Page 264: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02466C-10 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02466C (Bid Set)

c. Provide four firmly braced, insulated, heated, closed wooden curing boxes, each sized to hold ten specimens. Include cold weather temperature and hot weather temperature control thermostat for initial curing and storage from time of fabrication through shipment to Owner’s testing laboratory.

3. Testing shall include: a. Sampling of grout in accordance with ASTM C 172. b. Temperature of grout at delivery in accordance with the requirements of

ASTM C 1064 and as specified herein. c. Flow of grout using flow cone in accordance with requirements of

ASTM C 939. 1) Test flow at the beginning of each placement, as often as necessary

to keep flow within the specified range, and when requested to do so by the Engineer.

2) Observe grout stability during flow test for sign of segregation in accordance with ASTM C 1611 Appendix X1 for stability. a) Observe flow to see if grout exhibits segregation or bleeding. b) Reject grout if assigned a Visual Stability Index of 2 (Unstable)

or 3 (Highly Unstable). d. Compressive strength in accordance with ASTM C 109. Required number

of cylinders is as follows: 1) Not less than 6 cube specimens, 2 inch x 2 inch by 2 inch, will be

tested for each 50 cubic yards, with not less than 6 specimens for each half day's placement. a) A set of samples shall be taken/tested from each truck of grout

delivered during indicator pile installation. 2) Two specimens will be tested at 24 hours, two specimens at 7 days,

and 2 at 28 days. e. Provide full access for Engineer to observe concrete sampling and testing

at any time.

B. Pile load tests (production pile testing): 1. Calibration of production testing methods: Prior to beginning field testing of the

production piles, the pre-production test piles shall be tested using the test methods specified in this Section to correlate the results of the two methods.

2. A minimum of eight production piles shall be selected by the Engineer for production load testing to verify the in-place pile capacities.

3. The Pile Contractor shall: Provide complete load testing materials and equipment as required, install production piles, and perform the load test in the presence of the Engineer, and the Owner's geotechnical Engineer. a. Compression Load Tests:

1) Pile load tests shall be performed following the procedures of ASTM D 7383. a) The target peak force and displacement under load of the

production piles shall be established by correlation with the pre-production load tests.

b) The production pile shall be deemed to achieve satisfactory compressive strength if the peak force is not less than 5 percent below the peak force established by the pre-production load test piles.

Not to be used for bidding purposes!

Page 265: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02466C-11 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02466C (Bid Set)

c) The production pile shall be deemed to be acceptable if the maximum displacement is less than 25% greater than the average of the pre-production load test results.

3.07 FIELD QUALITY ASSURANCE

A. Provide Owner quality assurance as specified in Section 01450.

B. Special inspections, special tests, and structural observation: 1. Provide as specified in Section 01455. 2. Frequency of inspections:

a. Unless otherwise indicated on the Drawings or in this Section, provide periodic special inspection as required by the Building Code specified in Section 01410.

3. Preparation: a. Review Drawings and Specifications for the Work to be observed. b. Review approved submittals and shop drawings.

4. Inspections: Special inspection shall include, but is not limited to, the following items. a. Reinforcement:

1) Type (material) and location of reinforcement supports. 2) Bar material/steel grade and bar size. 3) Location, placement, and spacing of bars. 4) Clear concrete cover over reinforcement. 5) Lap splice: Location and lap length. Bars within tolerances for contact

(unless non-contact splice is indicated on the Drawings.) 6) Bar hooks and development lengths embedded within concrete

sections as indicated on the Drawings. 7) Reinforcement tied in position and tie wire legs turned inward toward

the center of the concrete section. b. Welding of reinforcement:

1) Inspector qualifications and inspections shall be in accordance with the requirements of AWS D1.4.

2) Provide periodic inspection for: a) Weldability of reinforcement other than ASTM A 706. b) Single pass fillet welds with thickness less than or equal to

5/16 inch. 3) Provide continuous inspection for:

a) Other welds. c. Mechanical reinforcing bar couplers and terminators:

1) Provide continuous inspection. 5. Records of inspections.

a. Provide a written record of each inspection using forms acceptable to the Engineer and to the Authority Having Jurisdiction.

b. Submit electronic copies of inspection reports to Engineer within 24 hours after completion of inspections.

C. Field testing of grout: 1. During progress of construction, provide testing to determine whether the

grout, as being produced, complies with requirements specified.

Not to be used for bidding purposes!

Page 266: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02466C-12 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02466C (Bid Set)

2. Sampling and testing shall be performed by Owner’s testing laboratory. a. Cooperate in testing by allowing free access to the Work for Owner’s

testing laboratory to sample and test materials. b. Contractor is responsible for providing care of and curing conditions for

test specimens in accordance with ASTM 942 until specimens are collected by Owner’s testing laboratory. 1) Provide four firmly braced, insulated, heated, closed wooden curing

boxes, each sized to hold 10 specimens. Include cold weather temperature and hot weather temperature control thermostat for initial curing and storage from time of fabrication through shipment to Owner’s testing laboratory.

3. Testing shall include: a. Sampling of concrete in accordance with ASTM C 172. b. Temperature of concrete at delivery in accordance with the requirements

of ASTM C 1064 and as specified herein. c. Flow of grout using flow cone in accordance with requirements of

ASTM C 939. 1) Test flow at the beginning of each placement, as often as necessary

to keep flow within the specified range, and when requested to do so by the Engineer.

2) Observe grout stability during flow test for sign of segregation in accordance with ASTM C 1611 Appendix X1 for stability. a) Observe flow to see if grout exhibits segregation or bleeding. b) Reject grout if assigned a Visual Stability Index of 2 (Unstable)

or 3 (Highly Unstable). d. Compressive strength in accordance with ASTM C 109. Required number

of cylinders is as follows: 1) Not less than 6 cube specimens, 2 inch x 2 inch by 2 inch, will be

tested for each 50 cubic yards, with not less than 6 specimens for each half day's placement. a) A set of samples shall be taken/tested from each truck of grout

delivered during indicator pile installation. 2) Two specimens will be tested at 24 hours, two specimens at 7 days,

and 2 at 28 days. 4. Engineer may, at any time, request additional testing to confirm that materials

being delivered and placed conform to the requirements of the Specifications. a. If such additional testing shows that the material do not conform to the

specified requirements, the Contractor shall pay the cost of these tests. b. If such additional testing shows that the materials do conform to the

specified requirements, the Owner will pay the cost of these tests.

3.08 POST-CONSTRUCTION TESTING

A. Completed piles or questionable piles may be specified for post construction NDT.

3.09 PILE ACCEPTANCE

A. The Engineer will evaluate the pile installation data obtained by the Inspector, grout sampling/testing data provided by the Testing Agency, and any supplemental information provided by the Engineer and will determine the acceptability of the completed piles.

Not to be used for bidding purposes!

Page 267: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02466C-13 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02466C (Bid Set)

B. The Engineer will notify the Pile Contractor if a pile is not in conformance with the Specifications.

3.10 PAYMENT

A. The lump sum bid shall be for the total number of and linear feet of piles called for on the Drawings and in the Specifications.

B. Payment for increase or decrease in actual total pile footage installed, and increase in the number of piles installed shall be in accordance with the respective unit prices in the Contract.

C. Payment for changes in the number of pile load tests shall be in accordance with the respective unit prices in the Contract.

END OF SECTION

Not to be used for bidding purposes!

Page 268: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

 

Not to be used for bidding purposes!

Page 269: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02620-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02620 (Bid Set)

SECTION 02620

FILTER FABRIC

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Nonwoven filter fabric.

1.02 REFERENCES

A. ASTM International (ASTM): 1. D 4355 - Standard Test Method for Deterioration of Geotextiles by Exposure to

Light, Moisture and Heat in a Xenon Arc Type Apparatus. 2. D 4491 - Standard Test Methods for Water Permeability of Geotextiles by

Permittivity. 3. D 4533 - Standard Test Method for Trapezoid Tearing Strength of Geotextiles. 4. D 4632 - Standard Test Method for Grab Breaking Load and Elongation of

Geotextiles. 5. D 4751 - Standard Test Method for Determining Apparent Opening Size of a

Geotextile. 6. D 5261 - Standard Test Method for Measuring Mass per Unit Area of

Geotextiles. 7. D 6241 - Standard Test Method for the Static Puncture Strength of Geotextiles

and Geotextile-Related Products Using a 50-mm Probe.

1.03 DEFINITIONS

A. Filter fabric: Nonwoven geotextile fabric manufactured from polypropylene fibers.

1.04 SUBMITTALS

A. Product data.

B. Samples.

C. Quality control submittals: 1. Certificates of Compliance. 2. Manufacturer's Instructions.

1.05 DELIVERY, STORAGE, AND HANDLING

A. Storage and protection: 1. Furnish filter fabric in protective covers capable of protecting the fabric from

ultraviolet rays, abrasion, and water.

1.06 PROJECT CONDITIONS

A. Take field measurements to determine the lengths and dimensions of the surfaces to receive the fabric.

Not to be used for bidding purposes!

Page 270: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02620-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02620 (Bid Set)

PART 2 PRODUCTS

2.01 MANUFACTURERS

A. One of the following or equal: 1. Propex, Geotex 401. 2. Ten Cate Geosynthetics, Mirafi 140N.

2.02 MATERIAL REQUIREMENTS

A. Physical properties: Meet the following minimum requirements:

Property (1) Test Method Unit Requirements (1)

Minimum Weight ASTM D 5261 oz 4.0 Grab Tensile Strength ASTM D 4632 lbs 100 Grab Elongation ASTM D 4632 % 50 Trapezoid Tear Strength ASTM D 4533 lbs 50 CBR Puncture Resistance ASTM D 6241 lbs 300 UV Resistance (strength retained at 500 hrs) ASTM D 4355 % 70 Apparent Opening Size (AOS) ASTM D 4751 US sieve 70 Permittivity ASTM D 4491 sec-1 1.7 Flow Rate ASTM D 4491 gpm/ft2 130 (1) Minimum average roll values.

PART 3 EXECUTION

3.01 EXAMINATION

A. Verification of conditions: Verify that conditions are satisfactory for the installation of filter fabric.

3.02 PREPARATION

A. Surface preparation: 1. During grading operations, take care not to disturb the subgrade. 2. This may require use of lightweight dozers for low strength soils such as

saturated, cohesionless, or low cohesion soils.

B. Prior to placement of fabric: Prepare surface to smooth condition free of debris, depressions, or obstructions that may damage the fabric.

3.03 INSTALLATION

A. Follow manufacturer's installation instructions and as complimented herein.

B. Place the filter fabric smoothly without folds or wrinkles.

C. Use special care when placing the filter in contact with the soil so that no void spaces occur between the filter and the prepared surface.

Not to be used for bidding purposes!

Page 271: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02620-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02620 (Bid Set)

D. Overlap the parallel rolls and ends of rolls a minimum of 24 inches and not less than manufacturer's instructions.

E. Do not drag filter fabric across subgrade.

F. Make overlaps at ends of rolls in the direction of the aggregate placement with the previous roll on top.

G. Use lightweight dozers if necessary. Do not allow equipment directly on filter fabric.

3.04 FIELD QUALITY CONTROL

A. Inspection: 1. Before covering, the condition of the fabric will be observed by the Engineer to

determine that no holes or rips exist in the fabric. 2. Repair all holes and rips by placing a new layer of fabric extending beyond the

defect in all directions a distance equal to the minimum overlap required for adjacent rolls.

END OF SECTION

Not to be used for bidding purposes!

Page 272: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

 

Not to be used for bidding purposes!

Page 273: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02742-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02742 (Bid Set)

SECTION 02742

ASPHALTIC CONCRETE PAVING

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Asphalt concrete pavement on prepared subgrade or aggregate base course, and on existing pavement, to lines, grades, compacted thicknesses, and cross sections indicated on the Drawings.

1.02 REFERENCES

A. American Association of State Highway and Transportation Officials (AASHTO): 1. Standard Specifications for Transportation Materials and Methods of Sampling

and Testing: a. MP1: Specification for Performance Graded Asphalt Binder.

B. ASTM International (ASTM): 1. C 117 - Standard Test Method for Material Finer than 75-μm (No. 200) Sieve

in Mineral Aggregates by Washing. 2. C 131 - Standard Test Method for Resistance to Degradation of Small-Size

Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. 3. C 136 - Standard Test Method for Sieve Analysis of Fine and Coarse

Aggregates. 4. D 977 - Standard Specification for Emulsified Asphalt. 5. D 2041 - Standard Test Method for Theoretical Maximum Specific Gravity and

Density of Bituminous Paving Mixtures. 6. D 4318 - Standard Test Method for Liquid Limit, Plastic Limit, and Plasticity

Index of Soils.

1.03 DEFINITIONS

A. Bituminous prime coat: Consist of application of hot bituminous material on previously prepared base course.

1.04 SYSTEM DESCRIPTION

A. Performance requirements: 1. Compact the asphalt concrete to at least 95 percent of the density of the

theoretical maximum density in accordance with ASTM D 2041.

1.05 SUBMITTALS

A. Proposed mix design and gradation of materials.

B. Quality control submittals: 1. Certificate of Compliance.

Not to be used for bidding purposes!

Page 274: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02742-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02742 (Bid Set)

1.06 DELIVERY, STORAGE, AND HANDLING

A. Asphalt concrete delivery: 1. Transport the mixture from the mixing plant to the point of use in vehicles

having tight bodies previously cleaned of all foreign materials. 2. Treat bodies as necessary to prevent material from sticking to the bodies. 3. Cover each load with canvas or other suitable material of sufficient size and

thickness to protect the asphalt mixture from the weather.

1.07 PROJECT CONDITIONS

A. Environmental requirements: 1. Asphalt concrete:

a. Place asphalt concrete only when surface is dry, and when atmospheric temperature in the shade is 40 degrees Fahrenheit and rising, or above 50 degrees Fahrenheit if falling.

b. Do not place asphalt concrete when weather is foggy or rainy or when base on which material is to be placed is in wet or frozen condition.

2. Prime coat: a. Do not apply prime coat when atmospheric temperature is below

60 degrees Fahrenheit. b. Apply prime coat only when base course is dry or contains moisture not in

excess of that which will permit uniform distribution and desired penetration.

1.08 SEQUENCING AND SCHEDULING

A. Prime coat: 1. Prior to requesting Engineer's acceptance for application, inspect area to be

coated to determine its fitness to receive bituminous priming material. 2. Do not begin application before area to be coated has been accepted for

application by the Engineer.

PART 2 PRODUCTS

2.01 MATERIALS

A. Prime coat: Use bituminous material for prime coat conforming to requirements for MC-30 and apply at temperature of 105 to 175 degrees Fahrenheit at rate of 0.3 to 0.6 gallons per square yard by use of bituminous distributor.

B. Sand: Acceptable to the Engineer.

C. Tack coat: Grade SS-1h anionic emulsion in accordance with ASTM D 977.

D. Asphalt concrete materials: 1. Asphalt cement: Conform to requirements for asphalt cement, PG 64-22

AASHTO MP1.

Not to be used for bidding purposes!

Page 275: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02742-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02742 (Bid Set)

2. Mineral aggregate: a. Consist of coarse aggregate of crushed stone or gravel composed of

hard, durable particles, sand, and filler as follows: 1) Coarse aggregate: Portion of material retained on Number 8 sieve.

Fine aggregate: That portion passing Number 8 sieve. b. Provide composite material that is uniformly graded from coarse to fine

and that complies with requirements of one of following gradings when tested in accordance with ASTM C 136.

c. Asphalt concrete: As indicated on the Drawings, 2-course plant mix for asphalt concrete having an overall thickness of 2 1/2 inches or more if not indicated. If less than 2-1/2 inches of asphalt concrete, use single-course plant mix.

Plant Mix, Two Course Plant Mix, Single Course Seal, 3/4 inch

Thick Minimum Base, 1-3/4 inch Thick Minimum

1-1/2 inch Thick Minimum

Sieve Size Percent Passing Sieve Size

Percent Passing Sieve Size

Percent Passing

1/2" 100 1-1/4" 100 3/4" 100

3/8" 95 - 100 1" 87 - 100 1/2" 75 - 95

No. 4 50 - 70 3/4" 75 - 90 3/8" 65 - 85

No. 8 35 - 55 3/8" 55 - 72 No. 4 50 - 65

No. 30 15 - 30 No. 4 40 - 60 No. 8 35 - 50

No. 100 5 - 15 No. 8 30 - 50 No. 30 15 - 30

No. 200 3 - 8 No. 30 15 - 30 No. 100 5 - 15

No. 100 5 - 15 No. 200 3 - 8

No. 200 3 - 8

3. Coarse aggregate: a. Consist of at least 70 percent by weight of each size aggregate and

consist of particles that have at least 1 rough, angular surface produced by crushing: 1) Have percentage of wear of not more than 50 at 500 revolutions, in

accordance with ASTM C 131. b. Aggregate plasticity index: Not more than 2 in accordance with

ASTM D 4318. c. Sand may be added to crusher or pit-run product to supply any deficiency

in Number 8 sieve and filler may be added to supply any deficiency in Number 200 sieve material. If aggregate contains an excess of sand, wasting will be required.

d. Filler: 1) Use finely powdered limestone, portland cement, or other artificially

or naturally powdered mineral dust acceptable to the Engineer. 2) Weigh filler and add separately to each batch at time of

proportioning. 3) Use filler that is free from deleterious matter of any kind.

Not to be used for bidding purposes!

Page 276: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02742-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02742 (Bid Set)

4) Fineness that meet the following requirements: a) Passing Number 50 sieve: 100 percent. b) Passing Number 200 sieve: At least 75 percent.

5) Determine amount of material passing the Number 200 sieve in accordance with ASTM C 117.

e. Provide composite aggregate that is free from vegetable matter, lumps or balls of clay, adherent films of clay, or other matter which would prevent thorough coating of asphalt cement.

f. Materials derived from processing demolished, or removed asphalt concrete, are not acceptable.

E. Fog sealing: Asphalt emulsion, Grade SS-1h.

2.02 EQUIPMENT

A. Bituminous distributor: Designed and equipped so as to distribute bituminous material uniformly at even heat on variable widths of surface at readily determined and controlled rate with pressure range of 25 to 75 pounds per square inch.

B. Liquid asphalt distributor: 1. Designed and operated to distribute asphaltic material in uniform spray without

atomization. 2. Equipped with bitumeter having dial registering feet of travel per minute.

a. Locate dial so that it is visible to truck driver so that he can maintain constant speed required for application at specified rate.

3. Equip pump with tachometer having dial registering gallons per minute passing through nozzles. a. Locate dial so that it is readily visible to operator.

4. Provide means for accurately indicating temperature of asphaltic material in distributor at all times. a. Locate thermometer well so that it is not in contact with, or close to,

heating tube. 5. Have spray bar having normal width of application of not less than 12 feet and

capable of providing for application of lesser width when necessary. 6. Provided with hose and spray nozzle attachment for applying asphaltic

material to patches and areas inaccessible to spray bar. 7. Equipped with heating attachments and capable of circulating asphaltic

material through spray bar during entire heating process.

C. Asphalt concrete mixing plants: 1. Equipment:

a. Use screen and storage bins at plant of sufficient capacity to furnish the necessary amount of all aggregates, when operating at the maximum capacity of the plant, with no periods of undue waiting for material. 1) Use bins consisting of at least 2 compartments, so proportioned as to

ensure adequate storage of appropriate fractions of the aggregate. 2) Provide each compartment with an overflow pipe of such size and at

such location as to prevent any backing up of material into other compartments.

b. Dryer: 1) Designed to heat and dry the aggregate to Specification

requirements and to agitate it continuously during the heating.

Not to be used for bidding purposes!

Page 277: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02742-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02742 (Bid Set)

2) Capable of preparing aggregates at a rate equal to the full-rated capacity of the plant.

c. Dust collector: 1) So constructed as to waste or return uniformly to the hot elevator all

or any part of the material collected. d. Mixer:

1) Adequate capacity, with twin shafts. e. Thermometers:

1) Furnished for determining the temperature of the mix. f. Weighing and measuring equipment:

1) Weighing or volumetric measuring equipment of sufficient capacity. 2) Devices to permit easy readjustment of any working part needing

readjustment, so that the equipment will function properly and accurately.

3) Attach scales for weighing to the bucket. 4) Test and seal all weighing equipment by a representative of the

Inspector of Weights and Measures having jurisdiction, as often as the Engineer may deem necessary to ensure accuracy.

g. Tanks for storage of bituminous material: 1) Capable of heating the material under effective and positive control

at all times to temperatures within the range stipulated. 2. Asphalt concrete plant operation:

a. Mineral aggregate: 1) Dry and heat mineral and then screen into at least 2 fractions and

conveyed into separate compartments ready for proportioning and mixing.

2) When combined with asphalt cement: b. Aggregate:

1) Contain not more than 2 percent moisture by weight. 2) Be at a temperature within the range of that specified for the asphalt

cement but not more than 25 degrees Fahrenheit above the temperature of the asphalt cement.

c. Combine dry aggregate in the plant in the proportionate amounts of each fraction of aggregate required to meet the specified grading. 1) Introduce the asphalt cement into the mixer in the amount and at the

temperature for the particular material being used. 2) Continue mixing for at least 30 seconds, and for such longer period

as may be necessary to coat all the particles. d. When a continuous mixer is used, determine the mixing time by weight

method using the following formula: 1) Mixing time in seconds = Pugmill dead capacity in pounds. 2) Pugmill output in pounds per second.

D. Asphalt-concrete-placing equipment: 1. Use equipment for placing, spreading, shaping, and finishing asphalt concrete

consisting of a self-contained power machine operating in such manner that no supplemental spreading, shaping, or finishing is required to provide surface that complies with requirements for smoothness contained in this Section. a. In areas inaccessible to the machine, hand spreading may be permitted.

Not to be used for bidding purposes!

Page 278: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02742-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02742 (Bid Set)

2. Furnish 1 self-propelled, pneumatic-tired roller, and one 8-ton (minimum), smooth-wheel tandem roller. a. When spreading is in excess of 100 tons per hour, furnish 1 additional

roller of either type for each additional 100 tons, or fraction thereof, spread per hour.

2.03 MIXES

A. Asphalt cement: 1. Do not mix at temperatures lower than 275 degrees Fahrenheit or higher than

325 degrees Fahrenheit. 2. Usual amount of asphalt cement, by weight, to be added to aggregate be

5.4 to 5.8 percent of weight of mixture.

B. Asphalt concrete: 1. Before being delivered to the site, mix aggregate with asphalt cement at the

central mixing plant. 2. Use mixing plants that are in good working order with no excessively worn

parts and so equipped that: a. Temperatures of aggregates leaving dryer, of asphalt cement entering

mixer, and of mix leaving mixer can be readily determined and positively controlled within Specification limits at all times.

b. Weights of different sizes of aggregates and of asphalt cement as set by the Engineer can be consistently introduced into the mixer.

c. Asphalt cement can be uniformly distributed throughout the mixture with aggregate completely coated.

d. Mixing time can be positively controlled to minimum specified. e. Bin samples of aggregate can be readily obtained. f. Provide means of calibrating weighing devices.

PART 3 EXECUTION

3.01 PREPARATION

A. Protection 1. Prime-coated surfaces:

a. Maintain surfaces until succeeding layer of pavement has been placed. b. During this interval, protect primed surfaces against damage and repair

any broken spots.

B. Surface preparation: 1. Prime coat:

a. Where portions of base course prepared for immediate treatment are excessively dry, sprinkle such portions lightly with water immediately in advance of prime coat application.

b. Immediately following preparation of base course, apply bituminous material by means of bituminous distributor at the temperature previously specified.

c. Apply priming material in manner that results in uniform distribution being obtained at all points of surface to be primed.

Not to be used for bidding purposes!

Page 279: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02742-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02742 (Bid Set)

d. Following the application of prime material, allow the surface to dry for a period of not less than 48 hours without being disturbed, or for such additional period of time as may be necessary to obtain penetration into the base course and drying out or evaporation of the volatiles from prime material.

e. Spread sufficient sand on areas that show an excess of bituminous material to effectively blot up and cure the excess.

2. Base courses: a. Thoroughly clean base and apply prime coat before placing asphalt

concrete. b. Thoroughly clean any existing base, surfacing, or pavement prior to

placing plant-mixed surfacing. c. Where existing pavement is being widened or extended, cut to straight

vertical face and treat with asphalt paint binder prior to paving operations. d. When asphalt concrete is to be applied over existing pavement and local

irregularities in existing surface would result in course of more than specified thickness, bring surface of existing pavement to uniform contour by patching with asphalt concrete thoroughly tamped or rolled until it conforms with surrounding surface, and then apply tack coat.

3.02 APPLICATION

A. At existing asphalt to be paved over: Apply tack coat at minimum rate of 0.10 gallons per square yard.

B. Placing and compacting asphalt concrete: 1. Placing and compacting asphalt mixture: Progress in sections generally not

more than 750 linear feet in length. 2. Spreading of mixture:

a. Spread, shape, and finish by specified equipment. b. Spread each successive strip adjacent to previously spread strip. c. Do not compact minimum 6-inch width of each strip adjacent to new strip

until after new strip has been placed. d. Spread as nearly continuous as possible. e. Laying against vertical surfaces such as gutters: Roughen and clean face

of vertical surfaces as required for proper bonding and then paint with light coating of asphalt cement or emulsified asphalt.

f. At terminations of new surface courses: Feather asphalt mixture into existing surface over such distance as may be required to produce smooth riding transition.

g. Base-course and single-course construction: Joined by vertical butt joints, finished and rolled to smooth surface.

h. Rolling: 1) Perform initial or "breakdown" rolling with tandem power roller and

follow spreading operation when mixture has reached temperature where it does not "pick up" on rolls.

2) Keep rolls properly moistened but do not use surplus of water. 3) Follow initial rolling with pneumatic roller when mixture is in proper

condition and when rolling does not cause undue displacement, cracking, or shoving.

4) Begin rolling at sides and progress gradually to center, lapping each preceding track until entire surface has been rolled.

Not to be used for bidding purposes!

Page 280: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02742-8 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02742 (Bid Set)

5) Terminate alternate trips of roller in stops at least three feet distant from any preceding stop.

6) At any place not accessible to roller, thoroughly compact mixture with tampers and finish, if necessary, with hot iron to provide uniform layer over entire width being paved.

3. Provide finish surface having uniform texture.

C. Full-depth asphalt pavement: 1. Contractor's option:

a. Install either asphalt and aggregate base material or full-depth asphalt pavement in areas where paving is indicated on the Drawings or specified to be 2 inches of asphalt concrete over aggregate base course.

b. If option is selected to install full-depth asphalt pavement, prepare subgrade as previously specified in this Section.

c. Substitute asphalt concrete for aggregate base at ratio of 1 inch of asphalt concrete to 2-1/2 inches of aggregate base material. Use full-depth asphalt pavement not less than 4 inches in thickness after compaction.

d. Place asphalt concrete in courses of not more than 4 inches. e. Use compaction equipment in accordance with following course

thicknesses: 1) 1- to 2-inch thickness: Minimum 8-ton roller. 2) 2- to 3-inch thickness: Minimum 10-ton roller. 3) 3- to 4-inch thickness: Minimum 12-ton roller.

2. Pneumatic rollers used for initial or secondary rolling: Use 12 to 15 tons with tires capable of 90-pounds-per-square-inch inflation pressure.

3. Asphalt concrete for full-depth asphalt pavement: a. Asphalt concrete as previously specified in this Section. b. Apply bituminous prime coats where full-depth asphalt pavement is

installed. c. Contractor's option: If Contractor elects to use full-depth asphalt

pavement, at road shoulders reduce aggregate base course to minimum aggregate thickness of 4 inches.

4. Except for asphalt thickness, aggregate base course thickness, and prime coating, full-depth asphalt pavement shall comply with requirements of this Section.

3.03 FIELD QUALITY CONTROL

A. Placement: 1. Place the mixture on the roads, pavements, or walks at a temperature not less

than 225 degrees Fahrenheit.

B. Tests: 1. Provide sampling and control testing for the asphalt concrete.

a. Type and size of the samples: Suitable to determine conformance with stability, density, thickness, compaction, and other specified requirements.

b. Use an approved power saw or core drill for cutting samples. c. Furnish all tools, labor, and materials for cutting samples, testing, and

replacing the pavement where samples were removed. d. Take a minimum of 1 sample per 200 tons of asphalt concrete placed.

Not to be used for bidding purposes!

Page 281: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02742-9 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02742 (Bid Set)

C. Inspection: 1. Asphalt concrete:

a. Test with a 10-foot straightedge laid on the surface parallel with the centerline of the road. Variation of the surface from the testing edge of the straightedge not to exceed 1/4 inch.

END OF SECTION

Not to be used for bidding purposes!

Page 282: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

 

Not to be used for bidding purposes!

Page 283: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02772-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02772 (Bid Set)

SECTION 02772

CONCRETE CURBS, GUTTERS, AND SIDEWALKS

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Concrete curbs, gutters, sidewalks, driveways, access ramps, and alley intersections.

B. Related sections: 1. The Contract Documents are complementary; what is called for by one is as

binding as if called for by all. 2. It is the Contractor’s responsibility for scheduling and coordinating the Work of

subcontractors, suppliers, and other individuals or entities performing or furnishing any of Contractor’s Work.

3. The following Sections are related to the Work described in this Section. This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the Contractor to see that the completed Work complies accurately with the Contract Documents. a. Section 02050 - Soils and Aggregates for Earthwork. b. Section 03150 - Concrete Accessories. c. Section 03300 - Cast-In-Place Concrete. d. Section 03366 - Tooled Concrete Finishing.

1.02 SYSTEM DESCRIPTION

A. Performance requirements: Construct various types of concrete curb, gutter, sidewalk, driveways and alley intersections to dimensions and details indicated on the Drawings.

1.03 SUBMITTALS

A. Product data: Submit data completely describing products.

B. Samples: Submit samples when requested.

1.04 SEQUENCING AND SCHEDULING

A. Concrete sidewalks and curb shall be constructed as indicated on drawings. Construction of sidewalks and curb shall occur after: 1. Structural work on the new Gravity Belt Thickening Building has been

completed. 2. Yard piping work in the vicinity of the new Gravity Belt Thickening Building has

been completed.

Not to be used for bidding purposes!

Page 284: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02772-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02772 (Bid Set)

PART 2 PRODUCTS

2.01 MATERIALS

A. Concrete: Class A, as specified in Section 03300.

B. Curb finishing mortar: 1 part portland cement to 2 parts sand.

C. Form release material: Light oil or other releasing agent of type which does not discolor concrete or interfere with the application of finishing mortar to curb tops and faces.

D. Joint materials: 1. Expansion: As specified in Section 03150.

PART 3 EXECUTION

3.01 EXAMINATION

A. Verification of Conditions: 1. Verify field conditions, including subgrade condition and interferences, before

beginning construction.

3.02 PREPARATION

A. Surface preparation: 1. Subgrade:

a. Construct and compact true to grades and lines indicated on the Drawings and requirements as specified Section 02050.

b. Remove soft or unsuitable material to depth of not less than 6 inches below subgrade elevation and replace with satisfactory material.

2. Forms and subgrade: Water immediately in advance of placing concrete.

3.03 INSTALLATION

A. Special techniques: 1. Contractor's option:

a. Construct concrete curbs and gutters by conventional use of forms, or by means of curb and gutter machine when acceptable to the Engineer.

b. When use of machines designed specifically for work of this Section are accepted by the Engineer, results must be equal to or better than those produced by use of forms.

c. Applicable requirements of construction that apply to use of forms also apply to use of machines.

d. Discontinue use of machines when results are not satisfactory to the Engineer.

B. Forms: 1. Carefully set to line and grade and securely stake in position forms conforming

to dimensions of items to be constructed. 2. Thoroughly clean prior to each use and coat with form releasing material.

Not to be used for bidding purposes!

Page 285: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02772-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02772 (Bid Set)

C. Expansion and weakened-plane joints: 1. Expansion joints:

a. Construct vertically, and at right angles to centerline of street and match joints in adjacent pavement or sidewalks.

b. Constructed at radius points, driveways, alley entrances, and at adjoining structures.

c. Fill joints with expansion joint filler material. 2. Weakened-plane joints:

a. Construct as indicated on the Drawings. b. .Match joint locations and details in adjacent curbs, gutters, and

sidewalks.

D. Concrete: 1. Placing:

a. Thoroughly spade concrete away from forms so that no rock pockets exist next to forms and so that no coarse aggregate will show when forms are removed.

2. Compacting: a. Compact by mechanical vibrators accepted by the Engineer. b. Continue tamping or vibrating until mortar flushes to surface and coarse

aggregate is below concrete surface. 3. Form removal:

a. Front form faces: Do not remove before concrete has taken initial set and has sufficient strength to carry its own weight.

b. Gutter and rear forms: Do not remove until concrete has hardened sufficiently to prevent damage to edges. Take special care to prevent damage.

4. Finishing and curing: Comply with requirements as specified in Section 03366 except as modified here: a. As soon as curb face forms are stripped, apply finishing mortar to the top

and face of curb and trowel to a smooth, even finish. Finish with fine haired broom in direction of work.

b. Where curb is installed without integral gutter, extend finish 2 inches below grade.

c. Edge concrete at expansion joints to 1/4 inch radius. d. Flow lines of gutters shall be troweled smooth 4 inches out from curb face

for integral curb and gutter and 4 inches on both sides of flowline for gutters without curbs.

e. Sidewalks and ramps: Broom finish.

E. Backfilling: 1. Unless otherwise specified, backfill behind curbs, gutters, or sidewalks with

soil native to area and to lines and grades indicated on the Drawings.

3.04 FIELD QUALITY CONTROL

A. Tests: 1. Curbs and gutters:

a. Test face, top, back, and flow line with 10 foot straightedge or curve template longitudinally along surface.

b. Correct deviations in excess of 1/4 inch.

Not to be used for bidding purposes!

Page 286: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02772-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02772 (Bid Set)

2. Gutters: a. Frequency of testing: When required by the Engineer, where gutters have

slope of 0.8 foot per 100 feet or less, or where unusual or special conditions cast doubt on capability of gutters to drain.

b. Test method: Establish flow in length of gutter to be tested by supplying water from hydrant, tank truck, or other source.

c. Required results: 1) 1 hour after supply of water is shut off, inspect gutter for evidence of

ponding or improper shape. 2) In event water is found ponded in gutter to depth greater than

1/2 inch, or on adjacent asphalt pavement, correct defect or defects in manner acceptable to the Engineer without additional cost to the Contract.

3.05 ADJUSTING

A. Repair portions of concrete damaged while stripping forms or, when damage is severe, replace such work at no additional cost to the Contract. Evidence of repairs shall not be noticeable in the finished product.

B. Remove and replace sections of work deficient in depth or not conforming to requirements indicated on the Drawings and specified in the Specifications at no additional cost to the Contract. Removal and replacement shall be the complete section between 2 joints.

END OF SECTION

Not to be used for bidding purposes!

Page 287: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02900-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02900 (Bid Set)

SECTION 02900

PLANTING

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: 1. Requirements for provision of landscaping, including lawn construction and

planting of ground covers. 2. Hydroseeding, seed bed preparation, and maintenance

1.02 REFERENCES

A. ASFNS - American Standard for Nursery Stock.

B. United States Department of Agriculture (USDA).

1.03 SYSTEM DESCRIPTION

A. Performance requirements: 1. Contractor's responsibilities:

a. Ensure that plant materials are in sound, healthy, vigorous condition free from insects, bark abrasions, weak branches, or other objectionable disfigurements.

b. Immediately replace any plant, which is unacceptable to Engineer at any time up to, and including final acceptance of the Work by Owner.

2. Erosion control hydroseeding to be applied to all exterior slopes of the sludge and scum bed dikes, and to the interior slopes of the stormwater retention basin, as indicated on the Drawings. a. Hydroseeding shall be the last activity conducted by Contractor prior to

project acceptance.

1.04 SUBMITTALS

A. Product data. 1. Soil amendments. 2. Fertilizers. 3. Plant materials with quantities of each.

B. Shop drawings.

C. Samples.

D. Quality control submittals: 1. Certificates of Compliance. 2. Manufacturer's instructions.

E. Contract closeout submittals: 1. Project Record Documents.

Not to be used for bidding purposes!

Page 288: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02900-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02900 (Bid Set)

2. Operation and Maintenance.

1.05 DELIVERY, STORAGE, AND HANDLING

A. Trees, shrubs, and ground covers: Prior to delivery to project site, securely attach to plants, bundles, and containers of plant material, durable, legible labels stating, in weather-resistant ink, correct plant name and size, as specified in plant list, to make for ease of inspection and identification.

B. Protection: 1. Upon delivery to the site, plant nursery stock as soon as possible. 2. Until planting, do not expose stock plants to excessive sun or drying winds

during planting operations. 3. Remove stock, which is not satisfactory, from project site at no additional

expense to Owner.

C. Hydroseeding: 1. Ensure that seed packages are packed to provide adequate protection against

injury during transit. 2. Deliver undamaged sealed seed bags with legible labels showing weight,

analysis, vendor’s name and address, and point of origin. a. Label seed bags per variety.

3. Deliver dry commercial process or packaging, such as fertilizer, in undisturbed original unopened containers with legible labels showing the manufacturer’s guaranteed analysis or description.

4. Inspect materials and packages upon delivery. a. Discard damaged packages or containers immediately.

5. Store materials in protected and covered storage until application or use.

1.06 WARRANTY

A. For lawns: 1. Warranty full stand of grass with no bare spots greater than 12 inches in

diameter and provide maintenance of turf until full stand of grass is accepted by Engineer.

2. Reseed areas that are not fully covered at 10-day intervals. 3. Mowing of grass:

a. Mow grass to height not to exceed 1 inch, whenever grass grows to height of 1-1/2 inches.

b. Mow grass just prior to inspection by Engineer for acceptance.

B. Warranty during maintenance period: 1. Shrubs, groundcover, and hydroseed shall be guaranteed to remain healthy

and vigorously growing for 1 growing season or 90 days, whichever comes first.

2. All trees that have been supplied and installed under this contract shall be guaranteed to live in a healthy condition for a period of 1 year from date of final acceptance of project. a. If the Owner also supplies trees, the guarantee shall apply as stated

above. 3. All plants found to be dead and all plants not in a vigorous condition noted

within the guarantee period shall be replaced within 14 days.

Not to be used for bidding purposes!

Page 289: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02900-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02900 (Bid Set)

4. Plants used for replacement shall be the same kind and size as specified in the plant list. They shall be furnished, planted, and fertilized as originally specified, at no cost to Owner.

5. Warranty period for plant replacements: Remain in effect for period 60 days regardless of time of replacement and apply to replacements until they are successfully established for 60-day period.

1.07 LAYOUT OF WORK

A. Contractor shall employ, at his own expense, a registered Civil Engineer or Licensed Land Surveyor to lay out the work of the project, to establish all reference points set for construction and the certification of finish grades with Civil Engineer Drawings.

1.08 GENERAL REQUIREMENTS

A. The term “planting area” shall mean all areas to be planted with trees, shrubs, plants, hydroseed, lawns, and groundcover.

B. Actual planting shall be performed during those periods when weather and soil conditions are suitable in accordance with locally accepted horticultural practice.

C. All rocks 1 inch or larger, and other growth or debris accumulated during the duration of the project, shall be removed from the site unless specifically exempted in writing.

D. Prior to the excavation for planting or placing of plant materials, locate all underground utility lines still in use and take proper precautions to avoid damage to such improvements. 1. In the event of a conflict between such lines and plant locations, notify

Engineer who shall arrange for the relocation of one or the other. Contractor assumes all responsibility for making any and all repairs for damages resulting from work as specified in this Section.

E. Grading and soil preparation work shall be performed only during the period when beneficial and optimum results may be obtained. 1. If the moisture content of the soil should reach such a level that working it

would destroy soil structure, spreading and grading operations shall be suspended until the moisture content is increased or reduced to acceptable levels and the desired results are likely to be obtained.

F. All scaled dimensions are approximate. Before proceeding with any work, carefully check and verify all dimensions and immediately inform Engineer of any discrepancy between the drawings and/or specifications and actual conditions.

G. Quantities for plant materials are shown for convenience only, and are not guaranteed. 1. Check and verify count and supply sufficient number to fulfill intent of

drawings.

H. Adequately stake, barricade, and protect all irrigation equipment, manholes, utility lines, and other existing property during all phases of the soil amending and grading operations.

Not to be used for bidding purposes!

Page 290: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02900-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02900 (Bid Set)

I. Specimen tree selection: 1. One sample of each tree variety and size, indicated on the Drawings 15 gallon

and larger shall be delivered to the project site for approval prior to installation. 2. Contractor shall immediately remove any trees not approved. 3. Contractor at their option and at their expense can retain the services of

Engineer to review trees 24-inch box size and larger tagged at the nursery and/or at their place of growth, or as otherwise indicated on the Drawings.

J. Rejection and substitution: 1. All plants not conforming to the requirements specified shall be considered

defective, and such plants, whether in place or not, shall be marked as rejected and be immediately removed from the site of the work and replaced with acceptable plant materials. a. The plant materials shall meet all applicable inspections required by law. b. All plants shall be of the species, variety, size, age, flower color, and

condition as specified and/or as indicated on the Drawings. c. Under no condition will there be any substitution of plant species, variety,

or reduced size for those listed on the accompanying drawings, except with the express written consent of Engineer.

K. Utilities: 1. Utilities (water and electricity) used during the installation of the landscaping

and irrigation systems for this project shall be paid for by Contractor. 2. Utilities (water and electricity) used during the maintenance period for the

landscaping and irrigation systems for this project shall be paid for Contractor.

L. Protection of existing trees, shrubs, and vines: 1. It is the intent of the project that certain existing plant materials shall be

retained. a. Prior to the removal of any trees, Contractor shall confer with Engineer to

determine those plants that are to remain. 2. All existing trees, which are to remain in the project, shall be tagged and

identified by Contractor prior to the start of work. 3. Contractor shall be responsible for all trees that are to remain in the project.

a. Damage to a plant which results in death or permanent disfiguration shall result in the complete removal of the plant, including roots, from the site by Contractor; and Contractor at his own expense shall replace the plant with one of equal value as established by Engineer, or reimburse Owner the cost of said replacement.

b. Engineer shall be the sole judge of the condition of the plant. 4. All existing trees that are to remain shall be protected at all times from damage

by workers and equipment. a. All damage by Contractor to existing plants shall be repaired at their

expense by personnel approved by Engineer. 5. Contractor shall insure that no foreign materials and/or liquid, such as paint,

concrete, cement, oil, turpentine, acid, or the like, be deposited or allowed to be deposited on any soil with the drip line (the outside edge of the foliage overhang) of any tree or shrub, or within 6 inches of the trunk of a vine. a. Should any such poisoning of the soil occur, Contractor shall remove said

soil as directed by Engineer and replace with acceptable soil at no expense to Owner.

Not to be used for bidding purposes!

Page 291: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02900-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02900 (Bid Set)

6. Excavation adjacent to existing trees and shrubs; where it is necessary to excavate in close proximity to the existing trees and shrubs, all possible caution shall be exercised to avoid injury to roots and trunk. a. Excavation close to trees shall be by hand, tunneling under roots 2 inches

and larger in diameter. b. Cutting of roots 2 inches and larger shall be only on the approval of

Engineer. 7. Paint roots within 24 hours; where this is not possible, keep the site of

excavation adjacent to the tree shaded with moist burlap or canvas.

M. Invoicing of plant materials and soil preparation conformance test: 1. After installation of plant materials, but prior to the pre-maintenance inspection,

Engineer, with the specified signed copies of the required certificates, trip slips and invoices for the plant materials and related items, shall invoice such material, comparing the total area and/or the amounts specified. a. If the minimum amounts have not been furnished, Engineer will require

the installation of additional materials to fulfill the minimum requirements specified.

2. Upon delivery of materials and/or completion of all soil conditioning and grading, but prior to initiating planting operations, Engineer with the specified signed copies of the required certificates, trip slips, and invoices for soil preparation materials, shall invoice such material, comparing the total area of each operation. a. If the minimum rates of application have not been met, Engineer will

require the distribution of additional quantities of these materials to fulfill the minimum application requirements specified.

3. Random soil samples of sufficient quantity to be representative of the entire site shall be taken by Contractor prior to beginning work. a. Engineer, in the presence of Contractor, shall indicate on the planting plan

where soil samples shall be taken. b. Contractor shall submit samples to a licensed soils testing laboratory,

approved by Owner. c. Soil test shall consist of soil fertility and agricultural suitability conforming

to the methods of the USDA, along with the recommendation for correcting any deficiency in the soil.

d. Submit soil test recommendations to Owner for approval prior to amending soil.

4. A sample of the soil amendments shall be delivered to Engineer within 15 days after recording of the contract for submittal to a testing laboratory. a. After soil amendments have been thoroughly mixed into the site, random

samples of the mixed soil will be taken by Engineer and submitted to the soil laboratory for comparison to a control mix.

b. Contractor is responsible for the cost of these soil samples. 5. After grading and leaching operation, 4 soil samples will be taken by Engineer

and submitted to the soil laboratory for testing of ece and pH. a. Cost of the above testing by the soils laboratory shall be paid by the

Contractor.

Not to be used for bidding purposes!

Page 292: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02900-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02900 (Bid Set)

PART 2 PRODUCTS

2.01 SOIL AMENDMENT AND FERTILIZER

A. Soil conditioner shall contain a special blend of organic fractions to supply several degrees of breakdown rate which lasts up to 10 years in the soil, a portion of inorganic amendment that resists further breakdown, pH of 5.5 to 6.5, salinity of 3.0, organic matter (dry weight basis) more than 90 percent, non-ionic wetting agent and total nitrogen content of 0.5 percent. (loamex, wil-gro, life forest humus).

B. Gypsum shall be a commercially processed and packaged gypsum (caso 2h20) with minimum 80 percent grade containing 14 percent combined sulfur.

C. Iron sulfate (expressed as metallic) 19 percent of quality approved by Engineer.

D. Sulphur (soil) (elemental) 99 percent of quality approved by Engineer.

E. Fertilizer (commercial) shall be a combination of natural organic and inorganic granular fertilizers and chelated materials, free-flowing, suitable for application with approved equipment, and shall contain the following minimum available percentages by weight of plant food: 1. Nitrogen: 7.0 percent minimum. 2. Phosphoric acid: 9.0 percent minimum. 3. Potash: 4.0 percent minimum.

F. Manure: Well-rotted, unleached, stable or cattle manure, odorless, reasonably free from shavings, sawdust, or refuse, and containing no more than 10 percent straw.

2.02 PLANTING BACKFILL

A. Planting backfill shall be a thoroughly blended mixture of existing site soil and soil amendments, which include soil conditioner, iron sulfate, and gypsum.

B. Composed of 2 parts of native soils to 1 part of humus by volume and fertilizer 0-20-20 to be added at rate of 1-1/2 pounds per cubic yard.

2.03 STAKING MATERIALS

A. Stakes shall be of lodge pole pine. 1. These shall be straight shafts, shaved and cut clean and bare of branches and

stubs, of uniform thickness with a minimum diameter of 2 inches, free of loose knots, splits, and bends.

2. Stakes shall be no less than 10 feet in length.

2.04 PLANT MATERIALS

A. Pruning shall not be done, prior to delivery, except by written approval from Engineer.

B. Plants shall be subject to inspection, and approval or rejection, at the project site at any time before or during progress of work, for size, variety, condition, latent defects, and injuries.

Not to be used for bidding purposes!

Page 293: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02900-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02900 (Bid Set)

C. Rejected plants shall be removed from the project site immediately.

D. Substitutions will not be permitted except that if proof is submitted that any plant specified is not obtainable, a proposal will be considered for use of the nearest equivalent size, variety, and cost. 1. All substitutions shall be approved by Owner and are subject to Engineer’s

written approval.

E. Quantities shall be furnished as needed to complete work indicated on the Drawings.

F. Engineer reserves the right to inspect root condition of any species, particularly those grown from seed, and if found defective, to reject plants represented by the defective sample.

G. Identify plant species or varieties correctly on legible, weatherproof labels attached securely to the plant. 1. There shall be a minimum of 1 labeled plant for each 5 plants in a lot.

H. Provide species (scientific and common names), sizes, manner in which to be furnished and approximate number required, as indicated on the Drawings and specified in this Section.

I. Plant quantities on list are indicated only for Contractor's convenience.

J. Furnish and install all plant material necessary to complete planting as indicated on the Drawings.

K. Do not use surpluses or shortages on plant number indicated or specified for additional claims to Owner.

L. Groundcover plants shall be healthy, vigorous rooted cutting grown in flats until transplanting.

2.05 SEEDS

A. Provide seed from tested lots and delivered to project site in standard containers labeled as required by U.S. Department of Agriculture regulations and applicable state regulations.

B. Use labels that show variety of strain of seed, degree of purity (percent), rate of germination (percent), weed content (percent), and date of test.

C. Plant kind of seed that is appropriate for planting season, and that is one of the following: 1. Lawn seed:

a. Common Kentucky Bluegrass (Proa pratensis). b. Planted from April 15 to July 15. c. Fancy hulled seed having minimum percentages of purity and germination

of 94 percent and 88 percent respectively, and weed seed content not exceeding 0.35 percent.

Not to be used for bidding purposes!

Page 294: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02900-8 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02900 (Bid Set)

2.06 GRASS PLUGS

A. 3-inch squares cut from top grade Kentucky Bluegrass (Proa pratensis) sod.

B. Start plugging no sooner, than 30 days after initial seeding and complete within 60 days.

2.07 MATERIALS

A. Pre-emergent herbicide: 1. Surflon. 2. Treflon. 3. Dymid. 4. Or equal.

B. Water, used in planting: Keep free from oil, acids, alkali, salt, and other substances harmful to plant growth.

C. Top dressing: Bark mulch: 1. Bark mulch shall be fir bark chips or equal 1 inch- to 3-inch interlocking pieces

packaged in bags or bales, unless approved otherwise by Engineer. Owner must receive and approve a sample prior to delivery of mulch to the site.

2.08 HYDROSEEDING

A. Hydroseed materials: 1. Seed mix:

a. Seed mix from the latest crop. b. Minimum pure live seed content to be 80 percent, and tested within the

preceding 6 months. c. Do not use seed mix after expiration date:

1) Blando Brome: 20 pounds per acre. 2) Annual Rye: 25 pounds per acre. 3) Rose Clover: 20 pounds per acre. 4) Zorro Annual Fescue: 10 pounds per acre.

2. Fiber mulch: Wood fiber manufactured for hydroseeding: a. Manufacturers: One of the following or equal:

1) Grass Growers. 2) Conwed Corp.. 3) Eva Cell Co..

3. Granular Fertilizers: Fertilizer to be 16-20-0, commercial grade, free flowing, uniform in composition, inorganic: a. Manufacturers: One of the following or equal:

1) Sierra Chemical Co.. 2) Green Light Co., Wonder Grow Chemicals. 3) Kay-Fries Chemicals.

4. Water: a. Use potable water for making up seed mixture. b. Plant effluent may be used for hydroseed watering as specified in this

Section.

Not to be used for bidding purposes!

Page 295: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02900-9 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02900 (Bid Set)

2.09 SOURCE QUALITY CONTROL

A. Inspection: 1. Plant inspection:

a. Have inspections made at nursery or at growing site of shipments or orders of plant material by authorized Federal and State authorities.

b. Furnish necessary inspection certificates with invoice for each shipment or order of stock, as may be required by law for necessary transportation, and file such certificates with Engineer prior to acceptance of materials.

B. Verification of performance: 1. Size and condition of plants:

a. Provide plant material that is nursery grown, well branched and proportioned, unless otherwise indicated.

b. Prior to planting, Engineer will inspect and accept planting materials. c. Submit letter to Engineer certifying that plants procured for installation are

true in size and representative of the species and/or variety specified. d. Replace any plants found to be deficient in size or condition, or not as

specified in regard to species and/or variety, with acceptable plants at no additional cost to the Contract.

2. Quality and size: a. Provide plants having normal habit of growth and that are sound, healthy,

vigorous, and free from disease, insects, and insect egg infestations. 1) Quality and size shall be No. 1 Pinto tag stock. 2) Pinto tags must be submitted to Engineer.

b. Trees: 1) Provide trees having straight trunks throughout their height. 2) No trees with damaged roots or broken balls shall be planted.

c. Size of plants: 1) Measurement procedure: Measure before pruning, with branches in

normal position. 2) Minimum acceptable size: Conform to measurements specified within

plant list. d. Plants larger in size than specified:

1) May be used, but such use shall not result in increased Contract cost.

2) If used, increase ball of earth or spread of root proportionately. 3. Container grown plants: Provide plants:

a. That have been container grown in pots, cans, tubs, or boxes for minimum of 6 months and maximum of 1 year.

b. That have sufficient roots to earth to hold earth together intact after removal from containers and comply with following: 1) Not be intact after removal from containers. 2) Not be root-bound.

c. Removal of plants from containers: Carefully remove from containers so as to prevent breaking or cracking of earth during planting processes.

Not to be used for bidding purposes!

Page 296: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02900-10 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02900 (Bid Set)

PART 3 EXECUTION

3.01 EXAMINATION

A. Verification of conditions: Verify all site conditions before beginning work.

3.02 PREPARATION

A. Grub and clean planting area, removing debris and rock and eradicating weeds.

B. Weed eradication shall be done 10 days prior to commencement of any planting or irrigation work.

C. Protection: Prior to beginning work of this Section, protect existing underground installations.

D. Surface preparation: 1. Planting pits: Provide plant pits as indicated on the Drawings. 2. Soil preparation:

a. Do not work soil when moisture content is so great that excess compaction will occur, or when it is so dry, that dust will form in air or that clods will not break readily.

b. Apply water if necessary to provide ideal moisture content for tilling and for planting specified in this Section.

c. Uniformly till soil to depth of 3 inches by dragging, disking, or other approved method prior to raking.

d. Rake turf areas, removing clods or rocks 1-1/2 inch in diameter and larger.

e. Thoroughly water settle soil. 3. Final preparation for seeding:

a. In final preparations for seeding, use level board not less than 8 feet in length to ensure true and accurate grades.

b. Finish grade lawn areas to 2 inches below elevation of adjacent paving. c. Do not take heavy objects, except lawn rollers, over areas that have been

prepared for seeding. d. Prior to seeding, Engineer shall accept areas for grade and compaction.

4. Herbicide application: Apply pre-emergent herbicide to prepared planting beds in accordance with manufacturer's recommendations.

5. Area to be hydroseeded to be weed free and have a firm seed bed which has previously been roughened by scarifying, disking, harrowing, chiseling, or otherwise worked to a depth of 2 to 4 inches.

6. Do not use any implements that will create an excessive amount of downward movement or clods on sloping areas.

7. Hydroseed bed may be prepared at time of completion of earth-moving work.

3.03 WEED ABATEMENT

A. Upon completion of the irrigation system and after debris, rocks, and existing weeds and growth have been removed from the planting area; apply 200 pounds of commercial fertilizer per acre.

Not to be used for bidding purposes!

Page 297: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02900-11 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02900 (Bid Set)

B. Water all areas every day for 21 consecutive days and until weed seeds have germinated. 1. Cease watering for 3 days and spray non-selective herbicide to eradicate

germinated weeds. 2. Translocation or approved period should be 7-10 days.

C. Herbicide applicator shall be licensed in the state where the Project is located.

D. Rake and haul off all dead weeds to 1/2 inch below the surface of the soil.

E. If perennial weeds or grasses still exist, re-water every day for 14 consecutive days, until the new growth appears. 1. Re-apply a non-selective herbicide. 2. Remove weeds after herbicide has had a sufficient time to kill.

3.04 OIL CONDITIONING, FERTILIZING, AND ROTOTILLING

A. For areas less steep than 2:1: 1. After the areas have been deep-ripped, the following rates of soil conditioning

and amendment materials shall be evenly spread over all planting areas and shall be thoroughly scarified to an average depth of 6 inches by rototilling a minimum of 2 alternating passes. a. Amendment must be intimately blended with soil. b. The thoroughness and completeness of the rototilling and incorporation of

soil conditioners/amendments shall be acceptable to Engineer. 1) Soil conditioner: 5 cubic yard. per 1,000 square feet. 2) Soil sulphur:10 pounds. per 1,000 square feet. 3) Iron sulfate: 20 pounds per 1,000 square feet. 4) Gypsum: 250 pounds per 1,000 square feet.

2. Rate of application is for bidding purposes only. a. Soil test may reduce or increase quantities.

3. Fertilizer (commercial): a. 6-20-20 shall be applied at the rate of 40 pounds per 1,000 square feet

and scarified into the top 2 inches of finish grade. b. Fertilizer shall be applied after leaching operation.

4. Sarvon shall be applied at the rate of 1 pint per 1,000 square feet. a. Apply sarvon in areas as recommended by soil test. b. For bidding purposes, assume all landscape areas shall be covered.

B. For areas 2:1 and steeper: 1. After the areas have been eradicated of weeds and finished graded, the

following rates of soil conditioning materials shall be evenly spread over all planting areas. No scarifying or rototilling shall be required. a. Gypsum: 250 pounds per 1,000 square feet. b. Soil sulphur: 10 pounds per 1,000 square feet. c. Iron sulfate: 20 pounds per 1,000 square feet.

2. Rate of application is for bidding purposes only. a. Soil test may reduce or increase quantities.

3. Sarvon shall be applied at the rate of 1 pint per 1,000 square feet. a. Apply sarvon in areas as recommended by soil test. b. For bidding purposes only, assume all landscape areas shall be covered.

Not to be used for bidding purposes!

Page 298: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02900-12 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02900 (Bid Set)

C. Deep water leaching: 1. After complete installation and testing of the irrigation system and application

of soil conditioning, all areas shall be deep water leached and compacted and settled by continuous application of irrigation water until the soil has received a minimum of 6 inches of water.

2. After grading and leaching operation, 4 soil samples shall be taken by Engineer and submitted to soil laboratory for testing. Soil test shall meet the following requirements: a. Ece: Maximum 3.0 by 10.3. b. PH: Maximum 7.5.

3. A percent of organic matter soil test after leaching may be required by Engineer.

4. Re-application of soil amendment and leaching operation shall be repeated by Contractor if test show a negative result. a. Expense of test, re-application of a soil amendment and leaching

operation shall be borne by Contractor. 5. Deep water leaching shall be done prior to the application of the commercial

fertilizer 6-20-20. 6. No planting shall be installed until approval has been given by Engineer in

writing. 7. Care shall be taken that the rate of application of water does not cause erosion

or sluffing of soils. 8. All depressions, voids, erosion scars, and settled trenches generated by the

deep watering shall be filled with conditioned topsoil and brought to finish grade.

D. Fertilizer: 1. Distributed uniformly over seed bed and incorporated into the soil.

Incorporation may be part of the seed bed preparation or as part of the seeding operation, unless seed is broadcast. a. If fertilizing is a part of the seed bed preparation, do not fertilize more than

15 days prior to seeding. 2. Apply fertilizer at 250 pounds per acre.

3.05 FINISH GRADING

A. Finish grades shall be as indicated on civil engineer’s and landscape drawings.

B. Finish grades shall be measured as the final water-compacted and settled surface grades and shall be within plus or minus 0.1 foot of the spot elevations and grade lines indicated on the civil engineers drawing. 1. Unless otherwise noted, finish grade shall be 2 inches below adjacent finish

paving surfaces in groundcover areas and 1 inch below in lawn areas.

C. Finish grades shall be measured at the top surface of surface materials.

D. Molding and rounding of the grades shall be provided at all changes in slope.

E. All undulations and irregularities in the planting surfaces resulting from tillage, rototilling, and all other operations, shall be leveled and floated out before planting operations are initiated.

Not to be used for bidding purposes!

Page 299: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02900-13 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02900 (Bid Set)

F. Contractor shall take every precaution to protect and avoid damage to sprinkler heads, irrigation lines, and other underground utilities during grading and conditioning operations.

G. Final finish grades shall insure positive drainage of the site with all surface drainage away from buildings, walls, and toward roadways, drains, and catch basins.

H. Final grades shall be acceptable to Engineer before planting operations will be allowed to begin.

I. Planting surfaces shall be graded with no less than 2 percent surface slope for positive drainage away from all buildings.

3.06 INSTALLATION

A. The layout of locations for plants and outlines of groundcover to be planted shall be approved on the site by Engineer, prior to their planting.

B. All such locations shall be checked for possible interference with existing underground piping, prior to excavation of holes. 1. If underground construction or utility lines are encountered in the excavation of

planting areas, other locations for the planting may be selected by Engineer. 2. Damage to existing utilities shall be the responsibility of Contractor.

C. Lawn construction: 1. Work includes the furnishing of all labor, material, equipment, and services

necessary to complete work for this Section as indicated on the Drawings and specified in the Specifications.

2. Planting of seed: a. Just prior to broadcasting seed, apply and lightly rake into surface

chemical fertilizer. b. After acceptance of areas to be seeded by Engineer, broadcast at

minimum rate of 3-1/2 pounds of Bermuda seed per 1,000 square feet. c. Cover seeded areas with composted steer manure applied at minimum

rate of 1 cubic yard per 1,500 square feet. d. Replant any areas that do not root properly at 10-day intervals until

acceptable stand of grass is obtained. 3. Grass plug installation:

a. After acceptance of Bermuda grass by Engineer, install plugs of St. Augustine 24 inches on center.

b. Roll turf areas after installation of plugs. c. Provide compaction sufficient to eliminate irregularities of finish grade.

D. Planting: 1. Perform tree planting during favorable weather conditions, during season or

seasons, which are normal for such work, as determined by acceptable local practice.

2. Remove any rock or other underground obstructions, if possible, to depth necessary to permit proper planting, according to requirements indicated on the Drawings and specified in this Section.

3. If underground constructions, obstructions, or rock are encountered in excavation of planting areas, other locations for planting may be selected by Contractor only upon acceptance of Engineer.

Not to be used for bidding purposes!

Page 300: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02900-14 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02900 (Bid Set)

4. Excavation for planting: a. Include in excavation for planting work stripping and stockpiling of

acceptable topsoil encountered within areas to be excavated for tree and shrub pits, and ground cover beds.

b. Finish grade planting beds to elevation of 3 inches below adjacent paving. c. Fine grade planting areas.

5. Setting plants: a. Set plants in pits, unless specified otherwise, so that finish grade level

after settlement is same as that at which plants were grown. b. Plant upright and face to give best appearance and relationship to

adjacent plants or structures. c. Set trees plumb and rigidly braced in position until soil has been tamped

solidly around ball. d. Backfill plants with planting soil and thoroughly settle such soil by watering

and tamping to fill voids. 6. Guying and staking:

a. Provide guying and staking as indicated on the Drawings. 7. At shrub beds: Apply top dressing to depth 1-1/2 inches in shrub beds where

indicated. 8. All excavated holes shall have vertical sides with roughened surfaces and

shall be of the minimum size indicated on the Drawings. a. The side of the pit (rear) adjacent to the 2:1 slope shall be eased back as

per the planting details. 9. Excavation shall include the stripping and stacking of all acceptable soil

encountered within the areas to be excavated for plant pits and planting beds. a. Protect all areas that are to be trucked over and upon which soil is to be

temporarily stacked pending its re-use for the filling of holes, pits, and beds.

10. Excess soil generated from the planting holes shall be spread on the site as directed by Engineer.

11. Plants in containers shall have the cans opened by cutting vertically on opposite sides of each can with nursery can openers, tin snips, or other approved instruments for this purpose. a. All used containers shall be removed to the storage area or from the site

daily. 12. The plants shall be planted at approved locations with the heretofore-specified

conditioner and soil planting backfill. a. No plant except groundcover shall be planted within 3 feet of sprinkler

heads. b. No tree shall be planted within 6 feet of sprinkler heads.

13. The plants shall be placed in the planting pits on undisturbed grade, so that the crowns of the root balls are 1-inch above surrounding finish grade. a. After setting the plants, the remaining backfill material shall be carefully

tamped and settled around each root ball to fill all voids. 14. Each tree and shrub shall be placed in the center of the hole and shall be set

plumb and held rigidly in position until the planting backfill has been tamped from around each root ball.

15. Planting tablets shall be placed in each planting hole, located as per manufacturer’s specifications, at the following rates: a. One 5-gram tablet per liner and flat size plant. b. One 21-gram tablet per 1-gallon container. c. Three 21-gram tablets per 5-gallon container.

Not to be used for bidding purposes!

Page 301: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02900-15 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02900 (Bid Set)

d. Five 21-gram tablets per 15-gallon container. e. One 21-gram tablet per each 3 inches of box size.

16. No plant will be accepted if the root ball is broken or cracked, either before, during or after the process of installation.

17. All plants shall be thoroughly watered in to the full depth of each planting hole immediately after planting.

18. All trees specified to be staked shall be staked with 2 lodge pole stakes, driven into the ground on the sides of the tree perpendicular to the prevailing winds. a. The stakes shall be driven in plumb and secure. b. Special care shall be taken that the driving in of the stake does not

damage the tree roots or root ball. c. Tree ties shall be fastened to each tree and stake by looping figure 8’s

with the inside diameter of the tie at 2 or 3 times the diameter of the tree and by tacking the back of the tie to the stake. (See detailed drawings).

19. The staking shall be accomplished in such a manner as to insure the proper and healthy growth and safety of the plants, property, and the public.

20. Contractor shall be responsible for all surface and subsurface drainage required which may affect the guarantee of the trees, shrubs, and vines.

21. Pruning after planting shall be required on all trees, shrubs, and vines when necessary to provide the specified or approved standard shapes, form, and/or size characteristic to each plant. a. Pruning may include thinning, topping, and/or cutting and shall be under

the direction of Engineer. b. Cuts over 3/4-inch in diameter shall be painted with approved tree

sealant. 22. All trees 24-inch box and larger shall be spotted in place prior to the digging of

the hole. 23. All trees 24-inch box and larger shall be spotted and planted with a crane.

E. Planting groundcovers: 1. Groundcovers shall be planted in the areas indicated on the Drawings.

a. The groundcover plants shall be rooted cuttings grown in flats, and shall remain in those flats until transplanting.

2. All groundcover plants shall be planted with soil around the roots in staggered rows, evenly spaced at the intervals indicated on the Drawings.

3. The groundcover plants shall be planted sufficiently deep to cover all roots and a planting tablet shall be placed in each planting hole, as per manufacturer’s specifications, and shall be immediately sprinkled after planting until the entire area is soaked to the full depth of all the holes.

4. The groundcover planting area shall be hand-smoothed after planting to provide an even, smooth final finish grade.

5. Groundcover shall be planted within 12 inches of main plant stem where shrubs and trees are planted.

F. Hydroseeding: 1. Hydroseed shall be applied in the areas indicated on the Drawings and as

called for per mix. 2. Hydromulching equipment:

a. Manufacturers: One of the following or equal: 1) Bowie Industries, Inc.. 2) Reinco. 3) Finn Equipment Co..

Not to be used for bidding purposes!

Page 302: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02900-16 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02900 (Bid Set)

b. With built-in agitation system sufficient to agitate, suspend, and homogeneously mix slurry containing fiber, fertilizers, chemicals, and seed, mix.

c. Capable of slurry distribution line large enough to prevent stoppage. d. Equipped with set of hydraulic spray nozzles, which provide continuous

non-fluctuating discharge of minimum 225 pounds per square inch at end of spray nozzle.

3. Application: a. Mark test plots to calibrate equipment and rate of vehicle.

1) Continue test operations until satisfied with performance of even, smooth application.

b. Apply seed with wood cellulose fiber at 500 pounds per acre. 1) Do not allow seed to stay within slurry longer than 30 minutes.

c. Immediately after seeding, apply wood fiber mulch at 3,000 pounds per acre with a tackifier adhesive at 75 pounds per acre. 1) Mixture to be sufficient green in color to determine coverage. 2) Use nontoxic dye that is water-soluble.

d. Foot traffic on hydroseed is not permitted. 4. Slurry preparation:

a. Prepare slurry at project site, using potable water. 1) Plant effluent is acceptable.

b. Dispose of any slurry that has not been used within 2 hours at a location off-site at Contractor’s expense.

5. Hydroseed watering: a. Provide temporary watering system or apply water with a water truck

acceptable to Engineer. 1) Plant effluent may be used for hydroseed watering.

b. Germination stage: 1) Initiate watering sequence within 24 hours after hydro mulching

planted areas. a) Leave water on long enough to moisten soil thoroughly to a

depth of the fiber, taking care not to supersaturate or wash fiber or soil particles off the slopes.

b) Observe irrigation system continually while in operation. 2) Contractor to repair all seed washing or erosion immediately. 3) Irrigate fiber and seed lightly and frequently to maintain optimum

moisture content for maximum germination. a) Determine irrigation sequence according to air temperature,

prevailing wind velocity, soil texture, orientation, and other logistical problems.

4) Keep soil moist at all times during germination period. a) Continue irrigation sequence until seedlings have grown beyond

the germination stage, approximately 30 to 60 days. c. Establishment stage:

1) Reduce watering frequency while increasing duration of the water sufficiently to allow for maximum water penetration for the expanding root system. a) Take care not to cause erosion.

2) Precise watering reduction program to be determined by Contractor. d. Hardening-off stage:

1) Reduce irrigation frequency while increasing the duration of each water cycle.

Not to be used for bidding purposes!

Page 303: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02900-17 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02900 (Bid Set)

2) A specific watering program is to be approved by Owner. 6. Hydroseed mowing:

a. Contractor to mow seeded areas prior to spring germination. 7. Hydroseed maintenance:

a. Maintain hydroseed areas for 1-year following final acceptance. b. Maintenance involves watering, mowing, and any other activities required

to establish and maintain the ground cover. 8. Rehydroseeding of bare areas shall be done 30 days after initial application.

3.07 FIELD QUALITY CONTROL

A. Observation: 1. Contractor shall request Owner observation in writing; in advance of the time,

observation is required. Observation will be required for the following parts of work: a. Pre-construction meeting. b. Incorporation of soil conditioners and fertilizers into the soil. c. Upon the completion of grading prior to planting. d. Approval of plant materials. e. When trees and shrubs are spotted in place for planting, but before

planting holes are excavated. f. Orienting specified trees. g. Verification of finish grades. h. Application of pre-emergent herbicide. i. Pre-maintenance observation. j. When planting, and all other indicated or specified work, except the

maintenance period, has been completed, acceptance and written approval shall establish beginning of the maintenance period. 1) This is not a final observation or acceptance, and it does not relieve

Contractor from any of the responsibilities in the contract documents for this project.

k. Final observation to be held at the completion of the maintenance period. 1) This observation shall establish the beginning date for the 1-year

guarantee of all trees. 2. Acceptance: Upon completion of the final observation and the work of this

Section, Contractor will be notified in writing: a. Whether the work is acceptable. b. Of any requirements necessary for completion and acceptance.

3. Contractor or his authorized representative shall be on the site at the time of each observation.

3.08 HERBICIDE APPLICATION

A. Pre-emergent herbicide shall be applied to groundcover areas only, and in accordance with manufacturer’s specifications. 1. Do not apply in hydroseeded areas. 2. Engineer shall be notified and present at the time of application.

3.09 ADJUSTING

A. Correct any damage of lawn areas and planting at no additional cost to the Contract.

Not to be used for bidding purposes!

Page 304: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02900-18 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02900 (Bid Set)

B. Replant damaged lawn areas promptly.

3.10 PROTECTION

A. Protect turf areas against damage, including erosion and trespass and provide proper safeguards as may be needed.

B. Take special care to prevent erosion from surface drainage from other areas. Repair or replace any damage from such drainage.

3.11 CLEAN UP

A. As project progresses, Contractor shall maintain all areas in a neat manner and remove unsightly debris as necessary.

B. After completion of project, Contractor shall remove all debris and containers used in accomplishing work.

C. Contractor shall sweep and clean all sidewalks, asphalt, and concrete areas adjacent to plantings.

3.12 MAINTENANCE

A. The maintenance period begins on the first day after all landscape and irrigation work on this project is completed, checked, accepted, and written approval from Owner is given to begin the maintenance period, and shall continue for no less than 90 days.

B. Contractor shall continuously maintain all involved areas of the contract during the progress of the work and during the maintenance period until the final acceptance of the work.

C. Regular planting maintenance operations shall begin immediately after each plant is planted. 1. Plantings shall be kept in a healthy, growing condition and in a visual pleasing

appearance by watering, pruning, mowing, clipping, rolling, lawn edging, pick-up and disposal, trimming, fertilizing, re-staking, pest and disease controlling, spraying, weeding, cleaning-up, cleaning granite and rock areas, and any other necessary operation and maintenance.

2. Landscape areas shall be kept free of weeds, noxious grass, and all other undesired vegetative growth and debris.

3. All planted landscape found to be dead or in an impaired condition shall be replaced immediately within 3 days.

4. Contractor shall provide adequate personnel to accomplish the required maintenance.

D. Fertilizer (commercial) 7-9-4 with chelated minerals shall be applied at the rate of 12 pounds per 1,000 square feet 30 days after the beginning of the maintenance period, and every 30 days, for the duration of the contract maintenance period. 1. Rate of application is for bidding purposes only. 2. Soil test may reduce application rate.

Not to be used for bidding purposes!

Page 305: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02900-19 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02900 (Bid Set)

E. The contract completion date of the contract maintenance period will be extended, when in the opinion of Owner, improper maintenance, and/or possible poor unhealthy condition of planted material or unestablished non covering lawns are evident at the termination of the scheduled maintenance period. 1. Contractor shall be responsible for additional maintenance of the work at no

change in contract price until all of the work is completed and acceptable.

F. Contractor shall be responsible for maintaining adequate protection of the areas.

G. Damaged areas shall be repaired immediately at Contractor’s expense.

END OF SECTION

Not to be used for bidding purposes!

Page 306: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

 

Not to be used for bidding purposes!

Page 307: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02939-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02939 (Bid Set)

SECTION 02939

SEEDING

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: 1. Seeding. 2. Hydromulching. 3. Erosion-control material(s).

1.02 REFERENCES

A. Association of Official Seed Analysts (AOSA).

B. United States Department of Agriculture (USDA).

C. United States Environment Protection Agency (EPA).

1.03 DEFINITIONS

A. Duff layer: The surface layer of native topsoil that is composed of mostly decayed leaves, twigs, and detritus.

B. Finish grade: Elevation of finished surface of planting soil.

C. Manufactured topsoil: Soil produced off-site by homogeneously blending mineral soils or sand with stabilized organic soil amendments to produce topsoil or planting soil.

D. Pesticide: A substance or mixture intended for preventing, destroying, repelling, or mitigating a pest. This includes insecticides, miticides, herbicides, fungicides, rodenticides, and molluscicides. It also includes substances or mixtures intended for use as a plant regulator, defoliant, or desiccant.

E. Pests: Living organisms that occur where they are not desired or that cause damage to plants, animals, or people. These include insects, mites, grubs, mollusks (snails and slugs), rodents (gophers, moles, and mice), unwanted plants (weeds), fungi, bacteria, and viruses.

F. Planting soil: Standardized topsoil; existing, native surface topsoil; existing, in-place surface soil; imported topsoil; or manufactured topsoil that is modified with soil amendments and perhaps fertilizers to produce a soil mixture best for plant growth.

G. Subgrade: Surface or elevation of subsoil remaining after excavation is complete, or top surface of a fill or backfill before planting soil is placed.

Not to be used for bidding purposes!

Page 308: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02939-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02939 (Bid Set)

H. Surface soil: Soil that is present at the top layer of the existing soil profile at the Project site. In undisturbed areas, the surface soil is typically topsoil, but in disturbed areas such as urban environments, the surface soil can be subsoil.

I. Weeds: Includes Dandelion, Jimsonweed, Quackgrass, Horsetail, Morning Glory, Rush Grass, Mustard, Lambsquarter, Chickweed, Cress, Crabgrass, Canadian Thistle, Russian Thistle, Leafy Spurge, Nutgrass, Poison Oak, Blackberry, Tansy Ragwort, Bermuda Grass, Johnson Grass, Poison Ivy, Nut Sedge, Nimble Weed, Bindweed, Bent Grass, Wild Garlic, Perennial Sorrel, and Brome Grass.

1.04 SUBMITTALS

A. Product data: For each type of product indicated. 1. Pesticides and herbicides: Include product label and manufacturer's

application instructions specific to this Project. 2. Fertilizer and organic matter: Include product label and manufacturer's

application instructions specific to this Project. 3. Soil amendment: Analysis.

B. Certification of grass seed: From seed vendor for each grass-seed monostand or mixture stating the botanical and common name, percentage by weight of each species and variety, and percentage of purity, germination, and weed seed. Include the year of production and date of packaging. 1. Certification and inspection as required by governmental authorities of each

seed mixture for Native Shortgrass Mix. Include identification of source and name and telephone number of supplier.

C. Qualification data: For qualified landscape Installer.

D. Samples: Imported topsoil, organic matter, erosion control blanket and mulch.

E. Product certificates: For soil amendments and fertilizers, from manufacturer.

F. Maintenance instructions: Recommended procedures to be established by Owner for maintenance of turf and meadows during a calendar year. Submit before expiration of required initial maintenance periods.

1.05 QUALITY ASSURANCE

A. Installer qualifications: A qualified landscape Installer whose work has resulted in successful turf and meadow establishment. 1. Professional membership: Installer shall be a member in good standing of

either the Professional Landcare Network or the American Nursery and Landscape Association.

2. Experience: 5 years’ successful experience in the installation of seeded areas similar in size to this project.

3. Installer's field supervision: Require Installer to maintain an experienced full-time supervisor on Project site when work is in progress.

4. Personnel certifications: Installer's field supervisor shall have certification in all of the following categories from the Professional Landcare Network: a. Certified Landscape Technician - Exterior, with installation and irrigation

specialty area(s).

Not to be used for bidding purposes!

Page 309: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02939-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02939 (Bid Set)

5. Maintenance proximity: Not more than 2 hours' normal travel time from Installer's place of business to Project site.

6. Pesticide applicator: State licensed, commercial.

B. Soil-testing laboratory qualifications: An independent laboratory or university laboratory, recognized by the State Department of Agriculture, with the experience and capability to conduct the testing indicated and that specializes in types of tests to be performed.

C. Soil analysis: For each unamended soil type, furnish soil analysis and a written report by a qualified soil-testing laboratory stating percentages of organic matter; gradation of sand, silt, and clay content; cation exchange capacity; sodium absorption ratio; deleterious material; pH; and mineral and plant-nutrient content of the soil. Refer to plan notes for number and location of soil analysis tests. 1. Testing methods and written recommendations shall comply with USDA's

Handbook No. 60. 2. The soil-testing laboratory shall oversee soil sampling, with depth, location,

and number of samples to be taken per instructions from Engineer. a. A minimum of 3 representative samples shall be taken from varied

locations for each soil to be used or amended for planting purposes. 3. Report suitability of tested soil for turf growth.

a. Based on the test results, state recommendations for soil treatments and soil amendments to be incorporated. 1) State recommendations in weight per 1,000 square feet or volume

per cubic yard for nitrogen, phosphorus, and potash nutrients and soil amendments to be added to produce satisfactory planting soil suitable for healthy, viable plants.

b. Report presence of problem salts, minerals, or heavy metals, including aluminum, arsenic, barium, cadmium, chromium, cobalt, lead, lithium, and vanadium. If such problem materials are present, provide additional recommendations for corrective action.

D. Pre-installation conference: Conduct conference at project site.

1.06 DELIVERY, STORAGE, AND HANDLING

A. Seed and other packaged materials: 1. Deliver packaged materials in original, unopened containers showing weight,

certified analysis, name and address of manufacturer, and indication of conformance with state and federal laws, as applicable.

2. Protect seed during delivery and storage. 3. Seed that has become wet or otherwise damaged will not be acceptable.

B. Deliver packaged materials in waterproof bags showing weight, chemical analysis and name or trademark of manufacturer. 1. Provide seed mixture in containers showing percentage of seed mix, year of

production, net weight, date of packaging, percentage of purity (PLS), percentage of germination and location of packaging.

C. Local sourcing of seed not in sealed containers is permitted for smaller projects.

D. Label seed bags per variety.

Not to be used for bidding purposes!

Page 310: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02939-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02939 (Bid Set)

E. Store materials in protected and covered storage until application or use.

F. Bulk materials: 1. Do not dump or store bulk materials near structures, utilities, walkways and

pavements, or on existing turf areas or plants. 2. Provide erosion-control measures to prevent erosion or displacement of bulk

materials, discharge of soil-bearing water runoff, and airborne dust reaching adjacent properties, water conveyance systems, or walkways.

3. Accompany each delivery of bulk fertilizers, lime, and soil amendments with appropriate certificates.

G. Truck receipts: For verification of all soil amendments and imported topsoil.

1.07 SITE CONDITIONS

A. Planting restrictions: Plant during 1 of the following periods. Coordinate planting periods with initial maintenance periods to provide required maintenance from date. 1. Irrigated seed areas: Seed from ground thaw to July 31 and September 1 to

October 15. 2. Non-irrigated seed areas: Seed from March 15 to July 4 and September 1 to

October 15. 3. Pure Warm Season Grass Seed Areas: Seed from June 1 to August 15. 4. Dormant Seeding Areas: Seed from October 15 to ground freeze. 5. Per seed detail.

B. Coordinate with Contractor’s work requiring access to site over existing vegetation areas. 1. No trucking or moving of equipment or materials shall be permitted over

completed seed areas.

C. Coordinate with installation of all underground system piping and outlets.

D. Weather limitations: 1. Proceed with planting only when existing and forecasted weather conditions

permit planting to be performed when beneficial and optimum results may be obtained.

2. Apply products during favorable weather conditions according to manufacturer's written instructions.

1.08 WARRANTY

A. Warranty: 1. Guarantee all seeding to be alive and healthy for 2 years following date of final

completion by the Engineer. 2. Seeded areas shall have an even stand of grass with germination, over

100 percent of the site within 45 days of seeding. 3. All seeded grass areas are to be assured of obtaining a satisfactory stand of

growth. 4. The total area occupied by bare spots larger than 0.25 square feet must not

exceed 10 percent of the total seeded area. 5. Maximum single bare spot size of irrigated seed 3 inches by 3 inches. 6. Maximum single bare spot size of non-irrigated seed is 1 square foot.

Not to be used for bidding purposes!

Page 311: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02939-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02939 (Bid Set)

7. All seeded grass areas which do not meet the satisfactory stand of growth qualification shall be reseeded and mulched.

B. Replace seeding when it is no longer in a satisfactory condition or do not meet the preceding standard as determined by the Engineer or the duration of the Guarantee/Warranty Period. 1. Make replacements as soon as possible within the recommended seeding

schedule.

C. Replacements: 1. Seed of same mix, quality and species as originally specified, as soon as

possible within the recommended seeding schedule, with a new 1-year warranty commencing on date of replacement.

2. Repairs and replacements shall be made at no expense to the Owner.

PART 2 PRODUCTS

2.01 HYDROMULCHING EQUIPMENT

A. Manufacturers: One of the following or equal: 1. Bowie Industries, Inc. 2. Reinco. 3. Finn Equipment Co.

B. With built-in agitation system sufficient to agitate, suspend, and homogeneously mix slurry containing fiber, fertilizers, chemicals, and seed mix.

C. Capable of slurry distribution line large enough to prevent stoppage.

D. Equipped with set of hydraulic spray nozzles which provide continuous nonfluctuating discharge of minimum 225 pounds per square inch at end of spray nozzle.

2.02 GRASS SEED

A. Grass seed: Fresh, clean, dry, new-crop seed complying with AOSA’s “Journal of Seed Technology; Rules for Testing Seeds” for purity and germination tolerances.

B. Seed species: 1. Seed of grass species as follows, with not less than 95 percent germination,

not less than 85 percent pure seed, and not more than 0.5 percent weed seed. 2. The percentage of material, other than grass seed in the mixture, shall not

include more than 18 percent non-viable seed, chaff, hulls, live seed of crop plants (other than those specified), harmless inert matter.

C. Proprietary seed mix can be made at approved seed source: 1. Products: Subject to compliance with requirements, provide the following.

D. Provide seed mixes per seed as indicated on the Drawings.

Not to be used for bidding purposes!

Page 312: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02939-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02939 (Bid Set)

2.03 EROSION CONTROL SEED

A. Erosion control seed mix from latest crop. Minimum pure live seed content to be 80 percent, and tested within the preceding 6 months. Do not use seed mix after expiration date. 1. Blando Brome: 20 pounds per acre. 2. Annual Rye: 25 pounds per acre. 3. Rose Clover: 20 pounds per acre. 4. Zorro Annual Fescue: 10 pounds per acre.

2.04 WATER

A. Use potable water for making up seed mixture. Plant effluent may be used for hydroseeding watering, as specified in this Section.

2.05 SOIL AMENDMENTS

A. Soil amendments and fertilizer shall be applied as indicated on the Drawings unless imported topsoil is used. 1. Soil amendment and fertilizer recommendations, along with supporting soil test

analysis, shall be submitted to and approved by the Engineer prior to application on the site.

2.06 FERTILIZERS

A. Uniform in composition, free flowing and suitable for application with approved equipment, of the proportions necessary to eliminate any deficiencies of topsoil, as indicated in analysis. 1. Fertilizer shall be delivered to the site fully labeled according 10 applicable

state fertilizer laws and shall bear the name, tradename, trademark and warranty of the provider.

B. As indicated on the Drawings and notes.

2.07 PLANTING SOILS

A. Topsoil: Fertile soil, typical for locality, capable of sustaining vigorous plant growth, taken from drained site; free of subsoil, stones over 1 inch in diameter, clay clumps, or impurities, plants weeds and roots; pH value of minimum 6.5 and maximum 7.5.

2.08 MULCHES

A. Mulching material: 1. Straw mulch:

a. Straw of oats, barley, wheat or rye only. b. Straw shall be free from weeds, foreign matter detrimental to plant life,

and dry. 50 percent of straw shall be minimum 10 inches long. c. Hay or chopped cornstalks are not acceptable. d. Straw in such an advanced stage of decomposition as to smother or

retard the normal growth of grass will not be accepted. e. Old straw mulch which breaks during crimping will not be accepted.

Not to be used for bidding purposes!

Page 313: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02939-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02939 (Bid Set)

2. Wood cellulose fiber mulch: a. Wood cellulose fiber mulch, containing no substance or factor which might

inhibit germination or growth of grass seed, with organic tacilier. b. Wood fibers must be capable of being evenly dispersed and suspended

when agitated in water. c. Furnish dyed wood cellulose fiber with green color to allow visual metering

of its application. 3. As indicated on the Drawings.

B. Hydroseeding Mulch: Wood fiber manufactured for hydroseeding. Manufacturers: One of the following or equal: 1. Grass Growers. 2. Conwed Corp., Fibers Div. 3. Eva Cell Co.

C. Erosion control blanket: 1. Jute matting, open weave. 2. Excelsior erosion control blankets or approved equal:

a. Regular blanket, machine produced mat of curled wood excelsior of 80 percent 6 inch or longer fiber length with a consistent width of fibers evenly distributed throughout mat; a photo-biodegradable extruded plastic netting shall cover the top side of blanket.

b. Netting shall be secured to wood excelsior by extra heavy lines of plastic woven into the width of each blanket.

c. Blanket shall be smolder resistant with no chemical additives. 3. As indicated on the Drawings.

D. Herbicide and pesticide: Submit labels for approval.

E. Stakes: Softwood lumber, chisel pointed.

2.09 PESTICIDES

A. General: 1. Pesticide, registered and approved by EPA, acceptable to authorities having

jurisdiction, and of type recommended by manufacturer for each specific problem and as required for Project conditions and application.

2. Do not use restricted pesticides unless authorized in writing by authorities having jurisdiction.

B. Pre-emergent herbicide (Selective and Non-Selective): Effective for controlling the germination or growth of weeds within planted areas at the soil level directly below the mulch layer.

C. Post-emergent herbicide (Selective and Non-Selective): Effective for controlling weed growth that has already germinated.

Not to be used for bidding purposes!

Page 314: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02939-8 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02939 (Bid Set)

PART 3 EXECUTION

3.01 EXAMINATION

A. Examine areas to be planted for compliance with requirements and other conditions affecting performance. 1. Verify that no foreign or deleterious material or liquid such as paint, paint

washout, concrete slurry, concrete layers or chunks, cement, plaster, oils, gasoline, diesel fuel, paint thinner, turpentine, tar, roofing compound, or acid has been deposited in soil within a planting area.

2. Do not mix or place soils and soil amendments in frozen, wet, or muddy conditions.

3. Suspend soil spreading, grading, and tilling operations during periods of excessive soil moisture until the moisture content reaches acceptable levels to attain the required results.

4. Uniformly moisten excessively dry soil that is not workable and which is too dusty.

B. Start of work covered in this Section constitutes Contractor’s approval of all existing site conditions. 1. Proceed with installation only after unsatisfactory conditions have been

corrected.

C. If contamination by foreign or deleterious material or liquid is present in soil within a planting area, remove the soil and contamination as directed by the Engineer and replace with new planting soil.

3.02 PREPARATION

A. Protect existing and new structures, fences, utilities, sidewalks, paving, curbs, and other facilities, trees, shrubs, and plantings from damage caused by planting operations. 1. Protect adjacent and adjoining areas from hydromulching overspray. 2. Protect grade stakes set by others until directed to remove them. 3. Protect landscaping and other features remaining as final work.

B. Install erosion-control measures to prevent erosion or displacement of soils and discharge of soil-bearing water runoff or airborne dust to adjacent properties and walkways.

3.03 TURF AREA PREPARATION

A. Limit turf subgrade preparation to areas to be planted.

B. Newly graded subgrades: 1. Loosen/scarify subgrade to a minimum depth of 6 inches. 2. Remove stones larger than 1 inch in any dimension and sticks, roots, rubbish,

and other extraneous matter and legally dispose of them off Owner's property. 3. Repeat cultivation in areas where equipment used for hauling and spreading

topsoil has compacted the subgrade. 4. Tolerances: Top of subgrade plus or minus 1 inch.

Not to be used for bidding purposes!

Page 315: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02939-9 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02939 (Bid Set)

C. Prepare subgrade and eliminate uneven areas and low spots. 1. Maintain lines, levels, profiles and contours. 2. Make changes in grade gradual. Blend slopes into level areas.

D. Do not prepare subgrade in areas of on-site plant preservation.

E. Do not bury foreign material beneath areas to be seeded.

F. Remove any contaminated subgrade. 1. Apply superphosphate fertilizer directly to subgrade before loosening.

a. Delay mixing fertilizer with planting soil if planting will not proceed within a few days.

b. Mix lime with dry soil before mixing fertilizer. 2. Spread planting soil to a depth of 6 inches but not less than required to meet

finish grades after light rolling and natural settlement. Do not spread if planting soil or subgrade is frozen, muddy, or excessively wet. a. Spread approximately 1/2 the thickness of planting soil over loosened

subgrade. Mix thoroughly into top 4 inches of subgrade. Spread remainder of planting soil.

b. Reduce elevation of planting soil to allow for soil thickness of sod.

G. Unchanged subgrades: If turf is to be planted in areas unaltered or undisturbed by excavating, grading, or surface-soil stripping operations, prepare surface soil as follows: 1. Remove existing grass, vegetation, and turf.

a. Do not mix into surface soil. 2. Loosen surface soil to a depth of at least 6 inches.

a. Apply soil amendments and fertilizers according to planting soil mix proportions and mix thoroughly into top 4 inches of soil.

b. Apply superphosphate fertilizer directly to surface soil before loosening. 3. Remove stones larger than 1 inch in any dimension and sticks, roots, trash,

and other extraneous matter. 4. Legally dispose of waste material, including contaminated soils, grass,

vegetation, and turf, off Owner's property.

H. Finish grading: 1. Grade seeding areas to a smooth, uniform surface plane with loose, uniformly

fine texture. 2. Grade to within plus or minus 1/2 inch of finish elevation. 3. Roll and rake, remove ridges, fill depressions to meet finish grades, and

ensure positive surface drainage. 4. Maintain profiles and contour of subgrade. 5. Limit finish grading to areas that can be planted in the immediate future.

I. Rip topsoil that has been spread to a minimum depth of 8 inches in one direction using an agricultural ripper with tines spaced at no greater than 18 inches. 1. Areas adjacent to walks, structures, curbs, etc., where the use of large

mechanical equipment is difficult, shall be worked with smaller equipment or by hand.

J. Manually spread topsoil close to plant materials and structures to prevent damage.

Not to be used for bidding purposes!

Page 316: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02939-10 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02939 (Bid Set)

K. Spread amendments, as determined by the soil test results or indicated on the Drawings, over the entire area to be seeded and incorporate into the top 6 inches of soil by disking or rototilling until a uniform mixture is obtained with no pockets of soil or amendments remaining.

L. Restore fine grade with float drag to remove irregularities resulting from tilling operations. 1. Float drag or rake in 2 directions. 2. Remove any additional stones over 1 inch that have come to the surface. 3. Perform drainage test by applying water with the irrigation system. 4. Do not plant until the finished grade is reviewed by the Engineer. 5. This review does not reduce Contractor's responsibility to provide a finished

product that drains.

M. Apply fertilizer, if necessary, after smooth raking of topsoil and prior to planting of seed. 1. Apply fertilizer at a rate as determined by the soil tests or indicated on the

Drawings. 2. Do not apply fertilizer at same time or with same machine as will be used to

apply seed. 3. Mix thoroughly into upper 6 to 8 inches of soil.

N. Lightly water to aid the dissipation of fertilizer.

O. Remove any additional stones over 1 inch that have come to the surface.

P. Moisten prepared area before planting if soil is dry. 1. Water thoroughly and allow surface to dry before planting. 2. Do not create muddy soil.

Q. Before planting, obtain Engineer’s acceptance of finish grading; restore planting areas if eroded or otherwise disturbed after finish grading.

R. Tolerances: Top of topsoil plus or minus 1/2 inch.

3.04 PREPARATION FOR EROSION-CONTROL MATERIALS

A. Install erosion-control materials in accordance with manufacturers recommendations.

B. For erosion-control blanket or mesh, install from top of slope, working downward, and as recommended by material manufacturer for site conditions. 1. Fasten as recommended by material manufacturer.

C. Moisten prepared area before planting if surface is dry. 1. Water thoroughly and allow surface to dry before planting. 2. Do not create muddy soil.

3.05 HYDROSEED WATERING

A. Provide temporary watering system or apply water with a water truck acceptable to Engineer. 1. Plant effluent may be used for hydroseed watering.

Not to be used for bidding purposes!

Page 317: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02939-11 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02939 (Bid Set)

2. Do not place irrigation lines on top of embankment slope.

B. Germination Stage: 1. Initiate watering sequence within 24 hours after hydromulching planted areas.

Leave water on long enough to moisten soil thoroughly to a depth of the fiber, taking care not to supersaturate or wash fiber or soil particles off the slopes. Observe irrigation system continually while in operation.

2. Contractor to repair all seed washing or erosion immediately. 3. Irrigate fiber and seed lightly and frequently to maintain optimum moisture

content for maximum germination. Determine irrigation sequence according to air temperature, prevailing wind velocity, soil texture, orientation, and other logistical problems.

4. Keep soil moist at all times during germination period. Continue irrigation sequence until seedlings have grown beyond the germination stage, approximately 30 to 60 days.

C. Establishment Stage: 1. Reduce watering frequency while increasing duration of the water sufficiently

to allow for maximum water penetration for the expanding root system. Take care not to cause erosion.

2. Precise watering reduction program to be determined by Contractor.

D. Hardening-off Stage: 1. Reduce irrigation frequency while increasing the duration of each water cycle. 2. A specific watering program to be approved by Owner.

3.06 HYDROSEED MOWING

A. Contractor to mow seeded areas prior to spring germination.

3.07 HYDROSEED MAINTENANCE

A. Maintain hydroseed areas for 1 year following final acceptance.

B. Maintenance involves watering, mowing, and any other activities required to establish and maintain the ground cover.

3.08 SEEDING

A. Preparation for seeding: 1. Prior to seeding, if weeds exists, apply Round-Up herbicide per manufacturer's

specifications after germination of weed seeds and at least 2 weeks prior to seeding.

2. Do not spray on a day when wind is detectable. 3. Remove remaining vegetative matter. 4. Repeat herbicide application until no weeds are evident for 14 days after last

herbicide application, as determined by the Engineer.

B. Drill seeding: 1. Drill seed by means of a Brillion mechanical power-drawn drill seeders, or

equal, to a maximum depth of 1/4-inch followed by packer wheels or drag chains to provide smooth finish.

2. Seed at the rates given below.

Not to be used for bidding purposes!

Page 318: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02939-12 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02939 (Bid Set)

3. Seed in 2 passes at right angles to one another. 4. Sow half the seed in each pass. 5. Provide markers or other means to assure that the successive seeded strips

will overlap or be separated by a space no greater than the space between the rows planted by the equipment being used.

6. Do not seed during windy weather. 7. Restore fine grade after seeding as requested by the Engineer. 8. Remove irregularities by hand raking or rolling.

C. In areas inaccessible to a drill seeder, broadcast seed by hand in 2 opposite directions. 1. Rake in seed after broadcasting. 2. Do not broadcast seed during windy weather.

D. Seeding rates: 1. Seeding rates shall be as indicated on the Drawings for drill seeded areas. 2. Hand and broadcast seeded areas shall receive 2 times the seeding rate

indicated.

E. Do not seed areas in excess of that which can be mulched on same day.

F. Do not sow immediately following rain, when ground is too dry, frozen, or during windy periods.

G. Roll seeded area with roller not exceeding 100 pounds.

H. Immediately following seeding and compacting, apply mulch.

I. Sow seed with spreader or seed drill machine. 1. Do not broadcast or drop seed when wind velocity exceeds 5 miles per hour. 2. Evenly distribute seed by sowing equal quantities in 2 directions at right angles

to each other. a. Do not use wet seed or seed that is moldy or otherwise damaged. b. Do not seed against existing trees.

1) Limit extent of seed to outside edge of planting saucer.

J. Sow seed at a total rate as indicated on the Drawings.

K. For any Broadcast seeded areas rake seed lightly into top 1/8 inch of soil, roll lightly, and water with fine spray.

L. Protect seeded areas with erosion-control mats where indicated on the Drawings; install and anchor according to manufacturer's written instructions.

3.09 SEED ESTABLISHMENT ON SLOPES

A. Protect seeded areas with slopes and swales exceeding 1:4 with erosion-control blankets installed and stapled according to manufacturer's written instructions.

B. Roll fabric onto slopes without stretching or pulling.

C. Lay fabric smoothly on surface in direction of water flow. 1. Bury top end of each section in 6-inch deep excavated topsoil trench.

Not to be used for bidding purposes!

Page 319: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02939-13 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02939 (Bid Set)

2. Provide 6-inch overlap of adjacent rolls. 3. Backfill trench and rake smooth, level with adjacent soil.

D. Secure outside edges and overlaps at 24-inch intervals with stakes.

E. Lightly dress slopes with topsoil to ensure close contact between fabric and soil.

F. For sides of ditches, lay fabric laps in direction of water flow. 1. Lap ends and edges minimum 6 inches.

3.10 MULCHING

A. Straw mulching: 1. After seeding, apply 2 tons of small grained straw per acre.

a. Spread straw to give a 1/2 inch to 1 inch thick layer of mulch (3 to 5 straws thick) and crimp in 2 to 3 inches with a mechanical crimper or other approved equipment.

2. Hand crimping shall be employed in areas inaccessible to crimper, or where excessive slopes would cause unsatisfactory results.

3. Crimping against the contour shall not be accepted. 4. Apply water and tackifier with a fine spray immediately after each area has

been mulched. a. Saturate to 4 inches of soil.

B. Hydromulching: 1. Hydromulch all dormant seeded areas with a slurry mix containing additional

tacifier. 2. Utilize hydraulic equipment with nozzle adapted for hydraulic mulching with

storage tanks having means of estimating volume used or remaining in the tank.

3. Hydromulch shall consist of tacifier applied at a rate of 100 pounds per acre and a cellulose fiber mulch mixed to form a homogeneous slurry; spray applied to seeded area at a rate of 2,200 pounds per acre. a. Hydromulch applied to dormant seeded areas shall consist of tacifier

applied at a rate of 150 pounds per acre and a cellulose fiber mulch mixed to form a homogeneous slurry; spray applied to seeded area at a rate of 2,200 pounds per acre.

C. Protect seeded areas with slopes not exceeding 1:4 by spreading straw mulch. 1. Spread uniformly at a minimum rate of 2 tons per acre to form a continuous

blanket 1-1/2 inches in loose thickness over seeded areas. 2. Spread by hand, blower, or other suitable equipment.

a. Anchor straw mulch by crimping into soil with suitable mechanical equipment.

b. Bond straw mulch by spraying with asphalt emulsion at a rate of 10 to 13 gallons per 1,000 square feet. 1) Take precautions to prevent damage or staining of structures or other

plantings adjacent to mulched areas. 2) Immediately clean damaged or stained areas.

Not to be used for bidding purposes!

Page 320: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02939-14 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02939 (Bid Set)

D. Protect seeded areas from hot, dry weather or drying winds by applying hydro mulch and tackifier within 24 hours after completing seeding operations. 1. Soak areas, scatter mulch uniformly to a thickness of 3/16 inch and roll surface

smooth.

3.11 EXISTING VEGETATION RENOVATION

A. Renovate existing vegetation.

B. Renovate existing vegetation damaged by Contractor's operations, such as storage of materials or equipment and movement of vehicles. 1. Reestablish vegetation where settlement or washouts occur or where minor

regrading is required. 2. Install topsoil as required.

C. Remove sod and vegetation from diseased or unsatisfactory vegetation areas; do not bury in soil.

D. Remove topsoil containing foreign materials such as oil drippings, fuel spills, stones, gravel, and other construction materials resulting from Contractor's operations, and replace with new planting soil.

E. Mow, dethatch, core aerate, and rake existing vegetation.

F. Prior to seeding, irrigate for a minimum of 2 weeks to allow germination of weed seeds. 1. Apply Round-Up herbicide per manufacturer's specifications after germination

of weed seeds and at least 2 weeks prior to seeding. 2. Do not spray on a day when wind is detectable. 3. Remove remaining vegetative matter. 4. Repeat irrigation and herbicide application until no weeds are evident for

14 days after last herbicide application, as determined by the Engineer.

G. Remove waste and foreign materials, including weeds, soil cores, grass, vegetation, and turf, and legally dispose of them off Owner's property.

H. Till stripped, bare, and compacted areas thoroughly to a soil depth of 6 inches.

I. Apply soil amendments and initial fertilizers required for establishing new turf and mix thoroughly into top 4 inches of existing soil. 1. Install new planting soil to fill low spots and meet finish grades.

J. Apply seed and protect with hydro mulch as required for new vegetation.

K. Water newly planted areas and keep moist until new turf is established.

3.12 SATISFACTORY SEED AREAS

A. Turf installations shall meet the following criteria as determined by the Engineer: 1. Acceptance for soil preparation (topsoil installation and final grading shall be

given by the Engineer upon satisfactory completion of each section or area prior to seeding as indicated on the Drawings or as otherwise specified.

Not to be used for bidding purposes!

Page 321: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02939-15 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02939 (Bid Set)

2. Final completion for seeded areas shall be given by the Engineer as soon as there is an even stand of grass with germination over 100 percent of the site. a. Warranty:

1) Guarantee all seeding to be alive and healthy for 2 years following date of final completion by the Engineer.

2) Seeded areas shall have an even stand of grass with germination, over 100 percent of the site within 45 days of seeding.

3) All seeded grass areas are to be assured of obtaining a satisfactory stand of growth.

4) The total area occupied by bare spots larger than 0.25 square feet must not exceed 10 percent of the total seeded area.

5) Maximum single bare spot size of irrigated seed 3 inches by 3 inches.

6) Maximum single bare spot size of non-irrigated seed is 1 square foot. 7) All seeded grass areas which do not meet the satisfactory stand of

growth qualification shall be reseeded and mulched. b. Re-seed areas that in the opinion of the Engineer do not meet the

preceding standards.

B. Use specified materials to reestablish turf that does not comply with requirements and continue maintenance until turf is satisfactory.

3.13 SEEDED AREA MAINTENANCE

A. Maintain and establish seeded area by watering, noxious weed management, mowing, trimming, replanting, and performing other operations as required to establish a healthy, viable seeded area. 1. Roll, regrade, and replant bare or eroded areas and remulch. 2. Provide materials and installation the same as those used in the original

installation. a. Fill in as necessary soil subsidence that may occur because of settling or

other processes. 1) Replace materials and seeded area damaged or lost in areas of

subsidence. b. In areas where mulch has been disturbed by wind or maintenance

operations, add new mulch and anchor as required to prevent displacement.

c. Apply treatments as required to keep seeded area and soil free of pests and pathogens or disease. 1) Use integrated pest management practices whenever possible to

minimize the use of pesticides and reduce hazards.

B. Watering: Install and maintain temporary piping, hoses, and seeded area watering equipment to convey water from sources and to keep meadow uniformly moist. 1. Schedule watering to prevent wilting, puddling, erosion, and displacement of

seed or mulch. a. Lay out temporary watering system to avoid walking over muddy or newly

planted areas. 2. Water meadow with fine spray at a minimum rate of 1/2 inch per week or more

for seed establishment for 6 weeks after planting or until seed establishment is determined by the Engineer (whichever is longer) unless rainfall precipitation is adequate.

Not to be used for bidding purposes!

Page 322: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02939-16 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02939 (Bid Set)

3.14 PESTICIDE APPLICATION

A. Apply pesticides and other chemical products and biological control agents in accordance with requirements of authorities having jurisdiction and manufacturer's written recommendations. 1. Coordinate applications with Owner's operations and others in proximity to the

Work. 2. Notify Owner before each application is performed.

B. Post-emergent herbicides (Selective and Non-Selective): Apply only as necessary to treat already-germinated weeds and in accordance with manufacturer's written recommendations.

3.15 CLEANUP AND PROTECTION

A. Promptly remove soil and debris created by turf work from paved areas. 1. Clean wheels of vehicles before leaving site to avoid tracking soil onto roads,

walks, or other paved areas.

B. Erect temporary fencing or barricades and warning signs as required to protect newly seeded areas from traffic. 1. Maintain fencing and barricades throughout initial seed establishment.

C. Remove nondegradable erosion-control measures after grass establishment period.

D. During landscape installation: 1. All areas shall be reasonably clean at the end of each workday. 2. Sidewalks and other paved areas shall be swept or washed down as needed.

E. Project completion: 1. All debris, soil, and trash resulting from landscape operations shall be

removed from the site. 2. All paved areas shall be washed down.

END OF SECTION

Not to be used for bidding purposes!

Page 323: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02952-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02952 (Bid Set)

SECTION 02952

PAVEMENT RESTORATION AND REHABILITATION

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: 1. Resurfacing roads and paved surfaces in which surface is removed or

damaged by installation of new work.

B. Related sections: 1. The Contract Documents are complementary; what is called for by one is as

binding as if called for by all. 2. It is the Contractor’s responsibility for scheduling and coordinating the Work of

subcontractors, suppliers, and other individuals or entities performing or furnishing any of Contractor’s Work.

3. The following Sections are related to the Work described in this Section. This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the Contractor to see that the completed Work complies accurately with the Contract Documents. a. Section 02050 - Soils and Aggregates for Earthwork. b. Section 02742 - Asphaltic Concrete Paving. c. Section 03300 - Cast-in-Place Concrete.

1.02 SYSTEM DESCRIPTION

A. Performance requirements: 1. Limiting dimensions:

a. Determine the exact lengths and dimensions of such roads, pavements, parking areas, and walks that will require removal and replacement for new work.

b. Join existing surfaces to terminals of new surfacing in smooth juncture.

1.03 SUBMITTALS

A. Mix designs: 1. Prior to placement of asphalt concrete, submit full details, including design and

calculations for the asphalt concrete mix proposed. 2. Submit gradation of aggregate base. 3. Submit proposed mix design of portland cement concrete.

PART 2 PRODUCTS

2.01 MATERIALS

A. Aggregate base course: As specified in Section 02050.

B. Asphalt pavement: As specified in Section 02742.

Not to be used for bidding purposes!

Page 324: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02952-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02952 (Bid Set)

C. Portland cement concrete replacement material: Class A concrete as specified in Section 03300.

2.02 EQUIPMENT

A. Roads, pavements, parking areas, and walks: 1. Equipment requirements: Good condition, capable of performing work

intended in satisfactory manner.

2.03 ACCESSORIES

A. Material for painting asphalt concrete pavement: Tack coat as specified in Section 02742.

PART 3 EXECUTION

3.01 INSTALLATION

A. Aggregate surface removal replacement: 1. When trench cut is in aggregate surfaced areas, replace aggregate base

course material with material matching existing material compacted to 95 percent of its maximum density.

B. Pavement removal and temporary asphalt replacement: 1. Install temporary asphalt pavement or first course of permanent pavement

replacement immediately following backfilling and compaction of trenches that have been cut through existing pavement.

2. Except as otherwise provided, maintain this temporary pavement in safe and reasonably smooth condition until required permanent pavement is installed.

3. Remove and dispose of temporary paving from project site. 4. Where longitudinal trench is partly in pavement, replace pavement to original

pavement edge, on a straight line, parallel to centerline of roadway. 5. Where no part of longitudinal trench is in pavement, surfacing replacement

shall only be required where existing surfacing materials have been removed.

C. Asphalt pavement replacement: 1. Replace asphalt pavement to same thickness as adjacent pavement and

match as nearly as possible adjacent pavement in texture, unless otherwise indicated on the Drawings.

2. Cut existing asphalt pavements to be removed for trenches or other underground construction by wheel cutter, clay spade, or other device capable of making neat, reasonably straight and smooth cut without damaging adjacent pavement. Cutting device operation shall be subject to acceptance of Engineer.

3. Cut and trim existing pavement after placement of required aggregate base course and just prior to placement of asphalt concrete for pavement replacement, and paint trimmed edges with material for painting asphalt concrete pavement immediately prior to constructing new abutting asphalt pavements. No extra payment will be made for these items, and all costs incurred in performing this work shall be incidental to pipe laying or pavement replacement.

4. Conform replacement of asphalt pavement to contour of original pavement.

Not to be used for bidding purposes!

Page 325: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02952-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02952 (Bid Set)

D. Portland cement concrete pavement replacement: 1. Where trenches lie within portland cement concrete section of streets, alleys,

sidewalks, and similar concrete construction, saw cut such concrete (to a depth of not less than 1-1/2 inches) to neat, vertical, true lines in such manner adjoining surfaces are not damaged.

2. Place portland cement concrete replacement material to dimension as indicated on the Drawings.

3. Provide expansion joints that match existing. 4. Before placing replacement concrete, thoroughly clean edges of existing

pavement and wash with neat cement and water. 5. Surface finish: Wood float finish.

E. Curb, gutter, and sidewalk replacement: 1. Where any concrete curb, gutter, or sidewalk has been removed or displaced,

replace to nearest construction joints with new Class A curb, gutter, or sidewalk to same dimensions and finish as original construction that was removed: a. Provide expansion joints of same spacing and thickness as original

construction.

F. Asphalt pavements: 1. Trim existing asphalt pavements which are to be matched by pavement

widening or pavement extension to neat true line with straight vertical edges free from irregularities with saw specifically designed for this purpose. Minimum allowable depth of cut shall be 1-1/2 inches.

2. Cut and trim existing pavement after placement of required aggregate base course and just prior to placement of asphalt concrete for pavement widening or extension, and paint trimmed edges with material for painting asphalt concrete pavement immediately prior to constructing new abutting asphalt concrete pavements.

3. No extra payment will be made for these items and all costs incurred in performing this work shall be incidental to widening or pavement extension.

3.02 FIELD QUALITY CONTROL

A. Tests: 1. Asphalt concrete as specified in Section 02742. 2. Concrete as specified in Section 03300.

B. Inspection: 1. Asphalt concrete:

a. Lay 10-foot straightedge parallel to centerline of trench when the trenches run parallel to street, and across pavement replacement when trench crosses street at angle.

b. Remove and correct any deviation in cut pavement replacement greater than 1/4 inch in 10 feet.

2. Portland cement concrete replacement pavement: a. Lay 10-foot straightedge either across pavement replacement or

longitudinal with centerline of gutter or ditch. b. Remove and correct any deviation in cut pavement replacement greater

than 1/4 inch in 10 feet.

END OF SECTION

Not to be used for bidding purposes!

Page 326: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

 

Not to be used for bidding purposes!

Page 327: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02981-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02981 (Bid Set)

SECTION 02981

DECORATIVE STONE LANDSCAPING

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Decomposed granite rock groundcover.

1.02 SUBMITTALS

A. Product Data: Submit for chemical agents. Include: 1. Material safety data sheets. 2. Environmental Protection Agency registration number. 3. Manufacturer's instructions for handling, storing, mixing, and application.

B. Shop Drawings: Submit gradation analysis from lot.

C. Samples: Provide representative sample (Minimum 2 pounds sample in sealed plastic bag) of each type of decorative stone used on the project showing representative color, size, gradation, and texture for approval prior to ordering

1.03 DELIVERY, STORAGE, AND HANDLING

A. Acceptance at site: Provide load tickets indicating weight and conformance with submittals.

B. Storage and protection: 1. Protect delivered material from contamination by, or mixing with, other

materials.

C. Handling: 1. Handle, mix, and apply chemicals in accordance with applicable regulations

and manufacturer's instructions. When required, use licensed applicator. 2. Store chemicals in accordance with hazardous material regulations.

1.04 PROJECT CONDITIONS

A. Existing conditions: 1. Verify proper finish grades before beginning work.

PART 2 PRODUCTS

2.01 MATERIALS

A. Work includes providing and installing decorative stone/rock groundcover over all landscape, non-building, and non-paved site areas in accordance with Specifications and as indicated on the Drawings.

Not to be used for bidding purposes!

Page 328: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02981-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02981 (Bid Set)

B. Decomposed granite: 1. Provide granite that is free from lumps or balls of clay and that does not

contain calcareous coatings, caliche, organic matter, or deleterious substances.

2. Color, size, and source of decomposed granite shall be as indicated on plans: Samples are subject to acceptance by the Owner.

3. Provide materials that present uniform appearance and are from single production source. Reject material containing clumps, which will not disintegrate with shovel blow.

C. Chemical control agent/post-emergence control: Manufacturers: One of the following or equal: 1. United Industries Corporation: Spectracide. 2. Monsanto Company: Roundup.

D. Pre-emergence control agent/pre-emergent herbicide: Manufacturers: The following or equal: 1. Elanco Mfg. Co.: Surflan 75W.

E. Water: Potable and exhibiting no deleterious effects upon decomposed granite.

PART 3 EXECUTION

3.01 PREPARATION

A. Surface preparation: 1. Prior to placing decomposed granite or other rock ground cover, perform

following operations to areas designated to receive granite: a. Apply chemical control agent in manner to ensure areas are totally free of

weeds. b. Grade to true and even condition. c. Apply pre-emergence control agent in accordance with manufacturer's

instructions.

3.02 INSTALLATION

A. Installation of decomposed granite: 1. Apply evenly distributed granite at designated areas to minimum depth of

2 inches (after settlement) and to 1-1/2 inches minimum below adjacent finish pavement or curb elevation.

2. After placing and grading decomposed granite, lightly water granite to remove fine material from surface, then water settle or roll to a smooth even surface.

3. Then apply a second application of pre-emergent control agent according to manufacturer's recommendations.

4. Maintain all landscape areas in a smooth, weed free condition using post emergence control as required.

5. A third application of pre-emergent shall be made prior to the end of the 90 day maintenance period for all rock ground cover areas.

Not to be used for bidding purposes!

Page 329: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 02981-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/02981 (Bid Set)

B. Tolerances: 1. Thickness (after settlement) shall not be less than specified. Compact

decomposed granite surfacing to within 0.05-foot above and 0.02-foot below specified thickness.

2. Surface smoothness: Measured parallel with and at right angles to the surfacing centerlines using a 10-foot straightedge, tolerance within 0.02 foot.

3.03 CLEAN UP AND PROTECTION

A. Promptly remove any decomposed granite or other rock material dropped onto paved surfaces by hauling or placing operations or otherwise, and keep these areas clean at all times. Remove any excess offsite and dispose of in a legal manner.

B. Protect from damage by elements, settlement, erosion, vehicles, foot traffic, and mixing with other contaminating substances (including soil).

END OF SECTION

Not to be used for bidding purposes!

Page 330: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

 

Not to be used for bidding purposes!

Page 331: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03055-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03055 (Bid Set)

SECTION 03055

ADHESIVE BONDED REINFORCING BARS AND ALL THREAD RODS

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Bonding reinforcing bars and all thread rods in concrete using adhesives as specified.

B. Related sections: 1. The Contract Documents are complementary; what is called for by one is as

binding as if called for by all. 2. It is the Contractor’s responsibility for scheduling and coordinating the Work of

subcontractors, suppliers, and other individuals or entities performing or furnishing any of Contractor’s Work.

3. The following Sections are related to the Work described in this Section. This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the Contractor to see that the completed Work complies accurately with the Contract Documents. a. Section 01330 - Submittal Requirements. b. Section 01410 - Regulatory Requirements. c. Section 01450 - Quality Control. d. Section 01455 - Special Inspections and Tests, and Structural

Observations. e. Section 01612 - Seismic Design Criteria. f. Section 03200 - Concrete Reinforcement. g. Section 05120 - Structural Steel.

1.02 REFERENCES

A. American Concrete Institute (ACI).

B. American National Standards Institute (ANSI): 1. Standard B212.15 - Carbide Tipped Masonry Drills and Blanks for Carbide

Tipped Masonry Drills.

C. ASTM International (ASTM): 1. C 881 - Standard Specification for Epoxy-Resin-Base Bonding Systems for

Concrete.

D. Concrete Reinforcing Steel Institute (CRSI)

E. ICC Evaluation Service, Inc. (ICC-ES): 1. AC308 - Acceptance Criteria for Post-Installed Adhesive Anchors in Concrete

Elements.

Not to be used for bidding purposes!

Page 332: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03055-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03055 (Bid Set)

F. Society for Protective Coatings (SSPC): 1. Surface Preparation Standards.

a. SP-1 - Solvent Cleaning.

1.03 DEFINITIONS

A. Evaluation Report: Report prepared by ICC-ES, or other testing agency acceptable to the Engineer and to the Building Official, that documents testing and review of a product to confirm that it complies with the requirements of designated ICC-ES Acceptance Criteria, and its acceptance for use under the Building Code specified in Section 01410.

1.04 SUBMITTALS

A. General: Submit in accordance with Section 01330.

B. Product data: Furnish technical data for adhesives, including: 1. Independent laboratory test results indicating allowable loads in tension and

shear for concrete of the types included in the Work, with load modification factors for temperature, spacing, edge distance, and other installation variables.

2. Handling and storage instructions. 3. Manufacturer's printed installation instructions (MPII).

C. Quality control submittals: 1. Special inspection: Detailed step-by-step instructions for the special inspection

procedures required by building code specified in Section 01410. 2. For each adhesive to be used, Evaluation Service Report confirming that the

product complies with the requirements of AC308 for both un-cracked and cracked concrete.

3. Installer qualifications: Submit evidence of successful completion of certification program for each installer.

D. Inspection and testing reports: 1. Inspections - Field quality control: Reports of inspections and tests. 2. Inspections - Field quality assurance: Reports of special inspections and tests.

1.05 QUALITY ASSURANCE

A. Installation requirements. 1. Have available at the site, and install anchors in accordance with, the adhesive

manufacturer's printed installation instructions. 2. Installer qualifications:

a. Individuals performing the work described in this Section shall be certified for installation of adhesive anchors by a qualified organization acceptable to the Authority Having Jurisdiction.

b. Organizations/certification programs deemed to be qualified are: 1) ACI-CRSI Adhesive Anchor Installer Certification Program. 2) An adhesive anchor manufacturer’s certification program, subject to

acceptance by the Engineer.

Not to be used for bidding purposes!

Page 333: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03055-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03055 (Bid Set)

1.06 DELIVERY, STORAGE, AND HANDLING

A. Store and protect products as follows, unless manufacturer recommends more stringent requirements. 1. Store adhesives and adhesive components on pallets or shelving in a covered-

storage area protected from weather. 2. Control temperature to maintain storage within manufacturer's recommended

temperature range. a. If products are stored at temperatures outside manufacturer's

recommended range, test components prior to use by methods acceptable to the Engineer to determine if the products still meet specified requirements.

3. Dispose of products that have passed their expiration date.

1.07 PROJECT CONDITIONS

A. Seismic design category (SDC) for structures is listed in Section 01612.

PART 2 PRODUCTS

2.01 GENERAL

A. Like items of materials: Use end products of one manufacturer in order to achieve structural compatibility and single-source responsibility.

B. Adhesives shall have a current Evaluation Report documenting testing and compliance with the requirements of ICC-ES AC308 for use with un-cracked concrete and with cracked concrete in the seismic design categories specified.

2.02 EPOXY ADHESIVE IN SELF-CONTAINED CARTRIDGE SYSTEM

A. Materials: 1. Meeting the physical requirements of ASTM C 881, Type IV, Grade 3, Class B

or C depending on site conditions. 2. Two-component, 100 percent solids, insensitive to moisture. 3. Cure temperature, pot life, and workability: Compatible with intended use and

environmental conditions.

B. Packaging: 1. Disposable, self-contained system furnished in side-by-side cartridges

designed to fit into a manually or pneumatically operated caulking gun, and with resin and hardener components isolated until mixing through manufacturer's static mixing nozzle. a. Nozzle designed to dispense components in the proper ratio and to

thoroughly blend the components for injection from the nozzle directly into prepared hole.

b. Provide nozzle extensions as required to allow full-depth insertion and filling from the bottom of the hole.

2. Container markings: Include manufacturer's name, product name, batch number, mix ratio by volume, product expiration date, ANSI hazard classification, and appropriate ANSI handling precautions.

Not to be used for bidding purposes!

Page 334: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03055-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03055 (Bid Set)

C. Manufacturers: One of the following or equal: 1. Hilti, Tulsa, OK, RE 500-SD. 2. Simpson Strong-Tie, Inc., Pleasanton, CA, SET-XP.

2.03 ACRYLIC ADHESIVE IN SELF-CONTAINED CARTRIDGE SYSTEM

A. Materials: 1. Two-component, high-solids, acrylic-based adhesive. 2. Approved by the manufacturer for installation at substrate temperatures of

0 degrees Fahrenheit and above.

B. Packaging: 1. Furnished in side-by-side cartridges designed to fit into a manually or

pneumatically operated caulking gun, and with resin and hardener components isolated until mixing through manufacturer's static mixing nozzle. Nozzle designed to dispense components in the proper ratio and to thoroughly blend the components for injection from the nozzle directly into prepared hole.

2. Container markings: Include manufacturer's name, product name, batch number, mix ratio by volume, product expiration date, ANSI hazard classification, and appropriate ANSI handling precautions.

C. Manufacturers: One of the following or equal: 3. Simpson Strong-Tie Company, Inc., Pleasanton, CA: AT-XP.

2.04 ALL THREAD RODS

A. Materials: As specified in Section 05120.

2.05 REINFORCING BARS

A. Materials: As specified in Section 03200.

PART 3 EXECUTION

3.01 GENERAL

A. Execution of this work is restricted to those installers certified through a qualified certification program described under Quality Assurance and accepted by the Engineer.

B. Perform work in strict compliance with the accepted MPII and the following provisions. Where the accepted MPII and the provisions conflict, the MPII shall govern.

C. Install reinforcing bars and all thread rods to depth, spacing, and at locations indicated on the Drawings. 1. Do not install adhesive-bonded all-thread rods or reinforcing bars in upwardly

inclined and overhead applications.

Not to be used for bidding purposes!

Page 335: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03055-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03055 (Bid Set)

3.02 PREPARATION

A. Prior to completing manufacturer's on-site training specified in this Section, do not: 1. Drill holes for reinforcing bars or all thread rods. 2. Mix or install adhesive in holes.

B. Review manufacturer's installation instructions and "conditions of use" stipulated in the Evaluation Report before beginning work.

C. Confirm that adhesive and substrate receiving adhesive are within manufacturer's recommended temperature range, and will remain so during the cure time for the product.

3.03 HOLE LAYOUT AND INSTALLATION

A. Drilling holes: 1. Determine location of reinforcing bars or other obstructions with a non-

destructive indicator device, and mark locations on the surface of the concrete using removable construction crayon, or other method acceptable to the Engineer.

2. Do not damage or cut existing reinforcing bars, electrical conduits, or other items embedded in the existing concrete without prior acceptance by Engineer.

B. Hole drilling equipment: 1. Electric or pneumatic rotary impact type with medium or light impact.

a. Set drill to "rotation only" mode, or to "rotation plus hammer" mode in accordance with manufacturer's installation instructions and the requirements of the Evaluation Report.

b. Where edge distances are less than 2 inches and "rotation plus hammer" mode is permitted, use lighter impact equipment to prevent micro-cracking and concrete spalling during drilling process.

2. Drill bits: Carbide-tipped in accordance with ANSI B212-15, unless otherwise recommended by the manufacturer or required as a "condition of use" in the Evaluation Report. a. Hollow drill bits with flushing air systems are preferred. Air supplied to

hollow drill bits shall be free of oil, water, or other contaminants that will reduce bond.

C. Hole diameter: As recommended in the manufacturer's installation instructions and the Evaluation Report.

D. Hole depth: As recommended in the manufacturer's installation instructions to provide minimum effective embedment indicated on the Drawings

E. Obstructions in drill path: 1. If an existing reinforcing bar or other obstruction is hit while drilling hole, stop

drilling and fill the hole with dry-pack mortar. Relocate the hole to miss the obstruction and drill to the required depth. a. Allow dry-pack mortar to cure to a strength equal to that of the

surrounding concrete before resuming drilling in that area. b. Epoxy grout may be substituted for dry-pack mortar when acceptable to

the Engineer.

Not to be used for bidding purposes!

Page 336: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03055-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03055 (Bid Set)

2. Avoid drilling an excessive number of adjacent holes that would weaken the structural member and endanger the stability of the structure. Obtain Engineer's acceptance of distance between abandoned and relocated holes before proceeding with the relocation.

3. When existing reinforcing steel is encountered during drilling and when acceptable to Engineer, enlarge the hole by 1/8 inch, core through the existing reinforcing steel at the larger diameter, and resume drilling at original hole diameter.

4. Bent bar reinforcing bars: Where edge distances are critical, and interference with existing reinforcing steel is likely, if acceptable to Engineer, drill hole at 10-degree angle or less from axis of reinforcing bar or all thread rod being installed.

F. Cleaning holes: 1. Insert air nozzle to bottom of hole and blow out loose dust.

a. Use compressed air that is free of oil, water, or other contaminants. b. Provide minimum air pressure of 90 pounds per square inch for not less

than 4 seconds. 2. Using a stiff bristle brush of diameter that provides contact around the full

perimeter of the hole, vigorously brush hole to dislodge compacted drilling dust. a. Insert brush to the bottom of the hole and withdraw using a simultaneous

twisting motion. b. Repeat at least 4 times.

3. Repeat the preceding steps as required to remove drilling dust or other material that will reduce bond, and as required by the manufacturer and the Evaluation Report.

4. Leave prepared hole shall clean and dry.

3.04 INSTALLATION OF ADHESIVE AND INSERTS

A. Clean and prepare inserts: 1. Prepare embedded length of reinforcing bars and all thread rods by cleaning to

bare metal. Inserts shall be free of oil, grease, paint, dirt, mill scale, rust, or other coatings that will reduce bond.

2. Solvent clean prepared reinforcing bars and all thread rods over the embedment length in accordance with SSPC SP-1. Provide an oil and grease free surface for bonding of adhesive to steel.

B. Filling holes with adhesive: 1. Starting at the bottom of the hole, fill hole with adhesive before inserting the

reinforcing bar or all thread rod. 2. Fill hole without creating air voids as nozzle is withdrawn. 3. Fill hole with sufficient adhesive so that excess adhesive is extruded out of the

hole when the reinforcing bar or all thread rod is inserted.

C. Installing reinforcing bars and all thread rods. 1. Insert reinforcing bars and all thread rods into adhesive in accordance with

manufacturer's recommended procedures. 2. Confirm that insert has reached the designated embedment in the concrete,

and that adhesive completely surrounds the embedded portion. 3. Clean excess adhesive from the mouth of the hole.

Not to be used for bidding purposes!

Page 337: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03055-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03055 (Bid Set)

D. Curing and loading. 1. Provide curing conditions recommended by the adhesive manufacturer for the

period required to fully cure the adhesive at the actual temperature of the concrete.

2. Do not disturb or load anchors until manufacturer's recommended cure time has elapsed.

3.05 FIELD QUALITY CONTROL

A. Provide Contractor quality control as specified in Section 01450.

B. Do not permit Work described in this Section to be performed by individuals who do not hold the specified certifications and who have not completed the specified job site training.

C. Field inspections and testing: 1. Results: Submit records of inspections and testing to Engineer by electronic

copies within 24 hours after completion.

D. Manufacturer's services: 1. Before beginning installation, furnish adhesive manufacturer's technical

representative to conduct on-site training in proper storage and handling of adhesive, drilling and cleaning of holes, and preparation and installation of reinforcing bars and all thread rods. a. Provide notice of scheduled training to Engineer and Owner's Special

Inspector(s) not less than 10 working days before training occurs. Engineer and Special Inspector(s) may attend training sessions.

2. Submit record, signed by the manufacturer's technical representative, listing Contractor's personnel who completed the training. Only qualified personnel who have completed manufacturer's on-site training shall perform installations.

3. Do not install holes or adhesive until training is complete.

3.06 FIELD QUALITY ASSURANCE

A. Provide Owner quality assurance as specified in Section 01450.

B. Special inspections, special tests, and structural observations. 1. Provide as specified in Section 01455. 2. Frequency of inspections:

a. Unless otherwise indicated on the Drawings or in this Section, provide periodic special inspection as required by the Evaluation Report for the product installed.

b. Provide continuous inspection for the initial installation of each type and size of adhesive anchor. Subsequent installations of the same anchor may be installed with periodic inspection as defined in subsequent paragraphs of this Section.

3. Preparation: a. Review Drawings and Specifications for the Work to be observed. b. Review adhesive manufacturer's recommended installation procedures. c. Review Evaluation Report for "Conditions of Use" and "Special

Inspection" requirements.

Not to be used for bidding purposes!

Page 338: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03055-8 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03055 (Bid Set)

4. Inspection: a. Initial inspection. Provide an initial inspection for each combination of

concrete and reinforcing bar or all thread rod being installed. During initial inspection, observe the following for compliance with installation requirements. 1) Concrete: Class and thickness. 2) Environment: Temperature and moisture conditions of concrete and

work area. 3) Holes: Locations, spacing, edge distances; verification of drill bit

compliance with requirements; cleaning equipment and procedures; cleanliness of hole. Before adhesive is placed, confirm that depth and preparation of holes conforms to the requirements of the Contract Documents, installation recommendations of the manufacturer, and "conditions of use" listed in the Evaluation Report.

4) Adhesive: Product manufacturer and name; lot number and expiration date; temperature of product at installation; installation procedures. Note initial set times observed during installation.

5) Reinforcing bars and all thread rods: Material diameter and length; steel grade and/or strength; cleaning and preparation; cleanliness at insertion; minimum effective embedment provided.

b. Subsequent inspections. Subsequent installations of the same reinforcing bars or all thread rods using the same adhesive may be performed without the presence of the special inspector, provided that: 1) There is no change in the personnel performing the installation, the

general strength and characteristics of the concrete receiving the inserts, or the reinforcing bars and all thread rods being used. Changes in any of these items shall require a new initial inspection.

2) For ongoing installations over a period of time, the special inspector visits the site at least once per day during each day of installation to observe the work for compliance with material requirements and installation procedures.

5. Records of inspections. a. Provide a written record of each inspection using forms acceptable to the

Engineer and to the Authority Having Jurisdiction. b. Submit electronic copies of inspections reports to Engineer within

24 hours after completion of inspection.

END OF SECTION

Not to be used for bidding purposes!

Page 339: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03071-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03071 (Bid Set)

SECTION 03071

EPOXIES

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: 1. Epoxy. 2. Epoxy gel. 3. Epoxy bonding agent.

B. Related sections: 1. The Contract Documents are complementary; what is called for by one is as

binding as if called for by all. 2. It is the Contractor’s responsibility for scheduling and coordinating the Work of

subcontractors, suppliers, and other individuals or entities performing or furnishing any of Contractor’s Work.

3. The following Sections are related to the Work described in this Section. This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the Contractor to see that the completed Work complies accurately with the Contract Documents. a. Section 01330 - Submittal Requirements. b. Section 03072 - Epoxy Resin/Portland Cement Bonding Agent.

1.02 REFERENCES

A. ASTM International (ASTM): 1. C 881 - Standard Specification for Epoxy-Resin-Base Systems for Concrete. 2. C 882 - Standard Test Method for Bond Strength of Epoxy-Resin Systems

Used with Concrete by Slant Shear. 3. D 638 - Standard Test Method for Tensile Properties of Plastics. 4. D 695 - Standard Test Method for Compressive Properties of Rigid Plastics.

1.03 SYSTEM DESCRIPTION

A. Performance requirements: 1. Provide epoxy materials that are new. 2. Store and use products within shelf life limitations set forth by manufacturer. 3. Perform and conduct work of this Section in neat orderly manner.

1.04 SUBMITTALS

A. General: Submit in accordance with Section 01330.

B. Product data: 1. Submit evidence of conformance to ASTM C 881. Include manufacturer's

designations of Type, Grade, Class, and Color 2. Submit evidence that materials meet or exceed the specified physical

characteristics.

Not to be used for bidding purposes!

Page 340: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03071-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03071 (Bid Set)

C. Quality control submittals: 1. Manufacturer's installation instructions.

PART 2 PRODUCTS

2.01 MATERIALS

A. General: Moisture tolerant, water-insensitive two-component, epoxy resin adhesive containing 100 percent solids, and meeting or exceeding the performance properties specified when tested in accordance with standards specified.

B. Epoxy: Low viscosity product in accordance with ASTM C 881, Types I, II and V, Grade 1, Class C. 1. Manufacturers: One of the following or equal:

a. BASF, Concressive Standard LVI. b. Sika Corporation, Sikadur 35 Hi-Mod LV.

2. Required properties:

Table 1: Material Properties - Epoxy

Physical Characteristic Test Method Required Results

Tensile Strength (7-day)

ASTM D 638 7,500 pounds per square inch, minimum.

Compressive Strength (7-day)

ASTM D 695 11,000 pounds per square inch, minimum.

Bond Strength (2-day)

ASTM C 882 Concrete shall fail before failure of epoxy.

Notes: Testing results are for materials installed and cured at a temperature between 72 and 78 degrees Fahrenheit for 7 days, unless otherwise noted.

C. Epoxy gel: Non-sagging product in accordance with ASTM C 881, Types I and IV, Grade 3, Class C. 1. Manufacturers: One of the following or equal:

a. BASF, Concresive Paste LPL. b. Sika Corporation, Sikadur 31, Hi-Mod Gel.

Not to be used for bidding purposes!

Page 341: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03071-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03071 (Bid Set)

2. Required properties:

Table 2 - Material Properties - Epoxy gel

Physical Characteristic Test Method Required Results

Tensile Strength (7-day)

ASTM D 638 2,000 pounds per square inch, minimum.

Compressive Yield Strength (7-day)

ASTM D 695 8,000 pounds per square inch, minimum.

Bond Strength (14-day)

ASTM C 882 1,500 pounds per square inch, minimum.

Notes: Testing results are for materials installed and cured at a temperature between 72 and 78 degrees Fahrenheit for 7 days, unless otherwise noted.

D. Epoxy bonding agent: Non-sagging product in accordance with ASTM C 881, Type II, Grade 1, Class C. 1. Manufacturers: One of the following or equal:

a. BASF, Concressive Liquid LPL. b. Sika Corporation, Sikadur 32, Hi-Mod LPL.

2. Required properties:

Table 3 - Material Properties - Epoxy Bonding Agent Physical

Characteristic Test Method Required Results

Tensile Strength (7-day)

ASTM D 638 4,400 pounds per square inch, minimum.

Compressive Yield Strength (7-day)

ASTM D 695 8,300 pounds per square inch, minimum.

Bond Strength (14-day)

ASTM C 882 1,800 pounds per square inch, minimum. Concrete shall fail before failure of epoxy bonding agent.

Pot Life --- Minimum 70 minutes at 77 degrees Fahrenheit: or Minimum 90 minutes at 73 degrees Fahrenheit.

Notes: Testing results are for materials installed and cured at a temperature between 72 and 78 degrees Fahrenheit for 7 days, unless otherwise noted.

Not to be used for bidding purposes!

Page 342: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03071-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03071 (Bid Set)

3. If increased tack time is required for concrete placement, epoxy resin-portland cement bonding agent as specified in Section 03072 may be used instead of epoxy bonding agent.

PART 3 EXECUTION

3.01 INSTALLATION

A. Install and cure epoxy materials in accordance with manufacturer's installation instructions.

B. Epoxy: 1. Apply in accordance with manufacturer's installation instructions.

C. Epoxy gel: 1. Apply in accordance with manufacturer's installation instructions. 2. Use for vertical or overhead work, or where high viscosity epoxy is required. 3. Epoxy gel used for vertical or overhead work may be used for horizontal work.

D. Epoxy bonding agent: 1. Apply in accordance with manufacturer's installation instructions. 2. Bonding agent will not be required for filling form tie holes or for normal

finishing and patching of similar sized small defects.

END OF SECTION

Not to be used for bidding purposes!

Page 343: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03072-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03072 (Bid Set)

SECTION 03072

EPOXY RESIN/PORTLAND CEMENT BONDING AGENT

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Epoxy resin/portland cement bonding agent.

B. Related sections: 1. The Contract Documents are complementary; what is called for by one is as

binding as if called for by all. 2. It is the Contractor's responsibility for scheduling and coordinating the Work of

subcontractors, suppliers, and other individuals or entities performing or furnishing any of Contractor's Work.

1.02 REFERENCES

A. ASTM International (ASTM): 1. C 109 - Standard Test Method for Compressive Strength of Hydraulic Cement

Mortars (Using 2-in. or 50-mm Cube Specimens). 2. C 348 - Standard Test Method for Flexural Strength of Hydraulic-Cement

Mortars. 3. C 496 - Standard Test Method for Splitting Tensile Strength of Cylindrical

Concrete Specimens. 4. C 882 - Standard Test Method for Bond Strength of Epoxy-Resin Systems

Used With Concrete By Slant Shear.

B. Federal Highway Administration (FHWA): 1. FHWA-RD-86-193 - Highway Concrete Pavement Technology Development

and Testing Volume V: Field Evaluation of SHRP C9206 Test Sites (Bridge Deck Overlays).

1.03 SUBMITTALS

A. General: Submit in accordance with Section 01330.

B. Product data: 1. Manufacturer's product data demonstrating that materials meet or exceed the

specified properties.

C. Quality control submittals: 1. Manufacturer's installation instructions.

Not to be used for bidding purposes!

Page 344: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03072-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03072 (Bid Set)

PART 2 PRODUCTS

2.01 MANUFACTURERS

A. Sika Corporation, Lyndhurst, New Jersey, Sika Armatec 110.

B. Substitutions: The use of other than the specified product will be considered providing the Contractor requests its use in writing to the Engineer. This request shall be accompanied by: 1. A certificate of compliance from an approved independent testing laboratory

that the proposed substitute product meets or exceeds specified performance criteria, tested in accordance with the specified test standards.

2. Documented proof that the proposed substitute product has a minimum 5-year record of performance of bonding portland cement mortar/concrete to hardened portland cement mortar/concrete, confirmed by actual field tests and references for 5 successful installations that the Engineer can investigate.

2.02 MATERIALS

A. Epoxy resin/portland cement adhesive: 1. Component "A" shall be an epoxy resin/water emulsion containing suitable

viscosity control agents. It shall not contain butyl glycidyl ether. 2. Component "B" shall be primarily a water solution of a polyamine. 3. Component "C" shall be a blend of selected portland cements and sands. 4. The material shall not contain asbestos.

2.03 PERFORMANCE CRITERIA

A. Properties of the mixed epoxy resin/portland cement adhesive: 1. Pot life: 75 to 105 minutes. 2. Contact time: 24 hours. 3. Color: Dark gray.

B. Properties of the cured epoxy resin/portland cement adhesive: 1. Compressive strength in accordance with ASTM C 109.

a. 3 day: 4,500 pounds per square inch minimum. b. 7 day: 6,500 pounds per square inch minimum. c. 28 day: 8,500 pounds per square inch minimum.

2. Splitting tensile strength in accordance with ASTM C 496. a. 28 days: 600 pounds per square inch minimum.

3. Flexural strength: a. 1,100 pounds per square inch minimum in accordance with ASTM C 348.

4. Bond strength in accordance with ASTM C 882 modified at 14 days. a. 0 hours open time: 2,800 pounds per square inch minimum. b. 24 hours open time: 2,600 pounds per square inch minimum.

5. The epoxy resin/portland cement adhesive shall not produce a vapor barrier. 6. Material must be proven to prevent corrosion of reinforcing steel when tested

under the procedures as set forth by the FHWA Program Report Number FHWA-RD-86-193. Proof shall be in the form of an independent testing laboratory corrosion report showing prevention of corrosion of the reinforcing steel.

Not to be used for bidding purposes!

Page 345: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03072-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03072 (Bid Set)

PART 3 EXECUTION

3.01 INSTALLATION

A. Mixing the epoxy resin: Shake contents of Component "A" and Component "B". Empty all of both components into a clean, dry, mixing pail. Mix thoroughly for 30 seconds with a jiffy paddle on a low-speed with 400 to 600 revolutions per minute drill. Slowly add the entire contents of Component "C" while continuing to mix for a minimum of 3 minutes and until uniform with no lumps. Mix only the quantity that can be applied within its pot life.

B. Placement procedure: 1. Apply to prepared surface with stiff-bristle brush, broom, or "hopper type"

spray equipment. a. For hand applications: Place fresh, plastic concrete/mortar while the

bonding bridge adhesive is wet or dry, up to 24 hours. b. For machine applications: Allow the bonding bridge adhesive to dry for

12 hours minimum.

C. Adhere to all limitations and cautions for the epoxy resin/portland cement adhesive in the manufacturer's current printed literature.

3.02 CLEANING

A. Leave finished work and work area in a neat, clean condition without evidence of spillovers onto adjacent areas.

END OF SECTION

Not to be used for bidding purposes!

Page 346: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

 

Not to be used for bidding purposes!

Page 347: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03102-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03102 (Bid Set)

SECTION 03102

CONCRETE FORMWORK

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Concrete formwork.

B. Related sections: 1. The Contract Documents are complementary; what is called for by one is as

binding as if called for by all. 2. It is the Contractor's responsibility for scheduling and coordinating the Work of

subcontractors, suppliers, and other individuals or entities performing or furnishing any of Contractor's Work.

3. The following Sections are related to the Work described in this Section. This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the Contractor to see that the completed Work complies accurately with the Contract Documents. a. Section 01330 - Submittal Requirements. b. Section 01410 - Regulatory Requirements. c. Section 01450 - Quality Control. d. Section 01455 - Special Inspections and Tests, and Structural

Observations. e. Section 03300 - Cast-in-Place Concrete. f. Section 03600 - Grouts. g. Section 05190 - Mechanical Anchoring and Fastening to Concrete and

Masonry. h. Section 07900 - Joint Sealers.

1.02 REFERENCES

A. American Concrete Institute (ACI): 1. 117-10 - Specification for Tolerances for Concrete Construction and Materials

and Commentary.

B. ASTM International (ASTM): 1. A 153 - Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel

Hardware. 2. A 167 - Standard Specification for Stainless and Heat Resisting Chromium-

Nickel Steel Plant, Sheet, and Strip. 3. C 578 - Standard Specification for Rigid, Cellular Polystyrene Thermal

Insulation. 4. D 6817 - Standard Specification for Rigid, Cellular, Polystyrene Geofoam. 5. E 84 - Standard Test Method for Surface Burning Characteristics of Building

Materials.

Not to be used for bidding purposes!

Page 348: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03102-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03102 (Bid Set)

1.03 DEFINITIONS

A. Architectural concrete: Concrete surfaces that will be exposed to view in the finished work. 1. For purposes of this Section, includes concrete surfaces that are specified to

receive paint or coatings.

B. Green concrete: Concrete with less than 100 percent of the minimum specified compressive strength (f'c).

C. Void filler: Rigid foam board installed to permanently fill spaces between concrete placements.

1.04 SYSTEM DESCRIPTION

A. Design requirements: 1. Design concrete forms, falsework, and shoring to support all loads transmitted

to them and to comply with applicable local, state, and federal regulations. 2. Design forms and ties to withstand concrete pressures from Contractor's rate

of placement and consolidation activities without bulging, spreading, or lifting. 3. Do not user earth cuts as forms for vertical or sloping surfaces unless

specifically shown on the Drawings.

B. Performance requirements: 1. Construct forms so that finished concrete conforms to shapes, lines, grades,

and dimensions indicated on the Drawings. 2. It is intended that surface of concrete after stripping presents a smooth, hard,

and dense finish that requires minimal finishing. 3. Provide sufficient number of forms so that the work may be performed with

uniform appearance in form patterns and finish. 4. Use forms that are clean and free from dirt, concrete, and other debris. 5. Coat with acceptable form release agent prior to use or re-use. 6. Design and construct forms to maintain tolerances on finished surfaces within

the limits specified.

1.05 SUBMITTALS

A. General: Submit in accordance with Section 01330.

B. Product data: 1. Form panel system:

a. Information on the Contractor's proposed forming system. Submit in such detail as the Engineer may require for assurance that intent of the Specifications can be met with use of proposed system.

2. Void filler: a. Manufacturer’s product data for filler boards and adhesive. b. Manufacturer’s installation instructions.

3. Foam void forming material: a. Manufacturer’s product data for foam and connectors. b. Manufacturer’s installation instructions. c. Certification of UL Classification QORW Third Party Quality Control for

ASTM D 6817.

Not to be used for bidding purposes!

Page 349: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03102-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03102 (Bid Set)

C. Shop drawings: 1. For architectural concrete.

a. Layout drawing showing form panel joint locations and tie hole patterns. b. Details at taper ties: Proposed methods of sealing and finishing form tie

hole. 2. Foam void forming material.

a. Shop drawings showing block layout and shapes.

D. Samples: 1. Form ties. 2. Void filler. 3. Rustication strip(s).

1.06 QUALITY ASSURANCE

A. Regulatory requirements. 1. Install work of this Section in accordance with local, state, and federal

regulations.

B. Qualifications: 1. Qualifications of manufactured formwork systems: Manufactured forming

systems shall have a minimum 5-year history of successful use for structures such as those included in the Work. Submit experience record demonstrating at least 5 projects for review when requested by the Engineer. Provide details, photos, references, and other data requested by Engineer.

2. Formwork designer. Professional engineer licensed in the state where the concrete will be constructed and having at least 5 years' experience in design and detailing of systems comparable to those to be used for this Work.

1.07 DELIVERY, STORAGE AND HANDLING

A. General: 1. Deliver, store and handle products in accordance with manufacturer’s

recommendations.

B. Void filler and foam void forming material: 1. Store materials in a dry area protected from sunlight and weather until

installation. 2. Do not expose to open flame or other ignition sources. 3. Do not expose to solvents or petroleum products or vapors that will result in

deterioration or damage. 4. Provide temporary tie downs to prevent displacement by wind.

1.08 PROJECT CONDITIONS

A. Requirements due to weather condition: 1. Removal of formwork: Do not remove forms from concrete which has been

placed when outside ambient air temperature is below 50 degrees Fahrenheit until the following conditions are satisfied: a. Concrete has sufficient strength to allow form removal without damage to

surfaces. b. At least 48 hours have elapsed since the end of concrete placement.

Not to be used for bidding purposes!

Page 350: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03102-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03102 (Bid Set)

c. Provisions are in place to maintain moisture for curing concrete, and temperature at or above the required minimum curing temperature specified in Section 03300.

PART 2 PRODUCTS

2.01 MATERIALS

A. General: 1. Walls and formed surfaces of slabs and beams:

a. Provide plywood or steel forms in new and undamaged condition with sufficient strength and surface smoothness to produce the specified finish.

b. Provide forms that are rigidly constructed and capable of being braced to satisfy requirements for maximum allowable deflection at the finished surface.

c. Circular walls and surfaces: 1) Circular or arc forms constructed to the required geometry.

2. Columns: a. Rectangular: As specified for walls. b. Circular: Fabricated steel or fiber-reinforced plastic semi-circular sections

with flanges for bolting together. 3. Architectural concrete:

a. Forming face shall be high density, non-vapor transmitting surface. 1) Use plywood, tempered concrete form-grade hardboard, metal, or

other materials acceptable to the Engineer and capable of producing the specified finish with a smooth, uniform texture.

2) Do not use form-facing materials with raised grain, torn surfaces, worn edges, dents, or other defects.

B. Form ties: 1. General:

a. Provide form ties compatible with forming system selected and manufactured by recognized manufacturer of concrete forming equipment.

b. Do not use wire ties or wood spreaders. c. Provide ties that accurately tie, lock, and spread forms. d. Provide form ties of design that locates no metal or other material within

1-1/2 inches of the surface of the concrete after forms are removed. e. Holes in forms for ties shall not allow leakage during placement of

concrete. 2. Cone-snap ties:

a. Configured to form a cone shaped depression in the concrete with a minimum diameter of 1 inch at the surface of the concrete and 1-1/2 inches deep.

b. Including neoprene water seal washer, minimum 3/16-inch thick by 15/16-inch outside diameter, located near the center of the concrete.

3. Taper ties: a. Tapered through bolts at least 1-inch in diameter at the smallest end, or

through-bolts utilizing a removable tapered sleeve of the same minimum size.

b. Neoprene plugs for taper tie holes. Size so that after they are driven, plugs are located in the center third of the wall thickness.

Not to be used for bidding purposes!

Page 351: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03102-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03102 (Bid Set)

c. Dry pack mortar for filling taper tie holes. 1) Mix consisting of 1 part portland cement, 1 part plaster sand, and

water added to create mix that can be driven into holes and properly compacted.

2) Admixtures or additives shall not be used in dry-pack mortar.

C. Forms - Timber. 1. Built-up plywood forms subject to the following requirements:

a. Using full size 4- by 8-foot plywood sheets, except where a single smaller piece is able to cover entire surface area.

b. Sheet construction: 5-ply plywood sheets, 3/4-inch nominal, made with 100 percent waterproof adhesive, and having finish surface that is coated or overlaid with surface which is impervious to water and alkaline calcium and sodium hydroxide of cement.

2. Wales: Minimum 2-inch by 4-inch lumber. 3. Studding and wales: Contain no loose knots and be free of warps, cups, and

bows.

D. Forms - Steel or steel framed plywood: 1. Steel forms:

a. Frames and forming surfaces capable of providing finish surfaces that are flat without bows, cups, or dents.

2. Steel framed plywood forms: a. Steel frames: Capable of providing finish surfaces that are flat and

uniform. b. Plywood panels: 5-ply, 5/8-inch nominal or 3/4-inch nominal, made with

100 percent waterproof adhesive, and having finish surface that is coated or overlaid with surface which is impervious to water and alkaline calcium and sodium hydroxide of cement.

E. Void filler: 1. Filler material:

a. Expanded, rigid polystyrene rigid board conforming to ASTM C 578. b. Thickness as indicated on the Drawings. c. Material properties as follows:

Type: XIV Density: 2.4 pounds per cubic foot minimum. Compressive strength: At 10 percent deflection, not less than

40 pounds per square foot. Flexural strength: 60 pounds per square inch, minimum. Flame spread Less than 25 when tested in accordance with

ASTM E 84.

2. Adhesive: a. As recommended by the manufacturer for attaching void fillers to adjacent

concrete surfaces, and holding the fillers securely in place during concrete casting.

3. Manufacturer: The following, or equal: a. ACH Foam Technologies, LLC, Tijuana, Mexico.

Not to be used for bidding purposes!

Page 352: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03102-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03102 (Bid Set)

F. Foam void forming material 1. Foam: Foam control Geofoam conforming to ASTM D 6817 as manufactured

by ACH Foam Technologies, or equal. a. Product manufactured with UL Classification QORW Third Party Quality

Control for ASTM D 6817 requirements. Products indicating recognition under ASTM C 578 will not be considered equal.

b. Density, compressive resistance, and flexural strength selected from manufacturer's standard product line for required forming and loading conditions.

c. Provide manufacturer's standard connectors for restraining foam units from moving laterally in layer-over-layer installations, and for restraining foam from flotation during concrete placement.

G. Forming incidentals: 1. General:

a. True and straight wood or plastic strips provided with impermeable coating and with kerf strip on side not embedded in concrete.

2. Rustications, chamfers, and external angles: a. Non-absorbent material compatible with surrounding form surfaces and

leaving formed concrete that will not require additional finishing to achieve the specified surface.

b. External angles: Where not otherwise indicated on the Drawings, provide with 3/4-inch bevel, formed by utilizing true dimensioned wood or solid plastic chamfer strip on walkways, slabs, walls, beams, columns, and openings.

c. Chamfered edges at external corners on slabs, beams, columns and at edegs of openings: Provide 3/4-inch bevel.

d. Beveled edges at expansion, control, and construction joints in structural walls and slabs: Provide 1/4-inch bevel.

3. Keyways: Steel, plastic, or lumber treated with form coating, applied according to label directions.

4. Dovetail anchor system: System consisting of dovetail slots cast into the concrete, dovetail anchors that tie the masonry veneer to dovetail slots, and continuous wires that are embedded in the masonry and connect to the dovetail anchors. a. Dovetail slot: 18 gauge, Type 304 stainless steel in accordance with

ASTM A 167, foam filled, and in 10-foot lengths. Manufacturers: One of the following or equal: 1) Hohmann and Barnard, Inc., Model No. 305. 2) Heckmann Building Products, Inc., Model No. 100. 3) Wire-Bond, Model No. 1304.

b. Dovetail anchors: 23 gauge, 1 inch wide, Type 304 stainless steel in accordance with ASTM A 167, and with seismic notch for attachment to wire embedded in masonry. Manufacturers: One of the following or equal: 1) Hohmann and Barnard, Inc., Model No. 303SV. 2) Heckmann Building Products, Inc., Model No. 361. 3) Wire-Bond, Model No. 2222.

Not to be used for bidding purposes!

Page 353: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03102-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03102 (Bid Set)

H. Form release agent: 1. Effective, non-staining, non-residual, water-based, bond-breaking form

coating. 2. Form release agents used shall be non-toxic, shall not contain mineral oils or

organic solvents, and shall comply with local, state, and federal regulations for VOC release.

I. Cast-in anchors and fasteners: See Section 05190.

PART 3 EXECUTION

3.01 EXAMINATION

A. Site verification of conditions: 1. Do not place concrete until forms have been thoroughly checked for alignment,

level, and strength; and to assure accurate location of all mechanical and electrical inserts or other embedded items.

3.02 PREPARATION

A. Form layout: 1. Locate form joints and form ties in a uniform and uninterrupted pattern

acceptable to the Engineer.

B. Thoroughly clean form surfaces that will be in contact with concrete before placing or coating those surfaces. 1. Clean outside faces of forms as required to prevent introduction of dirt or

contaminants into formed spaces and concrete. 2. Do not re-use forms with damaged surfaces.

C. Form release agents: 1. Apply form release agent as recommended by the manufacturer. 2. Steel forms: Apply form release agent as soon as forms are cleaned to prevent

discoloration of concrete from rust.

3.03 INSTALLATION

A. General: 1. Line and grade: Limit deviations to tolerances that will permit proper

installation of embedded items and of mechanical and electrical equipment and piping.

2. Formwork: a. Securely brace, support, tie down, and otherwise hold in place to prevent

any movement. b. Make adequate provisions for uplift pressure, lateral pressure on forms,

and deflection of forms. c. Keep form faces clean until concrete is placed.

3. When second lift is placed on hardened concrete, take special precautions in form work at top of old lift and bottom of new lift to prevent: a. Spreading and vertical or horizontal displacement of forms. b. Grout "bleeding" on finish concrete surfaces.

Not to be used for bidding purposes!

Page 354: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03102-8 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03102 (Bid Set)

4. Pipe stubs, anchor bolts, and other embedded items: Set in forms where required.

5. Cracks, openings, or offsets at joints in formwork: Close those that are 1/16-inch or larger by tightening forms or by filling with acceptable crack filler.

B. Form ties: 1. Cone-snap ties:

a. Tie forms together at not more than 2-foot centers vertically and horizontally.

b. After forms are removed from wall, fill tie holes as follows: 1) Remove form ties from surfaces. 2) Roughen cone shaped tie holes by heavy sandblasting before repair. 3) Dry pack cone shaped tie holes with dry-pack mortar as specified in

Section 03600. 2. Taper ties.

a. Clean taper ties and lubricate with non-staining form release agent before each use.

b. Place taper ties with the large end at the following location: 1) For liquid containing structures: at the liquid face of the wall. 2) For dry structures surrounded by soil: at the backfilled face of the

wall. c. Taper ties may be used when forms are being set against previously

placed or existing concrete walls when accepted by the Engineer. 1) Confirm capacity of the previously placed concrete to resist loads

imposed by placement procedures. 2) Provide cast-in threaded inserts or drilled-in threaded anchors

located so that no metal remains within the expansion joint between the walls after removal of the tapered through bolt.

3) Provide means of ensuring that inserts or anchors set in the first wall are protected from corrosion.

d. After forms and taper ties are removed from wall, plug tie holes with neoprene plug as follows. 1) Heavy sandblast and then clean or water-blast tie holes. 2) After cleaning, drive neoprene plug into each tie hole using

manufacturer’s recommended steel rod: a) During driving, position steel rod inside cylindrical recess in plug.

At no time are plugs to be driven from flat area outside their cylindrical recess.

b) Locating plug within the middle third of the wall thickness. e. Dry-pack taper tie holes with grout after plugs are set.

1) Coat tie hole surface with epoxy bonding agent and fill with dry pack mortar as specified in Section 03600.

2) Place dry-pack mortar inside holes in layers with thickness not exceeding tie hole diameter and tightly compact each layer.

3) Dry-pack outside of hole no sooner than 7 days after packing the inside of hole.

4) Prepare and finish wall surface in area of dry-packed holes as follows: a) Provide finished surfaces free from sand streaks and voids. b) At locations exposed in the finished work, provide finishes

matching texture and color of surrounding concrete.

Not to be used for bidding purposes!

Page 355: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03102-9 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03102 (Bid Set)

C. Forms - Wood: 1. Studding:

a. Spaced at 16 inches or 24 inches on center. b. Closer spacing may be required depending upon strength requirements of

the forms, in order to prevent any bulging surfaces on faces of finished concrete work.

c. Install studs perpendicular to grain of exterior plies of plywood sheets. 2. Wales: Form wales of double lumber material with minimum size as specified

in this Section. 3. Number of form reuses: Depends upon durability of surface coating or overlay

used, and ability to maintain forms in condition such that they are capable of producing flat, smooth, hard, dense finish on concrete when stripped.

D. Forms - Steel or steel framed plywood: 1. Steel forms:

a. Adequately brace forms for minimum deflection of finish surface. 2. Steel framed plywood forms:

a. Rigidly construct and brace with joints fitting closely and smoothly. b. Number of Form Reuses: Depends upon durability of surface coating or

overlay used. 3. Wood forms specified in this Section may be used in conjunction with steel

forms or steel framed plywood forms for special forming conditions such as corbels and forming around items which will project through forms.

E. Incidentals: 1. Keyways: Construct keyways as indicated on the Drawings. 2. Chamfers:

a. Form 3/4-inch chamfers (bevels) at concrete edges and external corners unless otherwise shown on the Drawings.

b. Where chamfers on existing concrete surfaces adjacent to the Work are other than 3/4-inch, notify Engineer of size and obtain Engineer’s acceptance of revised dimensions before proceeding with forming.

c. Reentrant corners and angles may be left square unless otherwise noted. 3. Level strips: Install level strips at top of wall concrete placements to maintain

true line at horizontal construction joints. 4. Rustications:

a. Fully seal shapes composed of compound strips and joints between strips and form surfaces to prevent migration of cement paste into joints between surfaces.

5. Inserts: a. Encase pipes, anchor bolts, steps, reglets, castings, and other inserts, as

indicated on the Drawings or as required, in concrete. b. Use dovetail anchors in conjunction with slots as specified in this section

and as may be necessary for required work.

F. Pipe and conduit: 1. Install pipe and conduit in structures as indicated on the Drawings, and seal

with materials as specified in Section 07900.

G. Void filler: 1. Clean surfaces where filler will be attached of loose material, dust, and debris

that would inhibit bonding of the void filler material to concrete surfaces.

Not to be used for bidding purposes!

Page 356: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03102-10 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03102 (Bid Set)

2. Install filler in accordance with manufacturer’s recommendations. 3. Begin installation of board at one corner of surface to be covered. Tightly butt

joints to form uninterrupted surface. Cut boards and fit as necessary to accommodate dimensions and conditions.

H. Foam void forming material. 1. Provide ballast and anchors to prevent displacement or flotation during

placement of surrounding concrete. 2. Comply with manufacturer's recommended procedures for cutting, anchoring

and connecting, and protection before and during concrete placement.

I. Form removal: 1. Vertical forms:

a. Remain in place minimum of 24 hours after concrete is placed. b. If, after 24 hours, concrete has sufficient strength and hardness to resist

surface or other damage, forms may be removed. 2. Other forms supporting concrete and shoring: Remain in place as follows:

a. Sides of footings: 24 hours minimum. b. Vertical sides of beams, girders, and similar members: 48 hours minimum. c. Slabs, beams, and girders: Until concrete strength reaches specified

strength f’c or until shoring is installed. d. Shoring for slabs, beams, and girders: Shore until concrete strength

reaches specified strength. e. Wall bracing: Brace walls until concrete strength of beams and slabs

laterally supporting wall reaches specified strength. 3. Green concrete:

a. No heavy loading on green concrete will be permitted. b. Green concrete is defined as concrete with less than 100 percent of

specified strength f’c. 4. Immediately after forms are removed, carefully examine concrete surfaces,

and repair any irregularities in surfaces and finishes as specified in Section 03300.

J. Form cleaning and storage. 1. Clean forms after each use and discard damaged material. 2. Store forms horizontally and fully supported to avoid deformation. 3. Store plastic coated forms and liners horizontally and under cover.

3.04 TOLERANCES

A. Conform to shapes, lines, grades, and dimensions indicated on the Drawings.

B. Construct work within the tolerances specified in ACI 117, except as modified in the following paragraphs or indicated on the Drawings. 1. Remove and replace work that does not conform to the specified tolerances.

Procedures and products employed in are resulting from such re-work shall be acceptable to the Engineer.

C. Special requirements for equipment: 1. At certain locations in the Work, tolerances required for equipment placement

and operation may be more restrictive than the general tolerance requirements of this Section.

Not to be used for bidding purposes!

Page 357: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03102-11 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03102 (Bid Set)

2. Confirm manufacturer's required tolerances and construct concrete to satisfy those requirements.

D. General: 1. Thickness: Maximum 1/4 inch minus or 1/2 inch plus from the thickness shown

on the drawings. 2. Limits on form deflection:

a. Unless otherwise noted: Not exceeding 1/360th of the span between structural members supporting form faces.

E. Slabs: 1. Slabs indicated to be sloped: Uniformly sloped to drain or trench when slope is

indicated on the Drawings. 2. Slabs Indicated to be level: Maximum vertical deviation of 1/8-inch in 10 feet

horizontal length without any apparent changes in grade.

F. Architectural Concrete: 1. Maximum deflection of the face/component: not exceeding 1/400 of

component span. 2. Formed surface irregularities: In accordance with ACI 117-10 paragraph 4.8.3

for "Class A Surface."

G. Circular tank walls: 1. For circular surfaces with a radius exceeding 20 feet, deviations from the

finished line indicated on the Drawings by use of straight panel forms will be permitted provided that: a. The chord length created by the panels does not exceed 2 feet, and b. The angular deflection at joints between adjacent panels does not exceed

3 1/2 degrees.

H. Inserts and embeds: Set inserts and embeds to tolerances required for proper installation and operation of equipment or systems to which insert pertains.

Item Tolerance

Sleeves and Inserts Plus 1/8 inch / Minus 1/8 inch

Anchor bolts:

Projected ends Plus 1/4 inch / Minus 0.0 inch

Setting location Plus 1/16 inch / Minus 1/16 inch

Axial alignment Not more than 2 degrees off the axis indicated on the Drawings.

3.05 FIELD QUALITY CONTROL

A. Provide Contractor quality control as specified in Section 01450.

B. Field inspections and testing: 1. Results: Submit records of inspections and testing to Engineer within 24 hours

after completion.

Not to be used for bidding purposes!

Page 358: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03102-12 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03102 (Bid Set)

C. Non-conforming work: 1. Bring forms into specified tolerances before proceeding with placement of

reinforcement or concrete. 2. See Section 03300 provisions regarding concrete work that does not meet the

requirements of the Contract Documents.

3.06 FIELD QUALITY ASSURANCE

A. Provide Owner quality assurance as specified in Section 01450.

B. Special inspections, special tests, and structural observation. 1. Provide as specified in Section 01455. 2. Frequency of inspections:

a. Unless otherwise indicated on the Drawings or in this Section, provide periodic special inspection as required by the Building Code specified in Section 01410.

3. Preparation: a. Review Drawings and Specifications for the Work to be observed.

4. Inspections: a. Formwork:

1) Location of formed surfaces, and shapes and dimensions of concrete members being formed.

2) Formwork tied or braced to prevent movement during concrete placement and curing.

b. Anchors cast into concrete: Includes anchors for structural members and anchors for equipment. 1) Anchor type and material. 2) Location, alignment, and projection. 3) Anchors tied or braced to prevent movement during concrete

placement. 5. Records on inspections:

a. Provide a written record of each inspection using forms acceptable to the Engineer and to the Authority Having Jurisdiction.

b. Submit electronic copies of inspection reports to Engineer within 24 hours after completion of inspection.

END OF SECTION

Not to be used for bidding purposes!

Page 359: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03150-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03150 (Bid Set)

SECTION 03150

CONCRETE ACCESSORIES

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: 1. Waterstops: polyvinyl chloride (PVC) and Hypalon sheet. 2. Joint fillers. 3. Expansion joint dowels and appurtenances.

B. Related sections: 1. The Contract Documents are complementary; what is called for by one is as

binding as if called for by all. 2. It is the Contractor’s responsibility for scheduling and coordinating the Work of

subcontractors, suppliers, and other individuals or entities performing or furnishing any of Contractor’s Work.

3. The following Sections are related to the Work described in this Section. This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the Contractor to see that the completed Work complies accurately with the Contract Documents. a. Section 01330 - Submittal Procedures. b. Section 01450 - Quality Control. c. Section 03154 - Hydrophilic Rubber Waterstop. d. Section 07900 - Joint Sealants.

1.02 REFERENCES

A. ASTM International (ASTM): 1. A 615 - Standard Specification for Deformed and Plain Billet-Steel Bars for

Concrete Reinforcement. 2. C 203 - Standard Test Methods for Breaking Load and Flexural Properties of

Block-Type Thermal Insulation. 3. C 882 - Standard Test Method for Bond Strength of Epoxy-Resin Systems

Used with Concrete by Slant Shear. 4. D 412 - Standard Test Method for Vulcanized Rubber and Thermoplastic

Elastomers - Tension. 5. D 570 - Standard Test Method for Water Absorption of Plastics. 6. D 624 - Standard Test Method for Tear Strength of Conventional Vulcanized

Rubber and Thermoplastic Elastomers. 7. D 638 - Standard Test Method for Tensile Properties of Plastics. 8. D 746 - Standard Test Method for Brittleness Temperature of Plastics and

Elastomers by Impact. 9. D 747 - Standard Test Method for Apparent Bending Modulus of Plastics by

Means of a Cantilever Beam. 10. D 792 - Standard Test Methods for Density and Specific Gravity (Relative

Density) of Plastics by Displacement.

Not to be used for bidding purposes!

Page 360: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03150-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03150 (Bid Set)

11. D 1751 - Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types).

12. D 1752 - Standard Specification for Preformed Sponge Rubber, Cork and Recycled PVC Expansion Joint Fillers for Concrete Paving and Structural Construction.

13. D 2240 - Standard Test Method for Rubber Property - Durometer Hardness.

B. U.S. Army Corps of Engineers (USACE): 1. CRD-C-572, Specification for Polyvinyl Chloride Waterstop.

1.03 SUBMITTALS

A. General: Submit in accordance with Section 01330.

B. Product data: 1. Polyvinyl chloride waterstop: Complete physical characteristics. 2. Hypalon sheet waterstop: Product data sheets and manufacturer’s installation

instructions; information describing width of sealing strip to be provided. 3. Preformed expansion joint material: Sufficient information on each type of

material for review to determine conformance of material to requirements specified.

C. Samples (when requested in writing by the Engineer): 1. Polyvinyl chloride waterstop: Minimum 12-inch long. 2. Hypalon sheet waterstop: Minimum 12-inch long sample of sealing strip

material.

D. Laboratory test reports: 1. Documentation that average properties of polyvinyl chloride waterstops

material and finish conform to requirements specified.

E. Quality control submittals: 1. Certificates of compliance:

a. Written certificates stating that polyvinyl chloride waterstops supplied meet or exceed physical property requirements of current USACE CRD-C-572 and this Section.

2. Manufacturer's instructions: For materials specified in this Section that are specified to be installed with such instructions.

1.04 QUALITY ASSURANCE

A. Mock-ups: 1. Welding demonstration:

a. Demonstrate ability to weld acceptable joints in polyvinyl chloride waterstops before installing waterstop in forms.

B. PVC waterstop joints: 1. Only butt joints shall be welded in the field. All "T" and “L” joints shall be pre-

fabricated by the waterstop manufacturer and shipped to the site for installation.

Not to be used for bidding purposes!

Page 361: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03150-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03150 (Bid Set)

2. Field-welded joints shall be free of misalignment, bubbles, inadequate bond, porosity, cracks, offsets, and other defects which would reduce the potential resistance of the material to water pressure at any point.

C. Inspections: 1. Quality of welded joints will be subject to acceptance by the Engineer. 2. Polyvinyl chloride waterstop: The following defects represent a partial list of

defects that will be grounds for rejection. a. Offsets at joints greater than 1/16 inch or 15 percent of the material

thickness, at any point, whichever is less. b. Exterior crack at joint, due to incomplete bond, which is deeper than

1/16 inch or 15 percent of the material thickness, at any point, whichever is less.

c. Any combination of offset or crack which will result in a net reduction in the cross section of the waterstop in excess of 1/16 inch or 15 percent of the material thickness at any point, whichever is less.

d. Misalignment of the joint that will result in misalignment of the waterstop in excess of 1/2 inch in 10 feet.

e. Porosity in the welded joint as evidenced by visual inspection. f. Bubbles or inadequate bonding.

1.05 PRODUCT DELIVERY, STORAGE AND HANDLING

A. Deliver materials in manufacturer’s original packaging with containers unopened and labels intact and legible. Labels shall include manufacturer name, product name and identification, product batch numbers, date of manufacture, and date of expiration if relevant.

B. Store materials off the ground, indoors, protected from moisture, and at temperatures recommended by the manufacturer.

C. Condition products as recommended by the manufacturer just prior to installation.

PART 2 PRODUCTS

2.01 MATERIALS

A. Waterstops: Polyvinyl chloride (PVC). 1. Manufactured from prime virgin polyvinyl chloride plastic compound containing

the plasticizers, resins, stabilizers, and other materials necessary to meet the requirements of this Specification. No scrap or reclaimed material shall be used.

2. Manufacturers: One of the following or equal: a. Sika Greenstreak, Inc. b. Vinylex Corporation.

3. Ribbed waterstops - new construction: a. Dumbbell type waterstop will not be allowed unless specifically indicated

on the Drawings. b. Construction joints: 6-inch wide, flat ribbed type.

1) Sika Greenstreak: Model 679. 2) Vinylex: Model R638.

Not to be used for bidding purposes!

Page 362: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03150-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03150 (Bid Set)

c. Control joints: 6-inch wide, flat ribbed type. 1) Sika Greenstreak: Model 679. 2) Vinylex: Model R638.

d. Expansion joint for wall penetrations for concrete encased electrical duct banks: 6-inch wide, ribbed type with hollow center bulb having nominal outside diameter of 1 inch (for use with Typical Detail EM071). 1) Sika Greenstreak: Model 717. 2) Vinylex: Model RB638H.

e. Expansion joints, 1 inch and narrower: 9-inch wide, ribbed type with hollow center bulb having nominal outside diameter of 2 inches. 1) Sika Greenstreak: Model 735. 2) Vinylex: Model RB938H.

4. Ribbed waterstops - at joints between existing and new concrete. a. General: Provide batten strips, mechanical anchors, and/or epoxy

adhesives recommended by the manufacturer to construct a water-tight joint between waterstop and existing concrete. 1) Batten strips and concrete anchors for attachment to existing

concrete: Type 304 or Type 316 stainless steel. 2) Epoxy adhesives: In accordance with manufacturer's

recommendations. b. Construction joint with T-shaped waterstop: 6-inch wide x 3/8-inch thick

leg for connection to existing concrete, and minimum 3-inch long projecting leg with ribs each side for embedment into new concrete. 1) Sika Greenstreak: Model 609.

c. Construction joint with L-shaped waterstop: 3-inch wide x 1/4-inch thick leg for connection to existing concrete, and minimum 3-inch long projecting leg with ribs each side for embedment into new concrete. 1) Sika Greenstreak: Model 665.

d. Expansion joint with L-shaped waterstop:3-inch side x 1/4-inch thick leg for connection to existing concrete, minimum 3-inch long projecting leg with ribs each side for emebedment into new concrete, with U-shaped tear-web joint between legs. 1) Sika Greenstreak: Model 581.

Not to be used for bidding purposes!

Page 363: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03150-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03150 (Bid Set)

5. Properties as indicated in Table 1:

Table 1 - PVC Waterstop Material Properties Physical Characteristics Test Method Required Results

Specific Gravity ASTM D 792 Not less than 1.3. Hardness ASTM D 2240 70 to 90 Type A15 Shore durometer. Tensile Strength ASTM D 638 Not less than 2,000 pounds per square

inch. Ultimate Elongation ASTM D 638 Not less than 300 percent. Alkali Extraction CRD-C-572 Change in weight after 7 days: Between

minus 0.1 percent and plus 0.25 percent. Change in hardness after 7 days: Not more than plus 5 points.

Low Temperature Brittleness ASTM D 746 No sign of cracking or chipping at minus 35 degrees Fahrenheit.

Water Absorption ASTM D 570 Not more than 0.15 percent after 24 hours.

Accelerated Extraction Tensile CRD-C-572 Tensile strength: Not less than 1,600 pounds per square inch. Elongation: Not less than 280 percent.

Stiffness in Flexure ASTM D 747 Not less than 600 pounds per square inch.

Tear Resistance ASTM D 624 Not less than 225 pounds per inch. Thickness, minimum – 3/8 inch (unless otherwise noted) Allowable Tolerances:

Width – Plus or minus 3/16 inch. Thickness – Plus or minus 1/32 inch.

B. Waterstops: Hypalon sheet: 1. General: Sealing system consisting of permanently elastic, flexible Hypalon

strip applied to span over joints or cracks in the structure, and bonded to concrete on each side of the joint or crack using epoxy adhesive.

2. Manufacturers: One of the following, or equal. a. Sika Corporation, Sikadur Combiflex.

3. Properties: System consisting of at least 2 parts: a. Sealing strip fabricated of Hypalon rubber (with expansion strip).

1) Dimensions: a) Minimum thickness of at least 40 mils. b) Minimum strip width as required to place inside edges of

bonding lines at least 2 inches past the edge of any joint, and at least 3 inches past the line of any crack.

2) Manufactured with perforations along the bonding edges to ensure water-tight mechanical bond to concrete substrate.

3) Material properties: a) Tensile strength. ASTM D 412: minimum 1,000 psi. b) Elongation at break. ASTM D 412: minimum 800 percent.

Not to be used for bidding purposes!

Page 364: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03150-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03150 (Bid Set)

c) Tear resistance. ASTM D 624, Die C: minimum 250 pounds per inch.

d) Temperature performance: Properties maintained to -40 degrees Fahrenheit.

e) Ozone resistance: no effects after minimum 3 months exposure to the following: (1) Water with ozone concentration at 3 ppm. (2) Air with ozone concentration at 300 ppm.

b. Non-sag, two-part epoxy resin adhesive. 1) Adhesive compatible with the structural substrate and the Hypalon

rubber sealing strip. 2) Adhesive with minimum pot life, working time, and tack-free time as

required for the temperature and environmental conditions expected during application and curing.

3) Material properties: a) Bond strength. Hardened concrete to hardened concrete,

ASTM C 882. (1) 2-day dry cure: minimum 2,200 psi. (2) 14-day moist cure: minimum 2,900 psi.

b) Water absorption. (1) ASTM D 570, 24-hour immersion: 0.10 percent maximum.

C. Waterstops - Hydrophilic rubber: 1. As specified in Section 03154.

2.02 JOINT FILLERS

A. General: 1. Use specific type in applications as indicated on the Drawings.

B. Expanded polystyrene joint filler: 1. Type: Commercially available polystyrene board, having following

characteristics: a. Minimum Flexural Strength: 35 pounds per square inch in accordance

with ASTM C 203. b. Compressive Yield Strength: Between 16 and 40 pounds per square inch

at 5 percent compression.

C. Preformed expansion joint filler - structures: 1. Synthetic sponge rubber expansion joint material:

a. Properties: 1) Materials: Conforming to ASTM D 1752, Type I. No scrap or recycled

materials shall be used in the manufacture of the joint filler. 2) Thickness: As recommended for joint width indicated on the

Drawings. b. Manufacturers: One of the following or equal:

1) Durajoint. 2) W.R. Meadows, SealTight Sponge Rubber.

2. Self-expanding cork expansion joint material: a. Properties:

1) Materials: Conforming to ASTM D 1752, Type III.

Not to be used for bidding purposes!

Page 365: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03150-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03150 (Bid Set)

2) Thickness: As recommended for joint width indicated on the Drawings.

b. Manufacturers: One of the following or equal: 1) W.R. Meadows, Self-Expanding Cork.

D. Preformed expansion joint filler - sidewalks and roadway pavements (or where fiber joint filler is indicated on the Drawings): 1. Bituminous fiber expansion joint material:

a. Properties: 1) Materials: Asphalt-impregnated fiber conforming to ASTM D 1751. 2) Thickness: As recommended for joint width indicated on the

Drawings. b. Manufacturers: One of the following or equal:

1) Durajoint. 2) W.R. Meadows. SealTight Fibre Expansion Joint.

2.03 JOINT SEALS AND SEALANTS

A. Sealants: As specified in Section 07900.

PART 3 EXECUTION

3.01 INSTALLATION - GENERAL

A. Provide construction, control/contraction, and expansion joints in concrete at locations and using details indicated on the Drawings.

3.02 INSTALLATION - WATERSTOPS

A. Waterstops - General: 1. Store waterstops to permit free circulation of air around the material and to

prevent direct exposure to sunlight. 2. Install waterstops in concrete joints where indicated on the Drawings. 3. Carry waterstops in walls into lower slabs and join to those waterstops with

appropriate fittings and details to provide a watertight joint. 4. In water-bearing structures, provide all joints with waterstops, whether

indicated on the Drawings or not. 5. Provide waterstops that are continuous. 6. Set waterstops accurately to position and line as indicated on the Drawings. 7. Hold and securely fix edges in position at intervals of not more than 24 inches

so that they do not move during placing of concrete, and so that waterstop lines are and will remain taut, straight, and plumb.

8. Position the waterstop so that symmetrical halves of the waterstop are equally divided between the concrete pours. The center axis of the waterstop shall be coincident with the centerline of the joint.

9. Do not drive nails, screws, or other fasteners through waterstops in vicinity of construction joints.

10. Use wires at not more than 24 inches on centers near outer edge of the waterstop to tie waterstops into position.

11. Special clips may be used in lieu of wires, at Contractor's option. 12. Terminate waterstops 3 inches from top of finish surfaces of walls and slabs

unless otherwise specified or indicated on the Drawings.

Not to be used for bidding purposes!

Page 366: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03150-8 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03150 (Bid Set)

13. When any waterstop is installed in the concrete on one side of a joint, while the other half or portion of the waterstop remains exposed to the atmosphere for more than 2 days, suitable precautions shall be taken to shade and protect the exposed waterstop from direct rays of sunlight during the entire exposure and until the exposed portion is embedded in concrete.

14. When placing concrete at waterstops in slabs, lift the edge of the waterstop while placing concrete below the waterstop. Manually force the waterstop against and into the concrete. Then cover the waterstop with fresh concrete.

B. Waterstops - polyvinyl chloride (PVC): 1. Install waterstops so that joints are watertight. 2. Weld joints such as unions, crosses, ells, and tees, with thermostatically

controlled equipment recommended by waterstop manufacturer. a. The material shall not be damaged by heat sealing. b. Make joints by overlapping then simultaneously cut the ends of the

sections to be spliced so they will form a smooth even joint. Heat the cut ends with the splicing tool until the plastic melts. Press the 2 ends together until the plastic cools.

c. The continuity of the waterstop ribs and tubular center axis shall be maintained.

d. The splices shall have a tensile strength of not less than 60 percent of the unspliced materials tensile strength.

3. Butt joints of the ends of 2 identical waterstop sections may be made while the material is in the forms.

4. All joints with waterstops involving more than 2 ends to be joined together with butt joint, and all joints that involve an angle cut, alignment change, or the joining of 2 dissimilar waterstop sections shall be prefabricated by the manufacturer prior to placement in the forms. Provide not less than 24-inch long strips of waterstop material beyond the joint. Upon being inspected and accepted, install such prefabricated waterstop joint assemblies in the forms and the ends of the 24-inch strips shall be butt welded to the straight run portions of waterstop in place in the forms.

5. Vertical and horizontal crosses and tees shall be factory prefabricated by the manufacturer.

6. Split type waterstop will not be permitted except where specifically indicated on the Drawings.

7. Retrofit waterstops: a. Obtain, submit and construct manufacturer's recommended jointing

details for connections to adjacent waterstops of different profiles and types.

b. Install epoxy adhesives, sealants, metal batten strips, and metal anchors as recommended by the manufacturer.

c. Provide concrete minimum cover over waterstops as follows and as indicated on the Drawings: 1) Cover at edges of waterstops and metal connectors: Minimum

2 inches. 2) Cover perpendicular to leg of waterstop embedded in new concrete:

Minimum 4 inches.

C. Waterstops - Hypalon sheet. 1. Install in full compliance with manufacturer’s recommended environmental

conditions and procedures to provide water-tight seal in the structure.

Not to be used for bidding purposes!

Page 367: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03150-9 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03150 (Bid Set)

2. Manufacturer’s product representative shall be on site during initial installations to observe procedures and conditions, and to provide training in preparation and installation of the materials to be installed.

3. After surface preparation is complete and just before placement of epoxy resin adhesive, mask adjacent concrete to protect from staining and placement of adhesive outside the manufacturer’s designated lines.

4. Place adhesive taking precautions to prevent epoxy resin from entering the joint or crack to be covered. Maintain adhesive thickness and strip width as recommended by the manufacturer.

5. Install Hypalon rubber sealing strip as shown on the Drawings and in accordance with manufacturer’s recommended procedures. Force sealing strip into epoxy adhesive as required to ensure bonding to concrete substrate.

6. Finish bonded edges of sealing strip in accordance with manufacturer’s recommendations.

7. Protect strip as required to maintain flexibility over the crack or joint. 8. Cure installation as recommended by the manufacturer. 9. Upon completion, remove masking. Clean area and leave in a neat and

finished condition.

3.03 INSTALLATION - JOINT FILLERS

A. Expanded polystyrene joint filler: 1. When filler is indicated on the Drawings or specified, place filler in correct

position before concrete is placed against filler. 2. Fill holes and joints in filler with caulking to prevent entry of mortar into joint or

passage of mortar or concrete from one side of joint to other.

B. Preformed expansion joint filler: 1. Install expansion joint strips as indicated on the Drawings. 2. Fasten expansion joint strips to concrete, masonry, or forms with adhesive.

Nailing will not be permitted.

3.04 FIELD QUALITY CONTROL

A. Provide Contractor quality control as specified in Section 01450.

B. Field inspections and testing: 1. Observe waterstop installations for the following prior to concrete placement.

a. Installed where indicated on the Drawings and where required to provide a water-tight structure.

b. Secured in place prior to concrete placement my means that will maintain straight and uniform lines and curves, and uniform concrete cover.

c. Installed with clearance between waterstop and reinforcement as indicated on the Drawings, and not less than 2 times the diameter of the largest aggregate in the concrete mix being placed.

d. With prefabricated joints and crosses and securely bonded field joints. 2. Results: Submit records of inspections and testing to Engineer within 24 hours

after completion.

Not to be used for bidding purposes!

Page 368: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03150-10 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03150 (Bid Set)

C. Manufacturer's services. 1. Waterstops - PVC. Before beginning installation, conduct pre-installation

meeting with manufacturer's technical representative. Include demonstration of waterstop welding equipment and procedures, and manufacturer's recommended procedures for straightening rolled or coiled waterstops prior to tying in place.

2. Waterstops - Hypalon sheet. Before beginning installation, conduct pre-installation meeting with manufacturer's technical representative. Review manufacturer's requirements for preparation of concrete surfaces receiving waterstops, recommendations for mixing and installation of adhesives, details for installation at corners and bends, and procedures for joints in sealing strips.

3.05 FIELD QUALITY ASSURANCE

A. Provide Owner's field quality assurance as specified in Section 01450.

B. Special inspections, special tests, and structural observation: 1. Not required.

3.06 NON-CONFORMING WORK

A. Waterstops: Repair defective joints or replace waterstop using methods and materials acceptable to the Engineer.

B. Joint fillers. Remove from joints and replace using methods and materials acceptable to the Engineer.

END OF SECTION

Not to be used for bidding purposes!

Page 369: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03154-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03154 (Bid Set)

SECTION 03154

HYDROPHILIC RUBBER WATERSTOP

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Hydrophilic Rubber Waterstop for use in concrete joints.

B. Related sections: 1. The Contract Documents are complementary; what is called for by one is as

binding as if called for by all. 2. It is the Contractor's responsibility for scheduling and coordinating the Work of

subcontractors, suppliers, and other individuals or entities performing or furnishing any of Contractor's Work.

3. The following Sections are related to the Work described in this Section. This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the Contractor to see that the completed Work complies accurately with the Contract Documents. a. Section 01330 - Submittal Procedures.

1.02 SUBMITTALS

A. General: Submit in accordance with Section 01330.

B. Product data: For each type, style, and size of hydrophilic waterstop to be installed: 1. Manufacturer’s product data sheets.

a. Include complete physical dimensions, expansion characteristics, and laboratory test reports indicating that average material properties conform to the requirements specified.

b. Provide data sheets for all materials to be included in the waterstop system.

C. Samples: 1. Minimum 6-inch long samples of each type of waterstop to be used if

requested by the Engineer.

D. Manufacturer's installation instructions: a. Installation instructions and recommended installation details for the

complete waterstop system, and for each component used in that system.

Not to be used for bidding purposes!

Page 370: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03154-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03154 (Bid Set)

PART 2 PRODUCTS

2.01 HYDROPHILIC RUBBER WATERSTOP

A. General: 1. System composed of flexible hydrophilic urethane polymer with preformed

strips, adhesives, paste, fasteners, and other accessories required for a complete and watertight installation. a. To ensure compatibility of materials, a single manufacturer shall provide

all products and accessories for the hydrophilic waterstop system. b. Products incorporating bentonite are not acceptable under this Section. c. Provide waterstop and accessories resistant to degradation under cyclic

wetting and drying and to chemicals typically found in water treatment structures.

B. Hydrophilic strip waterstop: 1. Pre-formed strips of flexible hydrophilic rubber designed to undergo controlled

expansion when exposed to moisture. a. Strips manufactured to limit expansion in directions parallel to the plane of

the joint, and to direct expansion against confining material perpendicular to that plane.

2. Provide normal or low-expansion pressure as scheduled and as indicated on the Drawings.

3. Manufacturers. One of the following, or equal. a. Hydrophilic strip:

1) Adeka Ultra Seal USA: MC-2010MN. 2) Sika Greenstreak: Hydrotite CJ1020-2K.

b. Low expansion hydrophilic strip: 1) Adeka Ultra Seal USA: KBA-1510FP. 2) Sika Greenstreak: Hydrotite CJ0725-3K.

C. Hydrophilic paste waterstop: 1. Single-component gun grade paste of hydrophilic rubber designed to undergo

controlled expansion when exposed to moisture after initial curing. 2. Manufacturers: One of the following, or equal:

a. Adeka Ultra Seal USA: P-201. b. Greenstreak: Leakmaster LV-1.

PART 3 EXECUTION

3.01 INSTALLATION

A. Install products in accordance with manufacturer's instructions and recommended details.

B. Prepare concrete joint surfaces: 1. Use wire brushing or scraping to expose an uncontaminated, solid surface. 2. Clean prepared surface with high-pressure air or water to remove residue and

debris. 3. Confirm that prepared surfaces conform to manufacturer’s recommendations

for surface profile and moisture conditions before installing materials.

Not to be used for bidding purposes!

Page 371: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03154-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03154 (Bid Set)

C. Provide manufacturer’s recommended lap, splice, and corner details for hydrophilic waterstops. 1. Use hydrophilic paste at all corner joints and overlap splices of hydrophilic

strips.

D. Hydrophilic strip waterstop: 1. Install primers and adhesives when recommended by the manufacturer before

setting hydrophilic strips. 2. Keep hydrophilic strip taut during the fastening process. 3. Secure hydrophilic strip in place with concrete nails, screws, or adhesive. 4. Provide installation with no gap between the hydrophilic strip and the concrete

to which it is attached. At rough or irregular surfaces, set hydrophilic strip waterstop strip in a bead of hydrophilic paste. a. Fill all voids and rough areas under the hydrophilic strip with hydrophilic

paste. b. Allow hydrophilic paste to cure in accordance with manufacturer’s

recommendations before encapsulating paste in fresh concrete.

3.02 SCHEDULE

A. At the following joint locations/conditions, use the hydrophilic strip waterstop configuration specified.

B. Concrete construction joints: 1. Where all of the following conditions apply, use hydrophilic strip waterstop set

in a bed of hydrophilic paste waterstop. Screw strip waterstop through paste to the concrete surface. a. Slab or wall thickness is greater than 10 inches, and b. Waterstop is placed between 2 rows of steel reinforcement, and c. Concrete cover from waterstop to nearest concrete face is at least

4 inches. 2. Where any one of the following conditions applies, use low-expansion

hydrophilic strip waterstop set in a bed of hydrophilic paste waterstop. Screw low-expansion strip waterstop through paste to the concrete surface. a. Waterstop is placed on 1 side of a single row of steel reinforcement, or b. Concrete cover from waterstop to nearest concrete face is less than

4 inches.

C. Pipe penetrations through concrete: 1. Pipe diameter less than 4 inches: Not allowed. 2. Pipe diameter of 4 to 24 inches: Continuous bead of hydrophilic paste

waterstop, minimum 1/4 inch high by 1/2 inch wide, encircling pipe. 3. Pipe diameter greater than 24 inches: Continuous hydrophilic strip waterstop

around perimeter of pipe, with hydrophilic paste seal at lapped ends of strip.

END OF SECTION

Not to be used for bidding purposes!

Page 372: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

 

Not to be used for bidding purposes!

Page 373: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03200-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03200 (Bid Set)

SECTION 03200

CONCRETE REINFORCEMENT

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: 1. Bar supports and tie wires. 2. Concrete reinforcement. 3. Hot-dip galvanized reinforcing bars. 4. Thread bars. 5. Mechanical reinforcing bar couplers and terminators. 6. Welded wire fabric.

B. Related sections: 1. The Contract Documents are complementary; what is called for by one is as

binding as if called for by all. 2. It is the Contractor’s responsibility for scheduling and coordinating the Work of

subcontractors, suppliers, and other individuals or entities performing or furnishing any of Contractor’s Work.

3. The following Sections are related to the Work described in this Section. This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the Contractor to see that the completed Work complies accurately with the Contract Documents. a. Section 01330 - Submittal Procedures. b. Section 01410 - Regulatory Requirements. c. Section 01450 - Quality Control. d. Section 01455 - Special Inspection, Structural Tests, and Structural

Observation.

1.02 REFERENCES

A. American Concrete Institute (ACI): 1. 318 - Building Code Requirements for Structural Concrete and Commentary. 2. SP-66 - ACI Detailing Manual.

B. American Welding Society (AWS): 1. D1.4 - Structural Welding Code - Reinforcing Steel.

C. ASTM International (ASTM): 1. A 123 - Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products. 2. A 143 - Practice for Safeguarding Against Embrittlement of Hot-Dip

Galvanized Structural Steel Products and Procedure for Detecting Embrittlement.

3. A 153 - Zinc Coating (Hot-Dip) on Iron and Steel Hardware. 4. A 185 - Specification for Steel Welded Wire Reinforcement, Plain, for

Concrete. 5. A 493 - Specification for Stainless and Heat Resisting Steel for Cold Heading

and Cold Forging Bar Process.

Not to be used for bidding purposes!

Page 374: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03200-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03200 (Bid Set)

6. A 615 - Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement.

7. A 706 - Specification for Low-Alloy Steel Deformed and Plain Bars for Concrete Reinforcement.

8. A 767 - Specification for Zinc-Coated (Galvanized) Steel Bars for Concrete Reinforcement.

D. Concrete Reinforcing Steel Institute (CRSI): 1. Manual of Standard Practice.

E. ICC Evaluation Service(ICC-ES).

1.03 DEFINITIONS

A. Architectural concrete: Concrete surfaces that will be exposed to view in the finished work. For purposes of this Section, includes the following: 1. Concrete surfaces specified to receive paints or coatings. 2. Exposed concrete in open basins, channels, and similar liquid containing

structures, that is located above a line 2 feet below the normal operating water surface elevation in that structure.

B. Bars: Reinforcement, or reinforcing bars specified herein.

C. Evaluation Report. Report prepared by ICC-ES, or by other testing agency acceptable to the Engineer and to the Building Official, that documents testing and review of a product to confirm that it complies with the requirements of designated ICC-ES Acceptance Criteria, and its acceptance for use under the Building Code specified in Section 01410.

D. Give away bars: Reinforcing bars that are not required by the Contract Documents, but are installed by the Contractor to provide support for the required reinforcing bars.

E. Wire supports: Includes metal reinforcing supports constructed of steel wire as specified. Includes individual high chairs, continuous high chairs, bolsters and other similar configurations and shapes.

1.04 SYSTEM DESCRIPTION

A. The Drawings contain notes describing the size and spacing of reinforcement and its placement, details of reinforcement at wall corners and intersections, and details of extra reinforcement around openings in concrete, and other related information.

1.05 SUBMITTALS

A. General: Submit in accordance with Section 01330.

B. Product data: 1. Precast concrete bar supports: Manufacturer’s product data indicating size(s)

and compression strength(s) of concrete supports. 2. Reinforcing bar couplers: Manufacturer’s product data indicating type or size

identification, and bar size and grade to be spliced. Include installation and testing instructions.

Not to be used for bidding purposes!

Page 375: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03200-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03200 (Bid Set)

3. Reinforcing bar terminators: Manufacturer’s product data indicating type or size identification, and bar size and grade to be spliced. Include installation and testing instructions.

C. Shop drawings: 1. Review of reinforcement shop drawings by the Engineer will be limited to

general compliance with the Contract Documents. 2. Unless otherwise accepted by the Engineer before receipt of submittal, submit

reinforcement shop drawings for an entire structure as a complete package. 3. Reinforcement drawings:

a. Submit drawings showing bending and placement of reinforcement required by the Contract Documents.

b. Shop drawings shall conform to the recommendations of ACI SP-66. c. Clearly indicate structures or portions of structure covered by each

submittal. d. Use the same bar identification marks on bending detail drawings,

placement drawings, and shipping tags. e. Submittals consisting solely of reinforcing bar schedules, without

accompanying placement drawings, will not be accepted unless allowed under prior written agreement with the Engineer.

4. Reinforcement placement drawings: a. Clearly show placement of each bar listed in the bill of materials, including

additional reinforcement at corners and openings, and other reinforcement required by details in the Contract Documents.

b. Clearly identify locations of reinforcement with coatings (e.g., galvanized or epoxy) and with yield strength other than ASTM A 615, Grade 60.

c. Show splice locations. d. Indicate locations of mechanical reinforcing couplers if used. e. Show locations of reinforcing bar terminators, if used.

5. Reinforcement fabrication drawings. a. If bend types or nomenclature differs from that recommended in the

CRSI Manual of Standard Practice, provide details showing bend types and dimensional designations.

b. Clearly identify reinforcement with coatings and with yield strength other than ASTM A 615, Grade 60.

D. Samples (when requested by the Engineer): 1. Bar Supports / Wire Reinforcement Supports: Samples of each type of chair

and bolster proposed for use along with letter stating where each will be used. 2. Precast Concrete Bar Supports: Samples of each type of precast support

proposed for use along with letter stating where each will be used.

E. Test reports: 1. Certified copy of mill test for each steel used. Show physical properties and

chemical analysis. a. Mill test reports may be submitted as record documents at the time the

reinforcement from that heat of steel is shipped to the site. b. In such cases, submit certificates under the shop drawing submittal

number with the letter "R" (for record date) appended to the end (e.g., of the reinforcement was submitted as 03320-002-1, deliver the associated mill certificate as submittal 03320-002-1R).

Not to be used for bidding purposes!

Page 376: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03200-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03200 (Bid Set)

2. Reinforcing bar couplers: a. Current Evaluation Report and test data confirming that couplers provide

specified tension and compression strength and conform to specified limits on total slip within the splice sleeve.

b. Certified copy of mill tests for heat(s) of steel incorporated into the materials shipped.

3. Reinforcing bar terminators: a. Current Evaluation Report and test data confirming that terminators

provide specified tension strength. b. Certified copy of mill tests for heat(s) of steel incorporated into the

materials shipped.

F. Manufacturer's instructions: 1. Reinforcing bar couplers:

a. Manufacturer's installation instructions. b. Manufacturer's instructions for confirmation testing of couplers after dowel

have been inserted into the coupler. 2. Reinforcing bar terminators:

a. Manufacturer's installation instructions. b. Manufacturer's instructions for confirmation testing of terminators installed

in the field.

G. Procedures: 1. Welding procedures conforming to AWS D1.4 for reinforcement designated to

be field welded.

1.06 DELIVERY, STORAGE, AND HANDLING

A. Packing and shipping: 1. Deliver bars bundled and tagged with identifying tags.

B. Acceptance at site: 1. Reinforcing Bars: Deliver reinforcing bars lacking grade identification marks

accompanied by manufacturer's guarantee of grade.

1.07 SEQUENCING AND SCHEDULING

A. Bar supports: Do not place concrete until samples and product data for bar supports have been accepted by the Engineer.

PART 2 PRODUCTS

2.01 MATERIALS

A. Reinforcing bars: 1. Provide reinforcement of the grades and quality specified, free from excessive

rust or scale, and free from any unintended bends or other defects affecting its usefulness.

Not to be used for bidding purposes!

Page 377: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03200-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03200 (Bid Set)

2. Reinforcing bars to be embedded in concrete: a. ASTM A 615 Grade 60 deformed bars, except as specified in the following

paragraphs. 1) Actual yield strength based on mill tests of reinforcement provided

shall not exceed the minimum yield strength specified in this Section by more than 18,000 pounds per square inch.

2) Ratio of actual ultimate tensile strength to the actual tensile yield strength of the reinforcement shall not be less than 1.25.

3. Reinforcing bars that are designated or required to be welded: a. Low alloy ASTM A 706 Grade 60 deformed bars. b. Alternate: ASTM A 615 Grade 60 reinforcement may be used in lieu of

ASTM A 706 Grade 60 if the following requirements are satisfied: 1) The specific location for the proposed substitution is acceptable to

the Engineer. 2) Welding procedures conforming to AWS D1.4 are submitted to the

Engineer. 4. Hot-dip galvanized reinforcing bars:

a. ASTM A 615, Grade 60 deformed bars, galvanized in accordance with ASTM A 767 and ASTM A 143 to provide Class 1 coating.

b. Perform galvanizing after fabrication and shearing. 5. Thread bars:

a. Reinforcing bars conforming to ASTM A 615, Grade 75 unless otherwise indicated on the Drawings, and having continuous rolled-in pattern of thread-like deformations along entire length. 1) Substitution of shop-cut threads on regular reinforcing bars is not

permitted. b. Thread bar hardware, including nuts (hex and jamb), couplers, and

washers (flat, spherical, and beveled): 1) Provided by the same manufacturer as the bars. 2) Capable of developing a load equal to at least 125 percent of yield

strength of bar. c. Manufacturers: One of the following or equal:

1) DYWIDAG Systems International (DSI): DYWIDAG Threadbar, with bar and accessories hot dip galvanized in accordance with ASTM A 123.

2) Williams Form Engineering Corporation: Grade 75 All-Thread Rebar, with bar and accessories galvanized in accordance with ASTM A 153 to minimum 3 mils coating thickness.

B. Bar supports: 1. Wire supports:

a. All stainless steel bar supports: 1) Conforming to CRSI Manual of Standard Practice recommendations

for types and details, but custom fabricated entirely from stainless steel wire conforming to ASTM A 493, AISI Type 316.

b. Stainless steel protected bar supports: 1) Conforming to CRSI Manual of Standard Practice Class 2, Type B.

Bright basic wire support fabricated from cold-drawn carbon steel wire with stainless steel ends attached at the bottom of each leg. Stainless steel wire tips conforming to ASTM A 493, AISI Type 316 and extending at least 3/4 inch inward from the formed surface of the concrete.

Not to be used for bidding purposes!

Page 378: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03200-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03200 (Bid Set)

c. Bright basic wire bar supports. Conforming to CRSI Manual of Standard Practice, Class 3.

2. Deformed steel reinforcing bar supports: a. Fabricated of materials and to CRSI details specified for typical

reinforcement embedded in concrete, and bent to proper dimensions. 3. Precast concrete bar supports ("dobies"):

a. Precast concrete blocks with cast-in annealed steel wires, 16-gauge or heavier.

b. Compression strength of concrete blocks: Equal to or exceeding the compression strength of the surrounding concrete.

c. Block dimensions: Height to provide required concrete cover. Block footprint dimensions not less than 3 inches by 3 inches and adequate to maintain proper cover while supporting the weight of the reinforcement without settling into the underlying surface.

C. Tie wires: 1. Black annealed steel wire, 16-gage or heavier.

D. Welded wire fabric reinforcement: 1. In accordance with ASTM A 185. 2. Provided as flat sheets. Rolled wire fabric is not permitted. 3. Fabric may be used in place of reinforcing bars if accepted by the Engineer.

a. Provide welded wire fabric having cross-sectional area per linear foot not less than the cross-sectional area per linear foot of reinforcing bars indicated on the Drawings.

E. Mechanical reinforcing bar couplers and terminators: 1. Sleeve-threaded or sleeve-swaged type mechanical butt splicing couplers and

mechanically-attached terminators conforming to the requirements of ACI 318 and the following paragraphs.

2. Sleeve-threaded type: Provide steel splice sleeve with tapered interior threads joining matching threads on the reinforcing bars. a. Provide unit with tapered threads designed to avoid cross-threading of

bars during assembly. b. Mark each sleeve with the heat treatment lot number.

3. Sleeve-swaged type: Provide seamless steel sleeve applied over the end of the reinforcing bars and swaged to the bars by means of a hydraulic press.

4. Strength and deformation characteristics: a. Only units holding a current ICC-ES test report approval that documents

the following characteristics will be considered for use: b. For mechanical couplers and terminators: Units capable of developing a

tension strength not lower than the lesser of the following: 1) 160 percent of the ASTM-specified minimum yield strength of the

reinforcement being spliced or terminated. 2) 95 percent of the ASTM-specified minimum ultimate strength of the

reinforcement being spliced or terminated. c. For mechanical couplers, total slip of the reinforcing bars within the splice

sleeve limited as follows: 1) For bar sizes #14 and smaller, elongation between gage points

measured clear of the splice sleeve not exceeding 0.010 inches after coupler has been loaded to a tension of 30,000 pounds per square inch and load relaxed to a tension of 3,000 pounds per square inch.

Not to be used for bidding purposes!

Page 379: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03200-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03200 (Bid Set)

5. Manufacturers: One of the following, or equal: a. Reinforcing bar couplers:

1) ERICO, Inc: Lenton Mechanical Rebar Splicing System. 2) Dayton/Richmond: Dowel Bar Splicer System.

b. Reinforcing bar terminators: 1) ERICO, Inc.: Lenton Terminator. 2) Dayton/Richmond: End Anchorage System.

2.02 FABRICATION

A. Shop assembly: 1. Cut and bend bars in accordance with provisions of ACI 318 and ACI SP-66. 2. Bend bars cold and using recommended collars to develop the recommended

bend radius. 3. Provide bars free from defects and kinks and from bends not indicated on the

Drawings. 4. Bars to be fitted with mechanical couplers or terminators shall be cut square.

B. Before installation, roll circumferential reinforcement to the radius required for its location in the structure.

PART 3 EXECUTION

3.01 EXAMINATION

A. Verification of conditions: 1. Reinforcing bars:

a. Verify that reinforcement is new stock, free from rust scale, loose mill scale, excessive rust, dirt, oil, and other coatings which adversely affect bonding capacity when placed in the work.

2. Welded wire fabric: a. Verify that sheets are not curled or kinked before or after installation.

3.02 PREPARATION

A. Surface preparation: 1. Reinforcing Bars: Thin coating of red rust resulting from short exposure will not

be considered objectionable. Thoroughly clean any bars having rust scale, loose mill scale, or thick rust coat.

2. Partially embedded reinforcement: Clean to remove concrete or other deleterious coatings from dowels and other projecting bars by wire brushing or sandblasting before bars are embedded in subsequent concrete placement.

3.03 INSTALLATION

A. Field bending and welding: 1. No field bending of bars will be allowed. 2. Welding:

a. Weld reinforcing bars only where indicated on the Drawings or where acceptance is received from Engineer prior to welding.

Not to be used for bidding purposes!

Page 380: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03200-8 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03200 (Bid Set)

b. Perform welding in accordance with AWS D1.4 and welding procedures accepted by the Engineer. 1) Submit welding procedures. 2) Conform to requirements for minimum preheat and interpass

temperatures. c. Do not tack weld reinforcing bars.

B. Placing reinforcing: 1. Accurately place bars to meet position and cover requirements indicated on

the Drawings and secure them in position. 2. Tolerances for placement and minimum concrete cover: As listed in Table 1.

Table 1 - Reinforcement Placing Tolerances

Member

Tolerance on Reinforcement

Location

Tolerance on Minimum Concrete Cover(2)

Slabs, beams, walls and columns except as noted below:

10 inches thick and less + 3/8 inch - 3/8 inch

More than 10 inches thick + 1/2 inch - 1/2 inch

Formed soffits: As noted above - 1/4 inch

Longitudinal location of bends and ends of reinforcement:

Conditions not listed below: + 2 inches - 1/2 inch

At discontinuous ends of brackets and corbels: + 1/2 inch - 1/4 inch

At discontinuous ends of other members: + 1 inch - 1/2 inch

Notes: (1) + indicates "plus or minus," - indicates "minus," + indicates "plus." (2) Tolerance on cover is limited as noted, but decrease in cover shall not exceed

one third of the minimum cover indicated on the Drawings.

3. Minimum clear spacing between bars in a layer: a. As indicated on the Drawings, but not less than the larger of 1.5 times the

bar diameter or 1-1/2 inches. 4. Minimum clear spacing between bars in 2 or more parallel layers:

a. Place bars in the upper layers directly above bars in the lower layers. b. Minimum spacing between layers: As indicated on the Drawings, but not

less than the larger of 1.5 times the bar diameter or 1-1/2 inches. 5. Limits on minimum clear spacing between bars also apply to the clear spacing

between a lap splice and the adjacent bars and/or lap splices.

Not to be used for bidding purposes!

Page 381: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03200-9 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03200 (Bid Set)

C. Bar supports: 1. Provide clear concrete cover designated in the Typical Details unless

otherwise indicated on the Drawings. 2. Provide bar supports in sufficient numbers, sizes, and locations to maintain

cover, to prevent sagging or shifting, and to support loads during construction without vertical displacement and gouging or indentation of the forming below the support. a. Quantities and at locations shall not be less than indicated in ACI SP-66.

3. Do not use brick, concrete masonry units, concrete spalls, rocks, wood or similar materials to support reinforcing steel.

4. Do not use “give away bars” that have less cover than required by the Contract Documents. Do not adjust the location of reinforcement required by the Contract Documents to provide cover for “give away bars.”

5. Provide bar supports of height required to maintain the clear concrete cover indicated on the Drawings.

6. Provide bar supports at formed vertical faces to maintain the clear concrete cover indicated on the Drawings.

7. Schedule of reinforcement support materials: Provide bar supports as indicated in Table 2.

Table 2 - Reinforcement Support Materials Case Location Material

a. Concrete placed over earth and concrete seal slabs ("mud mats"):

Precast concrete bar supports.

b. Concrete placed against forms and exposed to wastewater, grit, or grease in the finished work (whether or not such concrete receives additional linings or coatings):

All stainless steel bar supports.

c. Concrete placed against forms and exposed to earth, weather, or groundwater in the finished work

Stainless steel protected bar supports.

d. Concrete placed against forms and exposed to interior process and equipment/piping areas in the finished work

Stainless steel protected bar supports.

e. Inside concrete and fully embedded between the mats of reinforcement for a concrete member

Bright basic wire bars supports, or deformed steel reinforcing bars.

D. Tying of bar reinforcement: 1. Fasten bars securely in place with wire ties. 2. Tie bars sufficiently often to prevent shifting. 3. Provide at least 3 ties in each bar length (does not apply to dowel lap splices

or to bars shorter than 4 feet, unless necessary for rigidity). 4. Tie slab bars at every intersection around perimeter of slab.

Not to be used for bidding purposes!

Page 382: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03200-10 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03200 (Bid Set)

5. Tie wall bars and slab bar intersections other than around perimeter at not less than every fourth intersection, but at not more than spacing indicated in Table 3:

Table 3 - Maximum Spacing of Tie Wires for Reinforcement

Bar Size Slab Bars:

Spacing, Inches Wall Bars:

Spacing, Inches Bars Number 5 and Smaller 60 48 Bars Number 6 through Number 9

96 60

Bars Number 10 and Number 11

120 96

6. After tying:

a. Bend ends of wire ties inward towards the center of the concrete section. Minimum concrete cover for tie wires shall be the same as cover requirements for reinforcement.

b. Remove tie wire clippings from inside forms before placing concrete c. The cover for wire ties shall be the same as the cover requirements for

reinforcing bars.

E. Lap splices of reinforcing bars: 1. Lap bars at splices as indicated on the Drawings or specified. 2. Unless specifically indicated otherwise on the Drawings, install bars at lap

splices in contact with each other and fasten bars together with tie wire. 3. Where bars are to be lapped spliced at joints in concrete, ensure that bars

project from the first concrete placement a distance equal to or greater than the minimum lap splice length indicated on the Drawings.

F. Reinforcing bar mechanical couplers and terminators: 1. Install only at locations shown on the Drawings, or where prior written approval

has been obtained from the Engineer. 2. Make splices in accordance with manufacturer’s instructions. Provide

manufacturer’s standard equipment, jigs, clamps, and accessories as required. a. Tighten splices as recommended by the manufacturer. Minimum

tightening torque shall not be less than 200 foot-pounds for all bar sizes. 3. Provide clear cover over mechanical couplers and terminators as indicated on

the Drawings a. If cover is less than required, contact Engineer for evaluation of conditions

before modifying conditions or placing concrete. b. Modifications to maintain concrete cover, such as addition of concrete;

repositioning of stirrups, ties, etc.; may be completed only after written approval by the Engineer.

G. Welded wire fabric reinforcement: 1. Install necessary wiring, spacing chairs, or supports to keep welded wire fabric

in designated position in the member while concrete is being placed. a. Do not allow wire fabric to drape between supports unless such a

configuration is specifically indicated on the Drawings. 2. Bend fabric where indicated on the Drawings to fit work.

Not to be used for bidding purposes!

Page 383: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03200-11 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03200 (Bid Set)

3. Straighten fabric to make perfectly flat sheet before placing in the Work. 4. Lap splice welded wire fabric as indicated on the Drawings.

a. If lap splice length is not indicated on the Drawings, splice fabric in accordance with ACI 318.

3.04 FIELD QUALITY CONTROL

A. Provide Contractor quality control for the Work of this Section as specified in Section 01450.

B. Field inspections and testing: 1. Submit records of inspections and testing to Engineer in electronic format

within 24 hours after completion.

C. Non-conforming work:

D. Manufacturer's services 1. Furnish manufacturer's technical representative to conduct jobsite training

regarding proper storage, handling, and installation of mechanical reinforcing bar couplers and bar end terminators for personnel who will perform the installation. Engineer may attend training session.

3.05 FIELD QUALITY ASSURANCE

A. Provide Owner quality assurance as specified in Section 01450.

B. Special inspections, special tests, and structural observations: 1. Provide as specified in Section 01455. 2. Frequency of inspections:

a. Unless otherwise indicated on the Drawings or in this Section, provide periodic special inspection as required by the Building Code specified in Section 01410.

3. Preparation: a. Review Drawings and Specifications for the Work to be observed. b. Review approved submittals and shop drawings.

4. Inspections: Special inspection shall include, but is not limited to, the following items. a. Reinforcement:

1) Type (material) and location of reinforcement supports. 2) Bar material/steel grade and bar size. 3) Location, placement, and spacing of bars. 4) Clear concrete cover over reinforcement. 5) Lap splice: Location and lap length. Bars within tolerances for contact

(unless non-contact splice is indicated on the Drawings.) 6) Bar hooks and development lengths embedded within concrete

sections as indicated on the Drawings. 7) Reinforcement tied in position and tie wire legs turned inward toward

the center of the concrete section. b. Welding of reinforcement:

1) Inspector qualifications and inspections shall be in accordance with the requirements of AWS D1.4.

Not to be used for bidding purposes!

Page 384: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03200-12 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03200 (Bid Set)

2) Provide periodic inspection for: a) Weldability of reinforcement other than ASTM A 706. b) Single pass fillet welds with thickness less than or equal to 5/16

inch. 3) Provide continuous inspection for:

a) Other welds. c. Mechanical reinforcing bar couplers and terminators:

1) Provide continuous inspection. 5. Records of inspections.

a. Provide a written record of each inspection using forms acceptable to the Engineer and to the Authority Having Jurisdiction.

b. Submit electronic copies of inspection reports to Engineer within 24 hours after completion of inspections.

3.06 NON-CONFORMING WORK

A. Before placing concrete, adjust or remove and re-install reinforcement to conform to the requirements of the Contract Documents.

END OF SECTION

Not to be used for bidding purposes!

Page 385: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03300-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03300 (Bid Set)

SECTION 03300

CAST-IN-PLACE CONCRETE

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Cast-in-place concrete.

B. Related sections: 1. The Contract Documents are complementary; what is called for by one is as

binding as if called for by all. 2. It is the Contractor’s responsibility for scheduling and coordinating the Work of

subcontractors, suppliers, and other individuals or entities performing or furnishing any of Contractor’s Work.

3. The following Sections are related to the Work described in this Section. This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the Contractor to see that the completed Work complies accurately with the Contract Documents. a. Section 01330 - Submittal Procedures. b. Section 01450 - Quality Control. c. Section 01455 - Special Inspections and Tests, and Structural

Observations. d. Section 01312 - Project Meetings. e. Section 03071 - Epoxies. f. Section 03102 - Concrete Formwork. g. Section 03150 - Concrete Accessories. h. Section 03200 - Concrete Reinforcement. i. Section 03366 - Concrete Finishes. j. Section 03600 - Grouting. k. Section 03931 - Epoxy Injection System. l. Section 03933 - Hydrophilic Foam Polyurethane Resin Injection System. m. Section 07900 - Joint Sealers.

C. The requirements of this Section will require advance planning for preparation and testing of trial batches. Review the mix design and testing requirements carefully, and schedule preparations and testing with sufficient time to complete tests, and to obtain Engineer’s review of mixes and testing results, and to complete revisions and re-testing if required for approval.

1.02 REFERENCES

A. American Association of State Highway Transportation Officials (AASHTO): 1. T 334 - Standard Test Method for Estimating the Cracking Tendency of

Concrete.

B. American Concrete Institute (ACI): 1. 302.1R-15 - Guide to Concrete Floor and Slab Construction. 2. 305R - Hot Weather Concreting. 3. 306R - Cold Weather Concreting.

Not to be used for bidding purposes!

Page 386: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03300-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03300 (Bid Set)

4. 318 - Building Code Requirements for Structural Concrete and Commentary. 5. 350 - Code Requirements for Environmental Engineering Concrete Structures

and Commentary. 6. Manual of Concrete Practice.

C. ASTM International (ASTM): 1. C 31 -Standard Practice for Making and Curing Concrete Test Specimens in

the Field. 2. C 33 - Standard Specification for Concrete Aggregates. 3. C 39 - Standard Test Method for Compressive Strength of Cylindrical Concrete

Specimens. 4. C 40 - Standard Test Method for Organic Impurities in Fine Aggregates for

Concrete. 5. C 42 - Standard Test Method of Obtaining and Testing Drilled Cores and

Sawed Beams of Concrete. 6. C 88 - Standard Test Method of Soundness of Aggregates by Use of Sodium

Sulfate or Magnesium Sulfate. 7. C 94 - Standard Specification for Ready-Mixed Concrete. 8. C 114 - Standard Test Methods for Chemical Analysis of Hydraulic Cement. 9. C 117 - Standard Test Method for Materials Finer that 75-m (No. 200) Sieve in

Mineral Aggregates by Washing. 10. C 123 - Standard Test Method for Lightweight Particles in Aggregate. 11. C 131 - Standard Test Method for Resistance to Degradation of Small-Size

Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. 12. C 136 - Standard Test Method for Sieve Analysis of Fine and Coarse

Aggregates. 13. C 138 - Test Method for Density (Unit Weight), Yield, and Air Content

(Gravimetric) of Concrete. 14. C 142 - Standard Test Method for Clay Lumps and Friable Particles in

Aggregate. 15. C 143 - Standard Test Method for Slump of Hydraulic-Cement Concrete. 16. C 150 - Standard Specification for Portland Cement. 17. C 156 - Standard Test Method for Water Loss from a Mortar Specimen

Through Liquid Membrane-Forming Curing Compounds for Concrete. 18. C 157 - Standard Test Method for Length Change of Hardened Hydraulic-

Cement Mortar and Concrete. 19. C 171 - Standard Specifications for Sheet Materials for Curing Concrete. 20. C 172 - Standard Practice for Sampling Freshly Mixed Concrete. 21. C 173 - Standard Test Method for Air Content of Freshly Mixed Concrete by

the Volumetric Method. 22. C 227 - Standard Test Method for Potential Alkali Reactivity of Cement

Aggregate Combinations (Mortar Bar Method). 23. C 260 - Standard Specification for Air-Entraining Admixtures for Concrete. 24. C 293 - Standard Test Method for Flexural Strength of Concrete (Using Simple

Beam with Center-Point Loading). 25. C 295 - Standard Guide to Petrographic Examination of Aggregates for

Concrete. 26. C 309 - Standard Specification for Liquid Membrane-Forming Compounds for

Curing Concrete. 27. C 311 - Standard Test Methods for Sampling and Testing Fly Ash or Natural

Pozzolans for Use as a Mineral Admixture in Portland-Cement Concrete. 28. C 494 - Standard Specification for Chemical Admixtures for Concrete.

Not to be used for bidding purposes!

Page 387: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03300-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03300 (Bid Set)

29. C 618 - Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete.

30. C 856 - Standard Practice for Petrographic Examination of Hardened Concrete.

31. C 1017 - Standard Specification for Chemical Admixtures for use in Producing Flowing Concrete.

32. C 1064 - Standard Test Method for Temperature of Freshly Mixed Portland Cement Concrete.

33. C 1260 - Standard Test Method of Potential Alkali Reactivity of Aggregates (Mortar Bar Method).

34. C 1293 - Standard Test Method for Determination of Length Change of Concrete Due to Alkali-Silica Reaction.

35. D 75 - Standard Practice for Sampling Aggregates. 36. D 2103 - Standard Specification for Polyethylene Film and Sheeting. 37. D 4791 - Standard Test Method for Flat Particles, Elongated Particles, or Flat

and Elongated Particles in Coarse Aggregate.

D. National Ready-Mixed Concrete Association (NRMCA).

1.03 DEFINITIONS

A. Alkali: The sum of sodium oxide and potassium oxide calculated as sodium oxide.

B. Architectural concrete: Concrete surfaces that will be exposed to view in the finished work. 1. For purposes of this Section, includes only those surfaces that receive paint or

coatings. 2. Exposed concrete surfaces in open basins, channels, and similar liquid

containing structures: Surfaces will be considered exposed to view if located above the water line as defined in Section 03366 - Concrete Finishes.

3. Exterior concrete surfaces with portions above and below grade: Surface will be considered exposed to view of located above the grade line as defined in Section 03366 - Concrete Finishes.

C. Average daily temperature: Calculated by summing hourly measurements of air temperature in the shade at the face of the concrete, and dividing that sum by 24. In calculating the sum of the temperatures recorded, any measurement less than 50 degrees Fahrenheit shall be recorded as 0 degrees Fahrenheit and included in the sum.

D. Cementitious materials: Includes all portland cement and pozzolan admixture(s).

E. Class of concrete: Refers to a mix with characteristics, proportions, and constituents (including a specific combination of admixtures) as specified herein. 1. Any change in the source or characteristics of constituent materials, in the

proportions of materials, or in the admixtures included in a mix shall be considered as creating a new and separate class of concrete.

F. Cold weather: Includes one or more of the following conditions: 1. Current air temperature is 45 degrees Fahrenheit and falling. 2. Air temperature during the first 24 hours after placement is expected to fall into

the range of 45 degrees Fahrenheit to 40 degrees Fahrenheit.

Not to be used for bidding purposes!

Page 388: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03300-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03300 (Bid Set)

3. A period when, for more than three consecutive days, the following conditions exist: a. The average daily air temperature drops below 40 degrees Fahrenheit,

and: b. The air temperature is not greater than 50 degrees Fahrenheit for more

than one-half of any consecutive 24-hour period.

G. Cold weather concreting: Operations for placing, finishing, curing, and protecting concrete during cold weather.

H. Green concrete: Concrete that has not achieved 100 percent of its minimum specified compressive strength, f’c.

I. Hairline crack: Crack with a crack width of less than 4 thousandths of an inch (.004 inch).

J. Hot weather: Any combination of ambient temperature, concrete temperature, relative humidity, wind speed, and solar radiation intensity that creates conditions that will evaporate water from a free concrete surface at a rate equal to or greater than 0.2 pounds per square foot per hour as determined by the Menzel Formula and monograph published in ACI 305 and included as Attachment A to this Section.

K. Hot weather concreting: Operations for placing, finishing, curing, and protecting concrete during hot weather.

L. Mass concrete: Concrete with a thickness of 36 inches or more.

1.04 SYSTEM DESCRIPTION

A. Performance requirements: 1. General:

a. Except as otherwise specified, provide concrete composed of portland cement, blended aggregates, admixtures and water, proportioned and mixed to produce a plastic, workable mixture in accordance with requirements of this Section, and suitable to specific conditions of placement, and to provide shrinkage characteristics and compressive strengths as specified.

b. Proportion materials in a manner that will secure lowest cement content and water-cementious materials ratio that is consistent with good workability, and that provides a plastic and cohesive mixture that is within the specified slump range.

c. Proportion aggregates in manner that maximizes the aggregate content, and minimizes the cement paste content of the mix, without producing harshness in placing or honeycombing in the Work placed.

2. It is the intent of this Section to secure for every part of the Work concrete of homogeneous mixture, that, when hardened, will have required strength, watertightness, and durability. a. It is recognized that some surface hairline cracks and crazing will develop

in the concrete surfaces.

Not to be used for bidding purposes!

Page 389: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03300-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03300 (Bid Set)

b. Construction, control, and expansion joints have been positioned in structures as indicated on the Drawings, and curing methods have been specified to reduce number and size of these expected cracks resulting from normal expansion and contraction expected from the concrete mixes specified.

c. Remove and replace, or repair as specified in Part III, non-conforming work and surfaces with cracks, voids and honeycombs, or surface wetness.

3. Workmanship and methods: Provide concrete work, including detailing of reinforcing, conforming with best standard practices and as set forth in ACI 318, ACI 350, and ACI Manual of Concrete Practice.

1.05 SUBMITTALS

A. General: 1. Data for concrete mixes and mix constituents supplied to the Work shall be

coordinated through a single supplier. 2. A maximum of two mix designs will be reviewed by the Engineer for each class

of concrete required. a. Review of additional mix designs shall be at the expense of the

Contractor.

B. Product data: 1. Submit data completely describing products and demonstrating compliance

with the requirements of these Specifications. 2. Data for all products in the mix for each class of concrete shall be submitted

concurrently with that mix design. 3. Admixtures:

a. For each admixture included in concrete mixes, submit manufacturer’s product data demonstrating compliance with standards specified.

b. If air entraining admixture requires test method other than ASTM C 173 to accurately determine air content, make special note of requirements in submittal.

4. Curing compound: Submit complete data on proposed compound.

C. Design data: 1. Concrete mix designs:

a. Submit full details, including mix design calculations and plots, for concrete mixes proposed for use for each class of concrete.

b. Include information on correction of batching for varying moisture contents of fine aggregate.

c. Submit source quality test records with mix design submittal. d. Provide calculations demonstrating that the mixes proposed provide the

required average compression strength of concrete (f'cr) based on source quality test records.

e. For each mix design submitted, plot the mix design on a “Coarseness Factor Chart” as shown in Figure 8.9.2.2 of ACI 302.1R-15.

D. Test reports: 1. Dated not more than 90 days prior to the date of submittal.

Not to be used for bidding purposes!

Page 390: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03300-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03300 (Bid Set)

2. Aggregates - General: a. Submit certified copies of commercial laboratory tests for each aggregate

proposed for use in concrete. b. Sieve analyses:

1) During construction, submit sieve analyses of coarse, intermediate, fine, and combined aggregates being used at intervals of not more than 90 days, and any time there is a change in supplier or a significant change in the character and/or grading of materials.

2) If either fine or coarse aggregate is batched from more than one bin: Submit analyses for each bin, and composite analysis made up from the bins, using proportions of materials to be used in mix.

c. Aggregates – Coarse: 1) Physical properties:

a) Sieve analysis. b) Percentage of particles having flat and/or elongated

characteristics. c) Abrasion loss. d) Soundness.

2) Deleterious substances: a) Clay lumps and friable particles content. b) Chert and shale content. c) Coal and lignite content. d) Materials finer than No. 200 sieve.

3) Alkali reactivity. d. Aggregates – Intermediate:

1) Physical properties: a) Sieve analysis. b) Percentage of particles having flat and/or elongated

characteristics. c) Abrasion loss. d) Soundness.

2) Deleterious substances: a) Clay lumps and friable particles content. b) Chert and shale content. c) Coal and lignite content. d) Materials finer than No. 200 sieve.

3) Alkali reactivity. e. Aggregates - Fine:

1) Physical properties: a) Sieve analysis and fineness modulus. b) Soundness.

2) Deleterious substances: a) Clay lumps and friable particles (percentage). b) Materials finer than No. 200 sieve (percentage). c) Coal and lignite (percentage). d) Organic impurities (“color” as determined by ASTM C 40).

3) Alkali reactivity. 4) Shale and chert.

Not to be used for bidding purposes!

Page 391: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03300-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03300 (Bid Set)

f. Aggregates – Combined: 1) Sieve analysis of combined aggregates.

a) Submit at intervals of not more than 4 weeks, and any time there is a significant change in character or grading of constituent materials.

b) Tested combined gradation for the following sieve sizes: 1.5 inches, 1 inch, 3/4 inch, 1/2 inch, 3/8 inch, Number 4, Number 8, Number 16, Number 30, Number 100, Number 200.

3. Cement: a. Mill tests, including alkali content, for each shipment of cement included in

the Work. 1) During construction, submit mill certificates for cement being used at

intervals of not more than 90 days, and any time there is a change in supplier or a significant change in the character of the materials.

4. Pozzolans: a. Fly ash: Identify source and provide testing results to demonstrate

compliance with requirements of ASTM C 618 and this Section. 5. Concrete mixes – Trial batches:

a. Drying shrinkage test results. 1) Submit results of testing. 2) Submit test specimens from drying shrinkage tests on trial batches.

a) Submit all specimens from each mix accepted by Engineer. b) Using indelible marker, clearly label each specimen with

concrete class, trial batch mix designator, and specimen number.

b. Compression strength test results. 1) Submit results of testing. Provide data for each cylinder tested. 2) Submit data indicating trial batch mix designator, slump, and

specimen number for each test cylinder. 3) Submit test specimens from compression strength tests on trial

batches. a) Submit 2 cylinders from each mix accepted by Engineer. b) Using indelible marker, clearly label each cylinder with concrete

class, trail batch number, and specimen number. c. If there is any change in suppliers or in quality of concrete mix

constituents, submit new test data.

E. Certificates: 1. NRMCA certification for all plants and trucks that will be used to supply

concrete.

F. Source quality control submittals: 1. Truck batch tickets for each load of concrete delivered to the site, whether

accepted or rejected.

G. Field quality control submittals: 1. Contractor’s notifications of readiness for concrete placement. 2. Contractor’s reports of field quality control testing.

a. Include with each report the concrete batch ticket number and identification numbers for associated cylinders used for compressive strength testing.

b. Testing results for slump, temperature, unit weight, and air entrainment.

Not to be used for bidding purposes!

Page 392: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03300-8 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03300 (Bid Set)

c. Testing results for compressive strength at 7 and 28 days, and for any compressive strength tests after 28 days.

d. Note on batch ticket the maximum amount of water that was withheld and can be added on site as “Max add water.” Record on the batch ticket any water actually added at site.

e. Note on the batch ticket the concrete mix classification as defined in Table 3, Concrete Classes.

H. Special procedure submittals: 1. Sequence of concrete placing:

a. Submit proposed sequence of placing concrete showing proposed beginning and ending of individual placements. Submittal shall include plans sections and details to address all pours.

2. Cold weather concreting plan. 3. Hot weather concreting plan. 4. Repair of defective concrete: Submit mix design for repair materials to be

used.

1.06 QUALITY ASSURANCE

A. Pre-installation meetings: 1. Schedule and conduct pre-installation meeting at least 10 days prior to

batching and placing of concrete. a. Provide additional meetings if necessary to discuss specific concrete

submittals, mixes, or placing and curing conditions. b. Notify Engineer of location and time of each conference.

2. Required attendees: a. Contractor including Contractor’s superintendent and key personnel. b. Subcontractor(s) providing pumping, placing, finishing, and curing. c. Ready-mix producer. d. Technical representative(s) of supplier(s) of concrete admixtures. e. Sampling and testing personnel. f. On-site inspectors representing Engineer. g. Other persons deemed by the Engineer and the Contractor to be critical to

the quality and efficiency of the Work. 3. Agenda:

a. Review of requirements of Drawings and Specifications. b. Project and product safety requirements. c. Discussion of points of interface and coordination between various trades

or products to be used in the Work. d. Contractor’s schedule for cast-in-place concrete work. e. Mix designs, mix tests, and submittals. f. Admixture types, dosing, performance, requirements for monitoring, and

limits on dosing or re-dosing at the site. g. Placement and consolidation methods, techniques, and equipment and

the effects of those methods on form pressures. h. Slump and limits on placing time or conditions to maintain placeability. i. Procedures for finishing, curing, and retention of moisture during these

operations. j. Procedures and protection for hot and cold weather conditions. k. Requirements and coordination for inspections.

Not to be used for bidding purposes!

Page 393: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03300-9 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03300 (Bid Set)

l. Other Specification requirements requiring coordination between parties to the work.

4. Prepare and submit minutes of the pre-installation meeting as specified in Section 01312.

1.07 DELIVERY, STORAGE, AND HANDLING

A. Packing and shipping: 1. Deliver, store, and handle concrete materials in manner that prevents damage

and inclusion of foreign substances. 2. Deliver and store packaged materials in original containers until ready for use. 3. Deliver aggregate to mixing site and handle in such manner that variations in

moisture content will not interfere with steady production of concrete of specified degree of uniformity and slump.

B. Acceptance at site: 1. Reject material containers or materials showing evidence of water or other

damage. 2. Concrete mixes: Do not accept or incorporate into the Work concrete mixes

that do not comply with specified requirements for water content, slump, temperature, and air content.

1.08 PROJECT CONDITIONS

A. Cold weather concreting: During periods of cold weather as defined in this Section, implement cold weather concreting procedures as specified in Part III.

B. Hot weather concreting: During periods of hot weather as defined in this Section, implement hot weather concreting procedures as specified in Part III.

1.09 SEQUENCING AND SCHEDULING

A. Schedule placing of concrete in such manner as to complete all placing operations from a pre-identified construction, control, or expansion joint to another pre-identified construction, control, or expansion joint.

PART 2 PRODUCTS

2.01 MATERIALS - GENERAL

A. Water for concrete mixes, for washing aggregate, and for curing concrete. 1. Potable water clean and free from oil and deleterious amounts of alkali, acid,

organic matter, or other substances. 2. Chlorides and sulfate ions:

a. Water for conventional reinforced concrete: Use water not containing more than 1,000 milligrams per liter of chlorides calculated as chloride ion, or more than 1,000 milligrams per liter of sulfates calculated as sulfate ion.

b. Water for prestressed or post-tensioned concrete: Use water not containing more than 650 milligrams per liter of chlorides calculated as chloride ion, or more than 800 milligrams per liter of sulfates calculated as sulfate ion.

Not to be used for bidding purposes!

Page 394: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03300-10 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03300 (Bid Set)

2.02 MATERIALS - CONCRETE MIX CONSTITUENTS

A. Cementitious materials: 1. Portland cement:

a. Conform to ASTM C 150, Type II or Type III. b. Additional requirements:

1) Low-alkali portland cement: Total equivalent alkalies not more than 0.60 percent.

c. Sulfate resistance: Limit tricalcium aluminate (C3A) content to 8 percent maximum. Single source: To provide uniformity of appearance, for each structure use only one source, type, and brand of portland cement for exterior walls and slabs that will be exposed in the finished work. 1) Confirm adequate supply of cement over duration of project before

making trial batches or beginning concrete placements. d. Cement for finishing: Provide cement from same source and of same type

as concrete to be finished. 2. Fly ash:

a. Class C or Class F fly ash conforming to requirements of ASTM C 618, except as modified herein. 1) Class C may be used as admixture in concrete made with Type II

portland cement. 2) Class F with low levels of CaO required if used in concrete mixes

containing aggregates classified as potentially reactive based on ASTM C 1260 evaluation for alkali-silica reactivity. a) Loss on ignition for fly ash: Not exceeding 3 percent. b) Fly ash may replace portland cement at ratio of 1.0 pound fly

ash for each pound of portland cement, up to a maximum replacement of 25 percent of the weight of portland cement specified. When used, the minimum weight of fly ash shall be not be less than 15 percent of the total weight of cementitious materials in the mix.

B. Aggregates: 1. General:

a. Provide concrete aggregates that are sound, graded as specified, and free of deleterious material in excess of amounts specified.

b. Provide fine, intermediate, and coarse aggregates to produce in-place concrete unit weight as follows: 1) Normal weight concrete: Not less than 140 pounds per cubic foot.

c. Do not use aggregate made from recycled materials such as crushed and screened hydraulic-cement concrete, brick, and other construction materials.

2. Alkali-silica reactivity: a. Provide aggregates with expansion not greater than 0.10 percent at 14

days when tested in accordance with ASTM C 1260, unless the aggregate has been determined to be not deleteriously reactive based on testing in accordance with 1 of the following: 1) ASTM C 227: Expansion not greater than 0.05 percent at 3 months,

and not greater than 0.10 percent at 6 months. 2) ASTM C 1293: Expansion not greater than 0.04 percent at 1 year.

Not to be used for bidding purposes!

Page 395: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03300-11 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03300 (Bid Set)

3. Coarse aggregate - normal weight concrete: a. Materials graded such that not more than 10 percent of material passes

the 3/8-inch sieve when sampled in accordance with ASTM D 75 and D 3665, and tested in accordance with ASTM C 136.

b. Consisting of gravels, crushed gravels, crushed stone, or a combination of these materials having clean, hard, durable particles free from calcareous coatings, organic matter, or other deleterious substances.

c. Conforming to the requirements of ASTM C 33 for physical properties, deleterious substances, and alkali reactivity, except as modified in the following paragraphs. 1) Grading:

a) Maximum nominal size as indicated in Table 3 - Concrete Classes, except as otherwise specified or accepted by the Engineer.

b) Weights of flat particles, elongated particles, and flat and elongated particles (particles having a length greater than 5 times average width or thickness) not exceeding 15 percent.

2) Deleterious Substances: Not in excess of the percentages by weight specified in Table 1, and having a total of all deleterious substances listed not exceeding 2 percent.

Table 1: Coarse Aggregate, Limits on Impurities

Item Test

Method Percent

(maximum) Clay lumps and friable particles ASTM C 142 0.25 Lightweight particles (SG < 2.40) ASTM C 123 1.25 • Chert or shale(1) ASTM C295 1.00(1) Materials finer than No. 200 sieve ASTM C 117 0.50(2) Coal and lignite ASTM C 123 0.25 Notes: (1) ASTM C123 tests for particles in the sample having a specific

gravity less than 2.40. ASTM C295 is used to identify which of those lightweight particles are chert, shale, or coal and lignite. If testing under C123 indicates a combined percentage (sum of shale, chert, coal and lignite) not greater than 1.25, testing under C295 will not be required.

(2) When material finer than No. 200 sieve consists of crusher dust, maximum percentage may be increased to 1.00 percent.

3) Abrasion loss: Loss not greater than 45 percent after 500 revolutions

when tested in accordance with ASTM C 131. 4) Soundness: Loss not greater than 10 percent when tested in

accordance with ASTM C 88 using sodium sulfate solution. 4. Intermediate aggregate – normal weight concrete.

a. Material graded such that 90 to 100 percent of material passes the 3/8-inch sieve, and not more than 5 percent of material passes the No. 50 (300 μm) sieve when sampled in accordance with ASTM D 75 and D 3665, and tested in accordance with ASTM C 136.

b. Requirements for maximum percentage of impurities, abrasion loss, and soundness: As specified for coarse aggregate.

Not to be used for bidding purposes!

Page 396: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03300-12 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03300 (Bid Set)

5. Fine aggregate – normal weight concrete. a. Material graded such that 95 to 100 percent of material passes the

No. 4 (4.75 mm) sieve when sampled in accordance with ASTM D 75 and D 3665, and tested in accordance with ASTM C 136.

b. Clean natural sand or sand prepared from crushed stone or crushed gravel.

c. Conforming to ASTM C 33 requirements for grading, deleterious substances, soundness, and alkali reactivity, except as modified in the following paragraphs. 1) Grading. For sieve sizes listed in ASTM C 33 for fine aggregate, not

more than 45 percent passing any sieve and retained on the next consecutive sieve.

2) Deleterious substances: not in excess of the percentages by weight specified in Table 2.

Table 2: Fine Aggregate, Limits on Impurities

Item Test

Method Percent

(maximum) Clay lumps and friable particles ASTM C 142 1.00 Materials finer than No. 200 sieve ASTM C 117 3.00 Lightweight particles (SG < 2.40) ASTM C 123 1.00

• Chert or shale(1) ASTM C 295 1.00(1) Coal and lignite ASTM C123 0.50 Notes: (1) ASTM C123 tests for particles in the sample having a specific

gravity less than 2.40. ASTM C295 is used to identify which of those lightweight particles are chert, shale, or coal and lignite. If testing under C123 indicates a combined percentage (sum of shale, chert, coal and lignite) not greater than 1.00, testing under C295 will not be required.

(2) For manufactured sand, if material finer than No. 200 sieve consists of crusher dust and the aggregate is essentially free of clay or shale, maximum percentage may be increased to 5.0 percent.

3) Organic impurities. Free of injurious amounts of organic matter, and producing a supernatant liquid with color not darker than “standard color” when tested in accordance with ASTM C 40.

4) Soundness: Complying with requirements of ASTM C 33 when tested in accordance with ASTM C 88 using sodium sulfite solution.

C. Admixtures: 1. General:

a. Do not use admixtures other than those specified unless written acceptance has been obtained in advance from the Engineer.

b. Admixtures shall be compatible with concrete constituents and with other admixtures. All admixtures in a given mix shall be products of the same manufacturer to ensure compatibility.

c. Do not use admixtures containing chlorides calculated as chloride ion in excess of 0.5 percent by weight.

Not to be used for bidding purposes!

Page 397: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03300-13 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03300 (Bid Set)

d. Use in accordance with manufacturer's recommendations and add each admixture to concrete mix separately.

e. Admixtures used shall be the same products used in concrete trial batches, or the same products used in concrete represented by submitted field test records.

2. Air entraining admixture: a. Conforming to ASTM C 260 and dosed to provide entrained air

percentages as specified in this Section. b. Provide entrained air as bubbles, evenly dispersed at the time of

placement and during curing. 3. Water reducing admixture:

a. Conforming to ASTM C 494, Type A (water reducing). 1) ASTM C 494, Type D (water reducing and retarding) may be used

during periods of hot weather with prior acceptance by the Engineer. b. Not containing air entraining agents. c. Liquid form before adding to the concrete mix. d. No decrease in minimum cementitious materials content is permitted as

result of use of water reducing admixture. 4. High-range, water-reducing admixture (“Superplasticizer”):

a. Conforming to ASTM C 494, Type F (high-range, water-reducing) or ASTM C 1017, Type I (plasticizing). 1) ASTM C 494, Type G (high-range, water reducing and retarding) or

ASTM C 1017, Type 2 (plasticizing and retarding) may be used during periods of hot weather with prior acceptance by the Engineer.

b. Producing non-segregating, plasticized concrete with little bleeding and the physical characteristics of low water/cement ratio concrete.

c. Admixture shall maintain treated concrete in a plasticized state for not less than 2 hours.

5. Retarding/accelerating admixtures: a. Shall not be used without prior acceptance from Engineer.

6. Shrinkage reducing admixture: a. Conforming to ASTM C 494, Type S (specific performance). b. One of the following, or equal:

1) BASF Corporation, Master Builders Solutions: SRA Series. 2) Euclid Chemical: Eucon SRA Seriew. 3) GCP Applied Technologies (formerly W.R Grace): Eclipse Series.

2.03 MATERIALS FOR PLACING, CURING AND FINISHING

A. General: 1. Materials shall be compatible with concrete and with other materials.

B. Cement grout: 1. Use: For spreading over surface of construction and cold joints in concrete

before placing additional concrete above those joints. 2. As specified in Section 03600 – Grouting.

C. Concrete sealer: 1. Manufacturers: One of the following, or equal:

a. Euclid Chemical Company: Diamond Hard b. L&M Construction Chemicasl: SealHard.

Not to be used for bidding purposes!

Page 398: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03300-14 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03300 (Bid Set)

D. Evaporation retardant: 1. Manufacturers: One of the following or equal:

a. Master Builders Technologies, Cleveland, Ohio, Confilm. b. Euclid Chemical Company, Cleveland, Ohio, Eucobar.

E. Sprayed membrane curing compound: 1. Combination curing and sealing products (“cure and seal”) will not be

permitted. 2. Properties:

a. Clear type with fugitive dye conforming to ASTM C 309, Type 1D, and containing no wax, paraffin, or oils.

b. For concrete placed or cured during hot weather, curing compound shall be as specified, except that: 1) It shall include a white, reflective fugitive dye. 2) Moisture loss during a 72-hour period shall not exceed 9 pounds per

cubic yard when tested in accordance with ASTM C 156.

F. Plastic membrane for curing: 1. Polyethylene film in accordance with ASTM C 171. 2. Properties:

a. Color: White. b. Thickness: Nominal thickness of polyethylene film shall not be less than

0.0040 inches when measured in accordance with ASTM D 2103. Thickness of polyethylene film at any point shall not be less than 0.0030 inches.

c. Loss of Moisture: Not exceed 0.055 grams per square centimeter of surface when tested in accordance with ASTM C 156.

G. Surface sealant system: 1. Manufacturers: One of the following or equal:

a. Euclid Chemical Co., Vandex Super. b. Kryton International, Inc. Krystol T1. c. Xypex Chemical Corp., Xypex Concentrate.

2.04 EQUIPMENT

A. General: 1. Provide adequate equipment and facilities for accurate measurement and

control of materials and for readily changing proportions of material into mixers.

2. Maintain concrete batching and mixing equipment in good working order, and operate at loads, speeds, and timing recommended by the manufacturer or as specified.

B. Batching equipment or batch plant: 1. Capable of controlling delivery of all individual materials to an accuracy of

within 1 percent by weight.

C. Mixing equipment: 1. Mixers may be of stationary plant, paver, or truck mixer type as appropriate to

the Work.

Not to be used for bidding purposes!

Page 399: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03300-15 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03300 (Bid Set)

2. Capable of combining aggregates, cementitious materials, and water within specified time into a thoroughly mixed and uniform mass, and of discharging that mixture without segregation.

3. Equip each mixer with device for accurately measuring and indicating quantity of water entering concrete, and with operating mechanism such that leakage will not occur when valves are closed.

4. Equip each mixer with device for automatically measuring, indicating, and controlling time required for mixing. a. Provide interlock device to prevent discharge of concrete from mixer

before expiration of mixing period. 5. Transit-mixed concrete: Equipment in accordance with ASTM C 94.

a. Equip each truck mixer with device interlocked so as to prevent discharge of concrete from drum before required number of turns and furnish such device that is capable of counting number of revolutions of drum.

D. Other types of mixers: In case of other types of mixers, mixing shall be as follows: 1. Mix concrete until there is uniform distribution of materials, and discharge

mixer completely before recharging. 2. Neither speed nor volume loading of mixer shall exceed manufacturer’s

recommendations. 3. Continue mixing for minimum of 1-1/2 minutes after all materials are in drum,

and for batches larger than one cubic yard increase minimum mixing time 15 seconds for each additional cubic yard or fraction thereof.

2.05 CONCRETE MIXES

A. General: 1. Develop and provide mix design for each Concrete Class listed in Table 3 –

Concrete Classes. 2. Select and proportion mixes and document properties using one of the two

methods that follow. Procedures and requirements for use of each alternative are specified in subsequent paragraphs of this Section. a. Field experience method. b. Trial batch method.

3. Organize and submit mix designs with data on all constituent materials and products for that mix, for Engineer’s review.

4. Do not place concrete until the mix design for that Concrete Class has been accepted by Engineer.

5. After acceptance, do not modify accepted mixes or provide new mixes without Engineer’s prior review and acceptance of the proposed alternative. a. Exception: At all times, adjust batching of water to compensate for free

moisture content of the fine aggregate used. b. For any change to approved mixes, Engineer may require new trial

batching and testing program as specified in this Section before acceptance and use.

c. For any change to approved mixes, make modifications within limits set forth in this Section.

d. If there is change in source or quality of any constituent of the concrete class or mix, the revised mix will be considered a new class of concrete and shall require full re-submittal of all data describing mix constituents, design, and testing.

Not to be used for bidding purposes!

Page 400: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03300-16 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03300 (Bid Set)

6. Material sampling, mix designs, trial batch preparation and testing, modifications to mix designs, and any re-testing required to satisfy the requirements of these Specifications or to obtain satisfactory performance shall be at Contractor’s expense.

B. Requirements for mix proportioning: 1. Develop and provide mixes that:

a. Conform to the requirements of Table 3 – Concrete Classes, for each Concrete Class.

b. Can be readily worked into corners and angles of forms and around reinforcement without excessive vibration and without permitting materials to segregate or free water to collect on surface.

c. Prevent unnecessary or haphazard changes in the consistency of the concrete supplied.

2. Constituent materials: a. Provide Concrete Classes specified in Table 3 – Concrete Classes. b. Provide concrete mixes composed of portland cement, blended

aggregates, admixtures and water. 1) Admixtures required for each concrete class are indicated in Table 3

– Concrete Classes. Admixtures not specifically required by that table for a specific Concrete Class are optional and may be included at the discretion of the Contractor based on Contractor’s planned means and methods of construction.

3. Minimum specified compressive strength: a. Minimum specified compressive strength is designated at 28 days, unless

otherwise indicated in Table 3 – Concrete Classes. b. For locations where the placed concrete is adequately protected and is

not subjected to loads for an extended period during construction, the Contractor may request that the period for achieving the minimum specified compressive strength be extended to 56 days. If accepted by the Engineer, provide mixes that achieve at least 75 percent of their minimum specified compressive strength after 28 days.

4. Proportions and consistency: a. Ratio of water to cementitious materials, and cementitious materials

content: 1) Conform to maximum and minimum requirements specified in

Table 3 – Concrete Classes. b. Aggregate size and content:

1) Blend aggregates to produce an optimized gradation that combines well-graded coarse, intermediate, and fine aggregates in proportions that maximize the aggregate content of the mix, and that minimize the cement paste content of the mix. a) Percentage of aggregate of maximum size designated in

Table 3 – Concrete Classes: Not less than 5 percent of the total volume of aggregate.

b) Percentage of combined aggregates retained on each sieve: Between 8 percent and 18 percent of the total volume of aggregate.

Not to be used for bidding purposes!

Page 401: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03300-17 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03300 (Bid Set)

c. Coarseness/workability (Shilstone Method). 1) Proportion mixes to fall into the “Optimal” zone when plotted on the

Coarseness Factor Chart (“Coarseness Factor” versus “Workability Factor”) of ACI 302.1R-15 (Figure 8.9.2.2). Provide plot for each mix to be used in the Work.

2) Coarseness factor (CF) for each mix shall be calculated as the percent of the combined aggregate gradation retained on the 3/8-inch sieve, divided by the percent of the combined aggregate gradation retained on the Number 8 sieve, multiplied by 100; or:

CF = (% retained on 3/8” sieve) x 100 (% retained on No. 8 sieve) 3) Workability factor (WF) for each mix shall be the percent of the

combined aggregate gradation retained on the Number 8 sieve, adjusted for cement content in the mix. a) Determine volume of total cementitious material in the mix. b) For each 94 pounds of portland cement content above

564 pounds per cubic yard, increase workability factor by 2.5 units.

c) For each 94 pounds of portland cement below 564 pounds per cubic yard, decrease workability factor by 2.5 units.

d) Proportion adjustment factor by linear interpolation for each fraction of 94 pounds above or below the 564 pound basis.

e) Example: 650 pounds per cubic yard = 564 pounds + 86 pounds. Adjustment = (86 lb / 94 lb) x 2.5 = + 2.28.

C. Concrete Classes for use in the Work. 1. Provide concrete classes listed in Table 3 - Concrete Classes. 2. Provide normal weight concrete, having a minimum weight of 140 pounds per

cubic foot, unless otherwise noted. 3. Pumped concrete:

a. Provide pumped concrete that complies with all requirements of this Section.

b. Mixes placed by pumping shall be considered a sub-class of each concrete class listed in Table 3 – Concrete Classes. Prepare and submit a separate mix design for each mix to be placed by pumping.

4. Class PM concrete: In addition to the requirements of Table 3 - Concrete Classes, conform to the following: a. Minimum 28-day flexural strength: 650 psi when tested in accordance with

ASTM C 293. b. Cementitious materials content: 70-80 percent portland cement plus

20-30 percent Class F fly ash (by weight). c. Aggregate:

1) Minimum 55 percent coarse aggregate conforming to ASTM C 33 size number 357 or size number 467.

2) Substitute ASTM C 33 size number 57 or size number 67 if mechanical paving equipment is not used.

Not to be used for bidding purposes!

Page 402: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03300-18 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03300 (Bid Set)

Table 3: Concrete Classes C

oncr

ete

Cla

ss(1

)

Min

imum

Spe

cifie

d C

ompr

essi

ve S

tren

gth

at 2

8 da

ys, f

'c (2

) (p

ound

s pe

r squ

are

inch

)

Rat

io o

f wat

er to

ce

men

titio

us

mat

eria

ls(3

) (m

inim

um

– m

axim

um).

Cem

entit

ious

Mat

eria

ls

Con

tent

(p

ound

s pe

r cub

ic

yard

of c

oncr

ete

by

wei

ght)(4

)

Cem

ent T

ype

(A

STM

C15

0, lo

w

alka

li)

Max

imum

Siz

e of

C

oars

e A

ggre

gate

(N

omin

al, i

nche

s)

Air

Entr

ainm

ent

(per

cent

) (n

/a :

not a

pplic

able

)

Adm

ixtu

res

requ

ired(6

)

Slum

p R

ange

(in

ches

)

A 4,500 0.40 to 0.45 535 to 575 II 1.5 5+1.5 AEA WRA

2 to 4

A-NA 4,500 0.40 to 0.45 535 to 575 II 1.5 n/a WRA 2 to 4 A-SP 4.500 0.40 to 0.45 535 to 575 II 1.5 5+1.5 AEA

WRA HRWR

3 to 6

B 4,500 0.40 to 0.45 535 to 575 III 1.5 5+1.5 AEA WRA

2 to 4

B-NA 4,500 0.40 to 0.45 535 to 575 III 1.5 n/a WRA 2 to 4 B-SP 4,500 0.40 to 0.45 535 to 575 III 1.5 5+1.5 AEA

WRA HRWR

3 to 6

C 2,500 0.62 max. min. 423 II 1.0 5+1.5 AEA WRA

3 to 6

CE 3,000 0.62 max. min 423 II 3/8 5+1.5 AEA WRA

3 to 6

D 5,000 (5) (5) (5) (5) 5+1.5 (5) (5)

P 4,500 0.40 to 0.45 564 II 1.5 n/a WRA HRWR

6 to 8

PM 4,500 0.40 - 0.45 535 II 57 5+1.5 AEA, WRA

3 to 6

Notes: (1) Sub classes within major concrete classes are designated as follows: SP: With high-range water reducing admixture NA: Without air entrainment (2) At locations where concrete will not be subjected to load from other elements of the structure or from

Contractor’s placing operations, maximum time period for achievement of specified compressive strength may be extended to 56 days when accepted by the Engineer.

(3) W/C Ratio = Ratio of water to cementitious materials (cement plus fly ash) by weight. (4) If cementitious materials content exceeds limits shown, concrete mix designs that include a shrinkage

reducing admixture (SRA) may be submitted for review. (5) Proportioning of concrete used for the manufacture of precast concrete elements is left to the discretion

of the precast manufacturer. The constituents of the concrete mixture are still held to the quality requirements of this Section.

(6) Admixtures are designated as follows: AEA: Air entraining admixture HRWR: High-range water reducing admixture

SRA: Shrinkage reducing admixture WRA: Water reducing admixture

Not to be used for bidding purposes!

Page 403: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03300-19 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03300 (Bid Set)

D. Install Concrete Classes in accordance with the following requirements unless otherwise indicated on the Drawings. 1. Class A concrete – structural concrete:

a. Use Class A concrete (and variations A-NA, A-SP, and A-WP) at all locations except where Classes B, C, CE, and PM are specified or indicated on the Drawings. 1) Class A: Use for concrete at non-water containing structures. 2) Class A-NA (Class A without air entrainment): Use for interior

concrete slabs (not exposed to weather) scheduled to receive a steel troweled finish.

3) Class A-SP (Class A with high range water reducing admixture/ superplasticizer). May be used at Contractor’s option in lieu of Class A mix.

2. Class B concrete – high-early strength structural concrete: a. Class B concrete (and variations B-NA and B-SP) may be substituted for

Class A concrete when accepted by the Engineer for areas where high-early strength concrete is needed and sulfate-resistant concrete is not required. 1) Class B-NA (Class B without air entrainment): Use for interior

concrete slabs (not exposed to weather) scheduled to receive a steel troweled finish.

2) Class B-SP (Class B with high range water reducing admixture/ superplasticizer). May be used in lieu of Class B mix when accepted by the Engineer.

3. Class C concrete – miscellaneous concrete fill and encasement: a. Use Class C concrete for fill at unauthorized excavation, for thrust blocks

and ground anchors for piping, for bedding and encasement of pipe, and at other locations indicated on the Drawings.

4. Class CE concrete – Use for electrical duct bank encasement. 5. Class D concrete – Use for precast concrete. 6. Class P concrete – Use for drilled piers. 7. Class PM Concrete – Use for concrete pavement.

E. Concrete mix design documented by field experience: 1. Mix design:

a. Prepare preliminary mix design for each Concrete Class. Submit mix design with product and testing data for materials to be used in the mix for Engineer’s review.

2. Historical records for similar mix. a. Determinations of similarity of materials and proportions between

historical and proposed mixes shall be by the Engineer, and that shall be final.

b. Historical record – Materials: 1) Submit with each mix design the following data for a previously-

supplied concrete mix similar to that proposed for this Work. 2) Records demonstrating that the previously supplied mix included

similar materials and proportions as those of the proposed mix. a) Documentation that the same concrete supplier will provide both

mixes. b) Documentation that the materials used were from the same

suppliers and had essentially the same properties, demonstrated by test data, as those proposed.

Not to be used for bidding purposes!

Page 404: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03300-20 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03300 (Bid Set)

c) Documentation that proportions of materials in the record mix are essentially the same as those proposed and that the specified compressive strength of the record mix is within 1,000 pounds per square inch of that required by this Section.

d) Concrete supplier’s statement describing any changes made to production of the record mix during the time period reported.

e) Concrete supplier’s statement that preparation and quality control procedures for the record mix were essentially the same as those to be employed for this Work.

c. Historical record – Testing: 1) Submit with each record mix, corresponding test data for slump,

compressive strength (with relationships for rate of strength gain between testing ages), and drying shrinkage.

2) Only records satisfying the following requirements will be accepted. a) All tests were conducted within a period of 1-year preceding the

date of the submittal. b) All tests were conducted over a period including not less than

45 days. c) The record of compressive strength testing includes at least

30 tests for slump and 28-day compressive strength. d) The record of compressive strength tests is consecutive. In

other words, it includes all tests conducted on the subject mix within the 1-year time period described above (not just selected tests during that period).

e) Submit concrete supplier’s sworn statement confirming that all tests for the record mix have been reported.

f) Tests for drying shrinkage are essentially the same as those described in subsequent paragraphs of this Section for “concrete mix design documented by trial batch preparation and testing.”

d. For mixes determined to be similar and to have an acceptable test history, acceptance criteria shall be as follows:

e. Acceptance criteria: 1) Slump: All tests within limits specified for record mix. 2) Compressive strength: Average compression strength for tests, as

determined by ACI 318 and ACI 350 not less than minimum required average strength.

3) Drying shrinkage: Within limits stated in subsequent paragraphs of this Section for “concrete mix design documented by trial batch preparation and testing.”

F. Concrete mix design documented by trial batch preparation and testing: 1. Mix design and trial batches:

a. Prepare preliminary mix design for each Concrete Class. Submit mix design with product and testing data for materials to be used in the mix for Engineer’s review. 1) Determine water content of the mix based on curves showing the

relation between water-cementitious materials ratio and the 7- and 28-day compressive strength of the concrete.

2) Determine each curve using 4 or more points, each representing the average compressive strength value of at least 3 specimens tested at each age.

Not to be used for bidding purposes!

Page 405: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03300-21 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03300 (Bid Set)

b. After materials data and proposed mix designs have been accepted by Engineer, have trial batches for each concrete mix design prepared by Contractor’s independent testing laboratory. 1) Prepare trial batches for mix using the cement, aggregates, and

admixtures to be used for the Work. 2) Provide batches of sufficient quantity to determine slump, workability,

consistency, and finishing characteristics, and to provide sufficient specimens for testing indicated.

c. For each trial batch, make and test specimens to determine and report slump, compressive strength (with relationships for rate of strength gain between testing ages), and drying shrinkage. 1) If trial batches do not produce concrete conforming to the specified

requirements for slump, strength, workability, consistency, drying shrinkage, restrained shrinkage, and finishing, change mix proportions and, if necessary, sources of materials.

2) Make additional trial batches and perform additional tests until a batch that conforms to requirements of this Section is produced.

2. Testing - Slump: a. Determine slump in accordance with ASTM C 143. b. Acceptance criterion: Slump within range specified.

3. Testing - Compressive strength: a. Prepare 6-inch diameter by 12-inch long cylinders in accordance with

ASTM C 31 for tests specified in this Section. b. Determine average compressive strength:

1) Test at least 12 cylinders from each trial batch for compressive strength in accordance with ASTM C 39.

2) Test 4 cylinders at 7 days, another 4 at 28 days, and another 4 at 56 days.

3) Calculate average compression strength for 7-day tests, for 28-day tests, and for 56 day tests.

4) Calculate ratios for: a) Average 7-day strength to average 28-day strength. b) Average 28-day strength to average 56-day strength.

c. Determine the required average compressive strength for each mix, f’cr, as described in the following paragraphs: 1) Calculate required average compressive strength (f’cr) based on the

minimum specified 28-day compressive strength, f’c, plus a standard deviation determined from the test history available for that mix.

2) Determine f’cr as specified in ACI 318 and ACI 350, except as modified in the following paragraphs. a) Where 15 or more 28-day compressive strength tests are

available, calculate standard deviation as described in the preceding paragraphs for “concrete mix design documented by field experience.” Add this standard deviation to the specified minimum compressive strength to determine the required average compressive strength (f’cr) for the mix.

b) Where fewer than 15 compressive strength tests at 28-days are available, determine minimum required compressive strength, (f’cr) from Table 4, Required Average Compression Strength, Fewer than 15 Tests Available.

Not to be used for bidding purposes!

Page 406: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03300-22 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03300 (Bid Set)

Table 4: Required Average Compressive Strength, Fewer than 15 Tests Available

Minimum Specified Compressive Strength, f'c (pounds per square inch)

Required Average Compressive Strength, f'cr (pounds per square inch)

Less than 3,000 f'c + 1,000 3,000 to 5,000 f'c + 1,200

Over 5,000 f'c + 1,400

d. Acceptance criterion: Average compressive strength of the 4 cylinders tested at 28 days, or of the 4 cylinders tested at 56 days when permitted by the Engineer, shall equal or exceed the required average compression strength, f'cr for that concrete mix design.

4. Drying shrinkage test – Prism specimens: a. For Class A and B trial batches, prepare 5 drying shrinkage specimens in

accordance with ASTM C 157 Divide specimens into two groups: one group including, and one group without shrinkage reducing admixture. Prepare, cure, and test both groups in accordance with ASTM C 157, except as modified in the following paragraphs. 1) Remove drying shrinkage specimens from molds at age of 23 hours

plus or minus 1 hour after trial batching. Immediately place them in lime-saturated water maintained at 73 degrees Fahrenheit plus or minus 3 degrees for at least 30 minutes. Remove specimens from the water, and wipe with a damp cloth, Measure to nearest 0.0001 inch to determine original length. Record measurements and re-submerge specimens in lime-saturated water at 73 degrees Fahrenheit plus or minus three degrees for moist curing.

2) Maintain submerged curing conditions at 73 degrees Fahrenheit plus or minus three degrees for 7 days. Seven days after batching, remove specimens from water and repeat measuring procedures.

3) Immediately store specimens in a humidity controlled room maintained at 73 degrees Fahrenheit plus or minus 3 degrees, and at 50 percent relative humidity plus or minus 4 percent for remainder of the test.

4) At periods of 14, 21, 28 and 56 days after batching, remove specimens from curing room and repeat measurements.

b. Drying shrinkage test report: 1) Report measurements of all specimens at 1, 7, 14, 21, 28 and

56 days after batching. 2) Using measured length at 7 days as base length for drying

shrinkage, calculate the following for each measuring period: a) Drying shrinkage of each specimen. Determine as difference

between the 7-day base length and measured length for each period.

b) Average of these differences. If drying shrinkage of any specimen departs from the average of the measurements for each period by more than 0.0004 inch, disregard results obtained from that specimen.

c) Percentage of drying shrinkage from batching to date of measurement.

Not to be used for bidding purposes!

Page 407: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03300-23 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03300 (Bid Set)

c. Drying shrinkage acceptance criteria: 1) Average shrinkage of trial batch concrete specimen group at 28 days

after batching when measured and cured as indicated shall not exceed 0.035 percent.

d. Mixes accepted by Engineer: Retain drying shrinkage test specimens. Bag in re-sealable plastic bags and submit to Engineer. Indicate trial batch identifier, specimen number, and date of final measurements on each specimen bag.

5. Drying shrinkage test – Restrained ring specimens. a. For Class A and B trial batches, prepare 3 restrained ring specimens in

accordance with AASHTO T 334. b. Wet cure specimens for 72 hours. c. Report condition of specimens at 1, 7, 14, 21, 28 and 56 days after

batching. d. Drying shrinkage acceptance criteria:

1) Results of testing shall show no cracks in specimens at 56 days after batching.

e. Mixes accepted by Engineer: Retain drying shrinkage test specimens. Bag in re-sealable plastic bags and submit to Engineer. Indicate trail batch identifier and specimen number on each specimen bag.

2.06 SOURCE QUALITY CONTROL

A. Sample and test materials in accordance with the following requirements: 1. Sampling, testing, and reporting frequency:

a. In preparation for mix design submittals and trial batch tests. b. Whenever there is a change in source of the material, or a significant

change in the characteristics or quality of materials from the same source. c. For each 10,000 cubic yards of concrete mix produced. d. At intervals not exceeding 90 calendar days, unless otherwise specified.

2. Pozzolan admixtures: a. Sample and test pozzolan admixtures in accordance with ASTM C 311.

3. Aggregate: a. Sample combined aggregate in accordance with D 75 and D 3665, and

test for gradation in accordance with ASTM C 136. b. At least once every 30 days.

4. Portland cement: a. Sample and test portland cement and provide mill certificates

demonstrating compliance with ASTM C 150, and additional requirements of this Section. 1) Determine alkali content by method set forth in ASTM C 114.

b. At least once every 90 days.

B. Batch materials in accordance with the following requirements: 1. Concrete batch weights: Control and adjust so as to secure maximum yield,

and at all times maintain proportions of concrete mix within specified limits. 2. Aggregates:

a. Obtain aggregate from a source capable of providing uniform quality, moisture content, and grading during any single day's operation.

b. Furnish satisfactory means at batching plant for checking moisture content of fine aggregate for each batch.

Not to be used for bidding purposes!

Page 408: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03300-24 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03300 (Bid Set)

3. Admixtures: a. Batch solutions using mechanical batcher capable of accurate

measurement. b. Air Entraining admixture: Add to batch in portion of the mixing water.

PART 3 EXECUTION

3.01 PREPARATION

A. Prepare and submit mix designs for each Concrete Class indicated in Table 3, Concrete Classes.

B. Submit proposed sequence of concrete placements. After acceptance, adhere to proposed sequence of placing concrete, except when specific changes are requested by the Contractor and accepted by the Engineer. 1. Use construction methods and sequence work to allow concrete placement to

reach adequate strength and to be constructed with required support to prevent overstress of the concrete structure during construction.

C. Make provisions for monitoring weather conditions: 1. Install an outdoor weather station capable of measuring and recording ambient

temperature, wind speed, and humidity. Furnish instruments accurate to within 2 degrees Fahrenheit, 5 percent relative humidity, and 1 mile per hour wind speed.

2. Monitor the weather forecast beginning at least 48 hours prior to any concrete placement, and make provisions for cold weather concreting or hot weather concreting if those conditions exist or are forecast to exist during the period of placement, finishing, and curing. a. Record temperature, relative humidity, and wind speeds for each

placement beginning at least 24 hours before scheduled delivery of concrete.

D. Footings and slabs on grade: 1. Do not place concrete on ground or compacted fill until subgrade is in moist

condition acceptable to the Engineer. 2. If necessary, sprinkle subgrade with water not less than 6 or more than

20 hours in advance of placing concrete. 3. If subgrade surface becomes dry prior to actual placing of concrete, sprinkle

again, without forming pools of water. 4. Do not place concrete if subgrade is muddy or soft.

E. Place no concrete without Engineer’s prior acceptance of conditions.

F. Notify the Engineer in writing that all preparations are complete and ready for placement of concrete. Such notification shall indicate readiness - not just intention - to place concrete for the designated portion of the Work. 1. Submit notification to Engineer on forms provided by or acceptable to the

Engineer, and bearing the signature of Contractor’s superintendent. a. Sample form is included at the end of this Section. See Attachment B.

2. Submittal of notification will be Contractor’s certification that preparations are complete and in accordance with the Contract Drawings and Specifications.

Not to be used for bidding purposes!

Page 409: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03300-25 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03300 (Bid Set)

3. Provide notification for Engineer to make final observations at the locations of concrete placements not less than 24 hours before commencing placement of concrete.

3.02 CONCRETE JOINTS

A. As far as practicable, construct concrete as a monolith.

B. Locations of construction, control, expansion, and other joints are indicated on the Drawings or as specified in this Section. 1. In order to preserve strength and watertightness of structures, make no other

joints, except as authorized the Engineer. 2. Construct joints where indicated and as indicated on the Drawings. 3. Provide and install waterstops, expansion joint material, synthetic rubber

sealing compound, and other similar materials as shown on the Drawings and as specified in Sections 03150 and 07900.

4. Take special care to ensure that waterstops are secured in proper position. 5. Take special care to ensure that concrete is well consolidated around and

against waterstops.

C. Time between placements of adjacent concrete separated by joints. 1. Concrete beside previously placed concrete.

a. Provide not less than 3 days (72 hours) between placement of adjacent sections for the following: 1) Slabs. 2) Walls.

b. Provide not less than 7 days (168 hours) between placement of the lower and upper pours for the following: 1) Walls over slabs: 2) Slabs over walls: 3) Slabs keyed into the sides of walls.

D. Edges of joints: 1. Provide joints having edges as indicated on the Drawings. 2. Protect wall and slab surfaces at edges against concrete spatter and

thoroughly clean upon completion of each placement.

E. Keyways in joints: 1. Provide keyways in joints where indicated on the Drawings.

F. Construction joints: 1. Before placing concrete against previously placed concrete at construction

joints, thoroughly clean the prior placement of laitance, grease, oil, mud, dirt, curing compounds, mortar droppings, or other objectionable matter by means of heavy sandblasting,. Wash surfaces just prior to successive concrete placement.

2. At horizontal joints: As initial placement over cold joints, spread a bed of cement grout as specified in Section 03600 thoroughly over joint surfaces. a. Thickness: Not less than 1/2 inch in thickness nor more than 1 inch. b. Compressive strength: Not less than that of the concrete being placed

above it.

Not to be used for bidding purposes!

Page 410: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03300-26 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03300 (Bid Set)

c. Note: For wall placements above planned cold joints, placement of cement grout will not be required for locations where the wall mix includes high-range water reducing admixtures (“superplasticizers”) and the Contractor can demonstrate dense concrete joints without voids or honeycomb after the forms are removed.

3. Cleaning of construction joints: a. Wash construction joints free of sawdust, chips, and other debris after

forms are built and immediately before concrete or grout placement. b. Should formwork confine sawdust, chips, or other loose matter in such

manner that it is impossible to remove them by flushing with water, use vacuum cleaner for their removal and then flush cleaned surfaces with water.

c. Provide cleanout hole at base of each wall and column for inspection and cleaning.

3.03 MEASURING AND BATCHING MATERIALS

A. Measurements of materials: 1. Proportion and measure cementitious materials and aggregates by weight.

a. Weigh cementitious materials separately. b. If bulk cementitious materials are used, weigh them on separate visible

scale that will accurately register scale load at any stage of weighing operation from zero to full capacity.

c. Cement in unbroken standard packages (sacks) need not be weighed. 2. Mixing water: Measure by volume or by weight. 3. Other mix constituents: Measure by weight, except as otherwise specified or

accepted by the Engineer. 4. Weighing and measuring devices:

a. Use equipment designed and constructed for specifically for that purpose. b. Furnish devices capable of weighing successive quantities of individual

material measured to within 1 percent of desired weight of that material. c. Measurements and measuring devices:

1) Subject to review by the Engineer. 2) Bearing valid seal of the department of weights and measures for the

authority having jurisdiction over the Work.

B. Batching: 1. Admixtures shall be added at the concrete batch plant. 2. Addition of admixtures in the field is permitted only with prior acceptance by

the Engineer, and when the following conditions are satisfied: a. The dosage and mixing is personally overseen by concrete supplier’s

trained technologist. b. Adequate mixing is provided after addition. c. The maximum time to placement of concrete remains 90 minutes after

water added to mix – not 90 minutes after any field additions/adjustments. d. Slump at discharge after additions/modifications conforms to the

requirements of Table 3, Concrete Classes.

Not to be used for bidding purposes!

Page 411: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03300-27 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03300 (Bid Set)

3.04 MIXING AND TRANSPORTING

A. Machine mixing: 1. Prevent cementitious materials from coming into contact with aggregate or

with water until materials are in mixer ready for complete mixing with all mixing water.

2. Procedure of mixing cementitious materials with sand or with sand and coarse aggregate for delivery to project site, for final mixing and addition of mixing water will not be permitted.

3. Remixing of concrete that has started to take its initial set (“retempering”) will not be permitted.

4. Discharge entire batch before recharging. 5. Volume of mixed material per batch: Not exceed manufacturer's rated capacity

of mixer.

B. Transit-mixed concrete: 1. Mix and deliver in accordance with ASTM C 94. 2. Total elapsed time between addition of water at batch plant and discharging

completed mix: a. Not to exceed 90 minutes nor 300 revolutions of the mixing drum. b. Under conditions contributing to quick setting, total elapsed time permitted

may be reduced by the Engineer. 3. Temperature - minimum and maximum allowable during mixing and

transporting: a. Minimum: 50 degrees Fahrenheit. b. Maximum: 90 degrees Fahrenheit.

4. Continuously revolve drum after it is started until it has completely discharged its batch. a. Do not add water until drum has started revolving. b. Engineer reserves the right to increase required minimum number of

revolutions or to decrease designated maximum number of revolutions allowed, if necessary, to obtain satisfactory mixing. The Contractor will not be entitled to additional compensation because of such increase or decrease.

C. Concrete delivery: 1. Furnish to the Engineer a delivery ticket for each batch of ready mixed

concrete within 24 hours after delivery. Include the following information on each ticket: a. Time of day concrete was batched and time of day that discharge from the

truck is complete. b. Printed record of the individual weight of each of the following constituents

in the batch: fine, intermediate, and coarse aggregate, cement, pozzolan, and water.

c. Concrete Class as defined in Table 3, Concrete Classes. d. Type, brand and quantity of each admixture in the batch. e. Total volume of any water added to the mix, and maximum volume of

water that may be added to the mix after initial batching. f. Quantity of concrete delivered and numerical sequence of that delivery. g. Number of revolutions of transit truck at arrival on site, and total number of

revolutions when discharge is complete.

Not to be used for bidding purposes!

Page 412: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03300-28 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03300 (Bid Set)

2. Additional water may be only be added to the mix when the following conditions are fully satisfied: a. Batch ticket showing total volume of water already added and maximum

volume of water that may be added is available for Engineer’s observation before any additional water is added.

b. Total volume of water in the mix after the addition will be less than the maximum allowable volume of water indicated on the ticket.

c. Volume of water added and time of addition are clearly marked for record on the batch ticket delivered to the Engineer.

D. Conveying concrete: 1. Convey concrete from mixer to place of final deposit by methods that prevent

separation or loss of materials. 2. Use equipment for chutes, pumps, and conveying of concrete of such size and

design as to ensure practically continuous flow of concrete at delivery end without separation of materials.

3. Design and use chutes and devices for conveying and depositing concrete that direct concrete vertically downward when discharged from chute or conveying device.

4. Keep equipment for conveying concrete thoroughly clean by washing and scraping upon completion of any day's placement.

3.05 PLACING AND CONSOLIDATING

A. Placing concrete: 1. Obtain Engineer’s acceptance of completed preparations before placing

concrete. a. Place forms, reinforcement, screeds, anchors, ties, and inserts in place

before notification of readiness is given to the Engineer. b. Notify Engineer in writing that all preparations are complete and ready for

placement of concrete. Such indication shall indicate readiness, not just intention, to place concrete for the designated portion of the work.

2. Do not place concrete until: a. Reinforcement is secure and properly fastened in its correct position and

loose form ties at construction joints have been retightened. b. Dowels, bucks, sleeves, hangers, pipes, conduits, anchor bolts, and any

other fixtures required to be embedded in concrete have been placed and adequately anchored.

c. Forms have been cleaned of debris and form release agents are applied as specified.

3. Do not place concrete: a. With slump outside the limits specified in Table 3, Concrete Classes. b. That has taken its initial set, or that has been re-tempered. c. During rainstorms or high velocity winds.

4. Keep sufficient protective covering on hand at all times for protection of concrete. a. Protect concrete placed immediately before rain to prevent water from

coming in contact with concrete surfaces. b. Protect concrete placed before winds to prevent excessive drying or

embedment of debris in the finished surfaces.

Not to be used for bidding purposes!

Page 413: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03300-29 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03300 (Bid Set)

5. Depositing concrete: a. Deposit concrete at or near its final position to avoid segregation caused

by re-handling or flowing. b. Do not deposit concrete in large quantities in one place and move it along

forms with vibrator or by other methods. c. Do not drop concrete freely into place from height greater than 5 feet. d. Use tremies for placing concrete where drop is over 5 feet. e. Commence placement of concrete on slopes starting at bottom of slope.

6. Place concrete in approximately horizontal layers not to exceed 24 inches in depth and bring up evenly in all parts of forms.

7. Continue concrete placement without avoidable interruption, in continuous operation, until end of placement is reached.

8. After concrete placement begins, it should continue without significant interruption. Plan and implement precautions to prevent any delay from exceeding 20 minutes.

9. If concrete is to be placed over previously placed concrete and more than 20 minutes have elapsed, then spread layer of cement grout not less than 1/2 inch in thickness nor more than 1 inch in thickness over surface before placing additional concrete.

10. Placement of concrete for slabs, beams, or walkways: a. If cast monolithically with walls or columns, do not commence until

concrete in walls or columns below has been allowed to set and shrink. b. Allow set time of not less than 1 hour for shrinkage. c. Keep top surface of lower placement moist to prevent cold joints.

B. Consolidating concrete: 1. Consolidate concrete with aid of acceptable mechanical vibrators. 2. Thoroughly consolidate concrete around reinforcement, pipes, or other shapes

built into the work. 3. Provide sufficiently intense vibration to cause concrete to flow and settle

readily into place and to visibly affect concrete over radius of at least 18 inches.

4. Vibrators: a. Keep sufficient vibrators on hand at all times to vibrate concrete as

placed. b. In addition to vibrators in actual use while concrete is being placed, have

on hand minimum 1 spare vibrator in operable condition. c. Place no concrete until it has been ascertained that all vibrating

equipment, including spares, are in serviceable condition. 5. Take special care to place concrete solidly against forms to leave no voids. 6. Take every precaution to make concrete solid, compact, and smooth, and if for

any reason surfaces or interiors have voids or are in any way defective, repair such concrete in manner acceptable to the Engineer.

7. Do not over-vibrate so as to produce segregation.

3.06 FINISHING CONCRETE

A. Provide concrete finishes in accordance with Section 03366 unless indicated otherwise on the Drawings.

Not to be used for bidding purposes!

Page 414: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03300-30 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03300 (Bid Set)

B. Liquid evaporation retardant: Under conditions that result in rapid evaporation of moisture from the surface of the concrete, immediately after the concrete has been screeded, coat the surface of the concrete with a liquid evaporation retardant. Apply the evaporation retardant again after each operation as necessary to prevent drying shrinkage cracks. Conditions that result in rapid evaporation of moisture may include one or more of the following: 1. Low humidity. 2. Windy conditions. 3. Temperature of 85 degrees Fahrenheit or higher.

C. Concrete sealer: 1. Floors and slabs to receive concrete sealer: See Room Finish Schedule on the

Drawings. 2. Prepare surfaces and apply sealer in accordance with the sealer

manufacturer's recommendations. a. Apply sealer at a coverage rate of at least 1 gallon per 300 square feet. b. Apply sealer as soon as concrete surface will bear weight. c. Workers shall wear fat soled shoes that will not mark or scar the concrete

surface. d. Before applying sealer sweep entire surface with soft bristled brush or

broom that will not mar concrete surface. Remove standing water. e. Apply sealer with sprayer. Use of paint rollers or a mop is not acceptable. f. Do not allow traffic on sealed surfaces until sealer has dried and

hardened.

3.07 CURING

A. General 1. Cure concrete by methods specified in this Section.

B. Keep concrete continuously moist and at an average daily temperature of at least 50 degrees Fahrenheit for a minimum of 7 days after placement. Provide at least 350-degree days of curing. If hourly temperatures have been allowed to drop below 50 degrees Fahrenheit during the curing period, extend the curing time to compensate.

C. Schedule of curing methods: 1. Cure the following concrete surfaces using water curing or plastic membrane

curing. a. Floor or wall surfaces of water containment structures. b. Slabs scheduled to receive concrete sealers, hardeners, grout, toppings,

or other protective treatments. c. Horizontal concrete surfaces.

2. Cure the following concrete surfaces by water curing, plastic membrane curing, or sprayed curing membrane at the Contractor's option.

1) Surfaces not listed in the preceding paragraph.

D. Water curing: 1. Keep surfaces of concrete constantly and visibly wet day and night for period

of not less than 7 days. 2. Begin water curing as soon as concrete attains initial set.

Not to be used for bidding purposes!

Page 415: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03300-31 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03300 (Bid Set)

3. Maintain a wet surface by ponding, continuous sprinkling, covering with saturated burlap, or saturating the surface and covering it with plastic membrane. a. Provide plastic sheet material over the surface if required to maintain a

wet surface during arid or windy conditions. b. When plastic sheet materials are used, regularly monitor the surface for

wetness, and add supplementary moisture if necessary. c. Secure plastic sheet material as specified for plastic membrane curing.

4. Use water having a temperature within 20 degrees Fahrenheit of the temperature of concrete, and not lower than the minimum temperature allowed for the concrete surface during curing.

5. For formed surfaces, each day that forms remain in place may counted as 1 day of water curing. a. Do not loosen form ties during period when concrete is being cured by

leaving forms in place. b. No further water curing credit will be allowed for forms remaining in place

after initial contact between concrete surfaces and forms is broken.

E. Plastic membrane curing: 1. Install plastic membrane as soon as concrete is finished and can be walked on

without damage. 2. Cover entire surface of finished concrete with membrane. 3. Anchor membrane to prevent uplift from wind or air trapped below the sheet. 4. Fully seal joints and edges to provide full seal around perimeter. 5. Keep concrete under plastic membrane moist, adding supplemental moisture if

necessary.

F. Sprayed membrane curing compound: 1. Apply sprayed membrane curing compound to concrete surfaces after

repairing and patching, and within 1 hour after forms are removed. a. If more than 1 hour elapses after removal of forms, do not use membrane

curing compound. Instead, provide water curing for not less than 7 days. b. Do not remove sprayed membrane curing compound from concrete in

less than 7 days after initial application. c. Take care to apply curing compound in area of construction joints. See

that curing compound is placed within construction joint silhouette. d. Contractor's Option: Instead of using curing compound for curing of

construction joints, such joints may be water cured. 2. Apply sprayed membrane curing compound by mechanical, power operated

sprayer with mechanical agitator that will uniformly mix all pigment and compound. a. Apply compound in at least 2 coats. b. Apply each coat in direction turned 90 degrees from preceding coat. c. Apply curing compound in sufficient quantity so that concrete has uniform

appearance and that its natural color is effectively and completely concealed at time of spraying.

d. Continue to coat and recoat surfaces until specified coverage is achieved and until coating film remains on concrete surfaces.

Not to be used for bidding purposes!

Page 416: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03300-32 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03300 (Bid Set)

3. Thickness and coverage of curing compound: Provide compound having film thickness that can be scraped from surfaces at any and all points after drying for at least 24 hours. a. The Contractor is cautioned that method of applying curing compound

specified herein may require more compound than normally suggested by manufacturer of compound and also more than is customary in the trade.

b. Apply the amounts specified herein, regardless of manufacturer's recommendations or customary practice.

c. If the Contractor desires to use a curing compound other than one of the products specified, coat sample areas of concrete wall with proposed curing compound and also similar adjacent area with specified compound in specified manner for comparison. 1) If proposed sample is not equal or better, in opinion of the Engineer,

in all features, proposed substitution will not be allowed. 4. After curing period is complete, remove curing compound placed on joint

surfaces that abut fresh concrete or that will receive paints, coatings, or other adhered finishes.

5. Unless otherwise recommended by the manufacturer of the finish to be applied, remove curing compound by sandblasting. Provide blasting as necessary to fully remove curing compound.

6. Prior to final acceptance of the work, remove, by sandblasting or other acceptable method, any curing compound on surfaces exposed to view, so that only natural color of finished concrete is visible uniformly over entire surface.

3.08 PROTECTION

A. General: 1. Keep forms in place as specified in the following paragraphs to provide curing

and to protect concrete surfaces and edges from damage. 2. Immediately after forms are removed, carefully examine concrete surfaces,

and repair any irregularities in surfaces and finishes as specified.

B. Form removal: 1. Vertical forms:

a. Remain in place minimum of 24 hours after concrete is placed. b. If, after 24 hours, concrete has sufficient strength and hardness to resist

surface or other damage, forms may be removed. 2. Other forms supporting concrete and shoring: Remain in place as follows:

a. Sides of footings: 24 hours minimum. b. Vertical sides of beams, girders, and similar members: 48 hours minimum. c. Slabs, beams, and girders: Until concrete strength reaches specified

strength f’c or until shoring is installed. d. Shoring for slabs, beams, and girders: Shore until concrete strength

reaches specified strength. e. Wall bracing: Brace walls until concrete strength of beams and slabs

laterally supporting wall reaches specified strength.

Not to be used for bidding purposes!

Page 417: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03300-33 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03300 (Bid Set)

C. Requirements due to weather condition: 1. Do not remove forms from concrete which has been placed when outside

ambient air temperature is below 50 degrees Fahrenheit until the following conditions are satisfied: a. Concrete has sufficient strength to allow form removal without damage to

surfaces. b. At least 48 hours have elapsed since the end of concrete placement. c. Provisions are in place to maintain moisture for curing concrete, and

temperature at or above the required minimum curing temperature specified.

D. Loading of concrete members: 1. Placement of loads on or against green concrete is not permitted. 2. Do not place soil against walls, or fill over the top of concrete until conditions

designated in the following paragraphs are satisfied: a. Walls have been cast to their full height in the structure and have

achieved their minimum specified 28-day compressive strength. b. Connecting slabs and beams that brace the walls are in place, are

complete, and (in the case of concrete) have achieved their minimum specified 28-day compressive strength.

3.09 COLD WEATHER CONCRETING

A. Implement cold weather concreting procedures during periods of cold weather as defined in this Section. 1. Comply with the recommendations of ACI 306R and this Section.

B. Prepare a cold weather concreting plan. Maintain at least one copy of the plan on site. Provide plan for review if requested by the Engineer. 1. Include procedures for batching, delivery, placement, curing, protection, and

for monitoring and recording the temperature of the concrete and the surrounding environment.

2. Describe procedure to be implemented in the event of abrupt changes in weather conditions or of equipment failure.

3. Review cold weather concreting plan during pre-construction meeting. Make provisions to address any concerns expressed by Engineer before beginning concrete placements.

C. Preparation: 1. Do not place concrete over frozen subgrade materials. Provide insulating

material and supplementary heat if required to maintain a thawed surface. 2. Do not place concrete around metallic elements whose temperature is less

than 40 degrees Fahrenheit. If heating is required, use processes that do not alter the metallurgical properties of the elements.

3. Remove snow, ice, and frost from reinforcement, embedments, and forms. Schedule such removal immediately before concrete placement so that surfaces do not refreeze.

D. Batching, delivery, placement and finishing: 1. Accelerating admixtures will not be permitted.

Not to be used for bidding purposes!

Page 418: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03300-34 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03300 (Bid Set)

2. Based on temperature of the environment and the surfaces where concrete will be placed, select and maintain mix temperature as recommended in ACI 306R. a. Make provisions for temperature loss during delivery and placing. b. Place concrete at or slightly above the minimum recommended batch

temperatures. Do not exceed these minimum values by more than 20 degrees Fahrenheit.

3. Heating: If temperature of water or aggregates is below 35 degrees Fahrenheit, heat the materials. a. Mixing water: Do not heat above 140 degrees Fahrenheit. b. Aggregates: Heat uniformly to eliminate ice, snow, and frozen lumps of

material. Avoid overheating. Do not exceed average temperature of 140 degrees Fahrenheit or spot temperature of 200 degrees Fahrenheit.

E. Protection and curing: 1. Protect concrete to provide continuous warm moist curing immediately after

placement and during protection period. 2. Minimum protection period: 7 days.

a. For mixes using Type III cement, the protection period may be reduced by one day.

3. During and immediately after the protection period, maintain temperature in accordance with Table 5, Concrete Temperatures. Provide record of temperature during placement and curing as specified in the following paragraphs. a. Furnish and locate maximum/minimum temperature recording

thermometers in sufficient numbers to confirm concrete temperatures over full area and edges of concrete.

Table 5: Concrete Temperatures - Normal Weight Concrete Section Thickness (inches) <12 12 to <36 36 to <72

During Protection Period: As maintained (minimum).

55°F 50°F 45°F

After Protection Period: Gradual drop during first 24 hours (maximum).

50°F 40°F 35°F

4. Provide plastic sheeting, polystyrene foam sheets, insulating blankets, and supplemental heating if required to maintain moisture and the specified temperatures during protection. a. Protect insulating blankets from moisture in the concrete and from rain or

snow using impermeable sheeting. b. Supplemental heating units:

1) Vent units to outside atmosphere. Do not exhaust heater flue gasses into the enclosed and protected area.

2) Make provisions to heat the flow freely within protected area, and to maintain a uniform temperature throughout the space.

3) Locate units to avoid local drying or uneven heating of concrete surfaces.

c. Pay particular attention to maintaining required temperature and moisture at edges and corners.

Not to be used for bidding purposes!

Page 419: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03300-35 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03300 (Bid Set)

5. At the end of the protection period, allow concrete to cool gradually to the ambient temperature. a. Maximum temperature drop over the first 24-hour period shall be as

specified above. b. Where temperature of concrete exceeds ambient by 20 degrees

Fahrenheit or more, loosen forms and leave in place for at least 24 hours before removal.

c. If water curing has been used, maintain concrete temperature as specified in the following paragraphs for at least 24 hours after water curing is terminated. Allow water-cured concrete to air dry for at least 3 days before exposure to freezing temperatures.

F. Temperature records: 1. For each area of concrete placed or cured during cold weather, record the

temperature of concrete and the ambient environment. a. Maintain temperature records on site, and make records available for

review by the Engineer upon request. b. Deliver a final copy of each record to Engineer for project files not more

than 14 calendar days after the date concrete was placed. 2. Concrete delivered for placement. Measure and record temperature at the

point of discharge in accordance with ASTM C 1064. Note temperature on the batch ticket.

3. Concrete during the protection period: a. Furnish and locate self-recording thermometers (maximum/minimum)

around each placement. Number and location of thermometers shall be sufficient to represent temperatures around the entire concrete placement.

b. Position thermometers to record the temperature at each edge or corner and at the middle of the placement area.

4. Include in the temperature record of each placement the following information, recorded legibly on a single sheet.

5. In the event that evaluations of the efficacy of concrete protection and curing are required, the lowest temperature recorded in any placement during each 24-hour period will be assumed to be the temperature at which the entire placement was maintained. Protection periods with any temperature records will be assumed to have provided no protection or curing, and the protection period will be extended by two days for each day without protection.

3.10 HOT WEATHER CONCRETING

A. Implement hot weather concrete procedures during periods of hot weather as defined in this Section. Comply with the recommendations of ACI 305R and this Section.

B. If placements during hot weather are expected or if requested by the Engineer, prepare a hot weather concreting plan. Maintain at least one copy on site. Provide plan for review if requested by the Engineer. 1. Include procedures for batching, delivery, placement, curing, protection, and

monitoring and recording the temperature of the concrete and the surrounding environment.

2. Describe procedures to be implemented in the event of abrupt changes in weather conditions or of equipment failure.

Not to be used for bidding purposes!

Page 420: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03300-36 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03300 (Bid Set)

3. Review hot weather concreting plan during pre-construction meeting. Make provisions to address any concerns expressed by Engineer before beginning concrete placements.

C. Preparation: 1. Do not place concrete against forms, reinforcement, or embedments with a

surface temperature greater than 120 degrees Fahrenheit. If necessary to maintain maximum concrete temperature during placing, cool forms and reinforcement to temperature below 90 degrees Fahrenheit using water or shades. Do not allow water to puddle in forms or placement areas.

2. Moisten forms or subgrade to maintain a saturated surface without standing water or soft spots.

3. Provide windbreaks, shades, fog spray, sprinkling, wet cover, or other means required to protect concrete from premature loss of moisture and rapid temperature gain.

D. Batching, delivery, placement and finishing: 1. Retarding admixtures will not be permitted. 2. Temperature of concrete delivered for placement shall not exceed 90 degrees

Fahrenheit. a. Maintain uniform temperature in the mix below this level during batching,

delivery, placing, and consolidation. b. Temperature of mix, even if below 90 degrees Fahrenheit, shall be as

maintained to avoid loss of slump, flash setting, or cold joints in placements.

3. If necessary mix water may be chilled or replaced with ice to maintain mix temperature.

4. Place and finish concrete promptly. Place so that vertical lift lines will not be visible in exposed concrete surfaces.

5. Provide plastic sheeting, fog nozzles, shades or other means to reduce concrete temperature and protect from moisture loss.

E. Protection and curing: 1. Furnish and locate maximum/minimum temperature recording thermometers in

sufficient numbers to confirm concrete temperatures over full area and edges of concrete.

2. Flatwork: Protect and cure using water curing methods as specified in this Section. a. Water curing: Keep concrete continuously wet and make provisions for

runoff. For sprinkling or soaker hoses, maintain temperature of water as close as possible to the temperature of the concrete to minimize effects of thermal shock.

3. Formed surfaces: Protect and cure using forms left in place or membrane curing methods as specified in this Section. a. Cover forms and keep continuously moist for at least 24 hours after

placement. Loosen forms as soon as this can be accomplished without damaging the concrete. Maintain continuously moist surfaces by fogging or spraying with water, or by application of curing compound as specified.

Not to be used for bidding purposes!

Page 421: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03300-37 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03300 (Bid Set)

3.11 FIELD QUALITY CONTROL

A. Contractor shall provide quality control over the Work of this Section as required by Section 01450.

B. Field tests: 1. During progress of construction, testing to determine whether the concrete, as

being produced, complies with requirements specified. 2. Sampling and testing shall be performed by Contractor’s testing laboratory.

a. Cooperate in testing by allowing free access to the Work for testing laboratory to sample and test materials.

b. Contractor is responsible for providing care of and curing conditions for test specimens in accordance with ASTM C 31 until specimens are collected by testing laboratory.

c. Provide four firmly braced, insulated, heated, closed wooden curing boxes, each sized to hold ten specimens. Include cold weather temperature and hot weather temperature control thermostat for initial curing and storage from time of fabrication through shipment to Owner’s testing laboratory.

3. Testing shall include: a. Sampling of concrete in accordance with ASTM C 172. b. Temperature of concrete at delivery in accordance with the requirements

of ASTM C 1064 and as specified herein. c. Slump of concrete using slump cone in accordance with requirements of

ASTM C 143. 1) Test slump at the beginning of each placement, as often as

necessary to keep slump within the specified range, and when requested to do so by the Engineer.

2) Observe concrete during slump test for sign of segregation. a) Observe concrete to see if mortar or moisture flows from

slumped concrete. b) Reject concrete if mortar or moisture flows out of mix.

d. Unit weight of concrete in accordance with ASTM C 138. e. Air entrainment in accordance with ASTM C 173.

1) Test percent of entrained air in concrete at beginning of each placement, as often as necessary to keep entrained air within specified range, and when requested to do so by the Engineer.

2) Test air entrainment in concrete in accordance with ASTM C 173. If air entraining admixtures used for the Work require alternate testing procedures, advise the independent testing laboratory well in advance of the dates of testing, and confirm that appropriate equipment and personnel are provided for the test.

f. Compressive strength in accordance with ASTM C 39. Required number of cylinders is as follows: 1) Not less than 5 cylinder specimens, 6 inch diameter by 12 inch long,

will be tested for each 150 cubic yards of each class of concrete, with minimum of 5 specimens for each class of concrete placed; not less than 5 specimens for each half day's placement; and not less than 2 sets of 5 specimens for each structure.

2) One cylinder will be broken at 7 days, one at 14 days, and 2 at 28 days. The fifth cylinder may be used to evaluate strength after 28 days if requested by the Engineer.

Not to be used for bidding purposes!

Page 422: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03300-38 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03300 (Bid Set)

3) Retain and store "5th cylinders" (tested and untested) at testing laboratory for a period of 1 year following substantial completion of the Work. After moist curing has been discontinued for at least 28 days, at the option of the testing laboratory, retained cylinders may be stored in outdoor areas provided such storage will not result in damage to the cylinders.

g. Provide full access for Engineer to observe concrete sampling and testing at any time.

3.12 FIELD QUALITY ASSURANCE

A. Provide Owner quality assurance as specified in Section 01450.

B. Special inspections, special tests, and structural observation: 1. Provide as specified in Section 01455.

C. Field testing of concrete: 1. During progress of construction, provide testing to determine whether the

concrete, as being produced, complies with requirements specified. 2. Sampling and testing shall be performed by Owner’s testing laboratory.

a. Cooperate in testing by allowing free access to the Work for Owner’s testing laboratory to sample and test materials.

b. Contractor is responsible for providing care of and curing conditions for test specimens in accordance with ASTM C31 until specimens are collected by Owner’s testing laboratory. 1) Provide four firmly braced, insulated, heated, closed wooden curing

boxes, each sized to hold 10 specimens. Include cold weather temperature and hot weather temperature control thermostat for initial curing and storage from time of fabrication through shipment to Owner’s testing laboratory.

3. Testing shall include: a. Sampling of concrete in accordance with ASTM C 172. b. Temperature of concrete at delivery in accordance with the requirements

of ASTM C 1064 and as specified herein. c. Slump of concrete using slump cone in accordance with requirements of

ASTM C 143. 1) Test slump at the beginning of each placement, as often as

necessary to keep slump within the specified range, and when requested to do so by the Engineer.

2) Observe concrete during slump test for sign of segregation. a) Observe concrete to see if mortar or moisture flows from

slumped concrete. b) Reject concrete if mortar or moisture flows out of mix.

d. Unit weight of concrete in accordance with ASTM C 138. e. Air entrainment in accordance with ASTM C 231.

1) Test percent of entrained air in concrete at beginning of each placement, as often as necessary to keep entrained air within specified range, and when requested to do so by the Engineer.

Not to be used for bidding purposes!

Page 423: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03300-39 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03300 (Bid Set)

2) Test air entrainment in concrete in accordance with ASTM C 231. If air entraining admixtures used for the work require alternate testing procedures, advise the independent testing laboratory well in advance of the dates of testing, and confirm that appropriate equipment and personnel are provided for the test.

f. Compressive strength in accordance with ASTM C 39. Required number of cylinders is as follows: 1) Not less than 5 cylinder specimens, 6 inch diameter by 12 inch long,

will be tested for each 150 cubic yards of each class of concrete with minimum of 5 specimens for each class of concrete placed and not less than 5 specimens for each half day's placement.

2) One cylinder will be broken at 7 days, one at 14 days, and 2 at 28 days. The fifth cylinder may be used to evaluate strength after 28 days if requested by the Engineer.

3) Retain and store "fifth cylinders" (tested and untested) at testing laboratory for a period of one year following substantial completion of the Work. After moist curing has been discontinued for at least 28 days, at the option of the testing laboratory, retained cylinders may be stored in outdoor areas provided such storage will not result in damage to the cylinders.

4. Engineer may, at any time, request additional testing to confirm that materials being delivered and placed conform to the requirements of the Specifications. a. If such additional testing shows that the material do not conform to the

specified requirements, the Contractor shall pay the cost of these tests. b. If such additional testing shows that the materials do conform to the

specified requirements, the Owner will pay the cost of these tests.

3.13 NON-CONFORMING WORK

A. Remove and replace or repair non-conforming and defective work. 1. Provide repairs having strength equal to or greater than specified concrete for

areas involved. 2. Provide replacement or repair of non-conforming work by means acceptable to

the Engineer and at no additional cost to the Owner. 3. Project schedule will not be extended based on work to address

non-conforming concrete.

B. Concrete not conforming to the specified requirements for properties of plastic concrete: Remove from the site and replace with conforming materials at no additional cost to the Owner. 1. Temperature: Do not use concrete having a temperature above or below the

limits specified herein. 2. Slump: Do not place concrete that does not conform to Specification

requirements for slump. 3. Air entrainment: Do not use concrete that does not conform to Specification

requirements for percentage of entrained air.

C. Concrete not conforming to the specified requirements for compressive strength: 1. Concrete is expected to reach a compressive strength equal to or greater than

the minimum specified compressive strength f'c in Table 3, Concrete Classes.

Not to be used for bidding purposes!

Page 424: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03300-40 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03300 (Bid Set)

2. Strength of concrete will be considered acceptable if following conditions are satisfied. a. Averages of all sets of 3 consecutive strength test results is greater than

or equal to the specified compressive strength f'c. b. No individual strength test (average of 2 cylinders) falls below specified

compressive strength f'c by more than 500 pounds per square inch. c. Where relationships between 7-day and 28-day compressive strength, or

between 28-day and 56 day compressive strength, have been provided as part of the mix design submittals: 1) 7-day strength may be considered as an indication of 28-day strength

provided effects of temperature and humidity between 7-day and 28-day are taken into account.

2) 28-day strength may be considered as indication of 56-day strength provided effects of temperature and humidity between 28 days and 56 days are taken into account.

3. Non-compliant strength tests. a. Mark non-compliant strength test reports to highlight the non-complying

results, and immediately forward copies to all parties on the test report distribution list.

b. Initial treatment may consist of additional curing of affected portion followed by not less than 3 cores at each affected area, taken in accordance with ASTM C 42 and ACI 318. Obtain Engineer's acceptance of proposed coring locations before proceeding with that work.

c. Submit report of compressive strength testing for Engineer's review. d. If requested by the Engineer, provide additional cores and obtain

petrographic testing in accordance with ASTM C 856. Submit results for Engineer's review.

e. If additional curing does not bring average of 3 cores taken in affected area to at least specified compressive strength f'c, designate such concrete in affected area will be considered defective.

f. The Engineer may require the Contractor to strengthen defective concrete by means of additional concrete, additional reinforcing steel, or replacement of defective concrete, all of the Contractor's expense.

D. Concrete sections or surfaces with honeycombing and voids: 1. Provide repairs having surface appearance and finish consistent with that of

the surrounding work and acceptable to the Engineer. 2. Do not patch, repair, or cover defective Work without prior inspection by the

Engineer. 3. Preparation of concrete for repair:

a. Make no repair until Engineer has accepted methods for preparing surfaces and for making and curing repairs.

b. Chip out and key-in imperfections in the Work to make them ready for repair.

c. Coat bonding surfaces and edges of repair area with one of the following bonding agents as accepted by the Engineer. 1) Epoxy bonding agent as specified in Section 03071. 2) Epoxy resin/portland cement bonding agent as specified in

Section 03072. Use this method only with prior written authorization by the Engineer.

Not to be used for bidding purposes!

Page 425: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03300-41 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03300 (Bid Set)

4. Methods of repair: a. Dry pack mortar method:

1) Use for holes having depth nearly equal to or greater than least surface dimension of hole, for cone-bolt holes, and for narrow slots cut for repair.

2) Smooth Holes: Clean and roughen by heavy sandblasting before repair.

3) Install dry-pack mortar as specified in Section 03600. b. Cement mortar method:

1) Use for holes too wide to dry pack and too shallow for concrete replacement; and for comparatively shallow depressions, large or small, that extend no deeper than nearest surface reinforcement.

2) Install cement mortar as specified in Section 03600. c. Concrete replacement:

1) Use when holes extend entirely through the concrete section or when holes are more than 1 square foot in area and extend halfway or more through the section.

2) Form, place, consolidate, and cure concrete of same mix as the surrounding work.

E. Leaking cracks in concrete walls and slabs: 1. Repair cracks that develop in walls or slabs, and repair cracks that show any

signs of leakage until all leakage is stopped. 2. Pressure inject visible cracks in the following areas, other than hairline cracks

and crazing, with epoxy as specified in Section 03931. a. Floors and walls of water bearing structures. b. Walls and overhead slabs of passageways and occupied spaces where

the opposite face of the member is exposed to weather or may be washed down and where the opposite face does not receive a separate waterproofing membrane.

c. Other items not specified to receive separate waterproofing membrane including slabs over water channels, wet wells, reservoirs, and other similar surfaces.

3. Continue pressure injection of cracks as specified until structure is watertight and remains watertight for not less than 1 year after date of Substantial Completion or date of final repair, whichever occurs later in time.

F. Leaking construction joints and expansion joints in concrete walls or slabs that include waterstops: 1. Repair any signs of leakage until all leakage is stopped. 2. Pressure inject visible leaks with hydrophilic polyurethane foam resin as

specified in Section 03933. 3. Continue pressure injection along joints lines as specified until structure is

watertight and remains watertight for not less than 1 year after date of Substantial Completion or date of final repair, whichever occurs later in time.

G. Walls and slabs at overhead channels that leak or sweat because of porosity or cracks too small for successful pressure injection with epoxy. 1. Seal on water or weather side by coating using surface sealant system,

specified in this Section.

Not to be used for bidding purposes!

Page 426: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03300-42 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03300 (Bid Set)

2. Apply as recommended by manufacturer published instructions. Where concrete continues to sweat or leak, apply additional coats of surface sealant until the sweating or leaks stop.

3. Continue application of surface sealant system as specified until structure is watertight and remains watertight for not less than 1 year after date of Substantial Completion or date of final repair, whichever occurs later in time.

3.14 ATTACHMENTS

A. Attachment A: Menzel monograph for determining hot weather conditions based on temperature, relative humidity, and wind velocity.

B. Attachment B: Contractor’s Concrete Placement Checklist Form.

END OF SECTION

Not to be used for bidding purposes!

Page 427: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03300-43 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03300 (Bid Set)

SECTION 03300 CAST-IN-PLACE CONCRETE

ATTACHMENT A Monograph for determining hot weather conditions. Source: ACI 350R

Not to be used for bidding purposes!

Page 428: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03300-44 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03300 (Bid Set)

SECTION 03300: CAST-IN-PLACE CONCRETE - ATTACHMENT B. Concrete Placement Checklist Project: __________________________________ Class of Concrete Project No.: _______________________________ Test Cylinders Taken? Yes No Location of Placement _________________________________________

The Contractor certifies the above-proposed concrete placement is prepared as indicated and is in accord with the contract drawings and specifications. The Contractor requests permission to begin placement of concrete on the date of ______________ at ______________. The estimated number of yards is: ____________. The estimated duration of the placement is _______________. By: ______________________________ Contractor Released for placement by: ______________________________ Engineer

Preparation Slab Contractor N/A

Compaction Subgrade Filter Fabric/Drain Rock-ABC/Separator Fabric

Drain Rock, Pea Gravel & Void Form

Reinforcing Steel Screeds

Embedded Items Contractor N/A

A. Anchor Bolts B. Water Stop C. Rebar D. Electrical E. Plumbing Rough-in F. Mechanical G. HVAC

Prep Wall Concrete Contractor N/A

Access To Work Ladders Secured Clean up and Washed Out Reinforcing Steel

Forms Contractor N/A

A. Alignment & Grade B. Scaffolding

C. Sleeves & Wall Castings D. Embedded Items E. Electrical F. Plumbing Rough-in G. Piping

Record of Curing Conditions During Placement

Start Finish

Date

Time

Weather

Temperature

Comments

Concrete Placement Equip. Contractor N/A

A. Crane B. Buckets C. Hoppers D. Vibrators E. Elephant trunks F. Floodlights G. Pump Truck

Building Department Notification

Date: Time:

Not to be used for bidding purposes!

Page 429: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03366-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03366 (Bid Set)

SECTION 03366

CONCRETE FINISHES

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Concrete finishes.

B. Related sections: 1. The Contract Documents are complementary; what is called for by one is as

binding as if called for by all. 2. It is the Contractor’s responsibility for scheduling and coordinating the Work of

subcontractors, suppliers, and other individuals or entities performing or furnishing any of Contractor’s Work.

3. The following Sections are related to the Work described in this Section. This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the Contractor to see that the completed work complies accurately with the Contract Documents. a. Section 01450 - Quality Control. b. Section 03300 - Cast-in-Place Concrete. c. Section 03600 - Grout.

1.02 REFERENCES

A. American Concrete Institute (ACI): 1. 117-10 - Standard Specification for Tolerances for Concrete Construction and

Materials and Commentary.

B. International Concrete Repair institute (ICRI): 1. Guideline No. 301.2: Selecting and Specifying Concrete Surface Preparation

for Sealers, Coatings, Polymer Overlays, and Concrete Repair.

1.03 DEFINITIONS

A. Architectural concrete: 1. Concrete surfaces that will be exposed to view in the finished work.

a. For purposes of this Section, includes exposed concrete surfaces that are designated to receive paint or coatings.

b. Exposed concrete in open basins, channels, and similar liquid-containing structures: Surfaces shall be considered exposed to view if located above the water line as defined in this Section.

B. Grade line: A reference line that separates surfaces considered to be above grade from those considered to be below grade. Located 12 inches below finished grades at the perimeter of the structure.

Not to be used for bidding purposes!

Page 430: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03366-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03366 (Bid Set)

C. Water line: A reference line that separates surfaces considered to be above the water level (visible in the finished Work) from those considered to be below the water level (not visible in the finished work). For each water-bearing cell of a structure, defined as a line located 2 feet below the normal operating water level in that cell.

1.04 QUALITY ASSURANCE

A. Mock-ups: 1. Construct test panels showing finishing of formed surfaces for review by the

Engineer. a. Test panels demonstrating concrete finishes for vertical surfaces:

1) Prepare test panels for F4 and F5 finishes and tie-hole repairs. 2) Vertical surfaces: Provide mock up panel measuring not less than

8 feet high x 8 feet wide and demonstrating construction and finishes required for the finished work. If accepted in advance by the Engineer, test panel surfaces may be located on elements of the finished construction that will be exposed and available for regular viewing and reference during construction, but that will not be exposed to regular viewing in the finished work.

2. Construct test slabs showing finishing of un-formed surfaces for review by the Engineer. a. Test slabs demonstrating concrete finishes for horizontal surfaces:

1) Prepare test slabs for S1, S2, S4, and S5 finishes. 2) Slab surfaces: Provide mock up slabs measuring not less than

10 feet x 10 feet square and demonstrating construction and finishes required for the finished work. If accepted in advance by the Engineer, test slab surfaces may be located on elements of the finished construction that will be exposed and available for regular viewing and reference during construction, but that will not be exposed to regular view in the finished work.

3. Include the following elements in test panels and test slabs. a. Concrete joints:

1) Horizontal and vertical joints of the types included in the Work. b. Concrete repairs:

1) Repairs using materials and procedures proposed for the Work. 4. Prepare test panels at beginning of project for review by Engineer. 5. Panels and portions thereof accepted by the Engineer shall serve as the

standard of quality and workmanship for the Work.

1.05 DELIVERY, STORAGE, AND HANDLING

A. Packing and shipping: 1. Deliver and store packaged materials in original containers until ready for use.

PART 2 PRODUCTS

2.01 MIXES

A. Cement mortar: 1. As specified in Section 03600.

Not to be used for bidding purposes!

Page 431: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03366-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03366 (Bid Set)

B. Dry-pack mortar: 1. As specified in Section 03600.

C. Mortar mix for F4 finish (“F4 Mortar”): 1. Consist of 1 part cement and 1-1/2 parts of fine sand passing Number 100

screen. Mix with enough water and emulsified bonding agent to have consistency of thick cream.

D. Mortar mix for F5 finish (“F5 Mortar”): 1. Consist of 1 part cement to 1-1/2 parts of sand which passes Number 16

screen.

2.02 NON-SLIP ABRASIVE

A. Type: Aluminum oxide abrasive of size 8/16, having structure of hard aggregate. Homogeneous, non-glazing, rust-proof, and unaffected by freezing, moisture, and cleaning compounds.

B. Manufacturers: One of the following, or equal: 1. Exolon Company, Tonawanda NY. 2. Abrasive Materials Incorporated, Hillsdale MI.

PART 3 EXECUTION

3.01 CONCRETE FINISHING – FORMED SURFACES

A. Scope: 1. Finish formed surfaces with one of the finishes specified in the following

paragraphs and as indicated in the Schedule of Concrete Finishes in this Section.

2. Formed surfaces typically include the following elements of the Work: walls; columns; elevated slabs and beams and their edges; and other items indicated on the Drawings or specified.

B. General: 1. Provide setting and curing time from casting of concrete to removal of forms as

specified in Section 03300. 2. Provide curing after removal of forms as specified in Section 03300. 3. Materials and mixes for finishes.

a. Cement: Add white cement to mortars and grouts used for finishing if required to match color of repairs to surrounding surfaces.

4. Grinding: a. Grinding of architectural concrete is not permitted, unless demonstrated

on the sample panel and accepted in advance by the Engineer. b. Where grinding of concrete surfaces is permitted:

1) Perform grinding using an iron-free wheel, such as an aluminum oxide wheel, to avoid entrapment of particles that produce rust stains.

2) At locations where plastic-protected reinforcing bar supports are used, limit grinding to a maximum depth of 1/16 inch.

Not to be used for bidding purposes!

Page 432: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03366-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03366 (Bid Set)

C. F1 finish: “Rough Form Finish”: 1. Repair defective work. 2. Fill tie holes using dry-pack mortar. 3. Fill depressions. After removal of any curing compounds:

a. Fill depressions 1 inch and deeper using dry-pack mortar. 4. Leave surface with texture imparted by forms.

D. F2 finish: “Form Finish”: 1. Repair defective work. 2. Remove fins. 3. Fill tie holes using dry-pack mortar. 4. Fill depressions. After removal of any curing compounds:

a. Fill depressions 1/2 inch and deeper using cement mortar. b. Fill larger depressions as specified for F1 finish.

5. Leave surfaces with texture imparted by forms.

E. F3 finish: “Smooth Form Finish”: 1. Repair defective work. 2. Remove fins. Grind offsets, projections, and rough spots smooth. 3. Repair rough or irregular surface finishes resulting from failure of form release

agent or other form conditions and provide a smooth, uniform surface appearance.

4. Fill tie holes using dry-pack mortar. 5. Fill depressions. After removal of any curing compounds:

a. Fill depressions 1/4 inch and larger in depth or width using cement mortar. b. Fill larger depressions as specified for F2 finish.

6. Top coat tie holes and filled depressions with cement mortar to provide uniform appearance.

7. Leave surfaces with texture that is generally smooth and uniform in appearance.

F. F4 finish: “Rubbed Finish”: 1. As specified for F3 Finish, except prepare entire surface and fill depressions

1/16 inch or larger in depth or width as follows. a. “Brush-off” sandblast surfaces to expose all depressions and voids near

the surface of the concrete. b. Thoroughly wet surfaces and begin filling depressions while surfaces are

still damp. c. Use clean burlap, sponge rubber floats, or trowels to rub plastic F4 mortar

mix as specified herein over the entire surface to be finished. Fill pits, holes, and depressions.

d. Wipe surfaces clean. 2. Cure: Moist cure surfaces.

G. F5 finish: “Stoned Finish”: 1. As specified for F3 Finish, except add stoned finish as follows: 2. Fill depressions:

a. Wet surfaces thoroughly with brush. b. Rub wetted surfaces with a hard wood float dipped in water containing

2 pounds of portland cement per gallon of water. c. Rub with surfaces until form marks and projections are removed.

Not to be used for bidding purposes!

Page 433: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03366-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03366 (Bid Set)

d. Using a brush, spread plastic grindings from the rubbing operation uniformly over the surface. Work the material into the surface to fill pits and small voids.

3. Cure: Moist cure brushed surfaces for at least 72 hours. 4. Finish surfaces:

a. After curing, obtain final finish by rubbing with a No. 50 grit carborundum stone.

b. Continue rubbing until entire surface has a smooth texture and is uniform in color.

5. Cure: Continue curing for remainder of specified time. 6. If surfaces have become too hard to finish as specified in the preceding

paragraphs, the following alternative procedure may be used: a. Sandblast and wash related surfaces exposed to view, whether finished or

not. b. While surfaces are still damp, rub surface with mortar mix for F5 finish. c. Finish by rubbing mortared surface with No. 60 grit carborundum stone.

Add F5 mortar until surface is evenly filled without excess mortar. Continue stoning until surface is hard.

d. Moist cure surface for 72 hours. e. After curing, make surface smooth in texture and uniform in color by

rubbing with a No. 50 or No. 60 grit carborundum stone. f. Continue curing until 7-day curing period is complete.

3.02 CONCRETE FINISHING – UN-FORMED SURFACES

A. Scope: 1. Finish un-formed surfaces with one of the finishes specified in the following

paragraphs and as indicated in the Schedule of Concrete Finishes in this Section.

2. Un-formed surfaces typically include the following elements of the Work: top surfaces of footings; floor and roof slabs; tops of walls that do not have slabs cast above; and other items indicated on the Drawings or specified.

B. General: 1. Concrete placement:

a. Place concrete at a rate that allows spreading, straightedging, and initial floating before bleed water appears. 1) Consider characteristics of concrete mixes used, including potential

for accelerating or retarding effects of admixtures, fly ash, and temperature, on plans for placement and finishing.

b. Place, consolidate, strike-off, and level concrete to bring surfaces to required planes and lines. Eliminate high and low spots.

c. Strike tops of walls and similar surfaces smooth and finish as specified to a texture consistent with that of adjacent formed surfaces.

2. Finishing personnel: a. Use qualified flatwork finishers acceptable to the Engineer. b. Unless otherwise accepted by the Engineer, at least one finisher or the

finishing supervisor shall hold certification as a Certified ACI Flatwork Concrete Finisher/Technician or as a Certified ACI Flatwork Technician as defined in ACI CP10, or equivalent.

3. Floating and re-straightening: a. Provide floating operations to compact and consolidate the surface.

Not to be used for bidding purposes!

Page 434: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03366-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03366 (Bid Set)

b. Initial floating (all slabs): 1) Provide initial floating immediately after screeding. 2) Perform initial floating of surfaces by hand, using a wide bull float,

darby, or highway straightedge. 3) Complete initial floating before excess moisture or bleeding water is

present on the surface. c. Wait for concrete to stiffen and for most of the bleed water to evaporate

before proceeding with edging, hand-tooled jointing, and second floating. 1) Provide edging and/or hand-tool joints where specifically required by

the Contract Documents. d. Second floating (where specified):

1) Do not commence second floating operation until concrete has stiffened sufficiently to support the following loads: a) For hand floating, the weight of a finisher on kneeboards with an

indentation of not more than about 1/8 inch. b) For machine floating, the weight of a finisher on foot with an

indentation of not more than about 1/4 inch. 2) Second floating operation may be by hand, or, if accepted by the

Engineer, may use a bladed power float equipped with float shoes, or a power disk float.

3) Float surface to a true, even plane, with no coarse aggregate visible. e. Flatness.

1) Specified tolerances for flatness may require re-straightening of the surface between first and second floating operations and before steel troweling. Re-straighten concrete as required.

2) Modify power equipment with alternate float shoes or other equipment if required to achieve flatness specified.

4. Troweling: Where finishes require troweling, conform to the following requirements: a. After surface moisture from floating has disappeared, steel trowel to a

smooth, hard, dense surface. b. Provide at least two trowelings.

1) Avoid excessive troweling. 2) Use smaller trowels for each successive troweling. 3) Make each subsequent toweling perpendicular to the previous pass.

c. Do not add dry cement or additional water to the surface during troweling. d. In lieu of hand steel troweling, a power machine for finishing concrete may

be used if accepted by the Engineer. 1) Do not use power machine if concrete has not attained the set

necessary to permit finishing without introduction of high and low spots into the concrete surface.

2) Use equipment in full compliance with the manufacturer’s recommendations.

3) Use smaller blades or higher pressure for each successive troweling. 4) Hand trowel areas of the concrete not accessible to power

equipment. 5) Tolerances for flatness specified may require re-straightening of the

surface during finishing. Modify power equipment with alternate shoes or other equipment if required to achieve these requirements.

e. Finishing with a fresno trowel, or finishing to a “fresno finish” is not allowed.

Not to be used for bidding purposes!

Page 435: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03366-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03366 (Bid Set)

5. Finishing tolerances: a. Slabs sloped to drain: Finish surfaces to drain toward designated points or

lines, regardless of tolerances specified.

C. S1 finish: “Scratch Finish”: 1. Place, consolidate, and level concrete. 2. Provide initial floating of concrete to compact and seal the surface. 3. Provide surface conforming to the “Conventional” floor flatness tolerance

requirements of ACI 117 using the manual straightedge method (maximum 1/2-inch gap in 10 feet at 90 percent of locations; maximum 3/4-inch gap at any location), unless otherwise indicated.

4. Before final set, roughen the surface with rakes. a. For sloped surfaces, rake grooves in the direction of drainage. b. Provide roughness equivalent to CSP 6 surface as designated by ICRI

Guideline 310.2. 5. Pressure wash surface to remove laitance before placing grout or toppings

thereon.

D. S2 finish: “Floated Finish”: 1. Place, consolidate, and level concrete. 2. Provide initial and second floatings of concrete to compact and seal the

surface and to produce a uniform texture. 3. Provide surface conforming to the “Flat” floor flatness tolerance requirements

of ACI 117 using the manual straightedge method (maximum 1/4-inch gap in 10 feet at 90 percent of locations; maximum 3/8 inch gap at any locations.), unless otherwise indicated.

4. Remove laitance and leave surface clean.

E. S3 finish: “Steel Trowel Finish”: 1. Place, consolidate, and level concrete. 2. Provide S2 Floated Finish. 3. Provide 2 trowelings:

a. Make each subsequent toweling perpendicular to the previous pass. 4. Provide finish conforming to the “Flat” floor flatness tolerance requirements of

ACI 117 (maximum 1/4-inch gap in 10 feet), unless otherwise indicated.

F. S4 finish: “Steel Trowel Finish - Free of Trowel Marks”: 1. Finish as specified for S3 Steel Trowel Finish, except that final troweling shall

remove all trowel marks from the slab surface.

G. S5 finish: “Broomed Finish”: 1. Finish as specified for S3 Steel Trowel Finish, except provide 1 troweling. 2. Finish surface by drawing a fine-hair broom lightly across the freshly troweled

surface. a. Provide resulting roughness for a non-skid surface. Finishing and

roughness shall be subject to review and acceptance by the Engineer. b. Direction of brooming:

1) General: a) In same direction as and parallel to expansion joint lines. b) Perpendicular to primary direction of traffic.

2) For sloped slabs, parallel to the direction of drainage. 3) For round roof slabs, in the radial direction.

Not to be used for bidding purposes!

Page 436: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03366-8 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03366 (Bid Set)

H. S6 finish: “Non-Slip Abrasive Finish”: 1. Place, consolidate, and level concrete as specified. 2. Provide initial floating of surface. 3. Prepare and install abrasive as recommended by the manufacturer.

a. Apply using a shake screen or other accepted method to ensure even coverage without segregation of the abrasive.

b. Install abrasive at a rate of 25 pounds for each 100 square feet of surface area.

4. After concrete has hardened enough to support the weight of a person, and unless otherwise indicated by the abrasive manufacturer, apply approximately 2/3 of the abrasive material required for coverage.

5. Finish as specified for S2 Floated Finish, except that re-floating is not required. 6. Apply remaining abrasive material at right angles to the first application and in

locations necessary to provide the minimum specified thickness. 7. Immediately after the second application, re-float the surface to embed

abrasive. 8. Finish as specified for S2 Steel Trowel Finish. Trowel abrasive into the

surface, properly exposing material to produce a non-slip finish.

3.03 FIELD QUALITY CONTROL

A. Provide Contractor quality control as specified in Section 01450.

B. Field inspections and testing: 1. Submit records of inspections and testing to Engineer within 24 hours after

completion.

C. Manufacturer's services. 1. Non-slip abrasive finish. Before beginning installation, conduct pre-installation

meeting with manufacturer's technical representative to review product use and installation requirements.

3.04 FIELD QUALITY ASSURANCE

A. Provide Owner quality assurance as specified in Section 01450.

B. Special inspections, special tests, and structural observation. 1. Not required.

3.05 NON-CONFORMING WORK

A. Unsatisfactory finishes that have hardened will require removal, grinding, or other correction acceptable to the Engineer.

B. Refinish or rework unsatisfactory finishes at no additional cost to the Owner.

3.06 SCHEDULE OF CONCRETE FINISHES

A. Formed surfaces: See Table 1

B. Un-formed surfaces: See Table 2.

Not to be used for bidding purposes!

Page 437: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03366-9 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03366 (Bid Set)

Table 1: Concrete Finishes - Formed Surfaces

Elements Location Surface exposure Finish Notes E

XTE

RIO

R S

UR

FAC

ES

Walls Wet structure: Above grade or water line: Columns - Exposed to view F4 Slab edges - Covered F2 (1a) Below grade or water line: - No coating F1 - Bituminous coating F2 - Waterproofing F3 Dry structure: Above grade line: - Exposed to view F4 - Covered F2 (1a) Below grade line: - No coating F1 - Bituminous coating F2 - Waterproofing F3

INTE

RIO

R S

UR

FAC

ES

Walls Wet structure: Open basin: Columns - Above water line F4 Slab edges - Below water line F3 Covered basin - Above water line F3 - Below water line F3 Dry structure: Exposed to view F4 Covered F2 (1b) Overhead Wet structure: Open basin F3 (1c) (1d) slabs and beams Covered basin F2 (1d) Dry structure: Exposed F3 (1c) (1d) Covered by ceiling F1 (1d)

Notes: 1a) Coverings include additional surfaces applied over the concrete, such as veneer, stucco or plaster,

etc. 1b) Coverings include additional surfaces applied over the concrete, such as veneer, stucco, plaster,

furring strips with drywall, etc. 1c) Applies to overhead surfaces visible from normal pedestrian travel routes. 1d) At overhead slabs and beams, patch tie holes on sides of members.

Not to be used for bidding purposes!

Page 438: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03366-10 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03366 (Bid Set)

Table 2: Concrete Finishes – Un-Formed Surfaces

Element Location Exposure Finish Notes E

XTE

RIO

R S

UR

FAC

ES

Footings Extensions Exposed S3 Covered by soil S2 Slabs and beams -

Walking or possible

Tops of treatment structures

S5 (2a) (2b)

exposed walking paths Stairs & landings S5 Roofs Exposed S5 Covered by roofing S2 Slabs and Unless All S3 beams - otherwise submerged noted Walls, Top of wall or All S3 One troweling Corbels corbel Sidewalks All S5 Equipment All S5 Slabs

INTE

RIO

R S

UR

FAC

ES

Floor slabs Wet structure Exposed - Basins & channels S3 Covered - Basin bottom grout S1 - Concrete fill S1 - Polymer containment

slab S6

Dry structure Exposed (2c) - Pipe galleries S4 (2d) - Stairs & landings S4 - Shops & garages S4 - Equipment rooms S4 Covered - Tile on mortar bed S2 - Resilient flooring S3 - Carpet S3

Notes: (2a) Includes slabs covering tanks, basins, channels, and similar structures. (2b) Includes tops of walls or beams that serve as walkways. (2c) S-6 finish ("non-slip abrasive") where indicated on the Drawings. (2d) In galleries with slabs subject to wetting, provide broom finish (S5) where indicated on the

Drawings.

END OF SECTION

Not to be used for bidding purposes!

Page 439: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03410-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03410 (Bid Set)

SECTION 03410

PRECAST CONCRETE ROOF DOUBLE TEES

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: 1. Precast, prestressed concrete roof double tee sections. 2. All inserts, weld plates, prestressing strand anchors, bearing plates, bearing

pads, pipe sleeves, and reinforcing bars which are cast into the precast, prestressed concrete members.

3. Furnishing and placing all anchors, plates, inserts, reinforcing bars, and other accessories in masonry as required for installation of the Work required in this Section.

4. Erection, including all necessary shimming and welding, grouting, and removal of all lifting attachments.

B. Related sections: 1. The Contract Documents are complementary; what is called for by one is as

binding as if called for by all. 2. It is the Contractor’s responsibility for scheduling and coordinating the Work of

subcontractors, suppliers, and other individuals or entities performing or furnishing any of Contractor’s Work.

3. The following Sections are related to the Work described in this Section. This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the Contractor to see that the completed Work complies accurately with the Contract Documents. a. Section 01330 - Submittal Procedures. b. Section 01410 - Regulatory Requirements. c. Section 03200 - Concrete Reinforcing. d. Section 03300 - Cast-in-Place Concrete. e. Section 03600 - Grouting. f. Section 05120 - Structural Steel. g. Section 09960 - High-Performance Coatings.

1.02 REFERENCES

A. American Concrete Institute (ACI): 1. 315 - Detailing Manual: Details and Detailing of Concrete Reinforcement. 2. 318 - Building Code Requirements for Structural Concrete. 3. ACI Manual of Concrete Practice.

B. American Society for Testing and Materials (ASTM): 1. A123 - Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel

Products. 2. A 416 - Specification for Steel Strand, Uncoated Seven-Wire for Prestressed

Concrete.

Not to be used for bidding purposes!

Page 440: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03410-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03410 (Bid Set)

C. American Welding Society AWS): 1. D1.1 - Structural Welding Code Steel. 2. D1.4 - Structural Welding Code Reinforcing Steel.

D. Precast Concrete Institute (PCI): 1. MNL-116 - Manual for Quality Control for Plants and Production of Precast and

Prestressed Concrete Products. 2. MNL-120 - Design Handbook. 3. MNL-123 - Manual of Design of Connections for Precast Prestressed

Concrete. 4. MNL-125 - Design for Fire Resistance of Precast Concrete.

1.03 SYSTEM DESCRIPTION

A. Design requirements: 1. The design and construction of precast and prestressed concrete members

shall conform to the requirements of ACI 318, IBC, PCI Manual for Quality Control for Plants and Production of Precast and Prestressed Concrete Products, PCI Design Handbook, and PCI Design of Connections for Precast Prestressed Concrete, PCI Design of Fire Resistance of Precast Concrete, and all applicable state or local requirements.

2. The individual in responsible charge of the design of the precast prestressed concrete members shall be a licensed professional engineer holding current registration in the state of Colorado, and experienced in the design of precast and prestressed concrete.

3. Member size and thickness shall be as indicated on the Drawings unless otherwise approved by the Engineer.

4. All steel, mild or strand, shall have a minimum of 2 inches of concrete cover, unless otherwise specified in the following paragraphs: a. Precast tee flanges:

1) Minimum 3/4-inch concrete cover at surfaces exposed to the interior of the buildings.

2) Minimum of 3/4-inch concrete cover at the surface to be covered with cast-in-place concrete topping, or left exposed for application of weatherproof roofing membrane.

b. Precast tee stems: 1) Minimum 1-inch concrete cover above the top of FRP inserts at the

bottom of double tee stems. Bottom strand will be not less than 4 inches from the bottom of the stem where inserts are required.

5. Design loadings: a. Design precast and prestressed members to support their own self-weight

in addition to superimposed dead and live loads indicated on the Drawings.

b. Design all members for lifting or erection stresses. Lifting inserts shall have a minimum factor of safety of 4. Exterior lifting hardware shall have a minimum factor of safety of 5.

c. Design members for axial loads and load transfers from surrounding structure where such loads are specified or indicated on the Drawings.

6. Design of precast prestressed concrete members shall account for temperature, creep, elastic shortening, and other volume change loads.

7. Maximum allowable deflection due to superimposed dead load and live loads: 1/360 of span.

Not to be used for bidding purposes!

Page 441: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03410-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03410 (Bid Set)

8. Minimum prestress force in precast prestressed concrete members: a. Prestress force shall be adequate to resist, without contribution from mild

steel reinforcement, the loads specified. b. The allowable tensile stress under service load in the precompressed

tensile zone shall be limited to 6√f’c. 9. Minimum reinforcement. Provide galvanized mild steel reinforcement in

flanges of precast prestressed concrete tees. Reinforcement shall not be less than that provided by welded wire fabric (WWF) 6 x 6 - W2.9 x W2.9, with reinforcement spaced maximum 6 inches on center in each direction throughout tee flange. Galvanizing shall conform to ASTM A 123 (hot-dip galvanized).

B. Design deviations: 1. Deviations from the design shown on the Drawings will be permitted only with

the written approval of the Engineer. Submit drawings and complete calculations of the proposed deviations for the Engineer’s review. Include analysis of effect of design deviations on loads to which structure will be subjected. Drawings and calculations shall bear the seal and the signature of a Structural Engineer registered in the state of Illinois.

2. Proposed deviations from the design shown on the Drawings shall provide an installation equivalent to the Engineer’s intent, and shall be made at no additional cost to the Owner.

3. Structural loads from any design deviations shall not be greater than the loads imposed by the materials or design scheme included in the Contract Drawings. Evaluate effects of dead, live, wind, and seismic loads in any analysis of design deviations.

C. Fabrication requirements: 1. Permanently mark the interior faces of tee sections with discrete marks visible

in the finished work, to indicate the locations of strands inside stems. Method of marking shall be acceptable to the Engineer, and shall provide a neat appearance in the finished work.

1.04 SUBMITTALS

A. Product data: 1. Admixtures proposed for use in the concrete. 2. FRP inserts for the bottoms of the double tee stems (provided to support

electrical conduits or small diameter piping). 3. Plastic supports for reinforcing bars and welded wire fabric. 4. Elastomeric bearing pads: Product data including catalog cuts, technical data,

storage requirements, and conformity to ASTM or AASHTO standards.

B. Shop drawings and product data showing materials of construction and details of installation. A professional engineer experienced in precast and prestressed concrete design and registered in the state of Colorado shall sign and seal shop drawings in accordance with Section 01330. 1. Drawings shall conform to the requirements of ACI 315.

a. Plans, elevations and sections showing member identification marks for all material furnished by the manufacturer, and location of each item in the completed structure. Show dimensions and relationships to adjacent materials.

Not to be used for bidding purposes!

Page 442: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03410-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03410 (Bid Set)

b. Sections and details showing connections, cast-in embeds, and fabricated items to be cast into the surrounding structure.

c. Descriptions and locations of all loose, cast-in, and field-installed anchors and hardware.

d. Methods by which members will be transported to the work. e. Erection sequences and handling requirements, including lifting and

supporting points for each member. Indicate any requirements for bracing or temporary support).

f. Member identification marks. g. Dead, live, and other loads used for design. h. For prestressed members, prestressing strand and concrete strengths at

time of transfer of prestressing and at 28 days. i. Dimensions and finishes j. Estimated camber at time of installation. k. Openings, blockouts, and miscellaneous hardware provided with member.

2. Concrete mix design and documentation: a. Submit test results for the following as required under Section 03300:

1) Physical and chemical analysis of the cement and pozzolan if used. 2) Aggregate grading and constituent analysis results.

3. Certified mill tests for prestressing strand and reinforcing steel proposed for use in accordance with Section 03200.

C. Calculations: 1. Design data:

a. Submit calculations for all precast and precast prestressed concrete structural members. A Structural Engineer, experienced in precast prestressed concrete design and registered in the state of Illinois, shall seal calculations. Calculations shall indicate: 1) Dead, live and other loads used for design. 2) Allowance for volume changes. 3) Concrete, mild steel reinforcement and strand strengths. 4) Stresses at transfer of prestress, during erection, and under design

loadings. 5) Estimated camber at erection. 6) Dead and live load deflections. 7) Design of bearing pads.

b. Review of calculations will be for conformance to these Specifications only and shall not relieve the Contractor of responsibility for the design of precast prestressed concrete elements, or for design against lifting stresses of precast concrete elements.

D. Test Reports: 1. Submit results of concrete testing as required under PCI MNL-116 and

Section 03300. 2. Submit calibration test records for stressing equipment. 3. Submit certified material test reports for prestressing strand and reinforcing

steel.

E. Certificates: 1. Submit evidence that prestressed concrete manufacturing plant holds current

certification by the Prestressed Concrete Institute Plant Certification Program prior to the start of production.

Not to be used for bidding purposes!

Page 443: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03410-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03410 (Bid Set)

F. Statement of Qualifications: 1. Submit satisfactory evidence that any precast or prestressed concrete

manufacturer proposed for the work is capable of, and has the organization and plant for, performing the work and of maintaining the required schedule.

2. Submit manufacturer’s record of experience covering the preceding 5 years and demonstrating experience in the type of units required for the work.

3. Submit precast erector’s record of experience covering the preceding 5 years and demonstrating experience in erection of the type of units required for the work.

4. Submit record of experience for the Structural Engineer sealing the prestressed concrete shop drawings and calculations, demonstrating experience in the design of prestressed concrete over that least 5 years immediately preceding the design of the units required for the work.

G. Manufacturer’s Installation Instructions: 1. Submit requirements for installation.

H. Closeout documents: 1. Provide owner with record drawings that indicate the arrangement and details

of the installed precast concrete double tees.

1.05 QUALITY ASSURANCE

A. Qualifications: 1. Design Engineer:

a. Individual in responsible charge of design of precast and precast prestressed concrete members shall be a licensed Structural Engineer holding current registration in the state of Illinois.

2. Manufacturer: a. All prestressed structural concrete elements shall be manufactured by a

plant certified under the Precast/Prestressed Concrete Plant Certification Program prior to the start of production. Plant certification shall be in the following product groups and categories: 1) Group C - Commercial/Structural. 2) Category C4 - Prestressed Draped Strand Structural Members. 3) Production of prestressed concrete units shall comply with the

provisions of PCI MNL-116. b. The manufacturer of any precast prestressed concrete element shall have

a minimum of 5 years experience in production of the types of units required for the work.

3. Erector qualifications: a. Erection of precast and prestressed structural concrete shall be by a firm

regularly engaged for at least 5 years in the erection of units similar to those required for this project.

4. Welder qualifications: a. Welders shall be qualified within the last year in accordance with

AWS D1.1 and AWS D1.4 5. Testing:

a. The Contractor, or the precast manufacturer shall be responsible for regular testing of concrete and for maintaining records of all casting operations.

Not to be used for bidding purposes!

Page 444: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03410-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03410 (Bid Set)

b. Sampling and testing of concrete produced by a precast manufacturer shall conform to the requirements of PCI MNL-116 and ASTM standards referenced therein.

c. Additional testing of materials or equipment may be requested by the Engineer. Such additional testing will be performed by an independent laboratory and paid for by the Owner. Allow reasonable access for testing personnel.

1.06 SEQUENCING

A. Coordinate the installation of precast members with the completion of the masonry wall to the tee bearing elevations. Finalize all connections to the parapet walls prior to the installation of the roofing system.

1.07 DELIVERY, STORAGE AND HANDLING

A. Transport, handle, and support precast concrete members as required protecting them from damage. Qualified personnel using appropriate equipment and methods shall perform all handling of members.

B. Handle precast concrete using lifting devices or other means approved by the manufacturer. Lift support units only at the lifting or support points shown on the shop drawings.

C. Store units off the ground with identification marks visible. Separate any stacked members by battens across the full width of each bearing point, and stack so that lifting devices are accessible and undamaged. Do not place units in positions that will result in overstress, warp, or twisting.

1.08 DAMAGE AND REPLACEMENT

A. The Contractor shall assume responsibility for any damage to precast concrete work until the project is accepted by the Owner. Damaged, cracked, or chipped members shall be repaired or removed and replaced without cost to the Owner, regardless of the origin of the defect or damage.

B. Rejection of members shall be based on the following criteria: 1. Fracture or cracks that pass through the member. 2. Defects that indicate imperfect proportioning and mixing. 3. Surface defects indicating honeycombed or open texture. 4. Damaged or cracked concrete at support anchors or areas adjacent to inserts. 5. Any continuous crack having a surface width of 0.01 inch (0.25 mm) or more

extending for a length of 12 inches or more regardless of position in the member.

6. Exposed reinforcement.

1.09 PROJECT/SITE REQUIREMENTS

A. Coordinate the work of the precast manufacturer with that of other trades. Provide to the precast manufacturer information about required openings, inserts, other appurtenances required, and actual weights of equipment that will supported on the double tee beams.

Not to be used for bidding purposes!

Page 445: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03410-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03410 (Bid Set)

B. Remove lifting strands and repair surface of concrete.

PART 2 PRODUCTS

2.01 MATERIALS

A. Concrete for precast sections: Class D concrete as specified in Section 03300.

B. Reinforcing steel: 1. Deformed concrete reinforcing bars and galvanized welded wire fabric shall be

as specified in Section 03200.

C. Prestressing strand: 1. Prestressing strand shall be uncoated, 7-wire, stress-relieved steel strand

conforming to ASTM A416, Grade 270 including Supplement I requirements for low-relaxation strand.

D. Reinforcement support chairs: Class 1 plastic chairs.

E. Anchors, embeds, and inserts: 1. Structural steel embeds shall be A36 steel conforming to the requirements of

Section 05120. 2. Provide galvanized coating conforming to ASTM A123 for all steel embeds and

connection plates.

F. Grout: 1. Cement or nonshrink cement grout shall be as specified in Section 03600.

G. Bearing pads shall be 60 Durometer chloroprene (Neoprene) bearing pads conforming to AASHTO Standard Specification for Highway Bridges, 16th Edition, Division II, Section 18. Minimum thickness shall be 1/4 inch.

H. Parting compound: Suitable for intended use, as standard with manufacturer.

2.02 ACCESSORIES

A. Slab lifting inserts, lifting brackets, and swivel lift plates: 1. Lifting inserts: Have minimum factor of safety of 3 at worst possible working

condition. 2. Lifting brackets or swivel lift plates: Type that prevent excessive local moment

in concrete slab at point of pickup when panel is hanging vertically.

2.03 CONCRETE MIXES

A. General: 1. Use of calcium chloride, chloride ions, or other salts is not permitted. 2. Provide testing of the proposed concrete mix or mixes to demonstrate

compliance with the compression strength requirements in conformity with the requirements of ACI 318.

Not to be used for bidding purposes!

Page 446: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03410-8 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03410 (Bid Set)

B. Concrete for precast prestressed members shall be normal-weight concrete composed of portland cement, fine and coarse aggregates, water, and air-entraining admixtures as specified.

C. Portland cement, pozzolans, and aggregates shall meet the requirements of Section 03300.

2.04 FABRICATION

A. Fabricate precast prestressed units in shapes as indicated on the Drawings and as required.

B. Fabrication of members shall not proceed until shop drawings have been reviewed and approved by the Engineer.

C. Manufacturing procedures shall comply with the requirements of PCI MNL-116.

D. Finishes: 1. Standard finish:

a. All exposed surfaces shall be smooth unless otherwise indicated. Remove fins and large protrusions. Smooth exposed ragged edges by rubbing or grinding. Small surface holes caused by air bubbles and minor joint marks from forming will be tolerated, however, members shall be free of unsightly imperfections, structural defects, honeycomb, chips, or spalls.

b. Unformed surfaces shall be screeded to proper levels and finished according to use as follows: 1) Slab surfaces to receive cast-in-place concrete topping: Finish

resulting from use of a vibrating screed with additional hand finishing at projections, then scarified surface finish resulting from use of a rake or wire brush.

2) Slab surfaces not receiving cast-in-place concrete topping: Finish resulting from use of a vibrating screed with additional hand finishing at projections, then floated finish.

E. Surface repair in the plant will be permitted provided that, in the opinion of the Engineer, the structural adequacy of the product and its appearance are not impaired.

F. Corners exposed in the finished work shall have minimum 1/2-inch chamfer.

G. Fabricate precast concrete with provisions for openings as shown on the Drawings.

H. Place concrete in members continuously without joints. Cast in structural inserts where required, bolts, plates, and bearing or lifting devices.

I. Recess strands: 1. Recess strands 2 inch minimum at the ends. 2. Fill recesses with grout.

J. Manufacturing tolerances shall comply with the requirements of PCI MNL-116 unless more restrictive criteria are specified herein. 1. Cross sectional tolerance for all members:

a. For depth and width up to 3 feet shall be plus 1/4 inch minus 0 inch.

Not to be used for bidding purposes!

Page 447: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03410-9 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03410 (Bid Set)

b. For depth and width above 3 feet shall be plus 3/8 inch minus 0 inch. 2. Length of members: Plus or minus 3/8 inch. 3. Squareness of ends:

a. For members up to 2 feet in depth or width: plus or minus 1/4 inch per foot.

b. For members 2 feet or greater in depth or width: plus or minus 1/2 inch, plus or minus 1/16 inch per foot depth or width in excess of 2 feet.

4. Horizontal alignment (sweep): a. Deviation from straight line shall be not greater than 1/8 inch per 10 feet of

length measured by a light line stretched from end to end of unit. 5. Camber:

a. Deviation from design camber: plus or minus 3/16 inch per 10 feet of length.

b. Difference in camber between two adjacent slabs in place after welding in a structure shall not be more than 1/2 inch.

6. Position of blockouts or inserts: a. Deviation from centerline dimensions: plus or minus 1/2 inch.

PART 3 EXECUTION

3.01 PREPARATION

A. Provide suitable access to and around the structure for installation of the precast and precast prestressed units. Such access shall include properly drained, firm, level bearing for the hauling and erection equipment, adequate to permit each piece of equipment to operate under its own power.

B. Prepare surfaces to receive precast members. 1. Provide true, accurately aligned, level bearing surfaces on supporting

members. Place and accurately align anchor bolts, plates, dowels, and other field-installed appurtenances. Verify that supports, bearing surfaces, and anchorages are within required tolerances and are prepared as specified prior to erecting precast members.

2. Provide temporary shoring and bracing for composite beams, slabs, or other members as recommended by precast manufacturer.

3.02 ERECTION

A. Carefully load, haul, and erect all precast units by means that prevent damage and that ensure proper safety. Units shall be erected by experienced and qualified personnel, true to line and grade, in proper sequence, and connected as indicated on Drawings. 1. Lift members using suitable lifting devices at points lifting provided by the

manufacturer. 2. Where temporary bracing is required, maintain such bracing until permanent

connections are installed to adequately brace the structure. Temporary bracing shall not damage any part of the structure.

B. Properly align and level members. Variations between adjacent members shall be reasonably leveled by methods recommended by the manufacturer and acceptable to the Engineer. Bring to the Engineer's attention any obvious weakness in the work supporting the structural precast concrete.

Not to be used for bidding purposes!

Page 448: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03410-10 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03410 (Bid Set)

C. Connections for structural members shall be as shown on the Drawings or on shop drawings. 1. All welding for connections between mild steel anchors, embeds, and inserts

shall be in accordance with AWS D1.1. 2. Welding of connections involving deformed steel bars for concrete

reinforcement shall be in accordance with AWS D1.4. 3. Repair galvanized surfaces damaged by field welding in accordance with the

provisions of Section 05120. 4. After repair of galvanizing, coat all surfaces of steel connections with epoxy as

specified in Section 09960 before surrounding construction obscures connections. Where plates are embedded in concrete, extend coating at least 1 inch past joint line between steel and concrete.

D. Field attachments. 1. No holes shall be cut or drilled through precast members in the field without

prior written approval of the design engineer whose seal appears on the shop drawings for that member.

2. Make no attachments to precast members without the prior approval of the. Engineer. Attachments, if permitted, shall not damage prestressing strands or the surface of the member.

3.03 REPAIR

A. Repair any damage suffered during shipment or erection to the satisfaction of the Engineer. Repair procedures shall result in the same fire rating and strength as the original, undamaged member. 1. Members superficially damaged during shipment or erection shall be rejected

until they are repaired by methods acceptable to the Engineer. The Engineer shall be the sole judge of the degree of damage and the acceptability of any field repairs.

2. Units badly damaged shall be rejected and replaced at no additional cost to the Owner.

3.04 FIELD QUALITY CONTROL

A. Observation and Inspection 1. Notify Engineer to observe connections before covering with grout, etc. Do not

enclose any structural precast concrete work until alignment and connections have been observed by the Engineer.

3.05 CLEANING

A. Clean member surfaces that will be exposed in the finished work of all weld marks, dirt, and blemishes.

END OF SECTION

Not to be used for bidding purposes!

Page 449: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03600-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03600 (Bid Set)

SECTION 03600

GROUTS

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: 1. Cement grout 2. Cement mortar. 3. Dry-pack mortar. 4. Epoxy grout. 5. Grout. 6. Non-shrink epoxy grout. 7. Non-shrink cement grout.

B. Related sections: 1. The Contract Documents are complementary; what is called for by one is as

binding as if called for by all. 2. It is the Contractor’s responsibility for scheduling and coordinating the Work of

subcontractors, suppliers, and other individuals or entities performing or furnishing any of Contractor’s Work.

3. The following Sections are related to the Work described in this Section. This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the Contractor to see that the completed Work complies accurately with the Contract Documents. a. Section 01330 - Submittal Requirements. b. Section 01450 - Quality Control. c. Section 03071 - Epoxies. d. Section 03300 - Cast-in-Place Concrete. e. Section 15050 - Basic Mechanical Materials and Methods.

1.02 REFERENCES

A. ASTM International (ASTM): 1. C 109 - Standard Test Method for Compressive Strength of Hydraulic Cement

Mortars (using 2-inch or 50-millimeter cube specimens). 2. C 230 - Standard Specification For Flow Table For Use In Tests Of Hydraulic

Cement. 3. C 531 - Standard Test Method for Linear Shrinkage and Coefficient of Thermal

Expansion of Chemical-Resistant Mortars, Grouts, Monolithic Surfacings, and Polymer Concretes.

4. C 579 - Standard Test Method for Compressive Strength of Chemical-Resistant Mortars, Grouts, and Monolithic Surfacings and Polymer Concretes.

5. C 939 - Standard Test Method for Flow of Grout for Preplaced-Aggregate Concrete (Flow Cone Method).

6. C 1107 - Standard Specification for Packaged Dry, Hydraulic-Cement Grout (Non-shrink).

7. C 1181 - Standard Test Methods for Compressive Creep of Chemical-Resistant Polymer Machinery Grouts.

Not to be used for bidding purposes!

Page 450: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03600-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03600 (Bid Set)

B. International Concrete Repair Institute (ICRI) 1. 310.2R - Selecting and Specifying Concrete Surface Preparation for Sealers,

Coatings, Polymer Overlays, and Concrete Repair.

1.03 SUBMITTALS

A. General: Submit in accordance with Section 01330.

B. Cement grout: 1. Mix design. 2. Materials data.

C. Cement mortar: 1. Mix design. 2. Materials data.

D. Non-shrink cement grout: 1. Manufacturer's literature and test data for physical properties. 2. Manufacturer's certification that non-shrink grout will not go below its initial

placement volume when tested in accordance with ASTM C 1107.

E. Non-shrink epoxy grout: 1. Manufacturer's literature and test data prior for physical properties. 2. Manufacturer's certification that non-shrink epoxy grout has negligible

shrinkage or expansion when tested in accordance with ASTM C 531

1.04 QUALITY ASSURANCE

A. Pre-installation conference: 1. Schedule and conduct pre-installation conference at least 10 days prior to

batching and placing of grout. a. Provide additional conferences if necessary to discuss specific concrete

mixes or placing and curing conditions. b. Notify Engineer of location and time of each conference.

2. Required attendees: a. Contractor including Contractor’s superintendent and key personnel. b. Subcontractor’s providing or installing grout. c. Technical representative(s) of supplier(s) of grout products. d. Sampling and testing personnel. e. Engineer. f. Other persons deemed by the Engineer and Contractor to be critical to the

quality and efficiency of the work. 3. Agenda:

a. Review of requirements of Drawings and Specifications. b. Project and product safety requirements. c. Discussion of points of interface and coordination between various trades

or products to be used in the Work. d. Grout products and placement locations for each. e. Placement and consolidation methods. f. Placing procedures, including limits on placing time. g. Procedures for finishing, curing, and retention of moisture during these

operations. h. Procedures and protection for hot and cold weather conditions.

Not to be used for bidding purposes!

Page 451: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03600-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03600 (Bid Set)

i. Requirements and coordination for inspections and special inspections. j. Other Specification requirements requiring coordination between parties

to the work. 4. Prepare and submit minutes of the pre-installation conference.

1.05 DELIVERY, STORAGE, AND HANDLING

A. Deliver materials to the job site in their original, unopened packages or containers, clearly labeled with the manufacturer's product identification and printed instructions.

B. Store materials in a cool dry place and in accordance with the manufacturer's recommendations.

C. Handle materials in accordance with the manufacturer's instructions.

1.06 PROJECT/SITE CONDITIONS

A. Refer to manufacturer's literature or contact the manufacturer for any special physical or environmental limitations that may be required for use of products.

PART 2 PRODUCTS

2.01 MANUFACTURED PRODUCTS

A. Non-shrink epoxy grout: 1. Manufacturers: One of the following or equal:

a. Five Star Products, Inc.: Five Star Epoxy Grout. b. BASF: Masterflow 648 CP Plus. c. L&M Construction Chemicals, Inc.: EPOGROUT. d. Sika Corporation: Sikadur 42, Grout-Pak

2. Materials: a. 100 percent solids, pre-measured and pre-packaged system containing a

2-component thermosetting epoxy resin and hardener. b. Inert aggregate recommended by the manufacturer.

3. Properties: a. Consistency: Maintain flowable consistency for at least 45 minutes at

70 degrees Fahrenheit. b. Shrinkage or expansion: Less than 0.0006 inches/inch when tested in

accordance with ASTM C 531. c. Compressive strength: Minimum 10,000 pounds per square inch at

24 hours, and 14,000 pounds per square inch at 7 days when tested in accordance with ASTM C 579, Method B.

d. Compressive creep: Not exceeding 0.0027 inches/inch when tested under a 400 pounds per square inch constant load at 140 degrees Fahrenheit in accordance with ASTM C 1181.

e. Coefficient of thermal expansion: Not exceeding 0.000018 inches per inch per degree Fahrenheit when tested under ASTM C 531, Method B.

4. Mixing: a. In accordance with the manufacturer's installation instructions. b. Mix only complete packaged units. Do not vary ratios of components or

add solvents to change consistency of the mix.

Not to be used for bidding purposes!

Page 452: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03600-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03600 (Bid Set)

c. Pour hardener into resin and thoroughly blend products. d. When adding aggregate, pour epoxy into mixer wheelbarrow and add

aggregate. Mix until aggregate is uniformly wetted. Do not entrap entrap air in the mix by over-mixing.

e. Keep temperature from exceeding manufacturer's recommended limits.

B. Non-shrink cement grout: 1. Manufacturers: One of the following or equal:

a. Five Star Products, Inc.: Five Star Grout. b. BASF: Masterflow 928. c. L&M Construction Chemicals, Inc.: CRYSTEX. d. Sika Corporation: SikaGrout 328.

2. Materials: a. Pre-proportioned and pre-packaged cement-based mixture containing no

metallic particles such as aluminum powder and no metallic aggregate such as iron filings; and requiring only the addition of potable water.

b. Conforming to ASTM C 1107. c. Potable water for pre-soaking, mixing, and curing: Clean and free of oils,

acids, alkalies, organics, and any other deleterious matter. 3. Properties:

a. Bleeding: Free from the emergence of mixing water from within or the presence of water on its surface.

b. Consistency: Maintaining flowable consistency for at least 45 minutes after mixing at temperatures between 45 degrees and 90 degrees Fahrenheit to Fahrenheit when tested in accordance with ASTM C 230. If at a fluid consistency, verify in accordance with ASTM C 939.

c. Dimensional stability (height change): d. In accordance with ASTM C 1107, volume-adjusting Grade B or C at

45 degrees to 90 degrees Fahrenheit. e. Providing 95 percent or greater bearing area under bases or baseplates. f. Compressive strength: Minimum 5,000 pounds per square inch at 28 days

when tested in accordance with ASTM C 109 as modified by ASTM C 1107.

4. Mixing: a. In accordance with the manufacturer's installation instructions. b. Mix only complete packaged units. c. Add blended cement material to pre-measured amount of water. Do not

exceed manufacturer's recommended maximum water content. d. Do not re-temper by adding additional water after the grout stiffens.

2.02 MIXES

A. Cement grout: 1. Mixture of cement of water for spreading over surfaces of construction joints or

at "cold joints" between concrete placements. 2. Materials: As specified in Section 03300.

a. Use same materials used in the surrounding concrete. 3. Proportioning:

a. Use ratio of water-to-cementitious materials that is no greater than that of the surrounding concrete.

Not to be used for bidding purposes!

Page 453: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03600-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03600 (Bid Set)

4. Mixing: a. Use mortar mixer with moving paddles. b. Pre-wet the mixer and empty out excess water before beginning mixing.

B. Cement mortar: 1. Concrete with coarse aggregate removed and water content adjusted for

placement as a repair material. Mixture of cement, sand, and water. 2. Materials: As specified in Section 03300.

a. Use same materials used in the surrounding concrete. 3. Proportioning:

a. Use same ratio of sand to cementitious materials that is used in surrounding concrete.

b. Use ratio of water-to-cementitious materials that is no greater than that specified for the concrete being repaired.

c. At exposed concrete surfaces not coated and not submerged in water, use white cement in sufficient quantity to provide color of finished repair matching that of the surrounding concrete.

4. Mixing: a. Use mortar mixer with moving paddles. b. Pre-wet the mixer and empty out excess water before beginning mixing.

C. Dry-pack mortar: 1. Mixture of cement, sand, and water. 2. Materials: As specified in Section 03300. 3. Proportioning:

a. 1 part portland cement to 2 parts concrete sand (by weight). b. Use only enough water so the resulting mortar will crumble to touch after

being formed into ball by hand. 4. Mixing.

D. Epoxy grout: 1. Mixture of epoxy or epoxy gel and silica sand. 2. Materials:

a. Epoxy: As specified in Section 03071. b. Epoxy gel: As specified in Section 03071. c. Sand: Clean, bagged, graded, and kiln-dried silica sand.

3. Proportioning: a. For horizontal applications: 1 part epoxy with not more than 2 parts sand. b. For vertical or overhead applications: 1 part epoxy gel with not more than

2 parts sand. 4. Mixing.

E. Grout: 1. Mixture of cement, sand, and water. 2. Materials: As specified in Section 03300. 3. Proportioning:

a. 1 part cement to 4 parts concrete sand (by weight). 4. Mixing.

Not to be used for bidding purposes!

Page 454: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03600-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03600 (Bid Set)

PART 3 EXECUTION

3.01 GENERAL

A. Grout bases, base plates, sole plates, and skids for equipment as specified in Section 15050 using products specified in this Section.

B. Grout other base plates as specified in this Section using non-shrink grout. 1. Use non-shrink epoxy or non-shrink cement grout as indicated on the

Drawings. 2. Where Drawings indicate "non-shrink grout" (without designation of cement or

epoxy material), use non-shrink cement grout.

3.02 EXAMINATION

A. Inspect concrete surfaces that will receive grout or mortar and verify that they are free of ice, frost, dirt, grease, oil, curing compounds, paints, impregnations, and loose material or foreign matter likely to affect the bond or performance of grout or mortar.

B. Inspect baseplate and anchor systems for rust, oil, and other deleterious substances that may affect the bond or performance of grout.

C. Confirm that newly placed concrete has been cured sufficiently to attain its design strength and to limit further shrinkage.

D. Verify that temperature of cementitious or epoxy grout is maintained within manufacturer's recommended limits.

3.03 PREPARATION

A. Surface preparation: 1. Remove loose or broken concrete. Roughen concrete surfaces in contact with

grout to CSP-6 surface profile as designated by ICRI 310.2R. 2. Remove grease, oil, dirt, dust, curing compounds, laitance, and other

deleterious materials that may affect bond to concrete and to baseplates. 3. Metal surfaces in contact with grout:

a. Equipment bases, baseplates, soleplates, and skids: Grit blast to white metal surface. See Section 15050.

4. Concrete surfaces receiving cement-based grouts and mortars: a. Concrete shall be saturated surface damp before placement. b. Saturate surface and areas 12-inches beyond for at least 12 hours prior to

placing grout. c. Before placing grout or mortar, remove any standing water.

5. Surfaces receiving epoxy grouts: a. Do not wet concrete surfaces with water. b. Wet surfaces with epoxy for horizontal work or epoxy gel for vertical or

overhead work prior to placing epoxy grouts.

B. Forms and headboxes for grout: 1. Construct forms for using material with adequate strength to withstand grout

placement procedures.

Not to be used for bidding purposes!

Page 455: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03600-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03600 (Bid Set)

2. Make forms rigid and liquid-tight. Caulk cracks and joints with an elastomeric sealant.

3. Line or coat forms with polyethylene or coat with 2 coats of heavy-duty paste wax for easy release.

4. When using headboxes for placement: a. Make forms on one side of the base plate 4 to 6 inches higher than the

top of the baseplate. b. Provide a sufficient number of headboxes to facilitate continuous flow

from one side of base plate to the opposite site during placement of grouts.

c. During grout placement, maintain hydrostatic head pressure by keeping level of grout in the headboxes above the bearing surface of the base plate. Fill headbox to maximum level and work grout down to flow under base plates.

C. For large or complex base plates, including base plates with shear lugs, provide base plates with air relief holes at least 1/8 inch in diameter to avoid entrapping air underneath.

3.04 PLACEMENT

A. Mix grouts to uniform consistency prior to placement.

B. Grouting at base plates: 1. Install grout only after alignment of elements or equipment is correct and is

accepted by the Engineer. 2. Install grout in continuous flow from one side of base plate to the other to avoid

trapping air. 3. Vibrate, rod, or chain.

C. Non-shrink epoxy grout: 1. Epoxy grout shall be flowed into place using a headbox. All grouting shall take

place from one side of a baseplate to the other in a continuous flow to avoid trapping air.

2. Epoxy grouts shall not be cut back at edges of base plates after setting. The final configuration of grout shall be as-installed with all chamfer edges built into the formwork.

D. Non-shrink cement grout: 1. Do not re-temper grout by adding more water after stiffening. 2. After grout sets, remove forms and trim back at a 45-degree angle from bottom

edge of base plate.

E. Cement grout: 1. Exercise care in placing cement grout to ensure provision of minimum

specified concrete compressive strength and impermeable water seal at joints. 2. Do not place cement grout that remains un-placed 30 minutes after mixing.

3.05 CURING

A. Cement-based grouts and mortars: 1. Grouts must be cut back to the lower edge of baseplates after reaching initial

set. Provide a 45-degree angle cut back.

Not to be used for bidding purposes!

Page 456: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03600-8 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03600 (Bid Set)

2. Clean equipment and tools as recommended by the grout manufacturer. 3. Cure grouts in accordance with manufacturer's specifications and

recommendations. 4. Keep grouts and mortars continuously wet for a minimum of 3 days after

placement. Use wet burlap, a soaker hose, sun shading, ponding, and, in extreme conditions, a combination of these methods.

5. Maintain temperature of grouts or mortars and substrate above 40 degrees Fahrenheit until grout attains a compressive strength of 3,000 pounds per square inch, and above 70 degrees Fahrenheit for a minimum of 24 hours after placement to avoid damage from freezing.

B. Epoxy-based grouts: 1. Cure grouts in accordance with manufacturers' specifications and

recommendations. a. Do not wet cure epoxy grouts.

2. Do not allow any surface in contact with epoxy grout be allowed to fall below 50 degrees Fahrenheit for at least 48 hours after placement.

3.06 FIELD QUALITY CONTROL

A. Provide Contractor quality control for the Work of this Section as specified in Section 01450.

B. Field inspections and testing: 1. Submit records of inspections and testing to Engineer within 24 hours after

completion. 2. Testing:

a. Non-shrink cement grouts shall be tested for 24 hour compressive strength in accordance with ASTM C 109.

b. Non-shrink epoxy grouts shall be tested for 24 hour compressive strength in accordance with ASTM C 579, Method B.

C. Manufacturer's services: 1. Make arrangements to have a grout manufacturer's technical representative

present for a pre-installation conference and during initial grout placement.

3.07 FIELD QUALITY ASSURANCE

A. Provide Owner quality assurance as specified in Section 01450.

B. Special inspections, special tests, and structural observation. 1. Not required.

3.08 SCHEDULE OF GROUT AND MORTAR PLACEMENTS

A. Use grout and mortar materials indicated on the Drawings.

B. General applications for products in this Section are as indicated in Table 1. 1. Where specific grout, mortar, or repair materials are not designated on the

Drawings or in other Sections of the Specifications, confirm materials with Engineer before installation.

Not to be used for bidding purposes!

Page 457: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 03600-9 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/03600 (Bid Set)

Table 1 - General Applications for Grout and Mortar Materials Product Application

Non-shrink epoxy grout Special applications, such as grouting of base plates for large equipment such as engines.

Non-shrink cement grout Below base plates and bearing plates at structural members. Below equipment bases, sole plates, and skids.

Cement grout Spreading over construction joints and cold joints in concrete placements. (Not for other uses.)

Cement mortar Shallow concrete repairs. (Not for other uses.)

Dry-pack mortar Small area concrete repairs, and filling holes from form ties. (Do not use for shallow repairs with large surface areas.)

Epoxy grout Where specifically noted on the Drawings and in Typical Details. Where high strength and strong bond is required.

Grout Grout fill in lieu of Class C concrete. Confirm locations with Engineer prior to use.

END OF SECTION

Not to be used for bidding purposes!

Page 458: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

 

Not to be used for bidding purposes!

Page 459: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 04055-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/04055 (Bid Set)

SECTION 04055

ADHESIVE BONDING REINFORCING BARS AND ALL THREAD RODS IN MASONRY

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Bonding reinforcing bars and all thread rods in masonry using injectable, 2-component adhesive.

B. Related sections: 1. The Contract Documents are complementary; what is called for by one is as

binding as if called for by all. 2. It is the Contractor’s responsibility for scheduling and coordinating the Work of

subcontractors, suppliers, and other individuals or entities performing or furnishing any of Contractor’s Work.

3. The following Sections are related to the Work described in this Section. This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the Contractor to see that the completed Work complies accurately with the Contract Documents. a. Section 01410 - Regulatory Requirements. b. Section 01450 - Quality Control. c. Section 01455 - Special Tests and Inspections. d. Section 04090 - Masonry Accessories. e. Section 05120 - Structural Steel.

1.02 REFERENCES

A. American National Standards Institute (ANSI): 1. Standard B212.15 - Carbide Tipped Masonry Drills and Blanks for Carbide

Tipped Masonry Drills.

B. ICC Evaluation Service, Inc. (ICC-ES): 1. AC58 - Acceptance Criteria for Adhesive Anchors in Masonry Elements.

C. Society for Protective Coatings (SSPC): 1. Surface Preparation Standards (SP).

a. SP-1 - Solvent Cleaning.

1.03 DEFINITIONS

A. Evaluation Report: Report prepared by ICC-ES, or by other testing agency acceptable to the Engineer and to the Authority Having Jurisdiction, that documents testing and review of the adhesive product to confirm that it conforms to the requirements of ICC-ES AC58.

Not to be used for bidding purposes!

Page 460: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 04055-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/04055 (Bid Set)

1.04 SUBMITTALS

A. Product Data: Furnish technical data for adhesives, including: 1. Independent testing laboratory results indicating allowable loads in tension and

shear for masonry walls of the types included in the Work, with load modification factors for temperature, spacing, edge distance, and other installation variables.

2. Handling and storage instructions. 3. Installation instructions.

B. Quality control submittals: 1. Special inspection: Detailed instructions for special inspection to comply with

the building code specified in Section 01410. 2. Evaluation Report confirming that the product complies with the requirements

of ICC-ES AC58.

1.05 DELIVERY, STORAGE, AND HANDLING

A. Store and protect as follows, unless manufacturer has more stringent requirements. 1. Store adhesive components on pallets or shelving in a covered-storage area

protected from weather. 2. Control temperature to maintain storage within manufacturer’s recommended

temperature range. a. If products are stored at temperatures outside manufacturer’s

recommended range, test components prior to use by methods acceptable to the Engineer to determine if the products still meet specified requirements.

3. Dispose of products that have passed their expiration date.

1.06 PROJECT CONDITIONS

A. Seismic design category: As specified in Section 01612.

PART 2 PRODUCTS

2.01 GENERAL

A. Like items of materials: Use end products of one manufacturer to achieve structural compatibility and single-source responsibility.

2.02 ADHESIVE FOR SELF-CONTAINED CARTRIDGE SYSTEM

A. Adhesive shall have a current Evaluation Report demonstrating compliance with the requirements of ICC-ES AC58.

B. Materials 1. 2-component structural adhesive, insensitive to moisture, and gray in color. 2. Cure temperature, pot life, and workability: Compatible with intended use and

environmental conditions.

Not to be used for bidding purposes!

Page 461: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 04055-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/04055 (Bid Set)

C. Packaging: 1. Furnished in disposable, side-by-side cartridges with resin and hardener

components isolated until mixing through manufacturer’s static mixing nozzle. a. Nozzle designed to thoroughly blend the components, in the proper

mixing ratio, for injection from the nozzle directly into prepared hole. b. Provide nozzle extensions as required to allow full-depth insertion and

filling from the bottom of the hole. 2. Container markings: Include manufacturer's name, product name, batch

number, mix ratio by volume, product expiration date, ANSI hazard classification, and appropriate ANSI handling precautions.

D. For installation in solid masonry and solid-grouted masonry (concrete or brick): 1. Manufacturers: One of the following or equal:

a. Hilti, Inc., Tulsa, OK: HY-70 Adhesive Anchor System. b. Simpson Strong-Tie Company, Inc., Pleasanton, CA: ET-HP Anchoring

Adhesive. c. USP Structural Connectors, Burnsville, MN: CIA-GEL 7000 Masonry

Epoxy Adhesive.

2.03 ALL THREAD RODS

A. Materials: As specified in Section 05120.

2.04 REINFORCING BARS

A. As specified in Section 04090.

PART 3 EXECUTION

3.01 GENERAL

A. Unless otherwise required for “conditions of use” in the Evaluation Report submitted, prepare and install holes, adhesive, and inserts (all thread rods or reinforcing bars) in accordance with the manufacturer’s recommendations and this Section. 1. In the event of conflicts, the more restrictive provisions shall govern.

B. Do not install adhesive-bonded all-thread rods or reinforcing bars in upwardly inclined and overhead applications.

3.02 PREPARATION

A. Prior to completing manufacturer’s on-site training specified in this Section, do not: 1. Drill holes for reinforcing bars or all thread rods. 2. Mix or install adhesive in holes.

B. Review manufacturer’s installation instructions and “conditions of use” stipulated in the Evaluation Report before beginning work.

C. Confirm that adhesive and substrate receiving adhesive are within manufacturer’s recommended temperature range, and will remain so during the cure time for the product.

Not to be used for bidding purposes!

Page 462: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 04055-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/04055 (Bid Set)

3.03 HOLE LAYOUT AND INSTALLATION

A. Drilling holes: 1. Determine location of reinforcing bars or other obstructions with a non-

destructive indicator device. Mark locations with on the surface of the masonry using removable construction crayon, or other method acceptable to the Engineer.

2. Do not damage or cut existing reinforcing bars, electrical conduits, or other items embedded in the masonry without prior acceptance by Engineer.

B. Hole drilling equipment: 1. Electric or pneumatic rotary impact type.

a. Set drill to “rotation only” mode, or to “rotation plus hammer” mode in accordance with manufacturer’s installation instructions and the requirements of the Evaluation Report.

2. Where edge distances are less than 2 inches and “rotation plus hammer” mode is permitted, use lighter impact equipment to prevent micro-cracking and spalling from drilling.

3. Drill bits: Carbide-tipped in accordance with ANSI B212-15. 4. Hollow drill bits with flushing air systems are preferred. Air supplied to hollow

drill bits shall be free of oil, water, or other contaminants that will reduce bond.

C. Hole diameter: As recommend in the manufacturer’s installation instructions and the Evaluation Report.

D. Hole depth: As recommended by the manufacturer’s installation instructions to provide minimum effective embedment indicated on the Drawings.

E. Obstructions in drill path: 1. If an existing reinforcing bar or other obstruction is hit while drilling hole, stop

drilling and fill the hole with dry-pack mortar. Relocate the hole to miss the obstruction and drill to the required depth. a. Allow dry-pack mortar to cure to strength equal to that of the surrounding

masonry before resuming drilling in that area. b. Epoxy grout may be substituted for dry-pack mortar when acceptable to

the Engineer. 2. Avoid drilling an excessive number of adjacent holes that would weaken the

structural member and endanger the stability of the structure. Obtain Engineer’s acceptance of distance between abandoned and relocated holes.

3. Bent bar reinforcing bars: Where edge distances are critical and interference with existing reinforcing steel is likely, and if acceptable to Engineer, drill hole at 10 degree angle (or less) from axis of reinforcing bar or all thread rod being installed.

F. Cleaning holes: 1. Insert air nozzle to bottom of hole and blow out loose dust.

a. Use compressed air that is free of oil, water, or other contaminants. b. Provide minimum air pressure of 90 pounds per square inch for not less

than 4 seconds.

Not to be used for bidding purposes!

Page 463: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 04055-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/04055 (Bid Set)

2. Using a stiff bristle brush of diameter that provides contact around the full perimeter of the hole, vigorously brush the hole to dislodge compacted drilling dust. a. Insert brush to the bottom of the hole and withdraw using a simultaneous

twisting motion. b. Repeat at least 4 times.

3. Repeat the preceding steps as required to remove drilling dust or other material that will reduce bond, and as required by the manufacturer and the Evaluation Report.

4. Leave prepared hole clean and dry.

3.04 INSTALLATION OF ADHESIVE AND INSERTS

A. Clean and prepare inserts: 1. Prepare embedded length of reinforcing bars and all thread rods by cleaning to

bare metal. The inserts shall be free of oil, grease, paint, dirt, mill scale, rust, or other coatings that will reduce bond.

2. Solvent-clean prepared reinforcing bars and all thread rods over their embedment length in accordance with SSPC SP-1. Provide an oil and grease-free surface for bonding of adhesive to steel.

B. Fill holes with adhesive: Solid or solid-grouted masonry: 1. Starting at the bottom of the hole, fill hole with adhesive before inserting the

reinforcing bar or all thread rod. 2. Fill hole without creating air voids as nozzle is withdrawn. 3. Fill hole with sufficient adhesive so that excess is extruded out of the hole

when the reinforcing bar or all thread rod is inserted into the hole. 4. Where metal or plastic screens are required for use in masonry (units with

hollow cells or holes, and multi-wythe brick walls), fill screen with adhesive and insert into hole in accordance with manufacturer’s recommendations.

C. Install reinforcing bars and all thread rods: 1. Install to depth, spacing, and locations as indicated on the Drawings. 2. Insert bars and all thread rods into hole in accordance with manufacturer’s

recommended procedures. Confirm that insert has reached the designated embedment in the hole and that adhesive completely surrounds the embedded portion.

3. Clean excess adhesive from the mouth of the hole.

D. Curing and loading: 1. Provide curing conditions recommended by the adhesive manufacturer for the

period required to fully cure the adhesive at the actual temperature of the masonry.

2. Do not disturb or load anchors until manufacturer’s recommended cure time has elapsed.

3.05 FIELD QUALITY CONTROL

A. Contractor shall provide field quality control as specified in Section 01450.

Not to be used for bidding purposes!

Page 464: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 04055-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/04055 (Bid Set)

B. Manufacturers' services: 1. Before beginning installation, furnish adhesive manufacturer's representative

to conduct on-site training in proper storage and handling of adhesive, drilling and cleaning of holes, and preparation and installation of reinforcing bars and all thread rods. a. Provide notice of training to Engineer and Special Inspector not less than

10 working days before training occurs. Engineer and Special Inspector may attend training sessions.

2. Submit record, signed by the Engineer, listing Contractor’s personnel who completed the training. Only qualified personnel who have completed manufacturer’s on-site training shall perform installations.

3. Do not install holes or adhesive until training is complete.

C. Do not permit Work described in this Section to be performed by individuals who have not completed the specified job site training.

D. Field inspections and testing: 1. Submit records of inspection and testing to Engineer in electronic format within

24 hours after completion.

3.06 FIELD QUALITY ASSURANCE

A. Provide Owner quality assurance as specified in Section 01450.

B. Special inspection: 1. As specified in Section 01455. 2. Unless otherwise indicated on the Drawings or in this Section, provide periodic

special inspection as required by the “Conditions of Use” in the Evaluation Report for the product installed. a. Provide continuous inspection of placement of adhesive and insertion of

reinforcing bars and all thread rods into adhesive. 3. Provide a written record of each inspection using form acceptable to the

Engineer and the Authority Having Jurisdiction. 4. Preparation:

a. Review drawings and specifications for the Work being observed. b. Review adhesive manufacturer’s recommended installation and

evaluation report’s special inspection procedures. 5. Provide an initial inspection by for each combination of masonry type and

reinforcing bar or all thread rod being installed. During initial inspection, observe the following for compliance with installation requirements. Furnish report of inspection that includes the following items. a. Masonry construction: Type and thickness; whether fully or partially

grouted; locations and types of voids and holes in units. b. Environment: Temperature and moisture conditions of masonry base

material and work area. c. Holes: Locations, spacing, edge distances; verification of drill bit

compliance with ANSI B212.15; cleaning equipment and procedures; cleanliness of hole. Before placing adhesive, confirm that depth and preparation of holes conforms to requirements of the Contract Documents, installation recommendations of the manufacturer, and “conditions of use” specified in the Evaluation Report.

Not to be used for bidding purposes!

Page 465: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 04055-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/04055 (Bid Set)

d. Adhesive: Product manufacturer and name; lot number and expiration date; temperature of product at installation; installation procedures. Note initial set times observed during installation.

e. Embedded reinforcing bars and all thread rods: Material diameter and length; steel grade and/or strength; cleaning and preparation; cleanliness at insertion; minimum effective embedment.

6. Subsequent installations of the same reinforcing bars or threaded rods in the same masonry may be performed without the presence of the special inspector, provided that: a. There is no change in the personnel performing the installation, the type

or details of the masonry receiving the insert, the adhesive or the reinforcing bars and all thread rods being used. Changes in any of these items shall require a new initial inspection.

b. For ongoing installations over a period of time, the special inspector visits the site at least once per day during each day of installation to observe the work for compliance with material requirements and installation procedures.

END OF SECTION

Not to be used for bidding purposes!

Page 466: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

 

Not to be used for bidding purposes!

Page 467: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 04090-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/04090 (Bid Set)

SECTION 04090

MASONRY ACCESSORIES

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: 1. Air and vapor barrier. 2. Adjustable wall ties. 3. Control joint filler. 4. Reinforcing bars. 5. Rebar Positioners. 6. Wire joint reinforcement, single wythe with eye-wire type. 7. Through-wall flashing. 8. Flashing sealant. 9. Mortar collection device. 10. Weep holes. 11. Masonry cleaner.

B. Related sections: 1. The Contract Documents are complementary; what is called for by one is as

binding as if called for by all. 2. It is the Contractor’s responsibility for scheduling and coordinating the Work of

subcontractors, suppliers, and other individuals or entities performing or furnishing any of Contractor’s Work.

3. The following Sections are related to the Work described in this Section. This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the Contractor to see that the completed Work complies accurately with the Contract Documents. a. Section 01410 - Regulatory Requirements. b. Section 01612 - Seismic Design Criteria. c. Section 03102 - Concrete Formwork. d. Section 04212 - Anchored Brick Veneer. e. Section 05190 - Mechanical Anchoring and Fastening to Concrete and

Masonry.

1.02 REFERENCES

A. American Welding Society (AWS): 1. D1.4 - Structural Welding Code - Reinforcing Steel.

B. ASTM International (ASTM): 1. A 82 - Standard Specification for Steel Wire, Plain, for Concrete

Reinforcement. 2. A 615 - Standard Specification for Deformed and Plain Carbon-Steel Bars for

Concrete Reinforcement. 3. A 951 - Standard Specification for Masonry Joint Reinforcement. 4. C 549 - Standard Specification for Perlite Loose Fill Insulation.

Not to be used for bidding purposes!

Page 468: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 04090-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/04090 (Bid Set)

5. D 2000 - Standard Classification System for Rubber Products in Automotive Applications.

6. D 2287 - Standard Specification for Nonrigid Vinyl Chloride Polymer and Copolymer Molding and Extrusion Compounds.

1.03 SYSTEM DESCRIPTION

A. The Drawings contain general notes concerning amount of reinforcement and placing, details of reinforcement at wall corners and intersections, and details of extra reinforcement around openings in masonry.

1.04 SUBMITTALS

A. Reinforcing bars: 1. Changes to reinforcing steel contract drawing requirements:

a. Indicate in separate letter submitted with shop drawings any changes of requirements indicated on the Drawings for reinforcing steel.

b. Such changes will not be acceptable unless the Engineer has accepted such changes in writing.

c. Reinforcement detail drawings: 1) Review of reinforcement shop drawings by the Engineer will be

limited to general compliance with the Contract Documents. d. Welding procedures. e. Veneer tie systems for:

1) CMU Block to Brick Veneer. f. Air and Vapor Barrier systems.

B. Product data.

1.05 WARRANTY

A. Provide a 10 year system warranty as outlined in the Hohmann & Barnard's 10 Year System Warranty. System registration shall be submitted and final issuance provided to the Owner prior to Substantial Completion.

1.06 DELIVERY, STORAGE, AND HANDLING

A. Packing and shipping: 1. Deliver bars bundled and tagged with identifying tags.

PART 2 PRODUCTS

2.01 MANUFACTURED UNITS

A. Air and vapor barrier: Permeable fluid-applied air and vapor barrier, flexible over a wide temperature range, asphalt-free formulation and ABA evaluated. Provide manufacturer's standard primer, mastic and detail tape for a warrantied system. 1. Manufacturers: The following or equal:

a. Hohmann & Barnard, ENVIRO-BARRIER VP.

Not to be used for bidding purposes!

Page 469: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 04090-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/04090 (Bid Set)

B. Adjustable wall ties: 1-piece zinc coated fabrications, minimum 3/16-inch diameter steel wire formed into hook or pin and eye pieces, capable of restraining compression and tension forces from veneer. 1. Manufacturers: One of the following or equal:

a. Hohmann & Barnard, LOX-ALL Adjustable Wall Ties with 2X hook.

C. Control joint filler: The key shall be of the width and shape as indicated on the Drawings. In accordance with ASTM D 2000 or ASTM D 2287. 1. Manufacturers: The following or equal:

a. Hohmann & Barnard, VS Series.

D. Reinforcing bars: 1. Deformed bars in accordance with ASTM A 615, Grade 60. 2. Provide reinforcing steel that is of quality specified, free from excessive rust or

scale or any defects affecting its usefulness.

E. Rebar positioners: 1. Z-shaped wire to bridge the cells of the block for positioning rebars in center of

the block. a. Hohmann & Barnard, RB.

F. Wire joint reinforcement, double wythe, ladder type: In accordance with ASTM A 951 with ASTM A 82, 9-gauge, 3/16-inch wire side rails and 9-gauge cross ties with pintle and eye to accept the specified veneer tie, sized to suit application, and galvanized in accordance with ASTM A 153, Class B (minimum 1.5 ounces zinc per square foot). 1. Manufacturers: Following or equal:

a. Hohmann & Barnard, 270 LOX-ALL Adjustable Reinforcement Ladder Type Wall Reinforcement (9 gauge standard).

G. Through-wall flashing: 1. Self-adhering stainless steel fabric flashing product. The adhesive is factory

laminated, material is Class A consisting of a polymeric fabric with a single sheet of 304 stainless steel bonded to one side. Conforming to ASTM D3273. a. Manufacturers: The following or equal:

1) Hohmann & Barnard, Mighty-Flash SA. 2. Drip edge: Factory-formed hemmed edge for uniform appearance. Depth as

recommended by manufacturer. a. Manufacturers: The following or equal:

1) Hohmann & Barnard, DP. 3. Termination Bars: For securing top edge of flashing to wall, stainless steel

finish. a. Manufacturers: The following or equal:

1) Hohmann & Barnard, T1. 4. Water based primer for self-adhesive membranes: Water-based primer, which

imparts an aggressive, high-tack finish on treated surface. a. Manufacturers: The following or equal:

1) Hohmann & Barnard, Primer-SA. 5. Corners and end dams: Manufacturer's standard stainless steel placed

underneath flashing. a. Manufacturers: The following or equal:

1) Hohmann & Barnard, ST/Steel.

Not to be used for bidding purposes!

Page 470: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 04090-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/04090 (Bid Set)

H. Flashing sealant: Non-staining, butyl-rubber compound, suitable for in-service temperature of -40 degrees Fahrenheit to 180 degrees Fahrenheit and compatible with the specified materials.

I. Mortar Collection Device: High-density polyethylene (HDPE) strands woven into a 90 percent open mesh, compressible and no fasteners required. 1. Manufacturers: The following or equal:

a. Hohmann & Barnard, Mortar Trap.

J. Weep holes: 3/8 inch by 3-3/8 inch by 2-1/2 inch high honeycomb design to fit in head joint of veneer units to promote drainage of the air space cavity. 1. Manufacturers: The following or equal:

a. Hohmann & Barnard, QV Quadro-Vent. 2. Weep holes shall be manufactured of ultraviolet-light resistant polypropylene

cellular 3/8 inch thick. 3. Color shall be selected from manufacturer’s standard colors to most closely

match the selected mortar color. 4. Size shall match the depth and height of the veneer units selected.

K. Masonry cleaner: As recommended by manufacturer and in compliance with Section 07190.

2.02 FABRICATION

A. Reinforcing bars: 1. Cut and bend bars in accordance with building code as specified in

Section 01410. 2. Bend bars cold. 3. Provide bars free from defects and kinks and from bends not indicated on the

Drawings.

PART 3 EXECUTION

3.01 EXAMINATION

A. Verification of conditions: 1. Reinforcing bars:

a. Verify that bars are new stock free from rust scale, loose mill scale, excessive rust, dirt, oil, and other coatings which adversely affect bonding capacity when placed in the work.

3.02 PREPARATION

A. Reinforcing bars: 1. Thin coating of red rust resulting from short exposure will not be considered

objectionable. Thoroughly clean any bars that have rust scale, loose mill scale, or thick rust coat.

2. Remove concrete or other deleterious coatings from dowels and other projecting bars by wire brushing or sandblasting before bars are embedded in subsequent masonry placement.

Not to be used for bidding purposes!

Page 471: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 04090-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/04090 (Bid Set)

3.03 INSTALLATION

A. Reinforcing bars: 1. No field bending of bars will be allowed. 2. Welding:

a. Weld reinforcing bars where indicated on the Drawings or acceptable to the Engineer.

b. Perform welding in accordance with AWS D1.4. c. Submit welding procedures. d. Do not tack weld reinforcing bars.

B. Placing reinforcing bars: 1. Accurately place bars and adequately secure them in position. 2. Overlap bars at splices as indicated on the Drawings or specified. 3. If not indicated on the Drawings, lap splice bars in masonry in accordance with

the building code as specified in Section 01410.

END OF SECTION

Not to be used for bidding purposes!

Page 472: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

 

Not to be used for bidding purposes!

Page 473: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 04100-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/04100 (Bid Set)

SECTION 04100

MORTAR AND MASONRY GROUT

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Mortar and grout for masonry construction.

B. Related sections: 1. The Contract Documents are complementary; what is called for by one is as

binding as if called for by all. 2. It is the Contractor's responsibility for scheduling and coordinating the Work of

subcontractors, suppliers, and other individuals or entities performing or furnishing any of Contractor's Work.

3. The following Sections are related to the Work described in this Section. This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the Contractor to see that the completed Work complies accurately with the Contract Documents. a. Section 01330 - Submittal Requirements. b. Section 04220 - Concrete Masonry Construction.

1.02 REFERENCES

A. ASTM International (ASTM): 1. C 143 - Test Method for Slump of Hydraulic Cement Concrete. 2. C 144 - Standard Specification for Aggregate for Masonry Mortar. 3. C 150 - Standard Specification for Portland Cement. 4. C 207 - Standard Specification for Hydrated Lime for Masonry Purposes. 5. C 270 - Standard Specification for Mortar for Unit Masonry. 6. C 404 - Standard Specification for Aggregates for Masonry Grout. 7. C 476 - Standard Specification for Grout for Masonry. 8. C 618 - Standard Specification for Coal Fly Ash and Raw or Calcined Natural

Pozzolan. 9. C 780 - Standard Test Method for Preconstruction and Construction

Evaluation of Mortars for Plain and Reinforced Unit Masonry. 10. C 979 - Specification for Pigments for Integrally Colored Concrete. 11. C 1019 - Standard Test Method for Sampling and Testing Grout.

1.03 DEFINITIONS

A. Alkali: Sum of sodium oxide and potassium oxide calculated as sodium oxide.

1.04 SUBMITTALS

A. General: Submit in accordance with Section 01330.

B. Product data/test data: 1. Submit for approval before beginning Work. 2. Sources of cement, lime, and aggregates.

Not to be used for bidding purposes!

Page 474: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 04100-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/04100 (Bid Set)

3. Cement. Manufacturer’s statement of conformance to material specifications indicated. Provide manufacturer’s chemical analysis and physical properties test results, along with confirmation that material conforms to requirements for low-alkali materials as specified herein.

4. Lime: Manufacturer’s statement of conformance to material specifications indicated. Provide manufacturer’s chemical analysis and physical properties test results.

5. Aggregates. Test reports indicating sieve analysis, physical properties, and deleterious substances.

C. Samples: 1. Submit mortar color samples.

D. Design data: 1. Proposed mix proportions for mortar and grout. Include available strength

history data for mixes proposed.

E. Quality Assurance Submittals: 1. Source quality control: Trial batch compression strength test results for:

a. Mortar. b. Grout.

1.05 QUALITY ASSURANCE

A. Materials for mortar and grout: Do not change source of materials which will affect the appearance of finished work after the work has started unless acceptable to Engineer.

B. Pre-construction testing and confirmation of materials to be provided by Contractor: 1. Trial batches:

a. Have trial batches of mortar and grout prepared by testing laboratory acceptable to Engineer.

b. Prepare trial batches with sufficient quantity to determine slump, workability, and consistency and to provide sufficient material for tests.

2. Mortar strength testing: a. Perform compressive strength tests on trial batches of mortar in

accordance with ASTM C 780 by an independent testing laboratory acceptable to the Engineer.

3. Grout strength testing: a. Perform compressive strength tests of trial batches of grout in accordance

with ASTM C 1019 by an independent testing laboratory acceptable to the Engineer.

b. Before beginning construction, sample and test materials, and submit information specified in this Section to confirm that materials conform to the standards specified.

1.06 PROJECT CONDITIONS

A. Environmental requirements: 1. Cold weather requirements:

a. In accordance with Section 04220. 2. Hot weather requirements:

a. In accordance with Sections 04220.

Not to be used for bidding purposes!

Page 475: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 04100-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/04100 (Bid Set)

PART 2 PRODUCTS

2.01 MATERIALS

A. Portland cement: ASTM C 150, Type II, low alkali, containing maximum 0.6 percent total alkali. 1. For mortar, provide natural or white cement as required to produce color

selected.

B. Hydrated lime: ASTM C 207, Type S.

C. Fly ash: ASTM C 618, Class C or F. 1. Optional for use in grout.

D. Aggregates for mortar: 1. ASTM C 144.

a. Mortar exposed to view in the finished work: Washed aggregate. b. White mortar aggregates: Natural white sand or crushed white stone. c. Colored mortar aggregates: Natural sand or crushed stone of the color

and blend necessary to produce the color selected.

E. Aggregates for grout: a. Fine aggregate: ASTM C 404, Size No. 2, Natural or Manufactured. b. Coarse aggregate: ASTM C 404, Size No. 8.

F. Admixtures for Mortar: 1. Color admixture:

a. Conforming to ASTM C 979, and containing maximum 15 percent lime proof, inorganic compounds and maximum 3 percent carbon black - both by weight of cement.

b. Factory blend for full color saturation of mortar joint. c. Color selected by Owner from manufacturer’s standard color offerings. d. Packaged for unitized jobsite mixing at ratio of 1 unit of color per sack of

portland cement. e. To insure consistent color, all admixture shall be from the same supplier. f. Manufacturers: One of the following or equal: g. Solomon Colors, Inc. h. Davis Colors.

2. Water-repellent admixture: a. Mortar for concrete masonry veneer: Matching integral water repellant

admixture in concrete masonry units. 3. Other admixtures: Prohibited, unless accepted by the Engineer before mortar

mixes are submitted.

G. Admixtures for Grout: 1. Water-reducing and retarding admixture:

a. Manufacturers: One of the following or equal: b. Sika Corp., Sika Grout Aid, Type II. c. Concrete Emulsions, Grout Aid GA-II.

2. Other admixtures: Prohibited, unless accepted by the Engineer before grout mixes are submitted.

Not to be used for bidding purposes!

Page 476: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 04100-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/04100 (Bid Set)

H. Water: Clean, clear, potable, free of oil, soluble salts, chemicals, and other deleterious substances.

2.02 MIXES - MORTAR

A. General: Provide portland cement-lime mortar conforming to ASTM C 270, batched and mixed to specified performance requirements.

B. Performance requirements: 1. Mortar for concrete unit masonry:

a. Compressive strength: Minimum 1,800 pounds per square inch when tested in accordance with ASTM C 780 at 28 days.

b. Maximum air content: 12 percent. 2. Mortar for concrete unit masonry veneer:

a. Compressive strength: Minimum 1,800 pounds per square inch when tested in accordance with ASTM C 780 at 28 days.

b. Maximum air content: 12 percent. c. Color: Owner intends to match exterior masonry veneer finish at the

existing North Bar Screen Building at the project site. Provide coloring admixture if required to match mortar color at the structure.

C. Mortar batching and mixing: 1. Batch and mix at job site in accordance with ASTM C 270. 2. Measure ingredients for mortar by volume or by weight, using one of the

following methods: a. Measurement by Volume: If ingredients are measured by volume,

measure sand using a container of known capacity. b. Measurement by Weight: If ingredients are measured by weight, measure

sand shall be based on a dry weight of 80 pounds per cubic foot. c. Measurement by shovel count is not permitted.

3. Add admixtures at the manufacturer’s recommended dosage rate in accordance with approved mix designs. a. If cold weather admixtures is used in any portion of mortar exposed to

view in the finished work, include admixture at the same dosage rate in all mortar exposed to review, regardless of weather conditions, to ensure consistent color.

4. Add water with the dry ingredients in sufficient amount to provide a workable mixture which will adhere to the vertical surfaces of masonry units.

5. Mix in mechanical mixer and only in quantities needed for immediate use. Mix for minimum 3 minutes, and maximum of 5 minutes after materials have been added to mixer.

D. Installation. 1. Do not use mortar that has been standing for more than 1 hour after being

mixed. 2. Whenever 90 minutes have elapsed since last batch was mixed, completely

empty mixer drum of materials and wash down before placing next batch of materials.

2.03 MIXES - GROUT

A. General: Provide portland cement grout conforming to ASTM C 476, batched and mixed to specified performance requirements.

Not to be used for bidding purposes!

Page 477: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 04100-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/04100 (Bid Set)

B. Performance requirements: 1. Grout for concrete unit masonry.

a. Compressive strength: Minimum to match the greater of 2,000 psi or the specified compressive strength of masonry, f’m.

b. Slump: 8 to 11 inches as determined by ASTM C 143. 2. Grout for concrete unit masonry with cell dimensions exceeding 4 inches in

both directions: Include coarse aggregate.

C. Grout batching and mixing: 1. Batch and mix at job site in accordance with ASTM C 476 or in transit mixer. 2. Add water in sufficient quantity to produce pouring consistency without

segregation. 3. Add specified admixtures at the manufacturer’s recommended dosage rate. 4. Mix for minimum of 5 minutes after ingredients are added and until uniform mix

is attained.

D. Installation: 1. Use grout within 90 minutes after addition of mixing water.

PART 3 EXECUTION

3.01 INSTALLATION

A. Install as specified in Section 04220.

END OF SECTION

Not to be used for bidding purposes!

Page 478: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

 

Not to be used for bidding purposes!

Page 479: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 04212-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/04212 (Bid Set)

SECTION 04212

ANCHORED BRICK VENEER

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Anchored brick veneer.

B. Related sections: 1. The Contract Documents are complementary; what is called for by one is as

binding as if called for by all. 2. It is the Contractor’s responsibility for scheduling and coordinating the Work of

subcontractors, suppliers, and other individuals or entities performing or furnishing any of Contractor’s Work.

3. The following Sections are related to the Work described in this Section. This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the Contractor to see that the completed Work complies accurately with the Contract Documents. a. Section 01312 - Project Meetings. b. Section 01410 - Regulatory Requirements. c. Section 03102 - Concrete Formwork. d. Section 04090 - Masonry Accessories. e. Section 04100 - Masonry Grouting. f. Section 07900 - Joint Sealants. g. Section 09960 - High-Performance Coatings.

1.02 REFERENCES

A. American Concrete Institute (ACI) 1. ACI 530.1 - Specification for Masonry Structures.

B. ASTM International (ASTM): 1. A 82 - Standard Specification for Steel Wire, Plain for Concrete

Reinforcement. 2. A 153 - Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel

Hardware. 3. A 167 - Standard Specification for Stainless and Heat-Resisting

Chromium-Nickel Steel Plate, Sheet, and Strip. 4. A 580 - Standard Specification for Stainless Steel Wire. 5. C 216 - Standard Specification for Facing Brick (Solid Masonry Units Made

from Clay or Shale). 6. C 67 - Standard Test Methods for Sampling and Testing Brick and Structural

Clay Tile.

Not to be used for bidding purposes!

Page 480: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 04212-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/04212 (Bid Set)

1.03 DEFINITIONS

A. Custom level of quality: 1. Top rank, nearly free of chips, cracks, or other imperfections detracting from

appearance when discernible and identified from distance of 15 feet under diffused lighting, obtainable only by skilled journeymen.

2. Five percent of shipment may contain slight cracks or small chips, not larger than 1/2 inch in any direction.

B. Standard level of quality: 1. High quality, but conventional, nearly free of chips, cracks, or other

imperfections detracting from appearance when discernible and identified from distance of 20 feet under diffused lighting.

2. When level of quality is not specified, Standard Level of Quality shall be assumed.

C. Economy level of quality: 1. Low quality with slight mismatching of textures and colors on exposed

surfaces with no reduction in structural integrity leading to cracking, leaking, collapse, or other failure of basic structural nature.

2. Where units are used in exposed wall construction, faces that are exposed shall not show chips, cracks, or other imperfections when viewed from distance of 25 feet under diffused lighting.

3. Ten percent of shipment may contain slight cracks or small chips, not larger than 1 inch in any direction.

D. Mortar smears: Mortar paste smeared across the permanent masonry construction during construction and absorbed into the masonry pores.

E. Mortar splash: Mortar splashed onto the permanent masonry construction at the base of the wall or off the scaffolding when dropped from a height.

F. Mortar tag: Excess mortar between masonry units worked out of the joints during tooling or striking.

G. Mortar stains: Mortar paste left after mortar tags are removed.

1.04 SUBMITTALS

A. Product data: 1. Submit manufacturer’s product data for veneer units. 2. Submit manufacturers’ product data for proposed cleaning agent.

B. Shop drawings: Include elevations of each wall indicating type and layout of units.

C. Samples: Include samples of masonry units in sufficient quantity to illustrate color range.

D. ICBO Evaluation Report for wall ties and anchoring system.

E. Test reports: 1. Test reports for each type of facing brick.

Not to be used for bidding purposes!

Page 481: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 04212-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/04212 (Bid Set)

2. Testing and reports are to be completed by and independent laboratory. Test reports shall include: a. Compressive strength. b. 24-hour cold water absorption. c. 5-hour boil absorption. d. Saturation coefficient. e. Initial rate of absorption - laboratory test. f. Efflorescence.

F. Letter of Certification.

G. Manufacturer’s instructions 1. Submit printed or written recommendations from the masonry unit

manufacturer describing cleaning procedures and cleaning agents appropriate for each type of masonry unit included in the work.

H. Quality assurance submittals: 1. If requested by the Engineer, submit a record of the Installer’s evidence of

qualifications. 2. If requested by the Engineer, submit a record of the Masonry Cleaner’s

evidence of qualifications.

1.05 QUALITY ASSURANCE

A. Qualifications: 1. Installer qualifications:

a. The mason shall have not less than 5 years’ experience and shall have completed a minimum of 20 projects, at least 5 of which included the type of masonry units specified for this Work.

2. Masonry cleaner qualifications: a. The masonry cleaner shall have not less than 5 years’ experience and

shall have completed a minimum of 20 projects.

B. Mock-up panel: 1. A minimum 4 weeks prior to starting construction of masonry, construct

minimum 4 feet-0 inches by 4 feet-0 inches square mock-up. 2. The mock-up is intended for use as the project standard of workmanship,

construction, quality, appearance, and material selection. 3. Use accepted materials, containing each different kind and color of brick

masonry units to illustrate wall design. 4. The mock-up shall be constructed by the masons who will be performing the

work. 5. Clean the mock-up using the exact equipment, products, and methods

submitted. The individual who will be cleaning the finished structure shall clean the mock-up.

6. When accepted, the mock-up will be the standard of comparison for the remainder of masonry work. The mock-up may be accepted by the Engineer with exceptions that will not be allowed in the final construction. In such cases, those areas of the mock-up not accepted will be clearly identified by the Engineer.

7. When not accepted by the Engineer, construct another mock-up panel.

Not to be used for bidding purposes!

Page 482: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 04212-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/04212 (Bid Set)

8. Do not destroy or move mock-up panel until work is completed and accepted by the Owner.

9. Upon completion of Project, dispose of mock-ups in legal manner at offsite location.

C. Pre-installation meeting: Conduct as specified in Section 01312.

D. A letter of Certification from the supplier of the materials attesting to compliance with the applicable specifications for grades, types, or classes included in these specifications, shall be provided at the time of, or prior to, delivery of the materials to the jobsite.

1.06 DELIVERY, STORAGE, AND HANDLING

A. Transport and handle brick masonry units as required to prevent discoloration, chipping, and breakage.

B. Locate storage piles, stacks, and bins to protect materials from heavy traffic.

C. Store brick off ground to prevent contamination by mud, dust, or materials likely to cause staining or other defects. 1. If masonry units are delivered in shrink-wrapped packaging and condensation

develops under the wrapping, remove the shrink-wrap packaging.

D. Cover materials when necessary to protect from the elements.

E. Remove chipped, cracked, and otherwise defective units from jobsite upon discovery.

1.07 PROJECT CONDITIONS

A. Cold weather requirements: 1. In accordance with building code as specified in Section 01410. 2. Provide adequate equipment for heating masonry materials when air

temperature is below 40-degrees Fahrenheit.

B. Hot weather requirements: 1. When ambient air temperature exceeds 100 degrees Fahrenheit, or when

ambient air temperature exceeds 90 degrees Fahrenheit and wind velocity is greater than 8 miles per hour, implement hot weather protection procedures.

2. Wet mortarboard before loading and cover mortar to retard drying when not being used.

3. Do not spread mortar beds more than 48 inches ahead of placing masonry units.

4. Place masonry units within 1 minute of spreading mortar.

1.08 SEQUENCING AND SCHEDULING

A. Order brick masonry units well before start of installation (8 weeks minimum) to assure adequate time for manufacturing.

Not to be used for bidding purposes!

Page 483: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 04212-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/04212 (Bid Set)

PART 2 PRODUCTS

2.01 MANUFACTURED UNITS

A. Brick masonry veneer units: 1. Manufacturer: Goldenrod Rugg by Hebron Brick Company, Hebron, Illinois.

a. ASTM C 216, Grade SW, Type FBS with minimum compressive strength of 2,500 pounds per square inch.

b. Rated “not effloresced” when tested in accordance with ASTM C 67. 2. Surface texture: To match adjacent, existing building. 3. Size: To match adjacent, existing building. 4. Special sizes and shapes: As required for window and door soldier coursing

and custom sills where indicated on the Drawings, bond beams, piers, lintels, control joints, and other special applications to minimize cutting.

5. Do not exceed variations in color and texture of samples accepted by the Engineer.

B. Mortar and grout: As specified in Section 04100.

C. Through-wall flashing: As specified in Section 04090.

D. Weep holes: As specified in Section 04090.

E. Flashing and sealant: As specified in Section 04090.

PART 3 EXECUTION

3.01 PREPARATION

A. Protect adjacent construction with appropriate means from mortar droppings and other effects of laying of brick masonry units.

B. Thoroughly clean foundations of laitance, grease, oil, mud, dirt, mortar droppings, and other objectionable matter.

3.02 INSTALLATION

A. General: 1. Comply with the execution requirements of Part 3 of ACI 530.1 unless more

restrictive requirements are contained in this Section.

B. Brick masonry veneer units: 1. Use dry masonry units. Wet bricks with fine spray about 4 hours prior to their

use. 2. When brick suction exceeds the recommendations of ASTM C 216, sprinkle

with heated water: a. When units are above 32 degrees Fahrenheit, heat water above

70 degrees Fahrenheit. b. When units are below 32 degrees Fahrenheit, heat water above

130 degrees Fahrenheit. 3. Do not use wet or frozen masonry units.

Not to be used for bidding purposes!

Page 484: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 04212-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/04212 (Bid Set)

4. Lay units in uniform and true courses, level, plumb, and without projections or offset from adjacent units.

5. Lay units to desired height with joints of uniform thickness. 6. For brick veneer over masonry wall surfaces, install veneer ties as specified in

Section 04090. 7. Spot bedding with cement mortar at all anchor locations. 8. Bond shall be plumb throughout. 9. Lay units to avoid formation of cracks when units are placed. 10. Lay masonry plumb, true to line, with courses level. Keep bond pattern plumb

throughout. Lay masonry within the following tolerances: a. Maximum variation from the plumb in the lines and surfaces of columns,

walls, and in the flutes and surfaces of fluted or split faced blocks: 1) In adjacent masonry units: 1/8 inch. 2) In 10 feet: 1/4 inch. 3) In any story or 20 feet maximum: 3/8 inch. 4) In 40 feet or more: 1/2 inch.

b. Maximum variations from the plumb for external corners, expansion joints, and other conspicuous lines: 1) In any story or 20 feet maximum: 1/4 inch. 2) In 40 feet or more: 1/2 inch.

c. Maximum variations from the level or grades indicated on the Drawings for exposed lintels, sills, parapets, horizontal grooves, and other conspicuous lines: 1) In any bay or 20 feet maximum: 1/4 inch. 2) In 40 feet or more: 1/2 inch.

d. Maximum variations of the linear building lines from established position in plan and related portion of columns, walls, and partitions: 1) In any bay or 20 feet maximum: 1/2 inch. 2) In 40 feet or more: 3/4 inch.

e. Maximum variation in cross sectional dimensions of columns and in thickness of walls: 1) Minus: 1/4 inch. 2) Plus: 1/2 inch.

f. When positions of units shift after mortar has stiffened, bond is broken, or cracks are formed, relay units in new mortar.

11. Prevent mortar from staining the face of masonry to be left exposed or painted: a. Immediately remove mortar in contact with face of such masonry. b. Protect all sills, ledges, and projections from droppings of mortar. Protect

doorjambs and corners from damage during construction. 12. Protect masonry not being worked on from rain by completely covering with a

weather resistive membrane. 13. Remove mortar tags and smears daily with a non-metallic tool. Mortar tags

and smears shall be removed after they initially set, but shall not be permitted to remain more than 24 hours.

14. Where practical, protect completed work from mortar splash by placing thin plastic sheeting around the base of walls. Place sand, straw, sawdust or other similar material on the floor around the base of walls to protect floors and walls.

15. Turn scaffold planks over at the end of the workday to avoid mortar splashes from wet weather. Cover tops of walls at the end of the workday and other work stoppages to prevent entry of water into the partially completed masonry.

Not to be used for bidding purposes!

Page 485: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 04212-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/04212 (Bid Set)

C. Mortar joints: 1. Make joints straight, clean, smooth, and uniform in thickness. 2. Pointing: Tool exposed joints, slightly concave. Strike concealed joints flush. 3. Joint thickness: Make vertical and horizontal joints 3/8-inch thick. 4. Where fresh masonry joins totally or partially set masonry, clean and roughen

set masonry before laying new units. 5. Remove mortar that protrudes more than 1/2 inches into the air space cavity.

The mason shall provide a means remove excess mortar from the air space cavity. a. Provide 2 by 4 lumber laid in bottom of cavity with string or wires for

retrieval. As veneer is laid, the lumber is withdrawn from the cavity to remove mortar droppings in the cavity.

b. Other means may be acceptable to the Engineer if the mason can demonstrate its effectiveness.

D. Bond pattern: 1. Lay brick masonry units in running bond pattern, except where special patterns

are indicated on the Drawings.

E. Cutting masonry units: 1. When possible, use full units of the proper size in lieu of cut units. Cut units as

required to form chases, openings, for anchorage, and for other appurtenances.

2. Cut and fit units with power-driven carborundum or diamond disc blade saw.

F. Control joints: 1. Control joint spacing:

a. Provide control joints in masonry walls at locations indicated on the Drawings.

b. If the location of control joints are not indicated on the Drawings, provide control joints at 20-foot maximum spacing. Submit proposed control joint spacing to the Engineer for acceptance.

2. Make full height and continuous in appearance. 3. Insert control joint filler in joints as wall is constructed. 4. Apply sealant as specified in Section 07900.

G. Steel door frames: 1. Anchor and fully grout jambs and head of steel doorframes connected to brick

unit masonry. 2. Fill frames with grout as each 2 feet of brick unit masonry is laid.

H. Enclosures: 1. Where brick masonry units enclose conduit, pipes, stacks, ducts, and similar

items, construct chases, cavities, and similar spaces as required, whether or not such spaces are indicated on the Drawings.

2. Point openings around flush-mounted electrical outlet boxes with mortar, including flush joints above boxes.

3. Do not cover enclosures until inspected and when appropriate, tested.

I. Other embedded items: 1. Build in wall plugs, accessories, flashings, pipe sleeves, and other items

required to be built-in as the masonry work progresses.

Not to be used for bidding purposes!

Page 486: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 04212-8 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/04212 (Bid Set)

J. Patching: 1. Patch exposed brick masonry units in such manner that patching will be

indistinguishable from similar surroundings and adjoining construction.

K. Water curing: 1. Protect brick masonry units from drying too rapidly by frequently fogging or

sprinkling for minimum of 3 days.

L. Miscellaneous: 1. Build in required items, such as anchors, flashings, sleeves, frames, structural

steel, lintels, anchor bolts, and metal fabrications, as required for complete installation.

M. Forms and shores: 1. Where required, construct forms to the shapes indicated on the Drawings:

a. Construct forms sufficiently rigid to prevent deflection which may result in cracking or other damage to supported masonry and sufficiently tight to prevent leakage of mortar and grout.

b. Do not remove supporting forms or shores until the supported masonry has acquired sufficient strength to support safely its weight and any construction loads to which it may be subjected: 1) Wait at least 16 hours after grouting masonry columns or walls

before applying uniform loads. 2) Wait at least 72 hours before applying concentrated loads.

3.03 PROTECTION

A. Provide temporary protection for exposed masonry corners subject to damage.

B. Bracing: 1. Adequately brace masonry walls over 8 feet in height to prevent overturning

and to prevent collapse unless wall is adequately supported by permanent supporting elements so wall will not overturn or collapse.

2. Keep bracing in place until permanent supporting elements of structure are in place.

C. Limited access zone: 1. Establish limited access zone prior to start of masonry wall construction. 2. Zone shall be immediately adjacent to wall and equal to height of wall to be

constructed plus 4 feet by entire length of wall on unscaffolded side of wall. 3. Limit access to zone to workers actively engaged in constructing wall. Do not

permit other persons to enter zone. 4. Keep zone in place until wall is adequately supported or braced by permanent

supporting elements to prevent overturning and collapse.

3.04 FINAL CLEANING

A. General: 1. Final cleaning shall be performed within 7 to 14 days after construction of

masonry work. 2. Protect adjacent materials and equipment that may be damaged by cleaning. 3. Pre-wet masonry before applying cleaning agent, but do not saturate masonry.

Not to be used for bidding purposes!

Page 487: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 04212-9 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/04212 (Bid Set)

4. Remove mortar stains, smears, and splash, efflorescence, and grout stains on exposed surfaces with the submitted cleaning agent as directed by the masonry unit manufacturer’s recommendations.

5. Do not use muriatic acid as cleaning agent. 6. Cleaning agents shall be applied when the masonry surface and air

temperatures are at least 50 degrees Fahrenheit. a. Dilute cleaning agents in accordance with manufacturer’s

recommendations. b. Do not allow cleaning agents to dry on the masonry.

7. Clean wall from the top to the bottom, without overlapping areas being cleaned for consistency.

8. If pressure cleaning equipment is used, the following limitations shall be observed: a. Apply cleaning agent to pre-wetted wall with low pressure (less than

50 psi) b. Use a 25 degree to 50 degree flared-tip nozzle (not a pointed tip) c. Maintain a consistent distance from the spray nozzle to the masonry

surface no closer than 12 inches. 1) Masonry cleaner shall use a combination of pressure, nozzle, and

distance from tip to masonry that does not damage the masonry surface.

9. Rinse cleaning agents off the wall with potable water. 10. Dispose of debris, refuse, and surplus material offsite legally.

3.05 FIELD QUALITY CONTROL

A. Site tests: 1. Efflorescence tests:

a. Perform efflorescence tests on mortar that will be exposed to weathering. Tests shall be scheduled far enough in advance of starting masonry work to permit retesting if necessary.

END OF SECTION

Not to be used for bidding purposes!

Page 488: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

 

Not to be used for bidding purposes!

Page 489: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 04220-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/04220 (Bid Set)

SECTION 04220

CONCRETE MASONRY CONSTRUCTION

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: 1. Concrete masonry units and accessories. 2. Construction of concrete masonry walls.

B. Related sections: 1. The Contract Documents are complementary; what is called for by one is as

binding as if called for by all. 2. It is the Contractor’s responsibility for scheduling and coordinating the Work of

subcontractors, suppliers, and other individuals or entities performing or furnishing any of Contractor’s Work.

3. The following Sections are related to the Work described in this Section. This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the Contractor to see that the completed Work complies accurately with the Contract Documents. a. Section 01312 - Project Meetings. b. Section 01330 - Submittal Requirements. c. Section 01410 - Regulatory Requirements. d. Section 01450 - Quality Control. e. Section 01455 - Special Tests and Inspections. f. Section 04055 - Adhesive Bonded Reinforcing Bars and All Thread Rods. g. Section 04090 - Masonry Accessories. h. Section 04100 - Mortar and Masonry Grout. i. Section 05190 - Mechanical Anchoring and Fastening to Concrete and

Masonry. j. Section 07212 - Wall Insulation System. k. Section 07900 - Joint Sealers. l. Section 09960 - High-Performance Coatings.

1.02 REFERENCES

A. American Concrete Institute (ACI): 1. ACI 530 - Building Code Requirements for Masonry Structures. 2. ACI 530.1 - Specifications for Masonry Structures.

B. ASTM International (ASTM): 1. C 90 - Standard Specification for Load-bearing Concrete Masonry Units. 2. C 140 - Standard Test Methods for Sampling and Testing Concrete Masonry

Units and Related Units. 3. C 1314 - Standard Test Method for Compressive Strength of Masonry Prisms.

C. International Code Council (ICC): 1. International Building Code (IBC) - Edition as specified in Section 01410.

Not to be used for bidding purposes!

Page 490: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 04220-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/04220 (Bid Set)

1.03 DEFINITIONS

A. Cold Weather: Conditions when the ambient air temperature falls below 40 degrees Fahrenheit.

B. Custom Level of Quality: Top rank, nearly free of chips, cracks, or other imperfections detracting from appearance when discernible and identified from distance of 15 feet under diffused lighting, obtainable only by skilled journeymen. 1. Five percent of installed units may contain slight cracks or small chips, not

larger than 1/4 inch in any direction.

C. Standard Level of Quality: High quality, but conventional, nearly free of chips, cracks or other imperfections detracting from appearance when discernible and identified from distance of 20 feet under diffused lighting. When level of quality is not specified, Standard Level of Quality shall be assumed. 1. Ten percent of installed units may contain slight cracks or small chips, not

larger than 3/4 inch in any direction.

D. Hot Weather: Conditions when the ambient air temperature exceeds either of the following: 100 degrees Fahrenheit; or 90 degrees Fahrenheit with a wind velocity greater than 8 miles per hour.

E. Mortar Smears: Mortar paste smeared across the permanent masonry construction during construction and absorbed into the masonry pores.

F. Mortar Splash: Dropped mortar, splashed onto the permanent masonry construction at the base of the wall or off the scaffolding.

G. Mortar Tag: Excess mortar between masonry units worked out of the joints during tooling or striking.

H. Mortar Stains: Mortar paste left after mortar tags are removed.

I. Specified Compressive Strength of Masonry, f’m: Minimum compressive strength required by these Construction Documents, and on which the project design is based.

J. Wythe: Each continuous, vertical section of a wall, one masonry unit in thickness.

1.04 SYSTEM DESCRIPTION

A. Compressive strength requirements: 1. Compressive strength of masonry shall equal or exceed the minimum

specified compressive strength of masonry, f’m, as indicated on the Drawings. 2. Compressive strength of the system of concrete masonry units, mortar, and

grout will be determined in accordance with the Prism Test Method as specified under Quality Assurance.

1.05 SUBMITTALS

A. General: Submit in accordance with Section 01330.

Not to be used for bidding purposes!

Page 491: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 04220-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/04220 (Bid Set)

B. Product data: 1. Masonry units:

a. Load bearing: Manufacturer's product data including special shapes/types available.

2. Submit manufacturers’ product data for proposed cleaning agent.

C. Shop drawings: 1. Elevations of each wall indicating type and layout of units, type of mortar joints,

bond pattern, reinforcing steel, connecting dowels, joint reinforcement, grouted cells, and control joints.

2. Clearly show bar placement in the vertical cells and horizontal bond beams of masonry walls at the correct modular spacing for the masonry units.

3. Coordinate reinforcing details with shop drawings for reinforcing in concrete below the masonry walls indicated. Show dowels from concrete to masonry on concrete reinforcing shop drawings and at correct locations spacing for alignment with vertical cells of masonry units.

4. Shop drawings shall be drawn to scale.

D. Samples: 1. CMU wall units: Include samples of stretcher units in sufficient quantity to

illustrate color range; however, sample shall not consist of less than 4 units. 2. CMU veneer units: For each color and surface texture, samples of stretcher

and corner units in sufficient quantity to illustrate color range. a. Provide not less than 4 units in each color. Include not less than 2 corner

units.

E. Test reports: 1. Masonry units: For each type of masonry unit included in the Work:

a. Compressive strength. b. Linear shrinkage. c. Moisture content as a percentage of total absorption. d. Total absorption. e. Unit weight.

F. Manufacturer’s instructions: 1. For each type of masonry unit included in the Work, printed or written

recommendations from the masonry unit manufacturer indicating cleaning procedures and cleaning agents appropriate for those units.

G. Quality assurance submittals: 1. Record of the mason’s qualifications. 2. Record of the masonry cleaner’s qualifications. 3. Prism test reports.

1.06 QUALITY ASSURANCE

A. Qualifications: 1. Mason qualifications:

a. Holding a current and appropriate contractor’s license in the state where the work will be constructed.

b. Having not less than 5 years' experience including successful completion of a minimum of 25 projects, at least 5 of which included the type of masonry units specified for this work.

Not to be used for bidding purposes!

Page 492: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 04220-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/04220 (Bid Set)

2. Masonry cleaner qualifications: a. Having not less than 5 years' experience including successfully

completion of a minimum of 25 projects, at least 5 of which included the type of masonry units specified for this work.

B. Mock-up: 1. Prior to starting construction of masonry, construct mock-up panel as indicated

on the Drawings. 2. Mock-up panel is intended for use as the project standard of workmanship,

construction, quality, appearance, and material selection. 3. Use accepted materials, containing each different kind and color of concrete

masonry units to illustrate both walls and masonry veneer. 4. The mock-up shall be constructed by the mason who will be performing the

work. 5. The mock-up shall be cleaned by the masonry cleaner and with the exact

equipment and technique proposed for the work. 6. When accepted, mock-up will be standard of comparison for remainder of

masonry work. a. The mock-up may be accepted by the Engineer with exceptions that will

not be accepted in the final construction. In such cases, those areas of the mock-up not accepted will be clearly identified by the Engineer.

b. Do not destroy or move accepted mock-up until Work is completed and has been accepted by the Owner.

7. When not accepted by the Engineer, construct another mock-up. 8. Upon completion of Project, dispose of mock-ups in legal manner at offsite

location.

C. Pre-installation meeting: 1. Schedule and conduct pre-installation conference at least 10 days prior to

masonry installation. a. Provide additional conferences if necessary to discuss specific masonry

submittals, materials, and construction conditions. b. Notify Engineer of location and time of each conference.

2. Required attendees: a. Contractor including Contractor’s superintendent and key personnel. b. Subcontractors installing masonry. c. Subcontractor to clean masonry. d. Sampling, testing, and inspecting personnel. e. Engineer. f. Other persons deemed by the Engineer and Contractor to be critical to the

quality and efficiency of the Work. 3. Agenda:

a. Review of requirements of Drawings and Specifications. b. Project and product safety requirements. c. Discussion of points of interface and coordination between various trades

or products used in the Work. d. Contractor’s schedule for masonry work. e. Submittals. f. Installation methods, techniques, and equipment and impacts to partially

constructed work. g. Grouting methods, techniques, and equipment. h. Embedded items, blockouts, and penetrations.

Not to be used for bidding purposes!

Page 493: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 04220-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/04220 (Bid Set)

i. Procedures for protection for hot and cold weather conditions. j. Other Specification requirements requiring coordination between parties

to the Work. 4. Prepare and submit minutes of the pre-installation conference as specified in

Section 01312.

D. Pre-construction testing and confirmation of materials and assemblies to be performed by Contractor: 1. Before beginning construction, sample and test materials, and submit

information specified in this Section to confirm that materials conform to the standards specified.

2. Confirmation of specified compressive strength - Prism Test Method: a. After masonry unit, grout, and mortar submittals have been approved,

construct masonry prisms and test in accordance with ASTM C 1314. b. Masonry prisms shall meet or exceed the specified compressive strength

of masonry, f’m. c. If the masonry prisms fail to meet the specified f’m strength, adjust the

masonry unit, grout, or mortar components of the masonry and resubmit, as necessary, to achieve the specified f’m strength.

d. The masonry unit, grout, and mortar components of the masonry assemblage are not considered approved until the masonry prisms have been demonstrated to have achieved the specified f’m strength.

3. Submit data for mortar as specified in Section 04100. 4. Submit data for grout as specified in Section 04100.

1.07 DELIVERY, STORAGE, AND HANDLING

A. Transport and handle concrete masonry units as required to prevent discoloration, chipping, and breakage.

B. Store masonry units off the ground in a dry location, covered and protected from mud, dust, moisture absorption, and other conditions likely to result in staining or defects. 1. Locate storage piles, stacks, and bins to protect materials from heavy traffic. 2. If the masonry units are delivered in shrink-wrapped packaging and

condensation develops, remove the shrink-wrap packaging.

C. Remove chipped, cracked, and otherwise defective units from jobsite upon discovery.

1.08 PROJECT CONDITIONS

A. Conform with local regulatory requirements as specified in Section 01410.

B. Cold weather requirements: 1. Implement cold weather procedures when air temperature is below 40 degrees

Fahrenheit. a. Begin preparations for cold weather when:

1) Ambient air temperature is 45 degrees Fahrenheit and falling, 2) Ambient temperature is forecast to drop below 40 degrees

Fahrenheit during the next 72 hours.

Not to be used for bidding purposes!

Page 494: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 04220-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/04220 (Bid Set)

2. Requirements: a. Do not lay masonry units whose temperature is below 20 degrees

Fahrenheit, or which have frozen moisture, visible ice, or snow on any surface.

b. Remove visible ice and snow from the laying surfaces of foundations or masonry that will receive new construction. Where temperature of the laying surface is below freezing, heat surfaces to a temperature above freezing using methods that will not damage the surface.

c. For ambient air temperatures between 40 degrees Fahrenheit and 32 degrees Fahrenheit: 1) Mortar: Heat sand or mixing water to produce mortar temperature

between 40 degrees Fahrenheit and 120 degrees Fahrenheit at the time of mixing.

2) Grout: Heating sand or mixing water if the temperature of any constituent is below 32 degrees Fahrenheit.

3) Protection and curing: Cover masonry with a weather resistive membrane for at least 24 hours after laying.

d. For ambient air temperatures between 32 degrees Fahrenheit and 25 degrees Fahrenheit: 1) Mortar:

a) Heat sand or mixing water to produce mortar temperature between 40 degrees Fahrenheit and 120 degrees Fahrenheit at the time of mixing.

b) Maintain mortar temperature above freezing until used in masonry.

2) Grout: a) Heat aggregates and mixing water to produce grout temperature

between 70 degrees Fahrenheit and 120 degrees Fahrenheit at the time of mixing.

b) Maintain grout temperature above 70 degrees Fahrenheit until and during placement in masonry.

3) Protection and curing: Cover masonry with a weather resistive membrane for at least 24 hours after laying.

e. For ambient air temperatures between 25 degrees Fahrenheit and 20 degrees Fahrenheit. 1) Comply with the requirements for air temperatures between

32 degrees Fahrenheit and 25 degrees Fahrenheit and add the following.

2) Construction: a) When wind velocity exceeds 15 miles per hour, provide wind

breaks or enclosures during laying. b) Heat surfaces abutting new masonry units to at least 40 degrees

Fahrenheit before units are placed. c) Heat masonry assemblies to at least 40 degrees Fahrenheit

before grouting. 3) Protection and curing:

a) Cover newly constructed masonry with weather-resistive insulating blankets for at least 24 hours after placement of units and at least 48 hours after grouting.

Not to be used for bidding purposes!

Page 495: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 04220-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/04220 (Bid Set)

f. For ambient air temperatures below 20 degrees Fahrenheit: 1) Comply with the requirements for air temperatures between

25 degrees Fahrenheit and 20 degrees Fahrenheit and add the following.

2) Construction: a) Surround masonry with an enclosure and provide auxiliary heat

to maintain ambient air temperature above 32 degrees Fahrenheit within the enclosure during laying.

3) Protection and curing: a) Cover newly constructed masonry with weather-resistive

insulating blankets for at least 24 hours after placement of units and at least 48 hours after grouting.

b) Maintain temperature of newly constructed masonry above 32 degrees Fahrenheit for at least 24 hours after placement of units and at least 48 hours after grouting. Use heated enclosures, electric heating blankets, infrared lamps, or other methods acceptable to the Engineer.

C. Hot weather requirements: 1. Implement hot weather procedures whenever either of the following conditions

exists: a. Ambient air temperature exceeds 100 degrees Fahrenheit, or b. Ambient air temperature exceeds 90 degrees Fahrenheit and wind

velocity is greater than 8 miles per hour. c. Begin preparations for hot weather when:

1) Ambient air temperature is 95 degrees Fahrenheit and rising, and 2) Ambient air temperature is forecast to rise above 90 degrees

Fahrenheit during the next 72 hours. 2. Requirements:

a. For ambient air temperatures between 100 degrees Fahrenheit and 115 degrees Fahrenheit or ambient air temperature between 90 degrees Fahrenheit and 105 degrees Fahrenheit with a wind speed exceeding 8 mph: 1) Maintain sand piles in a loose, damp condition. 2) Maintain conditions necessary to ensure production of mortar having

temperature below 120 degrees Fahrenheit. 3) Flush mixing equipment, containers for transporting mortar, and

mortar boards with cool water before they are brought into contact with mortar or mortar constituents.

4) Do not spread mortar beds more than 48 inches ahead of masonry unit placement. Place units within one minute of spreading mortar.

5) Fog spray newly constructed masonry until damp. Fog spray shall be re-applied at least 3 times per day until masonry is at least 3 days old.

b. For ambient air temperatures above 115 degrees Fahrenheit or ambient air temperature above 105 degrees Fahrenheit with a wind speed exceeding 8 mph, provide the previous requirements as well as the following additional: 1) Provide shading of materials and mixing equipment.

Not to be used for bidding purposes!

Page 496: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 04220-8 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/04220 (Bid Set)

2) Use cooled mixing water for mortar and grout. Ice may be used in the mixing water prior to mixing with other constituents. Ice may not remain in the mixing water at the time of mixing with remaining mortar or grout constituents.

1.09 SEQUENCING AND SCHEDULING

A. Order concrete masonry units well before start of installation to ensure adequate time for manufacturing and minimum 28 days for curing and drying before start of installation. Protect from weather after curing period to avoid moisture increase.

PART 2 PRODUCTS

2.01 CONCRETE MASONRY UNITS (CMU)

A. General - all units unless otherwise specified or indicated on the Drawings. 1. Furnish units in accordance with ASTM C 90. 2. Lightweight units having a maximum oven-dry density of 110 pcf. 3. Hollow units. 4. Minimum net area compressive strength of units when tested in accordance

with ASTM C 140: a. Average of 3 units: 1,900 pounds per square inch. b. Any individual unit: 1,700 pounds per square inch.

B. CMU wall units: 1. Use: Interior and exterior CMU walls, unless otherwise indicated on the

Drawings. 2. Nominal size: One of the following, as indicated on the Drawings:

a. 12 inches thick by 8 inches high by 16 inches long. b. Special sizes and shapes:

1) As required for window and door openings, bond beams, piers, lintels, control joints, and other special applications to minimize cutting.

2) At interior of structures, all exposed vertical corners and exposed horizontal edges at sills and heads of windows and openings shall be bull-nosed.

3. Appearance a. Provide "Standard Level of Quality" as specified herein.

4. Color and surface texture: a. Color: Integral, Natural gray of concrete. b. Surface texture: Standard. c. Uniform within the normal range established by agreement between

manufacturer and purchaser, and as represented by units in the mock up panel erected at the job site.

2.02 MORTAR AND GROUT

A. As specified in Section 04100.

Not to be used for bidding purposes!

Page 497: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 04220-9 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/04220 (Bid Set)

2.03 APPURTENANCES:

A. Anchor bolts, anchor rods, and post-installed mechanical anchors: As specified in Section 05190.

B. Adhesive bonded reinforcing bars and all-thread rods: As specified in Section 04055.

C. Steel reinforcement: As specified in Section 04090.

D. Veneer anchors and ties: As specified in Section 04090.

E. Wire joint reinforcement: As specified in Section 04090.

F. Control joint filler: As specified in Section 04090.

G. Fluid Applied Air/Vapor Barrier: As specified in Section 04090.

H. Through-wall flashing, mortar net, and weep holes: As specified in Section 04090.

I. Rigid insulation: As specified in Section 07212.

2.04 SOURCE QUALITY CONTROL

A. Tests: 1. Submit the following test data to confirm properties of the materials to be

provided. a. Concrete masonry units: Sample and test units in accordance with

ASTM C 140 for net area compressive strength; absorption and density; average dimensions; minimum and equivalent thickness; and moisture content.

PART 3 EXECUTION

3.01 INSPECTION

A. Confirm that reinforcing dowels from foundations or slabs to masonry are positioned and have lap splice projections as required by the Drawings. 1. If dowels are not in conformance with requirements of the Drawings and

Specifications, notify Engineer and obtain Engineer’s written directions for required modifications before proceeding.

3.02 PREPARATION

A. Protection: 1. Protect masonry and adjacent construction with appropriate means from

mortar droppings and other effects of laying of concrete masonry units.

B. Surface preparation: 1. Thoroughly clean foundations of laitance, grease, oil, mud, dirt, mortar

droppings, and other matter that will reduce bond.

Not to be used for bidding purposes!

Page 498: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 04220-10 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/04220 (Bid Set)

3.03 INSTALLATION - MASONRY UNITS

A. Forms and shores: 1. Where required, construct forms to the shapes indicated on the Drawings:

a. Construct forms sufficiently rigid to prevent deflection which may result in cracking or other damage to supported masonry and sufficiently tight to prevent leakage of mortar and grout.

b. Do not remove supporting forms or shores until the supported masonry has acquired sufficient strength to support safely its weight and any construction loads to which it may be subjected. 1) Wait at least 24 hours after grouting masonry columns or walls

before applying uniform loads. 2) Wait at least 72 hours before applying concentrated loads.

B. Concrete masonry unit construction: 1. Comply with requirements of ACI 530.1 unless more restrictive requirements

are contained herein. 2. Provide Standard Level of Quality unless specifically indicated otherwise on

the Drawings. 3. Lay concrete masonry units dry. Do not wet concrete masonry units before

laying. 4. Place clean units while mortar is soft and plastic. 5. When possible, use full units of the proper size in lieu of cut units. Cut units as

required to form chases, openings, for anchorage, and for other appurtenances. a. Cut and fit units with power-driven carborundum or diamond disc blade

saw. b. Position cut units so that exposed faces and edges are un-altered

manufacturer-formed surfaces. 6. Lay units in uniform and true courses, level, plumb, and without projections or

offset of adjacent units. Keep bond pattern plumb and regular throughout. a. Lay units to preserve unobstructed vertical continuity of cells to be filled

with grout or insulation. b. Align vertical cells to be filled with grout to maintain clear, unobstructed

continuous vertical cell measuring not less than 2 by 3 inches. c. Remove mortar, mortar droppings, debris, and other obstructions and

materials from inside of cell walls. 7. When positions of units shift after mortar has stiffened, bond is broken, or

cracks are formed, relay units in new mortar. 8. Lay units in running bond, unless otherwise indicated on the Drawings. 9. Build in required items, such as anchors, flashings, sleeves, frames, structural

steel, lintels, anchor bolts, and metal fabrications, as required for complete installation.

10. Remove mortar tags and smears daily with a non-metallic tool. Mortar tags and smears shall be removed after they initially set, but shall not be permitted to remain more than 24 hours.

11. Where practical, protect completed work from mortar splash by placing thin plastic sheeting around the base of walls. Place sand, straw, sawdust or other similar material on the floor around the base of walls to protect floors and walls.

Not to be used for bidding purposes!

Page 499: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 04220-11 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/04220 (Bid Set)

12. Turn scaffold planks over at the end of the workday to avoid mortar splashes from wet weather. Cover tops of walls at the end of the workday and other work stoppages to prevent entry of water into the partially completed work.

C. Mortar joints: 1. Provide straight, clean joints of uniform thickness and with smooth finish. 2. Unless otherwise shown or specified, head and bed joints shall be 3/8 inch

thick. 3. Bed joints:

a. Hollow units: 1) Bed joints: Bed joints of a starting course placed over foundations

and slabs shall be not less than 1/4 inch or more than 3/4 inch thick. 2) Solidly fill face shell joints (bed joints) from outside face of units to

inside face of cells. 3) Web joints: Solidly fill locations where adjacent cavities will be

grouted; where necessary to confine grout or loose-fill insulation, and at other locations indicated on the Drawings. Include: All courses of piers, columns, and pilasters; the starting course of masonry units over foundations and slabs.

b. Open end units with beveled ends: Head joints need not be mortared. Beveled ends shall form a grout key that permits grout within 5/8 inch of the face of the unit. Tightly butt units to prevent grout leakage.

4. Head joints: Form by buttering the specified area on the vertical end of the unit, and shoving mortared end tight against the adjoining masonry unit so that mortar bonds to both units. a. Hollow units: Butter vertical head joints for thickness equal to face shell

thickness of units (full head joints). b. Open end units: Head joints of open end units with beveled ends need not

be mortared if beveled ends form a grout key that permits grout to flow to within 5/8 inch of the face of the unit. Tightly butt units to prevent grout leakage.

5. Tooled joints: Tool joints when mortar is “thumbprint hard.” a. Exposed joints: Tool with a round jointer to form concave profile. b. Concealed joints: Strike joints flush. c. After joints are tooled, provide initial cleaning by gently brushing the wall

to sweep away crumbles of mortar from the edges of joints.

D. Cleanouts: 1. Provide cleanouts at bottom course of each reinforced cell where height of

grout pour will exceed 5 feet. 2. In solid grouted masonry, space cleanouts maximum 32 inches on center

horizontally. 3. Construct cleanouts so that space to be grouted can be cleaned and

inspected, and with an opening of sufficient size to permit removal of debris. Minimum size of opening shall not be less than 3 inches in any direction.

4. After cleaning and inspection, close cleanouts and brace closures to resist grout pressure.

3.04 INSTALLATION - RENFORCEMENT

A. Wire joint reinforcement: 1. Lap splice longitudinal wire joint reinforcement minimum 8 inches.

Not to be used for bidding purposes!

Page 500: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 04220-12 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/04220 (Bid Set)

2. Place longitudinal wires in approximate centers of mortar beds with minimum 5/8-inch mortar cover on exposed faces.

3. Provide intersecting masonry walls with prefabricated wire joint reinforcement tees.

4. Rake intersecting joints 1/2 inch and caulk joints. 5. Install wire joint reinforcement 16 inches on centers vertically. 6. Locate veneer ties within 12 inches of openings.

B. Deformed bar reinforcement: 1. Preparation:

a. Verify that bars of new stock, free from rust scale, loose mile scale, excessive rust, dirt, oil and other coatings that adversely affect bond.

b. A thin coating of light surface rust resulting from short term exposure will not be considered objectionable.

2. Place horizontal reinforcement in bond beams and solidly grout in place as construction rises.

3. Hold vertical reinforcing bars in position at top and bottom and at intervals not exceeding 200 bar diameters. Use steel wire bar positioners to position bars. Tie reinforcing bars to dowels with wire ties.

4. Tolerances on placement of reinforcement. a. Provide clear distances between reinforcing bars in grouted cells and any

face of masonry unit as shown on the Drawings, but not less than 1/4 inch for fine grout or 1/2 inch for coarse grout.

b. When distance from the centerline of reinforcement to any adjacent outside face of the masonry is 8 inches or less: ±1 inch.

c. For vertical reinforcement: ±2 inches from the designated locations along the length of the wall.

5. When it is necessary to move bars more than one bar diameter, or a distance exceeding the tolerance stated in order to avoid interference with other reinforcing steel or embedded items, obtain Engineer’s acceptance of proposed modifications before proceeding with construction. Obtain acceptance of reinforcement placement before grouting.

3.05 INSTALLATION - GROUTING

A. Where walls are designated to be fully grouted / solid grouted, fill all spaces and cells with grout. Where walls are designated to be partially grouted, fill only spaces and cells containing reinforcing bars solidly with grout.

B. General: 1. Completely fill the grout spaces without segregation of the aggregates. 2. Place grout in its final position within 90 minutes after mixing water is added

using grout pump, concrete hopper, or hand bucket. 3. Grout in cells shall have full contact with surface of concrete footings. 4. When grouting stops for one hour or longer, form horizontal construction joints

by stopping grout placement 1-1/2 inches below top of uppermost unit containing grout.

5. After placement, consolidate grout using mechanical immersion vibrators designed for consolidating grout. a. Reconsolidate grout after initial absorption of water by masonry units. Do

not insert vibrators into lower grout placements that are in a semi-solidified state.

Not to be used for bidding purposes!

Page 501: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 04220-13 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/04220 (Bid Set)

b. Maintain at least 1 spare vibrator, at the site at all times. c. Apply vibrators at uniformly spaced points not further apart than the visible

effectiveness of the machine. d. Limit duration of vibration to time necessary to produce satisfactory

consolidation without causing segregation. 6. Remove grout spills from finished masonry immediately by hand washing with

a bucket and brush.

C. Pumped grout: 1. Do not pump grout through aluminum hoses. 2. Operate pumps to produce a continuous stream of grout without air pockets. 3. Upon completion of each days pumping, eject grout from pipeline without

contamination or segregation of the grout. 4. Remove waste materials, debris, and all flushing water outside the masonry

work.

D. Low-lift grouting: 1. Hollow unit masonry to be grouted by the low lift method shall be constructed

and grouted in lifts not exceeding 4 feet. 2. Double wythe masonry that will be grouted by the low-lift method shall be

constructed and grouted in lifts not exceeding 8 inches. a. Slushing with mortar will not be permitted.

E. High-lift grouting: 1. If grouting is accomplished by the high-lift method, double wythe masonry shall

be allowed to cure at least 72 hours. 2. Hollow unit masonry shall be allowed to cure at least 24 hours before grouting. 3. In double wythe construction, vertical grout barriers shall be built across the

grout space to the height of the grout lift. Grout barriers shall not be spaced more than 30 feet apart.

4. Grout shall be placed in lifts not to exceed 6 feet in depth. 5. Each lift shall be allowed to set for 10 minutes after initial consolidation of

grout before successive lift is placed. 6. The full height of each section of wall shall be grouted in one day.

3.06 INSTALLATION - MISCELLANEOUS

A. Control joints: 1. Provide in masonry walls at locations indicated on the Drawings or within

10 feet of corners and 20-feet spacing max if not indicated. 2. Make full height and continuous in appearance.

a. At exterior walls, run joints from foundation through parapet cap. 3. Run bond beams and bond beam reinforcing bars continuously through control

joints. 4. Cut horizontal joint reinforcing at control joints. 5. Insert control joint filler in joints as wall is constructed. 6. Apply sealant as indicated on the Drawings and specified in Section 07900.

B. Openings and lintels: 1. Use lintel block units (solid bottom units) where underside of lintel will be

exposed. 2. Provide minimum of 8-inch bearing at each end of lintel.

Not to be used for bidding purposes!

Page 502: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 04220-14 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/04220 (Bid Set)

3. Embed reinforcing bars minimum 24 inches or 48 bar diameters, whichever is longer, into wall past edges of openings or as indicated on the Drawings: a. At corners, provide 90-degree bend with equivalent total embedment.

4. Steel door frames: a. Anchor and fully grout jambs and head of steel door frames connected to

concrete unit masonry. b. Fill frames with grout as each 2 feet of concrete unit masonry is laid.

C. Bearing plates: 1. Provide minimum of 12 inches of grouted concrete unit masonry below steel

bearing plates and beams bearing on masonry walls.

D. Anchor bolts: 1. Hold anchor bolts in place with template during grouting to assure precise

alignment. 2. Install anchor bolts in open cells and grout around. Position bolts in cells so

that no portion of the bolt or its head is within 1/2 inch of any face of masonry in the unit

3. Provide minimum 6-inch wide solid-grouted concrete unit masonry entirely around anchor bolts and other attachment devices.

4. Do not cut or ream members being anchored or use other means to accommodate misaligned anchor bolts in roof deck support angles.

E. Enclosures and embedments: 1. Enclosures:

a. Where concrete masonry units enclose conduit, pipes, stacks, ducts, and similar items, construct chases, cavities, and similar spaces as required, whether or not such spaces are indicated on the Drawings.

2. Embedments: a. Do not embed aluminum items in masonry, grout, or mortar unless items

have been coated to prevent chemical reaction between aluminum and cement, or electrolytic action between aluminum and steel.

b. Build in wall plugs, accessories, flashings, pipe sleeves, and other items required to be built-in as the masonry work progresses.

c. Point openings around flush mounted electrical outlet boxes with mortar, including flush joints above boxes.

3. Do not cover enclosures or embeds until inspected and, when appropriate, tested.

3.07 VENEER / CAVITY WALL CONSTRUCTION

A. Before placing veneer, install cavity insulation, waterproofing and dampproofing materials, and flashings as indicated on the Drawings. Keep cavity clear for drainage of moisture entering the wall, and make barrier between inner wythe and outer veneer moisture tight.

B. Masonry wythes 1. Keep bed joints of inner and outer masonry in alignment through the height of

the wall. Maximum misalignment between interior and exterior wythes: a. Installations with 1-piece ties or joint reinforcement: 1/8 inch. b. Installations with adjustable eye and pintle ties: 1 inch.

Not to be used for bidding purposes!

Page 503: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 04220-15 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/04220 (Bid Set)

C. Veneer ties: Install in accordance with the following requirements, unless more restrictive requirements are indicated on the Drawings. 1. Embed ends of wall ties in mortar joints. Leave at least 5/8-inch of clear mortar

cover over the exterior end of the tie. a. Hollow units: Embed tie ends at least 1/2 inch into the outer face shell of

veneer. b. Solid units: Embed wire wall ties at least 1 1/2 inches into the mortar bed

of solid masonry units, and solid-grouted hollow units. 2. Bond wythes as indicated on the Drawings, but with not less than the ties at

not more than the following spacing: a. Wire size W1.7: Minimum 1 tie per 2.67 square feet veneer area. b. Wire size W2.8: Minimum 1 tie per 4.50 square feet veneer area. c. Horizontal spacing: Not greater than 36 inches. d. Vertical spacing: Not greater than 24 inches.

3. Do not bend wall ties after they are embedded in grout or mortar unless approved in advance by the Engineer.

4. Adjustable ties: Install in compliance with the following requirements: a. Minimum 1 tie per 1.77 square feet wall area. b. At spacing not exceeding 16 inches on center in the horizontal or vertical

directions. c. With maximum clearance between connecting parts of ties not exceeding

1/16 inch. 5. Wire ties:

a. Install wire ties perpendicular to a vertical line on the face of the wythe from which they project.

6. Ties at openings and edges: a. Openings: Install ties within 12 inches of the edge of veneer at openings

larger than 16 inches in either direction. Space ties so that not more than 16 inches of masonry in either direction past opening is installed without a tie.

b. Edges: Install ties within 12 inches of unsupported veneer edges, and space at not less than 1 tie per 2.67 square feet of veneer area.

7. Loose steel lintels: a. Install in veneer with flashings and weep holes to drain moisture from the

cavity.

3.08 TOLERANCES

A. Tolerances: Lay masonry plumb, true to line, and with courses level. Keep bond pattern plumb throughout. Lay masonry within the following tolerances: 1. Maximum variation from plumb in the lines and surfaces of columns and walls,

and in the surfaces of textured blocks: a. In adjacent masonry units: 1/8 inch. b. In 10 feet: 1/4 inch. c. In any story or 20 feet maximum: 3/8 inch. d. In 40 feet or more: 1/2 inch.

2. Maximum variation from plumb at external corners, expansion joints, and other conspicuous vertical lines: a. In any story or 20 feet maximum: 1/4 inch. b. In 40 feet or more: 1/2 inch.

Not to be used for bidding purposes!

Page 504: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 04220-16 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/04220 (Bid Set)

3. Maximum variations from the level or grade indicated on the Drawings for exposed lintels, sills, parapets, horizontal grooves, and other conspicuous horizontal lines: a. In any bay or 20 feet maximum: 1/4 inch. b. In 40 feet or more: 1/2 inch.

4. Maximum variations of the linear building lines from established position in plan and related portion of columns, walls, and partitions: a. In any bay or 20 feet maximum: 1/2 inch. b. In 40 feet or more: 3/4 inch.

5. Maximum variation in cross sectional dimensions of columns and in thickness of walls: a. Minus: 1/4 inch. b. Plus: 1/2 inch.

3.09 CURING AND PROTECTION

A. Curing: 1. Protect masonry from rapid drying by fogging or sprinkling for a minimum of

3 days. 2. Environmental conditions:

a. Cold weather: Protect masonry as specified under Project Conditions. b. Hot weather: Protect masonry as specified under Project Conditions.

B. Provide temporary protection for exposed masonry corners subject to damage.

C. Bracing: 1. Unless wall is adequately supported by permanent supporting elements so

wall will not overturn or collapse, adequately brace masonry walls over 8 feet in height to prevent overturning and to prevent collapse.

2. Keep bracing in place until permanent supporting elements of structure are in place.

D. Limited access zone: 1. Establish limited access zone prior to start of masonry wall construction. 2. Zone shall be immediately adjacent to wall and equal to height of wall to be

constructed plus 4 feet by entire length of wall on un-scaffolded side of wall. 3. Limit access to zone to workers actively engaged in constructing wall. Do not

permit other persons to enter zone. 4. Keep zone in place until wall is adequately supported or braced by permanent

supporting elements to prevent overturning and collapse.

3.10 FIELD QUALITY CONTROL

A. Provide Contractor quality control as specified in Section 01450.

B. Field inspections and testing 1. Submit records of inspections and tests to Engineer in electronic format within

24 hours after completion.

3.11 FIELD QUALITY ASSURANCE

A. Provide Owner quality assurance as specified in Section 01450.

Not to be used for bidding purposes!

Page 505: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 04220-17 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/04220 (Bid Set)

B. Special inspections and tests, and structural observations: 1. Provide as specified in Section 01455.

a. Special inspection of concrete masonry construction will be performed at the time and frequency outlined in Schedule 4-1.

b. The elements of concrete masonry construction that will be subject to special inspection are as indicated in Attachment 4.1.

C. Field inspections: 1. Required inspections. 2. Records of inspections:

a. Provide record of each inspection. b. Submit copies to Engineer upon request.

D. Field testing: 1. Owner will have masonry prism tests performed in accordance with

ASTM C 1314 by an independent laboratory as follows: a. Not less than one test will be performed for each 10,000 square feet of

masonry construction and not less than 1 test for each grout lift. b. Contractor may use Unit Strength Method on 3 masonry units every

5,000 square feet using ASTM C 140. Grout strength tested per ASTM C 1019 (minimum 3 samples at 28 days) for each grout lift..

c. Provide full access for Engineer to observe masonry testing at any time. 2. Engineer may, at any time, request additional testing to confirm that materials

being installed conform to the requirements of the Specifications. a. If such additional testing shows that the material do not conform to the

specified requirements, the Contractor shall pay the cost of these tests. b. If such additional testing shows that the materials do conform to the

specified requirements, the Owner will pay the cost of these tests.

3.12 ADJUSTING

A. Do not patch, repair, or cover defective work without inspection by the Engineer.

B. Provide repairs having and appearance strength equal to that of the surrounding portions of structures.

C. Patching: 1. Patch exposed concrete masonry units at completion of the Work and in such

manner that patching will be indistinguishable from similar surroundings and adjoining construction.

D. Repair of defective masonry: 1. Cracks measured in mortar joints exceeding 0.014 inch in thickness shall be

adjusted as follows: a. Remove mortar from joint for full length of crack to a depth of 3/4 inch. b. Repoint with fresh mortar by packing into joint. c. Tool when thumbprint hard to match color and texture of adjacent joints.

3.13 CLEANING

A. General: 1. Cleaning shall be performed within 7 to 14 days after construction of masonry

work.

Not to be used for bidding purposes!

Page 506: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 04220-18 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/04220 (Bid Set)

2. Protect adjacent materials and equipment that may be damaged by cleaning. 3. Pre-wet masonry before applying cleaning agent, but do not saturate masonry. 4. Remove mortar stains, smears, and splash, efflorescence, and grout stains on

exposed surfaces with the submitted cleaning agent as directed by the masonry unit manufacturer’s recommendations.

5. Do not sandblast or use muriatic acid as cleaning solution. 6. Cleaning agents shall be applied when the masonry surface and air

temperatures are at least 50 degrees Fahrenheit. Dilute cleaning agents in accordance with manufacturer’s recommendations. Do not allow cleaning agents to dry on the masonry.

7. Clean wall from the top to bottom, without overlapping areas being cleaned for consistency.

8. If pressure cleaning equipment is used, the following limitations shall be observed: a. Apply cleaning agent to pre-wetted wall with low pressure (less than

600 psi). b. Use a 25° to 50° flared-tip nozzle (not a pointed tip). c. Maintain a consistent distance from the spray nozzle to the masonry

surface no closer than 12 inches. Masonry cleaner shall use a combination of pressure, nozzle, and distance from tip to masonry that does not damage the masonry surfaces.

9. Rinse cleaning agents off the wall. 10. Dispose of debris, refuse, and surplus material offsite legally.

END OF SECTION

Not to be used for bidding purposes!

Page 507: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017

04220-19 10417A

10 pw://Carollo/Documents/Client/IL/RRW

RD/10417A10/Specifications/04220 (Bid Set)

SCHEDULE 4-1 CONCRETE MASONRY CONSTRUCTION SPECIAL INSPECTION: Level B)

Section 01455

App D1, Item No. Inspection Task Frequency/Timing of Inspection

Criteria Reference

Prior to beginning masonry construction, verify the following: 1. Review required

inspection provisions and approved submittals.

Periodic: As required to confirm project requirements. ACI 530.1: 1.5

5. Verification of f’m prior to construction.

Periodic: Verify prism construction as required under Quality Assurance.

ACI 530.1: 1.6A Table 4

As masonry construction begins, verify the following items to ensure compliance with design intent: 2.a. Proportions of site

prepared mortar. Periodic: Confirm every 4 hours or for every 500 square feet of wall construction, whichever is more frequent.

ACI 530.1: 2.1, 2.6A

2.b. Construction of mortar joints.

Periodic: Verify construction of mortar joints every 4 hours or every 500 square feet of wall construction, whichever is more frequent.

ACI 530.1: 3.3B

2.c. Placement of reinforcement and connectors.

Periodic: Verify installation every 4 hours or every 500 square feet of wall construction, whichever is more frequent.

ACI 530.1: 3.4

During construction, verify the following: 4.a. Size and location of

masonry elements. Periodic: Verify masonry has been constructed within prescribed tolerances every 8 hours or every 1000 square feet of wall construction, whichever is more frequent.

ACI 530.1: 3.3F

4.b. Type, size and location of anchors, including other details of anchorage of masonry to structural members, frames or other construction.

Periodic: Confirm the installation of anchorages of other structural elements that interface with masonry elements. Observe continuously the initial installation of each specific type, and then confirm periodically the remainder of anchorages of each specific type. Periodic inspection of anchorages should include 100% observation of completed work and continuous inspection of a minimum of 10% of anchorages at random.

ACI 530: 1.16.4.3 1.17.1

Not to be used for bidding purposes!

Page 508: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017

04220-20 10417A

10 pw://Carollo/Documents/Client/IL/RRW

RD/10417A10/Specifications/04220 (Bid Set)

SCHEDULE 4-1 CONCRETE MASONRY CONSTRUCTION SPECIAL INSPECTION: Level B)

Section 01455

App D1, Item No. Inspection Task Frequency/Timing of Inspection

Criteria Reference

3.b. Specified size, grade and type of reinforcement and anchor bolts.

Periodic: Confirm grade of reinforcing upon delivery to site. Confirm size and type of reinforcing is as indicated on the Project Drawings every 2 hours or for every 250 square feet of wall construction, whichever is more frequent.

ACI 530.1: 2.4, 3.4

4.c. Welding of reinforcing bars.

Continuous: Provide continuous inspection as defined in Section 01455.

ACI 530: 2.1.7.7.2 3..3.3.4(c) 8.3.3.4(b)

4.d. Protection of masonry during cold weather (ambient temperature or CMU below 40ºF).

Periodic: Prior to beginning the day’s work , verify that the material surfaces have been properly prepared and construction requirements have been satisfied in accordance with the referenced criteria. Verify at 2 hour intervals that the referenced criteria are satisfied. At completion of days work, confirm that protection is in place to comply with the referenced criteria.

ACI 530.1: 1.8.C

4.d. Protection of masonry during hot weather (ambient temperature above 90ºF).

Periodic: Prior to beginning the day’s work, verify that the site is prepared and the construction requirements have been satisfied in accordance with the referenced criteria. Verify at 2 hour intervals that the referenced criteria are satisfied. Confirm that work is protected to comply with the referenced criteria.

ACI 530.1, Article 1.8.D

Prior to grouting, verify the following to ensure compliance: 3.a. Grout space. Periodic: After the masonry work has been prepared for grouting

operations and prior to the commencement of grouting, ensure that CMU cells are free of debris, loose aggregate, or deleterious material.

ACI 530.1: 3.2.D, 3.2.F

3.c. Placement of reinforcement and connectors.

Periodic: After the masonry work has been prepared for grouting operations and prior to the commencement of grouting, ensure that reinforcement has been installed in accordance with the referenced criteria.

ACI 530.1: 3.2.E, 3.4

Not to be used for bidding purposes!

Page 509: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017

04220-21 10417A

10 pw://Carollo/Documents/Client/IL/RRW

RD/10417A10/Specifications/04220 (Bid Set)

SCHEDULE 4-1 CONCRETE MASONRY CONSTRUCTION SPECIAL INSPECTION: Level B)

Section 01455

App D1, Item No. Inspection Task Frequency/Timing of Inspection

Criteria Reference

3.d Proportions of site-prepared grout.

Periodic: Prior to the commencement of grouting, confirm that site-prepared grout meets the requirements of the specified criteria.

ACI 530.1: 2.6B

3.e. Construction of mortar joints.

Periodic: Prior to the commencement of grouting, confirm that the mortar joints in the wall section to be grouted have been constructed in accordance with the referenced criteria.

ACI 530.1: 3.3B

4.f Grout placement will be verified to ensure compliance with code and construction document provisions.

Continuous: Provide continuous inspection during grout placement as defined in Section 01455.

ACI 530.1: 3.5, 3.6C

6 Preparation of any required grout specimens, mortar specimens, and/or prisms will be observed.

Periodic: 1) Provide continuous inspection of 100% of prism testing performed as specified in Quality Assurance. 2) Provide periodic inspection of approximately 15% of prism testing performed as specified in Field Quality Control – Owner Furnished.

ACI 530.1: Article 1.4

Not to be used for bidding purposes!

Page 510: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 04220-22 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/04220 (Bid Set)

(ATTACHMENT 4.1) CONCRETE MASONRY CONSTRUCTION REPORT PAR 1225 South Headworks and Grease Processing Improvements Project

Metro Wastewater Reclamation District Permit No.: Structure:

Date: Weather:

Contractor: Min/Max Temp:

Dwg. Ref:

Location:

ELEMENT DESCRIPTION (Article references are ACI 530.1-11) CONFORMS

Masonry Construction and Tolerances General:

Article 1.4B: Preparation of prism specimens Yes No

Article 2.6A: Mortar mix proportions meet approved design Yes No

Article 2.6A: Mortar should be discarded after 2 ½ hours or the mix begins to stiffen Yes No

Article 3.2C: Concrete masonry units are not wetted before laying Yes No

Article 3.3B: Tooled joints to be formed with a rounded jointer when the mortar is thumbprint hard

Yes No

Article 3.3B: Clean masonry units will be placed while the mortar is plastic and soft. Any units disturbed such that the initial bond is broken should be re-laid in fresh mortar.

Yes No

Article 3.3B: Exposed faces and edges should be unaltered manufactured surfaces when possible. Exposed cut edges should be smooth.

Yes No

Article 3.3B: Bed joints intruding ½" or more into cells or cavities are to be removed Yes No

Article 3.3B: Hollow Units:

Face shells are to be fully mortared. Yes No

Webs are to be fully bedded at piers, columns, pilasters and starting bed joint. Yes No

Vertical cells are to be aligned for grout in unobstructed openings Yes No

Type, size, location, and details of anchorage of masonry to structural members Yes No

Mortar Joint Tolerances (Ref ACI 530.1, Article 3.3F):

Starting bed joint: 1/4" - 3/4" (fully mortared) Yes No

Bed joints: ±1/8" Yes No

Head joints: -1/4", +3/8" Yes No

Collar joint: -1/4", +3/8" Yes No

Not to be used for bidding purposes!

Page 511: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 04220-23 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/04220 (Bid Set)

Wall Tolerances (Ref. Article ACI 530.1, Article 3.3F):

In cross section or elevation: -1/4”, +1/2” Yes No

Grout space/Cavity width: -1/4”, +3/8” Yes No

Variation from level: Bed joints: ±1/4” in 10 feet, ±1/2” maximum Yes No

Top surface of bearing wall: ±1/4” in 10 feet, ±1/2” maximum Yes No

Variation from plumb: ±1/4” in 10 feet, ±3/8” in 20 feet, ±1/2” maximum Yes No

True to a line: ±1/4” in 10 feet, ±3/8” in 20 feet, ±1/2” maximum Yes No

Alignment of columns and walls (bottom vs. top): ±1/2” for bearing walls, ±3/4” for non-bearing walls

Yes No

Location of masonry elements: Indicated in plan: ±1/2” in 20 feet, ±3/4” maximum Yes No

Indicated in elevation: ±1/4” in story height, ±3/4” maximum Yes No

Reinforcing Placement and Tolerances

Reinforcing Materials (Ref. Article ACI 530.1, Article 3.4):

Specified bar size and spacing Yes No

Specified joint reinforcing Yes No

Specified reinforcing at openings Yes No

Specified dowels at foundations Yes No

Reinforcing Placement (Ref. Article ACI 530.1, Article 3.4B):

Support and fasten reinforcing together to prevent displacement by grout or mortar Yes No

Maintain clear distance between reinforcing and any masonry unit or formed surface: not less than 1/4" for fine grout or ½" for coarse grout Yes No

Splice reinforcement only where noted on Project Documents Yes No

Reinforcing will not be bent after embedded in mortar or grout Yes No

Minimum joint reinforcing cover:

½" where not exposed to weather, 5/8" where exposed to weather Yes No

Welding of reinforcing bars completed in accordance with AWS D1.4 Yes No

Reinforcing Tolerances (Ref. Article ACI 530.1, Article 3.4B):

+/- ½” for design depth of 8" or less Yes No

+/- 1" for design depth of 8"-24" Yes No

+/-1 1/4" for design depth of >24" Yes No

Vertical reinforcing in wall: 2" or less of required location along length of wall Yes No

Not to be used for bidding purposes!

Page 512: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 04220-24 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/04220 (Bid Set)

Masonry Accessories

Veneer Anchors (Ref. Article ACI 530.1, Article 3.4E):

Anchors are to be embedded a minimum of 1 1/2” into mortar joint with at least 5/8” cover to side face

Yes No

Two piece adjustable anchors are to be provided as specified Yes No

Two piece adjustable anchors are to be minimum wire size W1.7 or 22 gage Yes No

Grout and Grout Placement (Ref. Article ACI 530.1, Article 3.5 unless otherwise noted)

Grout cells are to be free and clear of debris, mortar droppings, loose aggregates and deleterious material (Article 3.2D)

Yes No

Grout mixture has a measured slump between 8 and 11 inches. Yes No

Grout must be placed within 1 ½ hours from the time that water is introduced to the mixture or before the initial set, if sooner.

Yes No

Grout will be confined to the areas indicated on the Project Documents Yes No

Grout pour heights are to be limited to heights indicated in Table 7 of ACI 530.1.

Consolidation of grout:

Pours 12" or less in height: by mechanical vibration or puddling Yes No

Pours > 12" in height: by mechanical vibration and reconsolidate after initial water loss and settlement has occurred

Yes No

Hot and Cold Weather Construction

Cold weather provisions of Article 1.8C of ACI 530.1 followed Yes No

Hot weather provisions of Article 1.8D of ACI 530.1 followed Yes No

Remarks:

Inspector Date

Not to be used for bidding purposes!

Page 513: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 05120-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/05120 (Bid Set)

SECTION 05120

STRUCTURAL STEEL

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: 1. Structural steel shapes and plate. 2. Fasteners and structural hardware:

a. All thread rods. b. High-strength bolts.

3. Welding. 4. Bolting.

B. Related sections: 1. The Contract Documents are complementary; what is called for by one is as

binding as if called for by all. 2. It is the Contractor’s responsibility for scheduling and coordinating the Work of

subcontractors, suppliers, and other individuals or entities performing or furnishing any of Contractor’s Work.

3. The following Sections are related to the Work described in this Section. This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the Contractor to see that the completed Work complies accurately with the Contract Documents. a. Section 01330 - Submittal Requirements. b. Section 01450 - Quality Control. c. Section 01455 - Special Inspections, Special Tests, and Structural

Observation. d. Section 03055 - Adhesive Bonding Reinforcing Bars and All Thread Rods. e. Section 04055 - Adhesive Bonding Reinforcing Bars and All Thread Rods

in Masonry. f. Section 05190 - Mechanical Anchoring and Fastening to Concrete and

Masonry. g. Section 09960 - High-Performance Coatings.

1.02 REFERENCES

A. American Institute of Steel Construction (AISC): 1. 303 - Code of Standard Practice for Steel Buildings and Bridges. 2. 360 - Specification for Structural Steel Buildings.

B. American Iron and Steel Institute (AISI): 1. Steel and stainless steel alloys (“types”) as indicated.

C. American Welding Society (AWS): 1. A5.1 - Specification for Carbon Steel Electrodes for Shielded Metal Arc

Welding. 2. A5.17 - Specification for Carbon Steel Electrodes and Fluxes for Submerged

Arc Welding.

Not to be used for bidding purposes!

Page 514: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 05120-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/05120 (Bid Set)

3. A5.20 - Specification for Carbon Steel Electrodes for Flux Cored Arc Welding. 4. D1.1 - Structural Welding Code - Steel. 5. D1.6 - Structural Welding Code - Stainless Steel.

D. ASTM International (ASTM): 1. A 6 - Standard Specification for General Requirements for Rolled Structural

Steel Bars, Plates, Shapes, and Sheet Piling. 2. A 36 - Standard Specification for Carbon Structural Steel. 3. A 53 - Standard Specification for Pipe, Steel, Black and Hot-Dipped,

Zinc-Coated, Welded, and Seamless. 4. A 123 - Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron

and Steel Products. 5. A 153 - Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel

Hardware. 6. A 194 - Standard Specification for Carbon and Alloy Steel Nuts for Bolts for

High Pressure or High Temperature Service, or Both. 7. A 240 - Standard Specification for Chromium and Chromium-Nickel Stainless

Steel Plate, Sheet, and Strip for Pressure Vessels and for General Applications.

8. A 276 - Standard Specification for Stainless Steel Bars and Shapes. 9. A 325 - Standard Specification for Structural Bolts, Steel, Heat Treated,

120/105 ksi Minimum Tensile Strength. 10. A 380 - Standard Practice for Cleaning, Descaling, and Passivation of

Stainless Steel Parts, Equipment, and Systems. 11. A 500 - Standard Specification for Cold-Formed Welded and Seamless

Carbon Steel Structural Tubing in Rounds and Shapes. 12. A 501 - Standard Specification for Hot-Formed Welded and Seamless Carbon

Steel Structural Tubing. 13. A 563 - Standard Specification for Carbon and Alloy Steel Nuts. 14. A 992 - Standard Specification for Structural Steel Shapes. 15. F 436 - Standard Specification for Hardened Steel Washers. 16. F 959 - Standard Specification for Compressible-Washer-Type Direct Tension

Indicators for Use with Structural Fasteners. 17. F 593 - Standard Specification for Stainless Steel Bolts, Hex Cap Screws, and

Studs. 18. F 594 - Standard Specification for Stainless Steel Nuts. 19. F 2329 - Standard Specification for Zinc Coating, Hot-Dip, Requirements for

Application to Carbon and Alloy Steel Bolts, Screws, Washers, Nuts, and Special Threaded Fasteners.

E. Research Council on Structural Connections (RCSC): 1. Specification for Structural Joints Using High-Strength Bolts

(RCSC Specification).

1.03 DEFINITIONS

A. Snug-tight: At bolted joints, the tightness attained with a few impacts of an impact wrench, or by the full effort of an ironworker using a spud wrench to bring the connected plies into firm contact.

Not to be used for bidding purposes!

Page 515: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 05120-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/05120 (Bid Set)

B. Stainless steel related terms: 1. Descaling: Removal of heavy, tightly adherent oxide films resulting from

hot-forming, heat-treatment, welding, and other high-temperature operations. 2. Pickling: Chemical descaling of stainless steel using aqueous solutions of nitric

and hydrofluoric acid, or various proprietary formulations as specified. 3. Passivation: Chemical treatment of stainless steel with a mild oxidant for the

purpose of enhancing the spontaneous formation of the steel’s protective passive film.

1.04 SUBMITTALS

A. General: Submit in accordance with Section 01330.

B. Product data: 1. Compressible-washer-type direct tension indicators: Manufacturer’s detailed

installation instructions including: a. Requirements for type and frequency of pre-installation verification. b. Requirements for coordination with regular washers. c. Instructions for assembling and tightening the joint so that work

progresses from the most rigid part until the connected plies are in firm contact.

2. Stainless steel: Fabricator name and qualifications, and specifications and procedures used for pickling and passivating members.

C. Quality control submittals: 1. Submit shop drawings of members to be fabricated before starting fabrication. 2. Welder’s certificates. 3. Submit steel fabricator's AISC certification.

D. Test reports: 1. Certified copies of mill tests and analyses made in accordance with applicable

ASTM standards, or reports from a recognized commercial laboratory, including chemical and tensile properties of each shipment of structural steel or part thereof having common properties.

1.05 QUALITY ASSURANCE

A. Qualifications: 1. Perform welding of structural metals with welders who have current AWS

certificate for the type of welding to be performed. 2. Steel fabricators shall be certified by the AISC or other certification as

recognized and accepted by the local building official having jurisdiction. 3. Notify Engineer 24 hours minimum before starting shop or field welding. 4. Engineer may check materials, equipment, and qualifications of welders. 5. Remove welders performing unsatisfactory Work, or require to requalification. 6. Engineer may use gamma ray, magnetic particle, dye penetrant, trepanning, or

other aids to visual inspection to examine any part of welds or all welds. 7. Contractor shall bear costs of retests on defective welds. 8. Contractor shall also bear costs in connection with qualifying welders.

B. Certification: 1. Steel fabricators shall be certified by the AISC or other certification acceptable

to the local building official having jurisdiction.

Not to be used for bidding purposes!

Page 516: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 05120-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/05120 (Bid Set)

1.06 DELIVERY, STORAGE, AND HANDLING

A. Packing and shipping: Deliver structural steel free from mill scale, rust, and pitting.

B. Storage and protection: Until erection and painting, protect from weather items not galvanized or protected by a shop coat of paint.

PART 2 PRODUCTS

2.01 MATERIALS

A. Unless otherwise specified or indicated on the Drawings, materials shall conform to the following:

Item ASTM

Standard Class, Grade, Type, or

Alloy Number

Steel

Plate, bars, rolled shapes (except W and WT shapes), and miscellaneous items

A 36 --

Rolled W and WT shapes A 992 Grade 50

Hollow structural sections (HSS): Round, square, or rectangular

A 500 Grade B

Round HSS A 500 Grade B

Steel pipe A 53 Grade B

Stainless Steel

Plate, sheet, and strip A 240 Type 304* or 316**

Bars and shapes A 276 Type 304* or 316** Notes: *Use Type 304L if material will be welded. **Use Type 316L if material will be welded.

B. Where stainless steel is welded, use low-carbon stainless steel.

2.02 FASTENERS AND STRUCTURAL HARDWARE

A. General: 1. Materials: Of domestic manufacture. 2. Where fasteners and hardware are specified to be galvanized, galvanize in

accordance with ASTM A 153 or ASTM F 2329.

B. All thread rods: 1. Uncoated

a. In accordance with ASTM A 36 unless otherwise indicated on the Drawings.

Not to be used for bidding purposes!

Page 517: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 05120-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/05120 (Bid Set)

b. Nuts: ASTM A 194. c. Washers: ASTM F 436.

2. Galvanized: a. In accordance with ASTM A 36 unless otherwise indicated on the

Drawings, and hot dip galvanized in accordance with ASTM A 153. b. Nuts: ASTM A 194, hot-dip galvanized in accordance with ASTM A 153. c. Washers: ASTM F 436, hot-dip galvanized in accordance with

ASTM A 153. 3. Stainless steel:

a. Units descaled, pickled, and passivated as specified in “Fabrication” in this Section.

b. Threaded rods and nuts to be the products of a single manufacturer/fabricator to ensure proper fit without galling. Ship all thread rods with properly fitting nuts attached.

c. Alloy Type 304 or Type 316 as indicated on the Drawings. If not indicated on the Drawings, furnish Type 316.

d. Type 304: 1) Rod: ASTM F 593, Group 1, Condition CW, coarse threads. 2) Nuts: ASTM F 594. Match alloy of rod (group and UNS designation). 3) Washers: Type 304 stainless steel.

e. Type 316: 1) Rod: ASTM F 593, Group 2, Condition CW, coarse threads. 2) Nuts: ASTM F 594. Match alloy of rod (group and UNS designation). 3) Washers: Type 316 stainless steel.

C. Anchor bolts, anchor rods, and post-installed steel anchors: As indicated on the Drawings and as specified in Section 05190.

D. High-strength bolts: 1. Provide high-strength bolt assembly, with nuts, hardened flat washers, and

compressible-washer-type direct tension indicators. Provide uncoated components unless galvanized coating is indicated on the Drawings.

2. Uncoated: a. Bolts: Plain heavy hex structural bolts in accordance with ASTM A 325

Type 1. b. Nuts: Heavy hex nuts in accordance with ASTM A 563, Grade C. c. Washers: Flat:

1) Adjacent to normal, oversized, and short-slotted holes: Circular and square or rectangular beveled washers in accordance with ASTM F 436.

2) Adjacent to long slotted holes: 5/16-inch thick plate washer fabricated from steel in accordance with ASTM A 36.

d. Washers: Tension indicating: In accordance with ASTM F 959. 3. Galvanized:

a. Bolt and nut assemblies fabricated, galvanized, tested for rotational capacity, and shipped accordance with the provisions ASTM A 325 and the RCSC Specification.

b. Bolts, nuts, and washers: Hot-dip galvanized and in accordance with ASTM A 153, Class C or ASTM F 2329.

c. Bolts: Plain heavy hex structural bolts in accordance with ASTM A 325 Type 1 and galvanized as specified.

Not to be used for bidding purposes!

Page 518: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 05120-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/05120 (Bid Set)

d. Nuts: Heavy hex nuts in accordance with ASTM A 563, Grade DH, galvanized as specified, and lubricated in accordance with ASTM A 563, Supplementary Requirement S1 to minimize galling.

e. Washers: 1) Adjacent to normal, oversized, and short-slotted holes: Circular and

square or rectangular beveled washers in accordance with ASTM F 436 and galvanized as specified.

2) Adjacent to long slotted holes: 5/16-inch thick plate washer fabricated from steel in accordance with ASTM A 36, and galvanized in accordance with ASTM A 123.

4. Direct-tension indicators: a. For each high-strength bolt at slip-critical connections, provide

compressible washer type direct tension indicator in accordance with ASTM F 959.

E. Stainless steel bolts (for use in stainless steel structures): 1. General:

a. Bolts and nuts shall be the products of a single manufacturer/fabricator to ensure proper fit without galling. Ship bolts with properly fitting nuts attached.

b. Units descaled, pickled and passivated as specified in “Fabrication." 2. Alloy: Type 304 or Type 316 to match alloy of structural members being

connected. 3. Type 304:

a. Bolts: ASTM F 593, Group 1, Condition CW, coarse threads. b. Nuts: ASTM F 594. Match alloy (group and UNS designation) and threads

of bolts. c. Washers: Type 304 stainless steel.

4. Type 316: a. Bolts: ASTM F 593, Group 2, Condition CW, coarse threads. b. Nuts: ASTM F 594. Match alloy (group and UNS designation) and

threads of bolts. c. Washers: Type 316 stainless steel.

5. Welded studs: As indicated on the Drawings and as specified in Section 05190.

2.03 ISOLATING SLEEVES AND WASHERS

A. As indicated on the Drawings and as specified in Section 05190.

2.04 GALVANIZED SURFACE REPAIR

A. Manufacturers: One of the following or approved equal: 1. Galvinox. 2. Galvo-Weld.

2.05 THREAD COATING

A. Manufacturers: One of the following or approved equal: 1. Never Seez Compound Corporation, Never-Seez. 2. Oil Research, Inc., WLR No. 111.

Not to be used for bidding purposes!

Page 519: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 05120-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/05120 (Bid Set)

2.06 SUPPLEMENTARY PARTS

A. Furnish as required for complete structural steel erection, whether or not such parts and Work are specified or indicated on the Drawings.

2.07 FABRICATION

A. Shop assembly: 1. Fabricate structural steel in accordance with AISC 360 and AISC 303 unless

otherwise specified or modified by applicable regulatory requirements. 2. Where anchors, connections, or other details of structural steel are not

specifically indicated on the Drawings or specified, their material, size and form shall be equivalent in quality and workmanship to items specified.

3. Round off sharp and hazardous projections and grind smooth. 4. Take measurements necessary to properly fit work in the field. Take

responsibility for and be governed by the measurements and proper working out of all the details.

5. Take responsibility for correct fitting of all metalwork.

B. Stainless steel shapes and assemblies: 1. For structural members such as W shapes, S shapes, channels, angles, and

similar rolled shapes not available in quantity, size, and type of stainless steel specified or indicated on the Drawings: a. Fabricate shapes using laser-fused, full penetration welds between pieces

of plate to attain same or higher section modulus and moment of inertia as that of members indicated on the Drawings.

b. Fabricate shapes from dual grade stainless steel. c. Fabricate beams and channels to ASTM A 6 tolerances. d. Manufacturers: The following, or equal:

1) Stainless Structurals, LLC, Jacksonville, FL. 2. Cleaning and passivation:

a. Following shop fabrication of stainless steel members and bolts, clean and passivate fabrications at point of manufacture.

b. Finish requirements: Remove free iron, heat tint oxides, weld scale and other impurities, and obtain a bright passive finished surface with no etching, pitting, frosting, or discoloration.

c. Provide quality control testing to verify effectiveness of cleaning agents and procedures and to confirm that finished surfaces are clean and passivated. 1) Conduct sample runs using test specimens with proposed cleaning

agents and procedures as required to avoid adverse effects on surface finishes and base materials.

d. Pre-clean, chemically de-scale (“pickle”), passivate, and final-clean fabrications in accordance with the requirements of ASTM A 380. 1) If degreasing is required before cleaning (pickling) to remove scale or

iron oxide, cleaning with citric acid treatments is permissible; however, such treatments shall be followed inorganic cleaners.

2) Pickle and passivate stainless steel using a nitric acid solution in accordance with ASTM A 380, Annex A2, Table A2.1, Part II.

3) Pickling by citric acid treatment or sulfuric acid treatment is not considered to satisfy the requirements of this Section.

Not to be used for bidding purposes!

Page 520: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 05120-8 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/05120 (Bid Set)

e. Inspect after cleaning using methods specified for “gross inspection” in ASTM A 380.

f. Improperly or poorly cleaned and passivated materials shall not be shipped and will not be accepted at the site.

C. Galvanized steel: 1. Where galvanizing is required, hot-dip structural steel after fabrication in

accordance with ASTM A 123: 2. Do not electro-galvanize or mechanically-galvanize unless specified or

accepted by Engineer. 3. Re-straighten galvanized items that bend or twist during galvanizing.

PART 3 EXECUTION

3.01 EXAMINATION

A. Verification of conditions: Examine Work in place to verify that it is satisfactory to receive the Work of this Section. If unsatisfactory conditions exist, do not begin this Work until such conditions have been corrected.

3.02 ERECTION

A. General: 1. Fabricate structural and foundry items to true dimensions without warp or twist. 2. Form welded closures neatly, and grind off smooth where weld material

interferes with fit or is unsightly. 3. Install structural items accurately and securely, true to level, plumb, in correct

alignment and grade, with all parts bearing or fitting structure or equipment for which intended.

4. Do not bend out of alignment, re-drill, re-shape, or force fit fabricated items. 5. Place anchor bolts or other anchoring devices accurately and make surfaces

that bear against structural items smooth and level. 6. Rigidly support and brace structural items needing special alignment to

preserve straight, level, even, and smooth lines. Keep structural items braced until concrete, grout, or dry pack mortar has hardened for 48 hours minimum.

7. Erect structural steel in accordance with AISC 360 unless otherwise specified or modified by applicable regulatory requirements.

8. Where anchors, connections, and other details of structural steel erection are not specifically indicated on the Drawings or specified, form, locate, and attach with equivalent in quality and workmanship to items specified.

9. Round off sharp or hazardous projections and grind smooth. 10. Paint or coat steel items as specified in Sections 09910 and 09960.

B. Stainless steel. Take all necessary precautions to avoid iron contamination of stainless steel during delivery, storage, and handling. 1. Segregate stainless steel from iron. 2. Tools and handling devices.

a. Do not use iron tools clamps, chokes, working surfaces, or brushes when fabricating, handling, and erecting stainless steel.

b. Do not use tools that have been contaminated by contact with iron.

Not to be used for bidding purposes!

Page 521: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 05120-9 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/05120 (Bid Set)

c. Use stainless steel, polymer coated, or wood tools and handling equipment. Do not use tools that have been contaminated by contract with iron or steel.

C. Welding: General: 1. Make welds full penetration type, unless otherwise indicated on the Drawings. 2. Remove backing bars and weld tabs after completion of weld. Repair defective

welds observed after removal of backing bars and weld tabs.

D. Welding stainless steel: 1. General: In accordance with AWS D1.6. 2. Field welding of stainless steel will not be permitted. 3. Passivation of field-welded surfaces:

a. Provide cleaning, pickling, and passivating as specified under “Fabrications” of this Section. Clean using Derustit Stainless Steel Cleaner, or equal.

E. Welding carbon steel: 1. General: In accordance with AWS D1.1:

a. Weld ASTM A 36 and A 992 structural steel, ASTM A 500 and A 501 structural tubing, and ASTM A 53 pipe with electrodes conforming to AWS A5.1, using E70XX electrodes; AWS A5.17, using F7X-EXXX electrodes; or AWS A5.20, using E7XT-X electrodes:

b. Field repair cut or otherwise damaged galvanized surfaces to equivalent original condition using a galvanized surface repair.

F. Interface with other products: 1. Where steel members and fasteners come in contact with dissimilar metals

(aluminum, stainless steel, etc.), separate, or isolate the dissimilar metals with isolating sleeves and washers as specified in Section 05190.

G. Fasteners: General: 1. Install bolts to project 2 threads minimum, but 1/2 inch maximum beyond nut. 2. Anchor bolts and anchor rods: Install as specified in Section 05190.

a. Unless otherwise specified, tighten nuts on anchor bolts and anchor rods specified in Section 05190 to the "snug-tight" condition.

3. All thread rods in drilled holes and bonded to concrete with epoxy: Install as specified in Section 03055.

4. All thread rods in drilled holes and bonded to masonry with epoxy: Install as specified in Section 04055.

H. Fasteners: High-strength bolts: 1. Connections with high-strength bolts shall in accordance with RCSC

Specification for Structural Joints Using High-Strength Bolts. 2. Provide pre-tensioned joints at bolted connections, except where slip-critical or

snug-tight connections are indicated on the Drawings. 3. Joints: Slip-critical.

a. Confirm that faying surfaces at connections are free of dirt and other foreign material, have been blast cleaned, and are free of coatings and inadvertent overspray in accordance with RCSC Specification.

Not to be used for bidding purposes!

Page 522: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 05120-10 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/05120 (Bid Set)

b. Furnish hardened flat washers in accordance with ASTM F 436: 1) On outer plies with slotted holes. 2) When 1 or more plies of the connected material has a yield strength

less than 40 ksi. 3) Under element, nut, or bolt head, turned in tightening.

c. Install tension indicator washers, placed in accordance with ASTM F 959 Figure X1, to confirm adequate tightening of bolts.

d. Tighten bolts to full pretension. 4. Joints: Pre-tensioned.

a. Joint preparation, assembly, and tightening shall be as specified for slip-critical connections, except that the requirements for un-coated faying surfaces shall not apply.

5. Joints: Snug-tight: a. Install bolts with washers where required in accordance with RCSC

Specification. b. Tighten bolts to bring the connected plies into firm contact. Tightening

shall progress systematically beginning with the most rigid part of the joint. More than 1 cycle through the bolt pattern may be required to achieve this condition.

c. Verify adequate tightening of bolts by visual observation to confirm that washers have been installed at locations required in accordance with RCSC Specification, and that the plies of the connected parts have been brought into firm contact.

I. Fasteners: Stainless steel bolts: 1. Connections shall be snug-tight joints unless otherwise indicated on the

Drawings. 2. Prior to installing nuts, coat threads of stainless steel fasteners with thread

coating to prevent galling of threads. 3. Rotate nuts using a slow, smooth action without interruptions. Avoid over-

tightening.

3.03 FIELD QUALITY CONTROL

A. Provide Contractor quality control as specified in Section 01450.

3.04 FIELD QUALITY ASSURANCE

A. Provide Owner quality assurance as specified in Section 01450.

B. Special inspections and tests, and structural observations: 1. Provide as specified in Section 01455.

END OF SECTION

Not to be used for bidding purposes!

Page 523: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 05140-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/05140 (Bid Set)

SECTION 05140

STRUCTURAL ALUMINUM

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Structural aluminum products, including sheet, pipe, extrusions, and associated accessories.

B. Related Sections: 1. Section 05190 - Mechanical Anchoring and Fastening to Concrete and

Masonry. 2. Section 09960 - High-Performance Coatings.

1.02 REFERENCES

A. ASTM International (ASTM): 1. B209 - Standard Specification for Aluminum and Aluminum-Alloy Sheet and

Plate. 2. B221 - Standard Specification for Aluminum and Aluminum-Alloy Extruded

Bars, Rods, Wire, Profiles, and Tubes. 3. B308 - Standard Specification for Aluminum-Alloy 6061-T6 Standard Structural

Profiles.

B. American Welding Society (AWS): 1. A5.10 - Specification for Bare Aluminum and Aluminum-Alloy Welding

Electrodes and Rods. 2. D1.2 - Structural Welding Code - Aluminum.

1.03 SUBMITTALS

A. Quality control submittals: 1. Test Reports: Certified copies of mill tests or reports from a recognized

commercial laboratory including chemical and tensile properties of each shipment of structural metal or part thereof having common properties. Tests and analyses shall be made in accordance with applicable ASTM Standards.

2. Welder’s certificates.

1.04 QUALITY ASSURANCE

A. Qualifications: 1. Perform welding of structural metals with welders who have current AWS

certificate for the type of welding to be performed. 2. Notify Engineer 24 hours minimum before starting shop or field welding. 3. Engineer may check materials, equipment, and qualifications of welders. 4. Remove welders performing unsatisfactory work, or require to requalify. 5. Engineer may use gamma ray, magnetic particle dye penetrant, or other aids

to visual inspection to examine any part of welds or all welds. 6. Contractor shall bear costs of retests on defective welds.

Not to be used for bidding purposes!

Page 524: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 05140-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/05140 (Bid Set)

7. Contractor shall bear costs in connection with qualifying welders.

PART 2 PRODUCTS

2.01 MATERIALS

A. Structural sheet aluminum: ASTM B209, Alloy 6061-T6.

B. Structural aluminum: ASTM B308, Alloy 6061-T6.

C. Extruded aluminum: ASTM B221, Alloy 6063-T42.

D. Isolating sleeves and washers: 1. As indicated on the Drawings and as specified in Section 05190.

E. Miscellaneous materials: 1. Furnish supplementary parts necessary to complete each item even where

such work is neither definitely indicated on the Drawings nor specified. 2. Size, form, attachment, and location shall conform to the best of current

practice. 3. Conform to applicable ASTM Standards for materials not otherwise specified.

2.02 FABRICATION

A. Aluminum layout: 1. Center punch hole centers, and punch or scribe cutoff lines, except where

marks would remain on fabricated material. 2. Apply temperature correction where necessary in layout of critical dimensions.

Use a coefficient of expansion of 0.000013 per degree of Fahrenheit.

B. Cutting aluminum: 1. Material 1/2-inch thick or less: Shear, saw, or cut with a router. 2. Material more than 1/2-inch thick: Saw or rout. 3. Make cut edges true and smooth, free from excessive burrs or ragged breaks. 4. Avoid reentrant cuts wherever possible. Where used, fillet by drilling prior to

cutting. 5. Do not flame cut aluminum alloys. 6. Punch or drill rivet or bolt holes to finished size before assembly:

a. Make finished diameter of holes for bolts 1/16-inch maximum larger than nominal bolt diameter.

b. Make holes cylindrical and perpendicular to principal surface. c. Do not permit holes to drift in a manner to distort metal.

C. Aluminum forming and assembly: 1. Do not heat structural aluminum, except as follows:

a. Heat aluminum to 400 degrees Fahrenheit for 30 minutes maximum, to facilitate bending or welding.

b. Heat only when proper temperature controls and supervision can ensure that limitations on temperature and time are observed.

D. Before assembly, remove chips lodged between contacting surfaces.

Not to be used for bidding purposes!

Page 525: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 05140-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/05140 (Bid Set)

E. Welding aluminum: 1. Perform welding of aluminum in accordance with AWS D1.2. 2. Weld aluminum in accordance with the following:

a. Preparation: 1) Remove dirt, grease, forming or machining lubricants, and organic

materials from areas to be welded by cleaning with a suitable solvent or by vapor degreasing.

2) Additionally, etch or scratch brush to remove oxide coating just prior to welding when inert gas tungsten arc welding method is used.

3) Oxide coating may not need to be removed if welding is performed by automatic or semi-automatic inert gas shielded metal arc.

4) Suitably prepare edges to assure 100 percent penetration in butt welds by sawing, chipping, machining, or shearing. Do not cut with oxygen.

b. Filler metal: Aluminum alloys conforming to the requirements of AWS A5.10 and AWS classification ER 4043, ER 5654, ER 5554, ER 5183, ER 5356, or ER 5556.

c. Perform welding of structures which are to be anodized using filler alloys which will not discolor when anodized, AWS ER 5654, ER 5554, ER 5183, ER 5356, or ER 5556.

d. Perform welding by using a non-consumable tungsten electrode with filler metal in an inert gas atmosphere (TIG) or using a consumable filler metal electrode in an inert gas atmosphere (MIG).

e. Do not use welding process that requires use of a welding flux. f. Neatly make welded closures. g. Where weld material interferes with fit or is unsightly in appearance, grind

it smooth. h. Make welds full penetration welds unless otherwise indicated on the

Drawings.

PART 3 EXECUTION

3.01 EXAMINATION

A. Verification of conditions: Examine Work in place to verify that it is satisfactory to receive the Work of this Section. If unsatisfactory conditions exist, do not begin this Work until such conditions have been corrected.

3.02 INSTALLATION

A. Install structural aluminum products as indicated on the Drawings and specified.

B. Install structural aluminum products accurately and securely, true to level, plumb, in correct alignment and grade, with all parts bearing or fitting structure or equipment for which intended.

C. Do not cock out of alignment, redrill, reshape, or force fit fabricated items.

D. Place anchor bolts or other anchoring devices accurately and make surfaces which bear against structural items smooth and true to level.

Not to be used for bidding purposes!

Page 526: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 05140-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/05140 (Bid Set)

E. Rigidly support and brace structural products needing special alignment to preserve straight, level, even, smooth lines, and keep braced until concrete, grout, or dry pack mortar has hardened for a minimum 48-hour period.

F. Interface with other products: 1. Where aluminum comes in contact with dissimilar metals, use stainless steel

bolts or anchors and separate or isolate the dissimilar metals with isolating sleeves and washers as specified in Section 05190.

2. Coat those parts of aluminum which will be cast into concrete or which will be in contact with concrete, grout, masonry, wood, or other materials that will cause the aluminum to corrode, as specified in Section 09960.

END OF SECTION

Not to be used for bidding purposes!

Page 527: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 05190-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/05190 (Bid Set)

SECTION 05190

MECHANICAL ANCHORING AND FASTENING TO CONCRETE AND MASONRY

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: 1. Cast-in anchors and fasteners:

a. Anchor bolts. b. Anchor rods. c. Deformed bar anchors. d. Welded studs.

2. Post-installed steel anchors and fasteners: a. Concrete anchors. b. Undercut concrete anchors.

3. Appurtenances for anchoring and fastening: a. Isolating sleeves and washers. b. Thread coating for threaded stainless steel fasteners.

B. Related sections: 1. Section 01330 - Submittals. 2. Section 01410 - Regulatory Requirements. 3. Section 01450 - Quality Control. 4. Section 01455 - Special Tests and Inspections. 5. Section 01610 - Project Design Criteria. 6. Section 03055 - Adhesive-Bonded Reinforcing Bars and All Thread Rods. 7. Section 03600 - Grouts. 8. Section 04055 - Adhesive Bonding Reinforcing Bars and All Thread Rods in

Masonry. 9. Section 05120 - Structural Steel. 10. Section 05500 - Metal Fabrications.

1.02 REFERENCES

A. American Concrete Institute (ACI): 1. 355.2 - Qualification of Post-Installed Mechanical Anchors in Concrete &

Commentary.

B. American National Standards Institute (ANSI): 1. B212.15 - Cutting Tools - Carbide-tipped Masonry Drills and Blanks for

Carbide-tipped Masonry Drills.

C. American Welding Society (AWS): 1. D1.1 - Structural Welding Code - Steel. 2. D1.6 - Structural Welding Code - Stainless Steel.

D. ASTM International (ASTM): 1. A29 - Standard Specification for Steel Bars, Carbon and Alloy, Hot-Wrought,

General Requirements for.

Not to be used for bidding purposes!

Page 528: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 05190-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/05190 (Bid Set)

2. A36 - Standard Specification for Carbon Structural Steel. 3. A53 - Standard Specification for Pipe, Steel, Black and Hot-Dipped,

Zinc-Coated, Welded and Seamless. 4. A108 - Standard Specification for Steel Bars, Carbon and Alloy, Cold Finished. 5. A123 - Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron

and Steel Products. 6. A153 - Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel

Hardware. 7. A240 - Standard Specification for Chromium and Chromium Nickel Stainless

Steel Plate, Sheet, and Strip for Pressure Vessels and for General Applications.

8. A308 - Standard Specification for Steel Sheet, Terne (Lead-Tin Alloy) Coated by the Hot-Dip Process.

9. A496 - Standard Specification for Steel Wire, Deformed, for Concrete Reinforcement.

10. A563 - Standard Specification for Carbon and Alloy Steel Nuts. 11. B633 - Standard Specification for Electrodeposited Coatings of Zinc on Iron

and Steel. 12. B695 - Standard Specification for Coatings of Zinc Mechanically Deposited on

Iron and Steel. 13. E488 - Standard Test Methods for Strength of Anchors in Concrete Elements. 14. F436 - Standard Specification for Hardened Steel Washers. 15. F593 - Standard Specification for Stainless Steel Bolts, Hex Cap Screws and

Studs. 16. F594 - Standard Specification for Stainless Steel Nuts. 17. F1554 - Standard Specification for Anchor Bolts, Steel, 36, 55 and 105-ksi

Yield Strength. 18. F2329 - Standard Specification for Zinc Coating, Hot-Dip, Requirements for

Application to Carbon and Alloy Steel Bolts, Screws, Washers, Nuts, and Special Threaded Fasteners.

E. International Code Council Evaluation Service, Inc. (ICC-ES): 1. AC01 - Acceptance Criteria for Expansion Anchors in Masonry Elements. 2. AC106 - Acceptance Criteria for Predrilled Fasteners (Screw Anchors) in

Masonry. 3. AC193 - Acceptance Criteria for Mechanical Anchors in Concrete Elements.

1.03 DEFINITIONS

A. Built-in anchor: Headed bolt or assembly installed in position before filling surrounding masonry units with grout.

B. Cast-in anchor: Headed bolt or assembly installed in position before placing plastic concrete around.

C. Overhead installations: Fasteners installed on overhead surfaces where the longitudinal axis of the fastener is more than 60 degrees above a horizontal line so that the fastener resists sustained tension loads.

D. Passivation: Chemical treatment of stainless steel with a mild oxidant for the purpose of enhancing the spontaneous formation of the steel’s protective passive film.

Not to be used for bidding purposes!

Page 529: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 05190-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/05190 (Bid Set)

E. Post-installed anchor: Fastener or assembly installed in hardened concrete or finished masonry construction, typically by drilling into the structure and inserting a steel anchor assembly.

F. Terms relating to structures or building environments as used with reference to anchors and fasteners: 1. Corrosive locations: Describes interior and exterior locations as follows:

a. Locations used for delivery, storage, transfer, or containment (including spill containment) of chemicals used for plant treatment processes.

b. Exterior and interior locations at the following treatment structures: 1) Wastewater treatment facilities: Liquids stream:

a) Primary clarifiers and primary clarifier flow splitting boxes. 2) Wastewater treatment facilities: Solids stream:

a) Dewatering facilities. 2. Wet and moist locations: Describes locations, other than “corrosive locations,”

that are submerged, are immediately above liquid containment structures, or are subject to frequent wetting, splashing, or wash down. Includes: a. Exterior portions of buildings and structures. b. Liquid-containing structures:

1) Locations at and below the maximum operating liquid surface elevation.

2) Locations above the maximum operating liquid surface elevation and: a) Below the top of the walls containing the liquid. b) At the inside faces and underside surfaces of a structure

enclosing or spanning over the liquid (including walls, roofs, slabs, beams, or walkways enclosing the open top of the structure).

c. Liquid handling equipment: 1) Bases of pumps and other equipment that handles liquids.

d. Indoor locations exposed to moisture, splashing, or routine wash down during normal operations, including floors with slopes toward drains or gutters.

e. Other locations indicated on the Drawings. 3. Other locations:

a. Interior dry areas where the surfaces are not exposed to moisture or humidity in excess of typical local environmental conditions.

1.04 SUBMITTALS

A. General: 1. Submit as specified in Section 01330. 2. Submit information listed for each type of anchor or fastener to be used.

B. Action submittals: 1. Product data:

a. Cast-in anchors: 1) Manufacturer’s data including catalog cuts showing anchor sizes and

configuration, materials, and finishes. b. Post-installed anchors:

1) For each anchor type, manufacturer’s data including catalog cuts showing anchor sizes and construction, materials and finishes, and load ratings.

Not to be used for bidding purposes!

Page 530: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 05190-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/05190 (Bid Set)

2. Samples: a. Samples of each type of anchor, including representative diameters and

lengths, if requested by the Engineer. 3. Certificates:

a. Cast-in anchors: 1) Mill certificates for steel anchors that will be supplied to the site.

b. Post-installed anchors: 1) Manufacturer’s statement or certified test reports demonstrating that

anchors that will be supplied to the site comply with the materials properties specified.

4. Test reports: a. Post-installed anchors: For each anchor type used for the Work:

1) Current ICC-ES Report (ESR) demonstrating: a) Acceptance of that anchor for use under the building code

specified in Section 01410. b) That testing of the concrete anchor included the simulated

seismic tension and shear tests of AC193, and that the anchor is accepted for use in Seismic Design Categories C, D, E, or F and with cracked concrete.

5. Manufacturer’s instructions: a. Requirements for storage and handling. b. Recommended installation procedures including details on drilling, hole

size (diameter and depth), hole cleaning and preparation procedures, anchor insertion, and anchor tightening.

c. Requirements for inspection or observation during installation. 6. Qualification statements:

a. Post-installed anchors: Installer qualifications: 1) Submit list of personnel performing installations and include date of

manufacturer’s training for each.

1.05 QUALITY ASSURANCE

A. Qualifications: 1. Post installed anchors shall be in accordance with building code specified in

Section 01410.

B. Special inspection: 1. Provide special inspection of post-installed anchors as specified in

Section 01455 and this Section.

1.06 DELIVERY, STORAGE, AND HANDLING

A. Deliver post-installed anchors in manufacturer’s standard packaging with labels visible and intact. Include manufacturer’s installation instructions.

B. Handle and store anchors and fasteners in accordance with manufacturer’s recommendations and as required to prevent damage.

C. Protect anchors from weather and moisture until installation.

1.07 PROJECT CONDITIONS

A. Seismic Design Category (SDC) for structures is indicated on the Drawings.

Not to be used for bidding purposes!

Page 531: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 05190-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/05190 (Bid Set)

PART 2 PRODUCTS

2.01 MANUFACTURED UNITS

A. General: 1. Furnish threaded fasteners with flat washers and hex nuts fabricated from

materials corresponding to the material used for threaded portion of the anchor. a. Cast-in anchors: Provide flat washers and nuts as listed in the ASTM

standard for the anchor materials specified. b. Post-installed anchors: Provide flat washers and nuts supplied for that

product by the manufacturer of each anchor. 2. Size of anchors and fasteners, including diameter and length or minimum

effective embedment depth: As indicated on the Drawings or as specified in this Section. In the event of conflicts, contact Engineer for clarification.

3. Where anchors and connections are not specifically indicated on the Drawings or specified, their material, size and form shall be equivalent in quality and workmanship to items specified.

B. Materials: 1. Provide and install anchors of materials as in this Section.

2.02 CAST-IN ANCHORS AND FASTENERS

A. Anchor bolts: 1. Description:

a. Straight steel rod having one end with an integrally forged head, and one threaded end. Embedded into concrete with the headed end cast into concrete at the effective embedment depth indicated on the Drawings or specified, and with the threaded end left to project clear of concrete face as required for the connection to be made.

b. Furnish anchor bolts with heavy hex forged head or equivalent acceptable to Engineer. 1) Rods or bars with angle bend for embedment in concrete (i.e., “L” or

“J” shaped anchor bolts) are not permitted in the Work. 2. Materials:

a. Ship anchor bolts with properly fitting nuts attached. b. Type 316 stainless steel:

1) Surfaces descaled, pickled, and passivated in accordance with ASTM A308.

2) Bolts: ASTM F593, Group 2, Condition CW, coarse threads. 3) Nuts: ASTM F594. Match alloy (group and UNS designation) and

threads of bolts. 4) Washers: Type 316 stainless steel.

c. Galvanized steel: 1) Hot-dip galvanized coating in accordance with ASTM F2329. 2) Bolt: ASTM F1554, Grade 36, heavy hex, coarse thread. 3) Nuts: ASTM A563, Grade A, heavy hex, threads to match bolt. 4) Washers: ASTM F436, Type 1.

Not to be used for bidding purposes!

Page 532: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 05190-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/05190 (Bid Set)

B. Deformed bar anchors: 1. Description: Steel rod with rebar-like deformations along its length and welding

ferrule at one end for attachment to structural steel members (plates or shapes).

2. Manufacturers: One of the following or equal: a. Nelson Stud Welding Company: D2L Deformed Bar Anchors (D2L-DBA). b. Stud Welding Products, Inc.: Deformed Anchor Studs.

3. Materials: a. Galvanized steel:

1) Hot-dip galvanized coating in accordance with ASTM A153 where indicated on the Drawings.

2) Steel: ASTM A496 wire deformed for concrete reinforcement.

C. Welded studs: 1. Description: Anchor with forged head for embedment into concrete on one

end, and welding ferrule for attachment to steel on the other. Welded to steel members or plates to provide anchorage for steel connections to concrete.

2. Acceptance criteria: a. Welded studs in accordance with AWS D1.1, Type B.

3. Manufacturers: One of the following or equal: a. Nelson Stud Welding Company: H4L Concrete Anchors or S3L Shear

Connectors as indicated on the Drawings. b. Stud Welding Products: Headed Concrete Anchors (HCA) or Headed

Shear Connectors (HSC) as indicated on the Drawings. 4. Materials:

a. Stainless steel: Type 316L: b. Galvanized steel:

1) Hot-dip galvanized after fabrication with coating in accordance with ASTM A123.

2) Steel: Carbon steel in accordance with ASTM A108 with 50,000 pounds per square inch minimum yield strength, and 60,000 pounds per square inch minimum tensile strength.

D. Steel plates or shapes for fabrications including assemblies with welded studs or deformed bar anchors: 1. Stainless steel: Type 316L or Type 304L:

a. Plates (embedded): ASTM A240. 2. Galvanized steel:

a. Hot dip galvanized in accordance with ASTM A123. b. Steel: ASTM A36.

2.03 POST-INSTALLED ANCHORS AND FASTENERS – ADHESIVE

A. Epoxy bonding of reinforcing bars, all thread rods, and threaded inserts in concrete: As specified in Section 03055.

B. Epoxy bonding of reinforcing bars, all thread rods, and threaded inserts in masonry: As specified in Section 04055.

Not to be used for bidding purposes!

Page 533: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 05190-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/05190 (Bid Set)

2.04 POST-INSTALLED ANCHORS AND FASTENERS – MECHANICAL

A. General: 1. Post-installed anchors used for the Work shall hold a current ICC Evaluation

Service Report demonstrating acceptance for use under the building code specified in Section 01410. a. Conditions of use: The acceptance report shall indicate acceptance of the

product for use under the following conditions: 1) In regions of concrete where cracking has occurred or may occur. 2) To resist short-term loads due to wind forces. 3) To resist short-term loading due to seismic forces for the Seismic

Design Category of the structure where the product will be used. 2. Substitutions: When requesting product substitutions, submit calculations,

indicating the diameter, effective embedment depth and spacing of the proposed anchors, and demonstrating that the substituted product will provide load resistance that is equal to or greater than that provided by the anchors listed in this Section. a. Calculations shall be prepared by and shall bear the signature and seal of

a Structural Engineer licensed in the State of Illinois. b. Decisions regarding the acceptability of proposed substitutions shall be at

the discretion of the Engineer.

B. Concrete anchors: 1. Description. Post-installed anchor assembly consisting of a threaded stud and

a surrounding wedge expansion sleeve that is forced outward by torqueing the center stud to transfer loads from the stud to the concrete through bearing, friction, or both. (Sometimes referred to as “expansion anchors” or “wedge anchors.”) a. Do not use slug-in, lead cinch, and similar systems relying on deformation

of lead alloy or similar materials to develop holding power. 2. Concrete anchors for anchorage to concrete:

a. Acceptance criteria: 1) Concrete anchors shall have a current ICC-ES Report demonstrating

that the anchors have been tested and qualified for performance in both cracked and un-cracked concrete, and for short-term loading due to wind and seismic forces for Seismic Design Categories A through F in accordance with ACI 355.2 and with ICC-ES AC193 (including all mandatory tests and optional tests for seismic tension and shear in cracked concrete).

2) Concrete anchor performance in the current ICC-ES Report shall be “Category 1” as defined in ACI 355.2.

b. Manufacturers: One of the following or equal: 1) Hilti: Kwik Bolt TZ Expansion Anchor. 2) Powers fasteners: PowerStud+ SD2. 3) Simpson Strong-Tie: Strong Bolt 2 Wedge Anchor.

c. Materials. Integrally threaded stud, wedge, washer, and nut: 1) Stainless steel: Type 316. 2) Galvanized: Carbon steel, zinc plated in accordance with

ASTM B633, minimum 5 microns (Fe/Zn 5).

Not to be used for bidding purposes!

Page 534: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 05190-8 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/05190 (Bid Set)

3. Concrete anchors for anchorage to concrete masonry (fully grouted cells): a. Acceptance criteria: Concrete anchors shall have a current

ICC-ES Report demonstrating that the anchors have been tested and qualified in accordance with ICC-ES AC01, including all mandatory tests and optional seismic tests.

b. Manufacturers: One of the following or equal: 1) Hilti: Kwik Bolt 3 Expansion Anchor. 2) Powers fasteners: Power-Stud+ SD1. 3) Simpson Strong-Tie: Wedge-All Anchor.

c. Materials. Integrally threaded stud, wedge, washer, and nut: 1) Stainless steel: Type 316.

a) Type 304 stainless steel acceptable for use at wet and moist locations when accepted in writing by the Engineer.

2) Galvanized: Carbon steel, zinc plated in accordance with ASTM B633, minimum 5 microns (Fe/Zn 5) or mechanically galvanized in accordance with ASTM B695, Class 55, Type 1.

C. Flush shells: 1. Description: Post-installed anchor assembly consisting of an internally

threaded mandrel that is forced into a pre-drilled concrete hole with a setting tool until the top of the anchor is flush with the face of the concrete. Once installed, a removable threaded bolt is installed in the mandrel.

2. Flush shell anchors are not permitted in the Work.

D. Undercut concrete anchors: 1. Description: Post-installed concrete anchor that develops tensile strength from

mechanical interlock provided by creation of an undercut “key” at the embedded end of the anchor. The undercut may be achieved with a special drill before anchor installation, or by the anchor itself during installation.

2. Acceptance criteria: a. Acceptance criteria:

1) Undercut concrete anchors shall have a current ICC-ES Report demonstrating that the anchors have been tested and qualified for performance in both cracked and un-cracked concrete, and for short-term loading due to wind and seismic forces for Seismic Design Categories A through F in accordance with ACI 355.2 and ICC ES AC193 (including all mandatory tests and optional tests for seismic tension and shear in cracked concrete).

2) Undercut anchor performance in the current ICC-ES Report shall be “Category 1” as defined in ACI 355.2.

b. Use pre-setting units. Through-setting units are not allowed unless prior written acceptance for specific locations is obtained from the Engineer.

3. Manufacturers: One of the following or equal: a. Hilti: HDA (carbon steel) or HAD-R (stainless steel) Undercut Anchor. b. Powers Fasteners: Atomic+ Undercut Anchor. c. Simpson Strong-Tie: Torq-Cut Anchor. d. USP Structural Connectors: DUC-L Undercut Anchors.

4. Materials: a. Stainless steel: Corrosive, wet, and moist and locations: Type 316. b. Galvanized: Carbon steel, zinc plated in accordance with ASTM B633,

minimum 5 microns (Fe/Zn 5).

Not to be used for bidding purposes!

Page 535: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 05190-9 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/05190 (Bid Set)

2.05 APPURTENANCES FOR ANCHORING AND FASTENING

A. Isolating sleeves and washers: 1. Manufacturers: One of the following or equal:

a. Central Plastics Company, Shawnee, Oklahoma. b. Corrosion Control Products, PSI Inc., Gardena, CA.

2. Sleeves: Mylar, 1/32-inch thick, 4,000 volts per mil dielectric strength, of proper size to fit bolts and extending half way into both steel washers.

3. One sleeve required for each bolt. 4. Washers: The inside diameter of all washers shall fit over the isolating sleeve,

and both the steel and isolating washers shall have the same inside diameter and outside diameter. a. Proper size to fit bolts. b. Two 1/8-inch thick steel washers for each bolt. c. G3 Phenolic: 2 insulating washers are required for each bolt:

1) Thickness: 1/8 inch. 2) Base material: Glass. 3) Resin: Phenolic. 4) Water absorption: 2 percent. 5) Hardness (Rockwell): 100. 6) Dielectric strength: 450 volts per mil. 7) Compression strength: 50,000 pounds per square inch. 8) Tensile strength: 20,000 pounds per square inch. 9) Maximum operating temperature: 350 degrees Fahrenheit.

B. Coating for repair of galvanized surfaces: 1. Manufacturers: One of the following or approved equal:

a. Galvinox. b. Galvo-Weld.

C. Thread coating: For use with threaded stainless steel fasteners: 1. Manufacturers: One of the following or equal:

a. Never Seez Compound Corporation, Never-Seez. b. Oil Research, Inc., WLR No. 111.

PART 3 EXECUTION

3.01 EXAMINATION

A. Examine Work in place to verify that it is satisfactory to receive the Work of this Section. If unsatisfactory conditions exist, do not begin this Work until such conditions have been corrected.

3.02 INSTALLATION: GENERAL

A. Where anchors and fasteners are not specifically indicated on the Drawings or specified, make attachments with materials specified in this Section.

B. Substitution of anchor types: 1. Post-installed anchors may not be used as an alternative to cast-in/built-in

anchors at locations where the latter are indicated on the Drawings.

Not to be used for bidding purposes!

Page 536: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 05190-10 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/05190 (Bid Set)

2. Cast-in/built-in anchors may be used as an alternative to post-installed mechanical anchors at locations where the latter are indicated on the Drawings.

C. Protect products from damage during installation. Take special care to protect threads and threaded ends.

D. Accurately locate and position anchors and fasteners: 1. Unless otherwise indicated on the Drawings, install anchors perpendicular to

the surfaces from which they project. 2. Install anchors so that at least 2 threads, but not more than 1/2 inch of

threaded rod, projects past the top nut.

E. Interface with other products: 1. Where steel anchors come in contact with dissimilar metals (aluminum,

stainless steel, etc.), use stainless steel anchors and separate or isolate dissimilar metals using isolating sleeves and washers.

2. Prior to installing nuts, coat threads of stainless steel fasteners with thread coating to prevent galling of threads.

3.03 INSTALLATION: CAST-IN ANCHORS

A. General: 1. Accurately locate cast-in and built-in anchors.

a. Provide anchor setting templates to locate anchor bolts and anchor rods. Secure templates to formwork.

b. Brace or tie off embedments as necessary to prevent displacement during placement of plastic concrete or of surrounding masonry construction.

c. Position and tie cast-in and built-in anchors in place before beginning placement of concrete or grout. Do not “stab” anchors into plastic concrete, mortar, or grout.

d. Do not allow cast-in anchors to touch reinforcing steel. Where cast-in anchors are within 1/4 inch of reinforcing steel, isolate the metals by wrapping the anchors with a minimum of 4 wraps of 10-mil polyvinyl chloride tape in area adjacent to reinforcing steel.

2. For anchoring at machinery bases subject to vibration, use 2 nuts, with 1 serving as a locknut.

3. Where anchor bolts or anchor rods are indicated on the Drawings as being for future use, thoroughly coat exposed surfaces that project from concrete or masonry with non-oxidizing wax. Turn nuts down full length of the threads, and neatly wrap the exposed thread and nut with a minimum of 4 wraps of 10-mil waterproof polyvinyl tape.

B. Anchor bolts: 1. Minimum effective embedment: 10-bolt diameters, unless a longer embedment

is indicated on the Drawings.

C. Deformed bar anchors: 1. Butt weld to steel fabrications with automatic stud welding gun as

recommended by manufacturer. 2. Ensure that butt weld develops the full strength of the anchor.

Not to be used for bidding purposes!

Page 537: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 05190-11 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/05190 (Bid Set)

D. Welded studs: 1. Butt weld to steel fabrications with automatic stud welding gun as

recommended by the manufacturer. 2. Ensure that butt weld develops full strength of the stud.

3.04 INSTALLATION: POST-INSTALLED ADHESIVE ANCHORS

A. Epoxy and acrylic adhesive bonding of reinforcing bars, all thread rods, and internally threaded inserts in concrete: As specified in Section 03055.

B. Epoxy and acrylic adhesive bonding of reinforcing bars, all thread rods, and internally threaded inserts in masonry: As specified in Section 04055.

3.05 INSTALLATION: POST-INSTALLED MECHANICAL ANCHORS

A. General: 1. Install anchors in accordance with the manufacturer’s instructions, ACI 355.2,

the anchor’s ICC-ES Report. Where conflict exists between the ICC-ES Report and the requirements in this Section, the requirements of the ICC-ES Report shall control.

2. Where anchor manufacturer recommends the use of special tools and/or specific drill bits for installation, provide and use such tools.

3. After anchors have been positioned and inserted into concrete or masonry, do not: a. Remove and reuse/reinstall anchors. b. Loosen or remove bolts or studs.

B. Holes drilled into concrete and masonry: 1. Do not drill holes in concrete or masonry until the material has achieved its

minimum specified compression strength (f’c or f’m). 2. Accurately locate holes:

a. Before drilling holes, use a reinforcing bar locator to identify the position of all reinforcing steel, conduit, and other embedded items within a 6-inch radius of each proposed hole.

b. If the hole depth exceeds the range of detection for the rebar locator, the Engineer may require radiographs of the area designated for investigation before drilling commences.

3. Exercise care to avoid damaging existing reinforcement and other items embedded in concrete and masonry. a. If embedments are encountered during drilling, immediately stop work and

notify the Engineer. Await Engineer’s instructions before proceeding. 4. Unless otherwise indicated on the Drawings, drill holes perpendicular to the

concrete surface into which they are placed. 5. Drill using anchor manufacturer’s recommended equipment and procedures.

a. Unless otherwise recommended by the manufacturer, drill in accordance with the following: 1) Drilling equipment: Electric or pneumatic rotary type with light or

medium impact. Where edge distances are less than 2 inches, use lighter impact equipment to prevent micro-cracking and concrete spalling during drilling process.

2) Drill bits: Carbide-tipped in accordance with ANSI B212-15. Hollow drills with flushing air systems are preferred.

Not to be used for bidding purposes!

Page 538: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 05190-12 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/05190 (Bid Set)

6. Drill holes at manufacture’s recommended diameter and to depth required to provide the effective embedment indicated.

7. Clean and prepare holes as recommended by the manufacturer and as required by the ICC-ES Report for that anchor. a. Unless otherwise recommended by anchor manufacturer, remove dust

and debris using brushes and clean compressed air. b. Repeat cleaning process as required by the manufacturer’s installation

instructions. c. When cleaning holes for stainless steel anchors, use only stainless steel

or non-metallic brushes.

C. Insert and tighten (or torque) anchors in full compliance with the manufacturer’s installation instructions. 1. Once anchor is tightened (torque), do not attempt to loosen or remove its bolt

or stud.

D. Concrete anchors: Minimum effective embedment lengths unless otherwise indicated on the Drawings:

Concrete Anchors

Nominal Diameter

Minimum Effective Embedment Length Minimum Member Thickness In Concrete In Grouted Masonry

3/8 inch 2 1/2 inch 2 5/8 inch 8 inch

1/2 inch 3 1/2 inch 3 1/2 inch 8 inch

5/8 inch 4 1/2 inch 4 1/2 inch 10 inch

3/4 inch 5 inch 5 1/4 inch 12 inch

E. Flush shell anchors: 1. Flush shell anchors are not permitted in the Work. 2. If equipment manufacturer’s installation instructions recommend the use of

flush shell anchors, contact Engineer for instructions before proceeding.

Not to be used for bidding purposes!

Page 539: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 05190-13 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/05190 (Bid Set)

F. Undercut concrete anchors: 1. Minimum effective embedment lengths unless otherwise indicated on the

Drawings:

Undercut Anchors

Nominal Diameter

(bolt)

Minimum Effective Embedment Length Minimum Member

Thickness(1) In Concrete In Grouted Masonry M10 (3/8 inch) 100 mm (4 inch) Not accepted 200 mm (8 inch)

M12 (1/2 inch) 125 mm (5 inch) Not accepted 350 mm (14 inch)

M16 (5/8 inch) 190 mm (7 1/2 inch) Not accepted 460 mm (18 inch)

M20 (7/8 inch) 250 mm (10 inch) Not accepted 510 mm (20 inch)

Notes: (1) Thickness indicated is for pre-set units. If through-set units are accepted, obtain

minimum member thickness requirements from the Engineer.

2. Installations of undercut anchors shall not be allowed where edge distances are less than 12 times the nominal diameter of the anchor stud.

3. Undercut bottom of hole using cutting tools manufactured for this purpose by the manufacturer of the undercut anchors being placed.

3.06 FIELD QUALITY CONTROL

A. Contractor shall provide quality control over the Work of this Section as specified in Section 01450. 1. Expenses associated with work described by the following paragraphs shall be

paid by the Contractor.

B. Post-installed anchors: 1. Review anchor manufacturer’s installation instructions and requirements of the

Evaluation Service Report (hereafter referred to as “installation documents”) for each anchor type and material.

2. Observe hole-drilling and cleaning operations for conformance with the installation documents.

3. Certify in writing to the Engineer that the depth and location of anchor holes, and the torque applied for setting the anchors conforms to the requirements of the installation documents.

3.07 FIELD QUALITY ASSURANCE

A. Owner, Engineer, or Owner’s Representative will provide on-site observation and field quality assurance for the Work of this Section. 1. Expenses associated with work described by the following paragraphs shall be

paid by the Owner.

B. Field inspections and special inspections: 1. Required inspections: Observe construction for conformance to the approved

Contract Documents, the accepted submittals, and manufacturer’s installation instructions for the products used.

Not to be used for bidding purposes!

Page 540: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 05190-14 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/05190 (Bid Set)

2. Record of inspections: a. Maintain record of each inspection. b. Submit copies to Engineer upon request.

3. Statement of special inspections: At the end of the project, prepare and submit to the Engineer and the authority having jurisdiction inspector’s statement that the Work was constructed in general conformance with the approved Contract Documents, and that deficiencies observed during construction were resolved.

C. Special inspections: Anchors cast into concrete and built into masonry. 1. Provide special inspection during positioning of anchors and placement of

concrete or masonry (including mortar and grout) around the following anchors: a. Anchor bolts. b. Deformed bar anchors. c. Welded studs.

2. During placement, provide continuous special inspection at each anchor location to verify that the following elements of the installation conform to the requirements of the Contract Documents. a. Anchor:

1) Type and dimensions. 2) Material: Galvanized steel, Type 304 stainless steel, or Type 316

stainless steel as specified in this Section or indicated on the Drawings.

3) Positioning: Spacing, edge distances, effective embedment, and projection beyond the surface of the construction.

4) Reinforcement at anchor: Presence, positioning, and size of additional reinforcement at anchors indicated on the Drawings.

3. Following hardening and curing of the concrete or masonry surrounding the anchors, provide periodic special inspection to observe and confirm the following: a. Base material (concrete or grouted masonry):

1) Solid and dense concrete or grouted masonry material within required distances surrounding anchor.

2) Material encapsulating embedment is dense and well-consolidated.

D. Special Inspections: Post-installed mechanical anchors placed in hardened concrete and in grouted masonry. 1. Provide special inspection during installation of the following anchors:

a. Concrete anchors. b. Undercut concrete anchors.

2. Unless otherwise noted, provide periodic special inspection during positioning, drilling, placing, and torquing of anchors. a. Provide continuous special inspection for post-installed anchors in

“overhead installations” as defined in this Section.

Not to be used for bidding purposes!

Page 541: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 05190-15 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/05190 (Bid Set)

3. Requirements for periodic special inspection: a. Verify items listed in the following paragraphs for conformance to the

requirements of the Contract Documents and the Evaluation Report for the anchor being used. Observe the initial installation of each type and size of anchor, and subsequent installation of the same anchor at intervals of not more than 4 hours. 1) Any change in the anchors used, in the personnel performing the

installation, or in procedures used to install a given type of anchor shall require a new “initial inspection.”

b. Substrate: Concrete or masonry surfaces receiving the anchor are sound and of a condition that will develop the anchor’s rated strength.

c. Anchor: 1) Manufacturer, type, and dimensions (diameter and length). 2) Material (galvanized, Type 304 stainless steel, or Type 316 stainless

steel). d. Hole:

1) Positioning: Spacing and edge distances. 2) Drill bit type and diameter. 3) Diameter, and depth. 4) Hole cleaned in accordance with manufacturer’s required

procedures. Confirm multiple repetitions of cleaning when recommended by the manufacturer.

5) Anchor’s minimum effective embedment. 6) Anchor tightening/installation torque.

4. Requirements for continuous special inspection: a. The special inspector shall observe all aspects of anchor installation,

except that holes may be drilled in his/her absence provided that he/she confirms the use of acceptable drill bits before drilling, and later confirms the diameter, depth, and cleaning of drilled holes.

E. Field tests: 1. Owner, Engineer, or Owner’s Representative may, at any time, request testing

to confirm that materials being delivered and installed conform to the requirements of the Specifications. a. If such additional testing shows that the materials do not conform to the

specified requirements, the Contractor shall pay the costs of these tests. b. If such additional testing shows that the materials do conform to the

specified requirements, the Owner shall pay the costs of these tests.

3.08 NON-CONFORMING WORK

A. Remove misaligned or non-performing anchors.

B. Fill empty anchor holes and repair failed anchor locations as specified in Section 03600 using epoxy grout.

C. If more than 10 percent of all tested anchors of a given diameter and type fail to achieve their specified torque or proof load, the Engineer will provide directions for required modifications. Make such modifications, up to and including replacement of all anchors, at no additional cost to the Owner.

Not to be used for bidding purposes!

Page 542: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 05190-16 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/05190 (Bid Set)

3.09 SCHEDULES

A. Stainless steel. Provide and install stainless steel anchors at the following locations: 1. “Corrosive locations” as defined in this Section: Type 316 stainless steel 2. “Wet and moist locations” as defined in this Section: Type 316 stainless steel. 3. “Other locations:” None.

B. Galvanized: Provide and install galvanized carbon steel anchors at the following locations: 1. Locations not requiring stainless steel. 2. At locations indicated on the Drawings.

END OF SECTION

Not to be used for bidding purposes!

Page 543: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 05500-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/05500 (Bid Set)

SECTION 05500

METAL FABRICATIONS

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: 1. Aluminum grating stair tread. 2. Aluminum stair nosing. 3. Concrete inserts. 4. Handrails and guardrails. 5. Ladders. 6. Manhole frames and covers. 7. Manhole steps. 8. Metal gratings. 9. Metal tread plate. 10. Preformed channel pipe supports. 11. Stairs. 12. Miscellaneous metals. 13. Associated accessories to the above items.

B. Related sections: 1. Section 05190 - Mechanical anchoring and Fastening to Concrete and

Masonry. 2. Section 09960 - High Performance Coatings. 3. Section 15061 - Pipe Supports. 4. Section 15062 - Preformed Channel Pipe Support System.

1.02 REFERENCES

A. Aluminum Association (AA): 1. DAF-45: Designations from Start to Finish.

a. M12-C22-A41.

B. American Association of State Highway and Transportation Officials (AASHTO): 1. Standard Specifications for Highway Bridges.

C. ASTM International (ASTM): 1. A 36 - Standard Specification for Carbon Structural Steel. 2. A 48 - Standard Specification for Gray Iron Castings. 3. A 53 - Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-

Coated, Welded, and Seamless. 4. A 123 - Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron

and Steel Products. 5. A 240 - Standard Specification for Chromium and Chromium-Nickel Stainless

Steel Plate, Sheet, and Strip for Pressure Vessels for General Applications. 6. A 276 - Standard Specification for Stainless Steel Bars and Shapes. 7. A 307 - Standard Specification for Carbon Steel Bolts and Studs, 60,000 PSI

Tensile Strength.

Not to be used for bidding purposes!

Page 544: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 05500-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/05500 (Bid Set)

8. A 325 - Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength.

9. A 380 - Standard Practice for Cleaning, Descaling, and Passivation of Stainless Steel Parts, Equipment, and Systems.

10. A 489 - Standard Specification for Carbon Steel Lifting Eyes. 11. A 490 - Standard Specification for Structural Bolts, Alloy Steel, Heat-Treated ,

150 ksi Minimum Tensile Strength. 12. A 500 - Standard Specification for Cold-Formed Welded and Seamless

Carbon Steel Structural Tubing in Rounds and Shapes. 13. A 501 - Standard Specification for Hot-Formed Welded and Seamless Carbon

Steel Structural Tubing. 14. A 635 - Standard Specification for Steel, Sheet and Strip, Heavy-Thickness

Coils, Hot-Rolled, Alloy, Carbon, Structural, High-Strength Low-Alloy, and High-Strength Low-Alloy with Improved Formability, General Requirements for.

15. A 653 - Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process.

16. A 992 - Standard Specification for Structural Steel Shapes. 17. B 209 - Standard Specification for Aluminum and Aluminum-Alloy Sheet and

Plate. 18. B 221 - Standard Specification for Aluminum and Aluminum-Alloy Extruded

Bars, Rods, Wire, Profiles, and Tubes. 19. B 308 - Standard Specification for Aluminum-Alloy 6061-T6 Standard

Structural Profiles. 20. B 429 - Standard Specification for Aluminum-Alloy Extruded Structural Pipe

and Tube. 21. F 593 - Standard Specification for Stainless Steel Bolts, Hex Cap Screws and

Studs.

D. American Welding Society (AWS): 1. A2.4 - Standard Symbols for Welding, Brazing, and Nondestructive

Examination.

E. National Association of Architectural Metal Manufacturers (NAAMM): 1. Metal Finishes Manual.

F. Occupational Safety and Health Administration (OSHA).

1.03 DEFINITIONS

A. Passivation: Removal of exogenous iron or iron compounds from the surface of a stainless steel by means of chemical dissolution resulting from treatment with an acid solution that removes the surface contamination but does not significantly affect the stainless steel itself.

1.04 SUBMITTALS

A. Product Data: 1. Aluminum grating stair tread. 2. Aluminum stair nosing. 3. Handrail and guardrail. 4. Manhole frames and covers. 5. Manhole steps. 6. Metal grating.

Not to be used for bidding purposes!

Page 545: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 05500-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/05500 (Bid Set)

B. Shop drawings: 1. Handrails and guardrails:

a. Including details on connection attachments, gates, kick plates, ladders, and angles.

b. Indicate profiles, sizes, connection attachments, reinforcing, anchorage, size and type of fasteners, and accessories.

c. Include erection drawings, elevations, and details where applicable. d. Indicate welded connections using standard AWS A2.4 welding symbols.

Indicate net weld lengths. 2. Ladders. 3. Metal grating. 4. Metal tread plate. 5. Stairs. 6. Miscellaneous metals.

C. Samples: 1. Guardrails with specified finishes.

D. Quality control submittals: 1. Design data. 2. Test reports:

a. Guardrails: 3 copies of certified tests performed by an independent testing laboratory certifying that guardrails meet current State and OSHA strength requirements.

b. Gratings: 1) Grating manufacturers' calculations showing that gratings will meet

specified design load, stress, and deflection requirements for each size grating for each span.

2) Reports of tests performed.

PART 2 PRODUCTS

2.01 MATERIALS

A. General: Unless otherwise specified or indicated on the Drawings, structural and miscellaneous metals in accordance with the standards of the ASTM, including the following:

Item ASTM

Standard No. Class, Grade

Type or Alloy No.

Cast Iron

Cast Iron A 48 Class 40B

Steel

Galvanized sheet iron or steel A 653 Coating G90

Coil (plate) A 635 --

Structural plate, bars, rolled shapes, and miscellaneous items (except W shapes).

A 36 --

Not to be used for bidding purposes!

Page 546: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 05500-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/05500 (Bid Set)

Item ASTM

Standard No. Class, Grade

Type or Alloy No.

Rolled W shapes A 992 Grade 50

Standard bolts, nuts, and washers A 307 --

High strength bolts, nuts, and hardened flat washers

A 325 A 490

--

Eyebolts A 489 Type 1

Tubing, cold-formed A 500 --

Tubing, hot-formed A 501 --

Steel pipe A 53 Grade B

Stainless Steel

Plate, sheet, and strip A 240 Type 304* or 316**

Bars and shapes A 276 Type 304* or 316**

Bolts (Type 304) F593 Group 1 Condition CW

Bolts (Type 316) F593 Group 2 Condition CW

Aluminum

Flashing sheet aluminum B 209 Alloy 5005-H14, 0.032 inches minimum

thickness

Structural sheet aluminum- B 209 Alloy 6061-T6

Structural aluminum B 209 B 308

Alloy 6061-T6

Extruded aluminum B 221 Alloy 6063-T42

* Use Type 304L if material will be welded. ** Use Type 316L if material will be welded.

1. Stainless steels are designated by type or series defined by ASTM. 2. Where stainless steel is welded, use low-carbon stainless steel.

2.02 MANUFACTURED UNITS

A. Aluminum grating stair tread: 1. Manufacturers: One of the following or equal:

a. IKG Borden Industries, Aluminum Grating Stair Tread with Mebac nosing. b. McNichols Co., Type A-Standard with Corrugated Angle Nosing.

2. Material: Welded aluminum grating tread with non-slip nosing and integral end plates for bolt on attachment to stair stringers

Not to be used for bidding purposes!

Page 547: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 05500-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/05500 (Bid Set)

3. Size: a. Tread width: To equal tread spacing plus 1 inch minimum. b. Tread length: Length to suit stringer-to-stringer dimension indicated on the

Drawings. c. Depth: 1-3/4 inches.

4. Bolts: Type 316 stainless steel.

B. Aluminum stair nosing: 1. Manufacturers: One of the following or equal:

a. Wooster Products, Inc., Type 101 Nosing. b. American Safety Tread Co., Inc., Style 801 Nosing.

2. Material: Cast aluminum abrasive nosings with aluminum oxide granules integrally cast into metal, forming permanent, nonslip, long-wearing surface.

3. For installation in cast-in-place stairs. 4. Configuration: 4 inches wide, fabricated with integrally cast stainless steel

anchors at approximately 12-inch centers. Length to extend within 3 inches of stair edge on each side.

C. Concrete inserts: 1. Concrete inserts for supporting pipe and other applications are specified in

Section 15061.

D. Handrails and guardrails: 1. General:

a. Design and fabricate assemblies to conform to current local, State, and OSHA standards and requirements.

b. Coordinate layout of assemblies and post spacings to avoid conflicts with equipment and equipment operators. 1) Indicate on the shop drawings locations of such equipment. 2) Highlight locations where railings cannot be made continuous, and

obtain Engineer’s directions on how to proceed before fabricating or installing railings.

2. Aluminum handrails and guardrails (nonwelded pipe): a. Rails, posts, and fitting-assembly spacers:

1) In accordance with ASTM B 429, 6005, 6063 or 6105, minimum Schedule 40, extruded aluminum pipe of minimum 1.89-inch outside diameter and 0.14-inch wall thickness.

b. Kick plates: 6061 or 6105 aluminum alloy. c. Fastenings and fasteners: As recommended or furnished by the

manufacturer. d. Other parts: 6063 extruded aluminum, or F214 or F514.0 aluminum

castings: 1) Fabrications: In accordance with ASTM B 209 or ASTM B 221

extruded bars: a) Bases: 6061 or 6063 extruded aluminum alloy.

2) Plug screws or blind rivets: Type 305 stainless steel. a) Other parts: Type 300 series stainless steel.

Not to be used for bidding purposes!

Page 548: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 05500-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/05500 (Bid Set)

e. Finish of aluminum components: 1) Anodized finish, 0.7 mil thick, applied to exposed surfaces after

cutting. Aluminum Association Specification M12-C22-A41, mechanical finish non specular as fabricated, chemical finish-medium matte, anodic coating-clear Class I Architectural.

2) Pretreat aluminum for cleaning and removing markings before anodizing.

f. Fabrication and assembly: 1) Fabricate posts in single, unspliced pipe length. 2) Perform without welding. 3) Do not epoxy bond the parts. 4) Maximum clear opening between assembled railing components as

indicated on the Drawings. g. Manufacturers: One of the following or equal:

1) Moultrie Manufacturing Company, Wesrail. 2) Golden Railings, Golden, CO, Riveted System. 3) Craneveyor Corporation Enerco Metals, C-V Rail.

3. Stainless steel pipe handrails and guardrails: a. Manufacturers: One of the following or equal:

1) R & B Wagner, Inc. 2) Julius Blum and Company.

b. General: Prefabricated shop-assembled type, field welded type, or mechanically joined type.

c. Materials: Type 304 or Type 316 stainless steel posts, rails, brackets, and accessory parts: 1) Railings and posts: Nominal 1-1/2 inch, Schedule 5 pipe with

minimum 1.90-inch outer diameter and 0.065-inch wall thickness. 2) Post insert reinforcing for all posts: 1.750 inch outside diameter pipe,

of 0.083-inch wall thickness, and 26 inches long. 3) Fasteners, connection plates, splice bars, and fittings: Type 304 or

Type 316 stainless steel. 4) Stainless steel finish: Number 4 satin finish in accordance with

NAAMM Metal Finishes Manual. d. Fabrication:

1) Fabricate guardrails and posts to be in same plane. 2) Fabricate posts in single, unspliced pipe length. 3) Make handrail and guardrail sections with 20 feet maximum between

splices. 4) Form bends in pipe without use of fittings where practical. Form with

internal mandrels on power benders. 5) Where handrail and guardrail are welded, make intersections and

joints with continuous 360-degree welds and grind welds smooth. 6) Where handrail and guardrail are mechanically joined, make joints

with mechanical connections utilizing stainless steel machine screws with lock washers and threaded tubular rivets.

4. Guardrail gates: a. Supplied by guardrail manufacturer:

1) Of same material, quality, and workmanship as specified for guardrail system in which they will be installed.

2) Of design similar to that of handrail or railing system in which they will be installed.

Not to be used for bidding purposes!

Page 549: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 05500-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/05500 (Bid Set)

b. Components: Gate frame, stainless steel self-closing device, hinges, gate stops, and durable self-locking type latch. Fabricate components in conformance with OSHA minimum strength requirements.

5. Fastenings and fasteners: As recommended or furnished by guardrail manufacturer for use with this system.

E. Ladders: 1. General:

a. Type: Safety type conforming to local, State, and OSHA standards as minimum. Furnish guards for ladder wells.

b. Size: 18 inches wide between side rails of length, size, shape, detail, and location indicated on the Drawings.

2. Aluminum ladders: a. Materials: 6063-T5 aluminum alloy. b. Rungs:

1) 1-inch minimum solid square bar with 1/8-inch grooves in top and deeply serrated on all sides.

2) Capable of withstanding 1,000 pound load without failure. c. Side rails: Minimum 4-inch by 1/2-inch flat bars. d. Finish of aluminum components:

1) Anodized finish, 0.7 mil thick, applied to exposed surfaces after cutting. Aluminum Association Specification M12-C22-A41, mechanical finish non specular as fabricated, chemical finish-medium matte, anodic coating-clear Class I Architectural.

2) Pretreat aluminum for cleaning and removing markings before anodizing.

e. Fabrication: 1) Welded construction, of size, shape, location, and details indicated

on the Drawings. 2) For ladders over 20 feet high, furnish standard ladder cages or fall

prevention system designed in accordance with State and OSHA requirements.

f. Fall prevention system: Include but not limit to railing, brackets, clamps, 2 sleeves, and 2 belts, satisfying OSHA safe climbing requirements: 1) Manufacturers: One of the following or equal:

a) North Consumer Products, Saf-T-Climb. b) Swager Communications, Climbers Buddy System.

F. Manhole frames and covers: 1. Material: Gray iron castings, in accordance with ASTM A 48, Class 30-B. 2. Type: Heavy-duty traffic type, with combined minimum set weight of

265 pounds. 3. Machine horizontal and vertical bearing surfaces to fit neatly, with easily

removable cover bearing firmly in frame without rocking. 4. Frame:

a. Bottom flange type. b. Approximately 4-1/2 inches frame height. c. Dimensions as indicated on the Drawings.

1) Minimum inside clear dimension may not be smaller than nominal diameter minus 2 inches.

Not to be used for bidding purposes!

Page 550: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 05500-8 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/05500 (Bid Set)

5. Cover: a. Skid-resistant grid pattern design stamped with name of utility service

provided by manhole, such as "ELECTRICAL," "SEWER," "TELEPHONE," or "WATER."

b. Solid type without ventilation holes. 6. Finish: Unpainted.

G. Manhole steps: 1. Type 316 stainless steel, of size, shape, and spacing indicated on the

Drawings.

H. Metal gratings: 1. General:

a. Fabricate grating to cover areas indicated on the Drawings. b. Unless otherwise indicated on the Drawings, grating over an opening shall

cover entire opening. c. Make cutouts in grating where required for equipment access or

protrusion, including valve operators or stems, and gate frames. d. Band ends of grating and edges of cutouts in grating:

1) End banding: 1/4 inch less than height of grating, with top of grating and top edge of banding flush.

2) Cutout banding: Full-height of grating. 3) Use banding of same material as grating. 4) Panel layout: Enable installation and subsequent removal of grating

around protrusions or piping. 5) Openings 6 inches and larger: Lay out grating panels with edges of

2 adjacent panels located on centerline of opening. 6) Openings smaller than 6 inches: Locate opening at edge of single

panel. 7) Where an area requires more than 1 grating section to cover area,

clamp adjacent grating sections together at 1/4-points with fasteners acceptable to Engineer.

8) Fabricate steel grating sections in units weighing not more than 50 pounds each.

9) Fabricate aluminum grating sections in units of weighing not more than 50 pounds each.

10) Gaps between adjacent grating sections shall not be more than the clear spacing between bearing bars.

e. When requested by Engineer, test 1 section of each size grating for each span length involved on the job under full load: 1) Furnish a suitable dial gauge for measuring deflections.

f. Grating shall be aluminum, unless otherwise specified or indicated on the Drawings.

2. Aluminum grating: a. Material for gratings, shelf angles, and rebates: 6061-T6 or

6063-T6 aluminum alloy, except crossbars may be 6063-T5 aluminum alloy.

b. Shelf angle concrete anchors: Type 304 or Type 316 stainless steel. c. Grating rebate rod anchors: 6061-T6 or 6063-T6 aluminum alloy. d. Bar size and spacing: As determined by manufacturer to enable grating to

support design load.

Not to be used for bidding purposes!

Page 551: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 05500-9 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/05500 (Bid Set)

e. Design live load: A minimum of 100 pounds per square foot uniform live load on entire grating area, but not less than the live load indicated on the Drawings for the area where grating is located.

f. Maximum fiber stress for design load: 12,000 pounds per square inch. g. Maximum deflection due to design load: 1/240 of grating clear span. h. Maximum spacing of main grating bars: 1-1/8 inches clear between bars. i. Minimum grating height: 1-1/2 inches. j. Manufacturers: One of the following or equal:

1) IKG Borden Industries, grooved aluminum I-bar. 2) Brodhead Steel Products, Inc., grooved aluminum I-bar.

3. Heavy-duty steel grating: a. Heavy-duty type, fabricated from structural steel and designed in

accordance with AASHTO Standard Specifications for Highway Bridges, using H-20 loading.

b. Hot-dip galvanized after fabrication in accordance with ASTM A 123. c. Manufacturers: One of the following or equal:

1) Reliance Steel Products Company, Heavy-Duty Steel Grating. 2) Seidelhuber Metal Products, Inc., equivalent product.

I. Metal tread plate: 1. Plate having a raised figured pattern on 1 surface to provide improved traction.

J. Preformed channel pipe supports: 1. Preformed channel pipe supports for pipe supports and other applications are

specified in Section 15062.

K. Stairs: 1. Aluminum stairs:

a. Stringers: 6061-T6 aluminum alloy. b. Stair treads:

1) Aluminum of same type specified under Aluminum Grating. 2) Of sizes indicated on the Drawings, and 1-3/4 inch minimum depth

with cast abrasive type safety nosings. c. Provide a vertical close piece between each riser. Fabricate, install, and

fasten close pieces as indicated on the Drawings. d. Handrails and guardrails: Aluminum pipe specified under Aluminum

Handrails and Guardrails (Nonwelded Pipe). e. Fasteners: Type 304 or Type 316 stainless steel.

2. Steel stairs: a. Ships ladders shall conform to local, State, and OSHA as minimum. b. Stringers: Structural steel channels or plates. c. Treads: Open type attached to stringers with support angles and clips:

1) Borden, "Welded Tread" with Algrip nosing. d. Railings: Steel pipe, sized as indicated on the Drawings. e. Anchors: Welded or bolted brackets designed for support and anchorage

at top and bottom. f. Finish: Prime paint finish for interior locations.

L. Miscellaneous aluminum: 1. Fabricate aluminum products, not covered separately in this Section, in

accordance with the best practices of the trade and field assemble by riveting or bolting.

Not to be used for bidding purposes!

Page 552: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 05500-10 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/05500 (Bid Set)

2. Do not weld or flame cut.

M. Miscellaneous cast iron: 1. General:

a. Tough, gray iron, free from cracks, holes, swells, and cold shuts. b. Quality such that hammer blow will produce indentation on rectangular

edge of casting without flaking metal. c. Before leaving the foundry, clean castings and apply 16-mil dry film

thickness coating of coal-tar epoxy, unless otherwise specified or indicated on the Drawings.

N. Miscellaneous stainless steel: 1. Provide miscellaneous stainless steel items not specified in this Section as

indicated on the Drawings or specified elsewhere. a. Fabricate and install in accordance with the best practices of the trade.

2. Cleaning and passivation: a. Following shop fabrication of stainless steel members, clean and

passivate fabrications. b. Finish requirements: Remove free iron, heat tint oxides, weld scale and

other impurities, and obtain a passive finished surface. c. Provide quality control testing to verify effectiveness of cleaning agents

and procedures and to confirm that finished surfaces are clean and passivated. 1) Conduct sample runs using test specimens with proposed cleaning

agents and procedures as required to avoid adverse effects on surface finishes and base materials.

d. Pre-clean, chemically descale (pickle), and final clean fabrications in accordance with the requirements of ASTM A 380 to remove deposited contaminants before shipping. 1) Passivation by citric acid treatment is not allowed.

a) If degreasing is required before cleaning to remove scale or iron oxide, cleaning (pickling) treatments with citric acid are permissible; however, these treatments shall be followed by inorganic cleaners such as nitric-hydrofluoric acid.

2) Provide acid descaling (pickling) in accordance with Table A1.1 of Annex A1 of ASTM A 380.

3) After pickling, final cleaning of stainless steel shall conform to Part II of Table A2.1 of Annex A2 of ASTM A 380.

e. After cleaning, inspect using methods specified for “gross inspection” in ASTM A 380.

f. Improperly or poorly cleaned and passivated materials shall not be shipped and will not be accepted at the job site.

O. Miscellaneous structural steel: 1. Provide miscellaneous steel items not specified in this Section as indicated on

the Drawings or specified elsewhere. a. Fabricate and install in accordance with the best practices of the trade.

P. Isolating sleeves and washers: 1. As indicated on the Drawings and as specified in Section 05190.

Not to be used for bidding purposes!

Page 553: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 05500-11 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/05500 (Bid Set)

PART 3 EXECUTION

3.01 EXAMINATION

A. Verification of conditions: 1. Examine work in place to verify that it is satisfactory to receive the work of this

Section. 2. If unsatisfactory conditions exist, do not begin this work until such conditions

have been corrected.

3.02 INSTALLATION

A. General: 1. Install products as indicated on the Drawings, and in accordance with shop

drawings and manufacturer's printed instructions, as applicable except where specified otherwise.

2. Interface between materials: a. Dissimilar metals: Where steel comes in contact with dissimilar metals

(aluminum, stainless steel, etc.), separate or isolate the dissimilar metals. 1) Make application so that the isolating or protective barrier is not

visible in the completed construction. 2) Isolating sleeves and washers: As specified in Section 05190.

b. Aluminum in contact with concrete or masonry: Coat aluminum surfaces as specified in Section 09960.

c. Aluminum in contact with concrete or masonry.

B. Aluminum stair nosing: 1. Install stair nosings on treads of concrete stairs, including top tread on upper

concrete slab. 2. Omit stair nosings where concrete is submerged. 3. Cast stair nosings in fresh concrete, flush with tread and riser faces. Install

nosing in center of step approximately 3 inches from each stair edge.

C. Handrails and guardrails: 1. General:

a. Fasten pipe rails to fittings with Series 300 stainless steel pop rivets or flush set screws.

b. Make pipe cuts clean and straight, free of burrs and nicks, and square and accurate for minimum joint-gap.

c. Drill and countersink holes to proper size, as required for a tight flush fit of screws and other component parts.

d. Space attachment brackets as indicated in the manufacturer's instructions.

2. Aluminum pipe handrails and guardrails: a. During construction, keep exterior surfaces of handrails and guardrails

covered with 0.4 millimeters, minimum, heat shrink polyethylene film. b. Do not remove protective film before handrails and guardrails have been

accepted by Engineer nor before other work in proximity of handrails and guardrails has been completed.

c. Discontinue handrails and guardrails at lighting fixtures. d. Provide 1/8-inch diameter weep hole at base of each post. e. Space posts as indicated on the Drawings.

Not to be used for bidding purposes!

Page 554: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 05500-12 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/05500 (Bid Set)

f. Anchor posts into concrete by grouting posts into formed holes in concrete, into stainless steel sleeves cast in concrete; or bracket mount to face of concrete surfaces as specified and indicated on the Drawings.

g. Space rails as indicated on the Drawings. h. Make adequate provision for expansion and contraction of kick plates and

rails. 1) Make provisions for removable sections where indicated on the

Drawings. i. Make lower rails a single, unspliced length between posts, or continuous. j. Make top rails continuous whenever possible, and attach single, unspliced

lengths to 3 posts minimum. k. Draw up fasteners tight with hand wrench or screw driver. l. Space attachment brackets as indicated on shop drawings or in

manufacturer's installation instructions. m. Completed installation shall have handrails and railings rigid and free of

play at joints and attachments. n. Protect handrail and guardrail finish from scratches, gouges, dents, stains,

and other damage. o. Replace damaged or disfigured handrails and guardrails with new. p. Shortly before final acceptance of the work, and after removal of

protective polyethylene film, clean handrails and guardrails with mild detergent or with soap and water. 1) After cleaning, thoroughly rinse handrails and guardrails and wipe

with soft cloth. q. Erect guardrail straight, level, plumb, and true to the positions as indicated

on the Drawings. Correct deviations from true line of grade, which are visible to the eye.

3. Stainless steel pipe handrails and guardrails: a. During construction, keep exterior surfaces of handrails and guardrails

covered with 0.4 millimeters, minimum, heat shrink polyethylene film. b. Do not remove protective film before handrails and guardrails have been

accepted by Engineer nor before other work in proximity of handrails and guardrails has been completed.

c. Discontinue handrails and guardrails at lighting fixtures. d. Provide 1/8-inch diameter weep hole at base of each post. e. Space posts as indicated on the Drawings. f. Anchor posts into concrete by grouting posts into formed holes in

concrete, into stainless steel sleeves cast in concrete; or bracket mount to face of concrete surfaces as specified and indicated on the Drawings.

g. Space rails as indicated on the Drawings. h. Make adequate provision for expansion and contraction of kick plates and

rails. 1) Make provisions for removable sections where indicated on the

Drawings. i. Make lower rails a single, unspliced length between posts, or continuous. j. Make top rails continuous whenever possible, and attach single, unspliced

lengths to 3 posts minimum. k. Draw up fasteners tight with hand wrench or screw driver. l. Space attachment brackets as indicated on shop drawings or in

manufacturer's installation instructions. m. Completed installation shall have handrails and railings rigid and free of

play at joints and attachments.

Not to be used for bidding purposes!

Page 555: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 05500-13 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/05500 (Bid Set)

n. Protect handrail and guardrail finish from scratches, gouges, dents, stains, and other damage.

o. Replace damaged or disfigured handrails and guardrails with new. p. Shortly before final acceptance of the work, and after removal of

protective polyethylene film, clean handrails and guardrails with mild detergent or with soap and water. 1) After cleaning, thoroughly rinse handrails and guardrails and wipe

with soft cloth. q. Erect guardrail straight, level, plumb, and true to the positions as indicated

on the Drawings. 1) Correct deviations from true line of grade that are visible to the eye.

4. Guardrail gates: a. Install gate to be a vertical plane with the guardrail when in the closed

position. b. Install hinges so that each gate can swing 180 degrees from the closed

position to the fully open position. c. Install so that the gates swing to the walkway side of the guardrail only.

1) Install gate stops on the stationary railing posts to prohibit gates from swinging in the wrong direction.

d. Install gate frames, hinges, stops, and latches in conformance with OSHA minimum strength requirements.

D. Ladders: 1. Secure to supporting surface with bent plate clips providing minimum 8 inches

between supporting surface and center of rungs. 2. Where exit from ladder is forward over top rung, extend side rails 3 feet

3 inches minimum above landing, and return the rails with a radius bend to the landing.

3. Where exit from ladder is to side, extend ladder 5 feet 6 inches minimum above landing and rigidly secure at top.

4. Erect rail straight, level, plumb, and true to position indicated on the Drawings. a. Correct deviations from true line or grade which are visible to the eye.

E. Manhole steps: 1. Space as indicated on the Drawings.

F. Metal gratings: 1. General:

a. Allow 1/8-inch maximum clearance between ends of grating and inside face of vertical leg of shelf angles.

b. Horizontal bearing leg of shelf angles shall be 2 inches minimum. c. Install aluminum plate or angles where necessary to fill openings at

changes in elevation and at openings between equipment and grating. d. Install angle stops at ends of grating. e. Installed grating shall not slide out of rebate or off support. f. Weld stops in place, unless otherwise specified or indicated on the

Drawings. g. Top surfaces of grating sections adjacent to each other shall lie in same

plane. 2. Aluminum grating:

a. Aluminum grating: Support on aluminum shelf angles or rebates.

Not to be used for bidding purposes!

Page 556: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 05500-14 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/05500 (Bid Set)

3. Steel grating: a. Support on hot-dip galvanized structural steel shelf angles or rebates.

4. Heavy-duty steel grating: a. Support on hot-dip galvanized structural steel rebates embedded and

anchored in concrete. b. Use for roadways, traffic areas, and where indicated on the Drawings.

G. Stairs: 1. General:

a. Install guard railings around stair wells as indicated on the Drawings or specified.

H. Stainless Steel: 1. Welding:

a. Passivate field-welded surfaces: 1) Provide cleaning, pickling and passivating as specified in this

Section. 2) Clean using Derustit Stainless Steel Cleaner, or equal.

END OF SECTION

Not to be used for bidding purposes!

Page 557: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 07190-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/07190 (Bid Set)

SECTION 07190

WATER REPELLENTS

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Water repellent for brick.

B. Related sections: 1. The Contract Documents are complementary; what is called for by one is as

binding as if called for by all. 2. It is the Contractor’s responsibility for scheduling and coordinating the Work of

subcontractors, suppliers, and other individuals or entities performing or furnishing any of Contractor’s Work.

3. The following Sections are related to the Work described in this Section. This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the Contractor to see that the completed Work complies accurately with the Contract Documents. a. Section 04212 - Anchored Brick Veneer.

1.02 DEFINITIONS

A. Water repellent: Resistance to penetration of water from rainfall.

1.03 REFERENCES (NOT USED)

1.04 SYSTEM DESCRIPTION

A. Performance requirements: Surfaces with water repellent shall be uniform in color with unaltered texture.

1.05 SUBMITTALS

A. Product Data.

B. Samples: Water repellent applied on 8-inch by 8-inch substrates to receive water repellent, marked with application date and application rate.

C. Manufacturer's Application Instructions.

1.06 QUALITY ASSURANCE

A. Manufacturer qualifications: Manufacturer of water repellents for minimum 5 years with satisfactory performance record.

B. Applicator qualifications: Trained, approved, and accepted by water repellent manufacturer.

Not to be used for bidding purposes!

Page 558: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 07190-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/07190 (Bid Set)

C. Spray personnel qualifications: Minimum 2 years of experience spraying exotic coatings.

D. Regulatory requirements: Comply with volatile organic compound regulations.

E. Mock-up: 1. Apply water repellent to the mock-up specified in Section 04212. Use same

equipment and procedures that will be used in applying material on walls.

1.07 DELIVERY, STORAGE, AND HANDLING

A. Deliver materials to site in manufacturer's original containers with seals unbroken and labeled with manufacturer's batch number.

B. Store materials in original, unopened containers in compliance with manufacturer's printed instructions.

1.08 ENVIRONMENTAL REQUIREMENTS

A. Apply water repellent under temperature and relative humidity conditions before, during, and after application in accordance with manufacturer's instructions.

B. Allow surfaces to dry for minimum 5 days after rains.

1.09 PROJECT CONDITIONS

A. Make proper material allowance based upon substrate material and surface configuration when determining quantities of material.

1.10 WARRANTY

A. Warrant to furnish and apply water repellent on walls that experience water penetration because of failure of water repellent for minimum 5 years.

1.11 MAINTENANCE

PART 2 PRODUCTS

2.01 MATERIALS

A. Water repellent sealer for brick, clay brick tile, brick veneer, stone, and wood: Silane/Siloxane; Volatile Organic Compound compliant; free of silicone oils, paraffin wax, or urethanes. 1. Manufacturers: One of the following or equal:

a. Rainguard Products, Inglewood, CA, STD-E.

2.02 EQUIPMENT

A. Spray equipment: High-volume, low-pressure, airless, with maximum 60 pounds per square inch pressure: 1. Pump: Non-atomizing, able to flow material on walls at minimum 1 to

1-1/2 gallons per minute.

Not to be used for bidding purposes!

Page 559: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 07190-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/07190 (Bid Set)

2. Orifice size for concrete, slump block, exposed concrete aggregate, and cement plaster: 0.060 to 0.110 inches.

3. Orifice size for brick, clay brick tile, brick veneer, stone, and wood: 0.060 inches.

PART 3 EXECUTION

3.01 EXAMINATION

A. Carefully inspect installed construction. Verify that construction is ready for repellent application.

B. Require manufacturer's representative to verify that water repellent may be installed.

3.02 PREPARATION

A. Allow masonry walls to cure at least 30 days before applying water repellent.

B. Clean wall surfaces of soil, mud, efflorescence, or other detrimental materials.

C. Tuck-point or caulk cracks, other than hairline cracks.

D. Route out defective mortar joints, point with mortar and tool.

E. Moisture content: Apply water repellent sealer when moisture content of substrate is 15 percent or less.

3.03 APPLICATION ON BRICK, CLAY BRICK TILE, BRICK VENEER, STONE, AND WOOD

A. Apply water repellent in accordance with manufacturer's printed instructions.

B. Apply wet coat in horizontal passes using low-pressure spray equipment with or without rundown.

C. Overlap each following pass by approximately 50 percent.

D. Trigger gun off at the end of each pass to avoid an excessive amount of material being applied.

E. Keep surface wet for 5 to 10 minutes and damp for over 1 hour.

F. Do not apply in hot or windy weather. Over-application can result in whitish residue on surface.

3.04 PROTECTION

A. During application, protect water repellent treated and adjacent surfaces from damage.

B. Protect glass, aluminum, and other surfaces from overspray.

Not to be used for bidding purposes!

Page 560: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 07190-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/07190 (Bid Set)

C. Protect concrete sidewalks from runoff. Soak with water immediately prior to application on adjacent walls.

D. Repair damaged areas promptly.

END OF SECTION Not to be used for bidding purposes!

Page 561: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 07212-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/07212 (Bid Set)

SECTION 07212

WALL INSULATION SYSTEM

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Rigid insulation materials and channel furring system.

1.02 REFERENCES

A. ASTM International (ASTM): 1. E 84 - Standard Test Method for Surface Burning Characteristics of Building

Materials.

1.03 SUBMITTALS

A. Product data.

B. Manufacturer's installation instructions.

1.04 DELIVERY, STORAGE, AND HANDLING

A. Deliver, store, and handle products in accordance with manufacturer's recommendations.

B. Store materials on Project site in dry area protected from weather and sunlight.

PART 2 PRODUCTS

2.01 MANUFACTURERS

A. Rigid insulation: The following or equal: 1. Dow Chemical Company, Midland, MI.

B. Z-Furring wall framing: The following or equal: 1. Clarkwestern Dietrich Building Systems LLC, West Chester, OH, Dietrich

Metal Framing.

2.02 MATERIALS

A. Rigid insulation (interior): 1. Dow Styrofoam Brand Z-Mate, 2-inch thick, R=10, 24-inch by 96-inch boards.

B. Rigid insulation (exterior cavity): 1. Dow THERMAX XARMOR, 2-inch thick, R=13, 48-inch by 96-inch boards.

Not to be used for bidding purposes!

Page 562: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 07212-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/07212 (Bid Set)

C. Z-Furring wall framing (interior): 1. Dietrich ZF Series, 2-inch by 25-gauge galvanized steel and furring strips as

recommended by rigid insulation manufacturer.

D. Fasteners: Powder actuated fasteners, or other anchors as necessary to penetrate substrate, and of appropriate length for insulation thickness.

PART 3 EXECUTION

3.01 PREPARATION

A. Clean substrate of loose material.

B. Verify waterproofing behind properly sized electrical outlet boxes.

3.02 INSTALLATION

A. Install insulation in accordance with manufacturer's recommendations.

B. Cut and fit as necessary to accommodate doors, windows, and electrical conduit.

C. Begin installation of board at one corner. Tightly butt board joints to form uninterrupted surface.

D. Position furring channels at edges of surface, at centers of vertical board joints, and at 24 inches on center vertically.

E. Position additional furring channels around openings and as necessary to provide firm attachment for gypsum board.

F. Press channels until back of channel is nearly flush with face of insulation board.

G. Drive fasteners through furring channels and boards into firm substrate at maximum 6 inches from channel ends and at minimum 16 inches on center.

H. Remove and reinstall channels not flush or aligned with insulation board. Discard damaged or distorted channels.

END OF SECTION

Not to be used for bidding purposes!

Page 563: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 07220-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/07220 (Bid Set)

SECTION 07220

ROOF AND DECK INSULATION

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Roof and deck insulation and associated accessories.

B. Related sections: 1. The Contract Documents are complementary; what is called for by one is as

binding as if called for by all. 2. It is the Contractor’s responsibility for scheduling and coordinating the Work of

subcontractors, suppliers, and other individuals or entities performing or furnishing any of Contractor’s Work.

3. The following Sections are related to the Work described in this Section. This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the Contractor to see that the completed Work complies accurately with the Contract Documents. a. Section 01312 - Project Meetings. b. Section 07530 - Elastomeric Membrane Roofing

1.02 REFERENCES

A. ASTM International (ASTM): 1. A 123 - Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron

and Steel Products. 2. D 41- Standard Specification for Asphalt Primer Used in Roofing,

Dampproofing, and Waterproofing. 3. D 312 - Standard Specification for Asphalt Used in Roofing.

B. National Roofing Contractors Association (NRCA).

C. Underwriters Laboratories, Inc. UL.

1.03 SYSTEM DESCRIPTION

A. Roof insulation system: As follows with UL Class A. 1. Polyiso rigid board: Provide a HCFC free board type roof insulation for thermal

protection as part of the roofing assembly as shown on the drawings.

1.04 SUBMITTALS

A. Product Data.

B. Samples. Include 6-inch square samples of each type and thickness of insulation required.

C. State thickness and R-value of insulation to be provided at each building.

Not to be used for bidding purposes!

Page 564: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 07220-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/07220 (Bid Set)

D. Manufacturer's Installation Instructions: Include the following: 1. Indicate special environmental conditions required for installation. 2. Indicate adhesive recommendations. 3. Indicate installation techniques.

E. Certificates: 1. Certify that products meet or exceed specified requirements. 2. Certify that insulation is approved by manufacturer for use with specified

roofing materials.

F. Manufacturer's Field Reports.

G. Warranty.

1.05 QUALITY ASSURANCE

A. Manufacturer qualifications: Manufacturer of proposed product for minimum 5 years with satisfactory performance record.

B. Installer qualifications: 1. Manufacturer-approved installer of products similar to specified products on

minimum 5 projects of similar scope as Project with satisfactory performance record.

2. Committed to complying with manufacturer's specifications and NRCA recommendations.

3. Committed to assuming undivided responsibility for roof insulation, roofing, and sheet metal flashing, and trim associated with roofing.

C. Product compatibility: Provide roofing manufacturer approved roof insulation.

D. Pre-installation meeting: Conduct as specified in Section 01312.

1.06 DELIVERY, STORAGE, AND HANDLING

A. Deliver, store, and handle products in accordance with manufacturer's instructions.

B. Label asphalt containers with certification of full compliance with requirements of ASTM D 312, Table 1, and indicating equiviscous temperature, finished flowing temperature, and flash point.

C. Store roof system materials on pallets or dunnage at least 4 inches above ground and suitably covered to protect from weather.

1.07 SEQUENCING AND SCHEDULING

A. Apply no more insulation than can be completely covered with roofing membrane on the same day.

B. When installation of insulation and roof membrane cannot be completed within same day, install temporary water cutoffs at end of day's work and remove cutoffs prior to resumption of work.

Not to be used for bidding purposes!

Page 565: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 07220-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/07220 (Bid Set)

1.08 WARRANTY

A. Furnished by roof membrane manufacturer, as specified in Section 07530.

B. Warranty shall also cover leaks caused by hail:

1. Hail up to 1” diameter hail when 60-mil Sure-Weld is installed over: a. Carlisle HP Recovery Board. b. Dens Deck Prime.

PART 2 PRODUCTS

2.01 MATERIALS

A. Vapor retarder: A minimum 40-mil composite consisting of 35-mils of self-adhering rubberized asphalt factory laminated to a 5-mil polyethylene film with an adhesion textured surface. The product is applied after priming an acceptable substrate as recommended by the manufacturer. 1. Manufacturer: The following or equal:

1) Carlisle Corp., Carlisle, PA, 725TR.

B. Insulation shall be installed in multiple layers. The first and second layers of insulation shall be mechanically fastened to the substrate in accordance with the manufacturer's published specifications.

C. Insulation shall be type of Insulation as supplied by membrane manufacturer. Minimum R-value required shall be in accordance with authorities having jurisdiction. 1. Insulation:

a. EPS: Expanded Polystyrene – A closed-cell lightweight expanded polystyrene (EPS) that meets ASTM C578, Type IX. Nominal density of 2.0 pounds per cubic foot (pcf) available in 4 foot by 4 foot or 4 foot by 8 foot sizes with thickness from 1/4-inch to 40-inch.

b. Manufacturers: The following or equal: 1) Carlisle Corp., Carlisle, PA, InsulFoam IX.

D. Mineral board: Factory fabricated, 1/2-inch thick, glass mat faced, noncombustible, moisture resistant, silicone treated, gypsum core panel. 1. Manufacturers: The following or equal:

a. Georgia-Pacific, Dens-Deck Roof Board.

E. Roof crickets and saddles: Tapered Perlite Roof Insulation or as otherwise recommended by roofing manufacturer to meet warranty requirements.

F. Adhesives, cleaners, and sealants shall be as recommended by the manufacturer.

PART 3 EXECUTION

3.01 EXAMINATION

A. Verify that slab is properly graded to outlets.

Not to be used for bidding purposes!

Page 566: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 07220-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/07220 (Bid Set)

B. Verify that slab surfaces are clean, dry, and where required, coated with primer.

3.02 INSTALLATION OVER CONCRETE OR OTHER NON-NAILABLE DECKS

A. Install roof insulation in accordance with manufacturer's specifications.

B. Prime concrete decks at rate of 1 gallon of primer per square of roofing. Lay first layer of roof insulation with long joints continuous and short joint staggered. Set firmly into full width mopping of hot asphalt at approximately 33 pounds per square.

C. Vapor retarder: 1. Apply one layer of vapor retarder, then continue with full 36 inch widths,

lapping each course 2 inches over preceding one. 2. Install each layer in order to ensure it is firmly and uniformly set, without voids. 3. Turn up edges to vertical surfaces and extend beyond roof edges for coverage

sufficient to permit minimum 4 inch return over top surface of insulation.

D. Apply second layer of roof insulation with both long and short joints offset from joints of first layer.

E. Roof crickets: 1. Install as required to achieve drainage pattern indicated on the Drawings, and

as otherwise required to obtain roof warranty. Set in full mopping of hot asphalt. Feathered edges of crickets and tapered insulation shall be formed of perlite or fiber board.

2. Mop 12-inch wide felt strip into solid asphalt at valley formed by installation of roof crickets to provide additional membrane reinforcement.

F. Do not leave insulation exposed to weather.

3.03 FIELD QUALITY CONTROL

A. Roof insulation which becomes wet or damaged shall be removed and replaced with solid, dry insulation, unless installer provides written acceptance of the damaged insulation from the roofing manufacturer, whose warranty shall cover the system.

B. Inspections: Roof manufacturer, whose warranty shall cover complete roof assembly, shall provide supervision and inspection necessary to secure warranty.

END OF SECTION

Not to be used for bidding purposes!

Page 567: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 07530-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/07530 (Bid Set)

SECTION 07530

ELASTOMERIC MEMBRANE ROOFING

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Fully-adhered, single-ply elastomeric membrane roofing system.

B. Related sections: 1. The Contract Documents are complementary; what is called for by one is as

binding as if called for by all. 2. It is the Contractor’s responsibility for scheduling and coordinating the Work of

subcontractors, suppliers, and other individuals or entities performing or furnishing any of Contractor’s Work.

3. The following Sections are related to the Work described in this Section. This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the Contractor to see that the completed Work complies accurately with the Contract Documents. a. Section 01312 - Project Meetings. b. Section 07220 - Roof and Deck Insulation. c. Section 07700 - Roof Specialties and Accessories.

1.02 REFERENCES

A. American National Standards Institute (ANSI): 1. ANSI/SPRI WD-1 "Wind Design Standard Practice for Roofing Assemblies”.

B. American Society of Civil Engineers (ASCE 7).

C. ASTM International (ASTM): 1. D 751 - Standard Test Methods for Coated Fabrics 2. D 573 - Standard Test Method for Rubber-Deterioration in an Air Oven. 3. D 1149 - Standard Test Method for Rubber Deterioration-Surface Ozone

Cracking in an Ozone Controlled Environment. 4. D 2136 - Standard Test Method for Coated Fabrics-Low-Temperature Bend

Test. 5. D 2240 - Standard Test Method for Rubber Property-Durometer Hardness.

D. International Building Code (IBC). 1. 2015 IBC with local amendments.

1.03 SYSTEM DESCRIPTION

A. Fire Hazard Classification: 1. UL Class A.

B. Wind up-lift requirement: As required by Authorities having Jurisdiction.

Not to be used for bidding purposes!

Page 568: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 07530-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/07530 (Bid Set)

1.04 SUBMITTALS

A. Product data: Include specifications and flashing details.

B. Samples: Each type of membrane material, 8 inches square.

C. Manufacturer's Installation Instructions.

D. Certificates: UL and FM listings.

E. Maintenance manual: Include repair instructions.

F. Warranties.

1.05 QUALITY ASSURANCE

A. Manufacturer qualifications: Manufacturer of proposed product for minimum 5 years with satisfactory performance record.

B. Installer qualifications: Manufacturer-approved installer of products similar to specified products on minimum 5 projects of similar scope as Project with satisfactory performance record.

C. Pre-installation meeting: Conduct as specified in Section 01312.

D. Verify roof and deck insulation in Section 07220, is compatible with membrane roofing.

1.06 DELIVERY, STORAGE, AND HANDLING

A. Deliver, store, and handle products in accordance with manufacturer's recommendations.

B. Deliver materials with appropriate labels indicating warnings, storage conditions, lot numbers, and usage instructions.

1.07 WARRANTIES

A. Manufacturer's warranty: Minimum 20 years to correct defective roofing materials, including installation.

B. Roofer's warranty: Minimum 2 years to correct defective workmanship.

C. Warranty shall also cover leaks caused by hail: 1. Hail up to 1-inch diameter.

Not to be used for bidding purposes!

Page 569: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 07530-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/07530 (Bid Set)

PART 2 PRODUCTS

2.01 MANUFACTURER AND TYPE

A. Type: Fully-adhered, EPDM compounded elastomer, 60-mil in the largest sheet possible with 3-inch or 6-inch Factory-Applied Tape. The membrane shall conform to the minimum physical properties of ASTM D4637. When a 10 foot wide membrane is to be used, the membrane shall be manufactured in a single panel with no factory splices to reduce splice intersections.

B. Manufacturers: One of the following or equal: 1. Carlisle Corp., Carlisle, PA, Sure-Seal EPDM Membrane.

2.02 COMPONENTS

A. Membrane: 60 mil, black, approximately 75 inches wide by appropriate length conforming to following minimum physical properties: 1. Breaking strength: Minimum 140 pounds when tested in accordance with

ASTM D-751, Grab Method. 2. Tear strength: Minimum 70 pounds when tested in accordance with ASTM

D 751, Tongue Tear. 3. Brittleness: Passes bending around 1.8 inch mandrel at minus 45 degrees

Celsius in accordance with ASTM D 2137. 4. Heat aging: Maintains 100 percent of original breaking strength after 28 days

at 212 degrees Fahrenheit in accordance with ASTM D 573. 5. Ozone resistance: No effect when subjected in 3 parts per million ozone and

30 percent strain at 104 degrees Fahrenheit for 72 hours and 25,000 hours in accordance with ASTM D 1149.

B. Roof walkway: 1. Carlisle Corp., Carlisle, PA, Sure-Seal (black) Pressure-Sensitive Walkway

Pads or equal.

C. Flashing, bonding adhesive, sealant, primer, seam caulk, and mechanical fasteners: Membrane manufacturer approved.

PART 3 EXECUTION

3.01 EXAMINATION

A. Verify the following: 1. Maximum 1/4-inch insulation joint widths. 2. Proper installation of cants. 3. Dry, clean, and smooth substrate without sharp edges and debris.

3.02 INSTALLATION

A. Install roofing in conformance with manufacturer's instructions.

B. Install perimeter sheets.

Not to be used for bidding purposes!

Page 570: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 07530-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/07530 (Bid Set)

C. Lay field sheets with long edges perpendicular to roof slope, with edge of roll aligned with perimeter sheets.

D. Overlap fastened edges of installed membrane by approximately 4-1/2 inches. Hot air weld edges with manufacture approved automatic hot air welder.

E. Prime cured material as required before hot air welding.

F. Seal cut edges with seam caulk.

G. Fasten and finish perimeter in accordance with membrane manufacturer's standard details.

H. Cut walkway material into sections (maximum 36 inch). Heat weld in place with 6-inch gap between sections to allow proper drainage.

3.03 FIELD QUALITY CONTROL

A. Arrange for manufacturer's warranty supervision and inspection.

END OF SECTION

Not to be used for bidding purposes!

Page 571: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 07700-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/07700 (Bid Set)

SECTION 07700

ROOF SPECIALTIES AND ACCESSORIES

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Manufactured roof specialties and accessories, including the following: 1. Metal coping. 2. Equipment curbs and supports, and associated accessories.

B. Related sections: 1. The Contract Documents are complementary; what is called for by one is as

binding as if called for by all. 2. It is the Contractor’s responsibility for scheduling and coordinating the Work of

subcontractors, suppliers, and other individuals or entities performing or furnishing any of Contractor’s Work.

3. The following Sections are related to the Work described in this Section. This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the Contractor to see that the completed Work complies accurately with the Contract Documents. a. Section 01612 - Seismic Design Criteria. b. Section 07530 - Elastomeric Membrane Roofing. c. Section 07900 - Joint Sealants.

1.02 SUBMITTALS

A. Product data: Include finish and color options.

B. Shop drawings. Include equipment curbs and supports details.

C. Certifications: Certify that curbs are capable of supporting the specified equipment as specified in Section 01612.

D. Samples: Include finish and color samples.

E. Manufacturer's Installation Instructions.

F. Warranties.

1.03 QUALITY ASSURANCE

A. Manufacturer qualifications: Manufacturer of proposed product for minimum 5 years with satisfactory performance record.

B. Installer qualifications: Installer of products similar to specified products on minimum 5 projects of similar scope as Project with satisfactory performance record.

Not to be used for bidding purposes!

Page 572: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 07700-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/07700 (Bid Set)

1.04 DELIVERY, STORAGE, AND HANDLING

A. Deliver, store, and handle products in accordance with manufacturer's recommendations.

1.05 WARRANTY

A. Provide manufacturers' standard warranties that warranty against defects for longer than 1 year.

PART 2 PRODUCTS

2.01 METAL COPINGS

A. Manufacturers: One of following or equal: 1. Peterson Aluminum Corp., Tyler, TX, Pac-Lok. 2. MM Systems Corp., Tucker, GA, Snap-Lok. 3. W. P. Hickman Company, Asheville, NC, Permasnap.

B. Characteristics: 1. Capable of direct attachment to top of masonry walls. 2. Meets Authorities having Jurisdiction requirements. 3. Capable of counterflashing roofing.

C. Copings: 1. Material: Aluminum, minimum 0.063 inch thick. 2. Width: To suit wall thickness. 3. Length: 144 inches. 4. Face Heights: Sufficient to conceal nailers or roof decking. 5. Corners: Mitered and welded with minimum 24-inch legs. 6. Finish: Kynar 500, resin-base color coating. Color as selected from

manufacturer's standard color line.

D. Splice plates: Same materials, width, face heights, and finish as coping, 6 inches long.

E. Seal strips: Extruded Butyl with protective paper.

F. Anchor plate: Galvanized steel. Same width, face height as coping, approximately 12 inches long.

G. Fasteners and anchors: Manufacturer's recommendation.

2.02 EQUIPMENT CURBS

A. Definition: 4-sided curb supporting the footprint (outline) of the roof-mounted equipment. It may surround a full deck opening as at a duct or skylight, a partial deck opening as at supply and return ducts below an A/C unit, or there may be no deck opening within the curb as at a side discharge A/C unit.

B. Manufacturers: One of following or equal: 1. Pate Company, Broadview, IL, Type PC-2.

Not to be used for bidding purposes!

Page 573: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 07700-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/07700 (Bid Set)

2. ThyCurb, Addison, IL, Model TC-3. 3. Roof Products, Incorporated, Phoenix, AZ Model RPC-3 4. Equipment manufacturer's equivalent product to suit equipment.

C. Design requirements: 1. Capable of supporting equipment loads. 2. Size: Curb width as indicated on the Drawings or as otherwise recommended

by the equipment manufacturer. 3. Curb manufacturer to coordinate curb capacity and width with the equipment

supplier.

D. Material and fabrication: 1. Metal: Galvanized steel; gauge as required to suit equipment loads, minimum

18 gauge. 2. Rail profile: Straight, without cant. 3. Rail height: Minimum 12 inches at uniform thickness insulation and 15 inches

at tapered insulation, including nailer, unless otherwise indicated on the Drawings.

4. Rail top: Level within 1/8 inch in 10 feet (adjust for roof slope). 5. Rail width: Width of nailer. 6. Rail reinforcement: Rolled tee bar at 24 inches on center. 7. Rail infill: Insulation, 3-pound density. 8. Nailer: Nominal 2 inch by width to suit equipment supported, pressure

preservative treated wood, manufacturer recommended species. 9. Base: Adequately sized to ensure proper anchoring. 10. Corners: Mitered and continuously welded with minimum 24-inch legs.

E. Accessories: 1. Curb liner: Minimum 22 gauge galvanized steel, spot welded to curb, to finish

inside of curbs exposed to view from below. 2. Curb platform: Minimum 3/4-inch thick plywood platform over top of curb,

capped with 20-gauge galvanized metal welded watertight to support open sled-based roof equipment, or as watertight closure over curbed opening for future equipment.

3. Metal roofing adapters: Fabricated to conform to exposed metal roofing profile, overlapping deck by minimum 3 inches, with water diverters on flat area; watertight, continuous welds.

2.03 EQUIPMENT SUPPORTS

A. Definition: A linear rail or rails for mounting horizontal piping across the top of roof or for supporting roof equipment on legs.

B. Manufacturers: Linear rails: 1. Pate Company, Broadview, IL, Model ES-2. 2. ThyCurb, Addison, IL, Model TEMS. 3. Roof Products, Incorporated, Phoenix, AZ. Model RPES-3

C. Material and fabrication: 1. Material: 14 gauge galvanized. 2. Rail profile: Straight, without cant profile.

Not to be used for bidding purposes!

Page 574: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 07700-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/07700 (Bid Set)

3. Rail height: Minimum 12 inches including nailer at uniform thickness insulation and 15 inches at tapered insulation, including nailer, unless otherwise indicated on the Drawings.

4. Rail top: Level within 1/8 inch in 10 feet (adjust for slope of roof). 5. Rail width: Width of nailer. 6. Rail reinforcement: Rolled tee bar at 24 inches on center. 7. Rail infill: None. 8. Nailer: Nominal 2- by 4-inch, unless otherwise indicated on the Drawings,

pressure preservative treated wood, manufacturer recommended species. 9. Base: Adequately sized to ensure proper anchoring.

PART 3 EXECUTION

3.01 INSTALLATION

A. Install roof accessories and specialties accordance with manufacturers' instructions.

3.02 INSTALLATION OF METAL COPINGS

A. Accurately align and install metal copings with uniformly smooth vertical faces.

B. Attach anchor plate to top of wall at 72 inches on center.

C. Install splice plates on anchor plates at splice joints of coping. Install seal strips on top of plate and down face approximately 1/2 inch. Apply slight pressure on sealant to incur adherence to clean, dry splice plate. Remove protective paper from sealant.

D. Fully engage hook on front face of coping with front leg of anchor plates, pivot coping into position pressing firmly at rear over each anchor plate until hook on rear face of coping snaps into place.

E. Leave 1/4-inch joint between abutting ends at splice plates.

3.03 INSTALLATION OF EQUIPMENT CURBS AND SUPPORTS

A. Curbs: Install at roof mounted equipment where specified or indicated.

B. Supports: Install where indicated on the Drawings.

END OF SECTION

Not to be used for bidding purposes!

Page 575: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 07900-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/07900 (Bid Set)

SECTION 07900

JOINT SEALANTS

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: 1. Acrylic-Latex sealant. 2. Precast concrete joint sealant. 3. Polysulfied rubber sealant. 4. Silicone sealant. 5. Synthetic rubber sealing compound. 6. Synthetic sponge rubber filler. 7. Related materials.

1.02 REFERENCES

A. American Association of State Highway and Transportation Officials (AASHTO): 1. M 198 - Standard Specification for Joints for Concrete Pipe, Manholes, and

Precast Box Sections Using Preformed Flexible Joint Sealants.

B. ASTM International (ASTM): 1. C 920 - Standard Specification for Elastomeric Joint Sealants. 2. C 990 - Standard Specification for Joints for Concrete Pipe, Manholes, and

Precast Box Sections Using Preformed Flexible Joint Sealants. 3. D 412 - Standard Test Methods for Vulcanized Rubber and Thermoplastic

Elastomers - Tension. 4. D 624 - Standard Test Method for Tear Strength of Conventional Vulcanized

Rubber and Thermoplastic Elastomer.

1.03 SUBMITTALS

A. Product data.

B. Samples, include color selections.

C. Manufacturer's Installation Instructions.

D. Warranty.

1.04 QUALITY ASSURANCE

A. Manufacturer qualifications: Manufacturer of proposed product for minimum 5 years with satisfactory performance record.

B. Installer qualifications: Manufacturer approved installer of products similar to specified products on minimum 5 projects of similar scope as Project with satisfactory performance record.

Not to be used for bidding purposes!

Page 576: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 07900-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/07900 (Bid Set)

1.05 PROJECT/SITE CONDITIONS

A. Environmental requirements: Do not apply sealant on wet or frosty surfaces or when surface temperature is higher than 100 degrees Fahrenheit or lower than recommended by the manufacturer.

1.06 DELIVERY, STORAGE, AND HANDLING

A. Deliver, store, and handle products in accordance with manufacturer's recommendations.

B. Code date packages. Do not use material older than manufacturer’s published shelf life. Store materials at temperatures lower than 80 degrees Fahrenheit. Condition materials in accordance with manufacturer’s instructions prior to installation.

1.07 SEQUENCING AND SCHEDULING

A. Caulk joints prior to painting.

1.08 WARRANTY

A. Warrant to correct defective products for minimum 1 year in accordance with manufacturer's standard warranty.

PART 2 PRODUCTS

2.01 ACRYLIC-LATEX SEALANT

A. Permanently flexible, nonstaining, and nonbleeding latex modified acrylic sealant compound, colors as selected by Engineer from manufacturer's standard options. Manufacturers: One of the following or equal: 1. Tremco, Tremflex 834. 2. Pecora Corp., Number AC-20. 3. Sika Corporation: Sikasil WS-295. 4. Sonneborn, Sonolac.

2.02 PRECAST CONCRETE JOINT SEALANT

A. Preformed, cold-applied, ready-to-use, flexible joint sealant in accordance with ASTM C 990 and AASHTO M 198. Manufacturers: One of the following or equal. 1. Henry Corporation, Ram-Nek. 2. Concrete Sealants Division, ConSeal.

2.03 POLYSULFIDE RUBBER SEALANT

A. Description: 2-component elastomeric polysulfide sealant resistant to plant process water with chlorine concentrations of up to 20 parts per million.

B. Properties: 1. Conforming to the following standards:

a. ASTM C 920, Type M, Grade NS, Class 25. b. Federal Specification TT-S-00227E, Type II.

Not to be used for bidding purposes!

Page 577: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 07900-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/07900 (Bid Set)

2. Composition: 100 percent solids. 3. Color: Gray. 4. Demonstrating the following properties when tested according to the standards

listed at 75 degrees Fahrenheit and 50 percent relative humidity. a. Application time: 1 hour minimum. b. Tack-free time, ASTM C 679: 24 hours, maximum. c. Full cure time before immersion: 7 days, maximum. d. Joint cyclic movement, ASTM C 719: plus or minus 25 percent, minimum. e. Tensile strength, ASTM D 412: 150 psi, minimum. f. Elongation, ASTM D 412: 500 percent, minimum. g. Hardness, ASTM D 412: 25 – 30, Shore A. h. Service temperature range: Minus 20 degrees to plus 180 degrees

Fahrenheit.

C. Manufacturer: One of the following, or equal. 1. Euclid Chemical , Cleveland OH: Tammsflex NS. 2. Pecora Corporation, Harleysville PA: Synthacalk GC2+. 3. Polyspec Divison of ITW, Houston TX: Thiokol 2235M.

2.04 SILICONE SEALANT

A. ASTM C 920, Type S, Grade NS, Class 25, single component silicone sealant. Manufacturers: One of the following or equal: 1. Tremco, Proglaze. 2. Pecora Corp., Number 864. 3. Dow Corning, Number 795. 4. General Electric, Number 1200 Series.

2.05 SYNTHETIC RUBBER SEALING COMPOUND (POLYURETHANE)

A. Manufacturer: One of the following or equal: 1. Sika Corporation, Lyndhurst, NJ, Sikaflex 2c NS or SL. 2. Polymeric Systems, Inc., PSI 275. 3. Pacific Polymers, Garden Grove, CA, Elastothane 227R.

B. Material: In accordance with ASTM C 920 Type M, Grade P (pourable), Class 25 and Type M, Grade NS (non-sag), Class 25; multi-part polyurethane; able to cure at room temperature to firm, highly resilient polymer; able to perform satisfactory when continuously submerged in water or sewage and exposed to direct sunlight in dry condition; with the following properties determined at 75 degrees Fahrenheit and 50 percent relative humidity: 1. Base: Polyurethane rubber. 2. Solids: Minimum 97 percent. 3. Application time: Minimum 2 hours. 4. Cure time: Maximum 3 days. 5. Tack free time: 24 hours. 6. Ultimate hardness: Non-sag 25, Pourable/SL 40, within 5 Shore A. 7. Tensile strength: Non-sag 120 pounds per square inch minimum and

self-leveling minimum 170 pounds per square inch when tested in accordance with ASTM D 412.

8. Ultimate elongation: Minimum 490 percent when tested in accordance with ASTM D 412.

Not to be used for bidding purposes!

Page 578: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 07900-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/07900 (Bid Set)

9. Tear resistance: Non-sag 45 pounds per inch minimum and self-leveling minimum 85 pounds per inch when tested in accordance with ASTM D 624, Die C.

10. Service temperature range: Minus 25 degrees to 158 degrees Fahrenheit.

C. Color: Gray to match concrete, unless indicated on the Drawings.

2.06 SYNTHETIC SPONGE RUBBER FILLER / BACKER ROD

A. Closed-cell expanded sponge rubber manufactured from synthetic polymer neoprene base, or resilient polyethylene foam backer rod. Manufacturers: One of the following or equal: 1. Presstite, Number 750.3 Ropax Rod Stock. 2. Rubtex Corp., Rubatex-Cord.

B. Characteristics: 1. Suitable for application intended. 2. Strength: As necessary for supporting sealing compound during application. 3. Resiliency: Resistance to environmental conditions of installation. 4. Bonding: No bonding to the sealing compound. 5. Structure: Cellular, prevents absorption of water. 6. Compatibility with other materials in joint and acceptance by manufacturer of

sealing compound. 7. Size: Minimum 25 percent greater than nominal joint width.

2.07 RELATED MATERIALS

A. Primer: Nonstaining type, recommended by sealant manufacturer to suit application.

B. Joint cleaner: Noncorrosive, nonstaining, compatible with joint forming materials and as recommended by sealant manufacturer.

C. Bond breaker tape: Pressure-sensitive tape recommended by sealant manufacturer to suit application.

PART 3 EXECUTION

3.01 EXAMINATION

A. Verify acceptability of joint dimensions, physical, and environmental conditions.

B. Verify that surfaces are dry, clean, and free of dirt, grease, curing compound, and other residue which might interfere with adhesion of sealants.

3.02 PREPARATION

A. Allow concrete to cure thoroughly before caulking.

B. Synthetic sponge rubber filler: 1. Prepare surfaces designated to receive filler in accordance with

manufacturer's installation instructions. 2. Do not stretch filler beyond its normal length during installation.

Not to be used for bidding purposes!

Page 579: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 07900-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/07900 (Bid Set)

C. Acrylic latex sealant and Silicone sealant: 1. Verify that surfaces are dry, clean, and free of dirt, grease, curing compounds,

and other residue that might interfere with adhesion of sealant. 2. Concrete, masonry, wood, and steel surfaces: Clean and prime in accordance

with manufacturer's instructions prior to caulking.

D. Polysulfide rubber sealant and Synthetic rubber sealing compound: 1. Ensure surfaces to which material must bond are dry, frost-free, and free of

dust, dirt, and other foreign residue. 2. Heavy sandblasted caulking groove to sound surface, and prime with

manufacturer's recommended primer for particular surface.

E. For sidewalks, pavements, and similar joints subject to traffic and other abrasion and indentation exposures, fill joints to depth equal to 75 percent of joint width, but not more than 1/2 inch deep nor less then 3/8 inch deep.

F. For normal moving building joints sealed with elastomeric sealants not subject to traffic, fill joints to depth equal to 50 percent of joint width, but neither more than 1/2 inch deep nor less than 1/4 inch deep.

G. For joints sealed with acrylic-latex sealants, fill joints to depth in range of 75 percent to 125 percent of joint width.

H. Use joint filler to achieve required joint depths, to allow sealants to perform properly.

I. Prepare surfaces and install synthetic sponge rubber filler in accordance with manufacturer's recommendations.

J. Do not stretch filler beyond normal length during installation.

K. Apply bond breaker when recommended by joint sealer manufacturer.

3.03 INSTALLATION

A. Synthetic sponge rubber filler: Install filler in accordance with manufacturer's installation instructions.

B. Caulking, joints, and sealing: 1. Construct expansion, contraction, and construction joints as indicated on the

Drawings. 2. Install pipe and conduit in structures as indicated on the Drawings. 3. Caulk doors, windows, louvers, and other items installed in or over concrete

openings inside and out. 4. Use synthetic rubber sealing compound for caulking where indicated on the

Drawings or as specified, except for masonry construction and where specified otherwise.

5. Complete caulking prior to painting. 6. Verify that concrete is thoroughly cured prior to caulking. 7. When filler compressible material is used, use untreated type. 8. Apply caulking with pneumatic caulking gun. 9. Use nozzles of proper shape and size for application intended.

Not to be used for bidding purposes!

Page 580: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 07900-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/07900 (Bid Set)

10. Maintain continuous bond between caulking and sides of joint to eliminate gaps, bubbles, or voids. Fill joint in continuous operation without layering of compound.

11. Where recommended by the manufacturer, tool sealant to compress material against sides of joints and to provide finished surface.

12. Employ experienced applicators to caulk joints and seams in neat workmanlike manner.

13. To hasten curing of compound when used on wide joints subject to movement, apply heat with infrared lamps or other convenient means.

14. Apply synthetic rubber sealing compound with pneumatic caulking tool or other acceptable method.

3.04 CLEANING

A. Clean surfaces adjacent to sealant as work progresses.

B. Remove excess uncured sealant by soaking and scrubbing with sealant cleaning solvent.

C. Remove excess cured sealant by sanding with Number 80 grit sandpaper.

D. Leave finished work in neat, clean condition.

3.05 SCHEDULE

A. Acrylic latex: 1. Use where indicated on the Drawings. 2. Interior joints with movement less than 7.5 percent and not subject to wet

conditions.

B. Polysulfide rubber sealant: 1. Use where indicated on the Drawings.

C. Silicone: 1. Use where indicated on the Drawings. 2. Joints and recesses formed where window, door, louver and vent frames, and

sill adjoin masonry, concrete, stucco, or metal surfaces. 3. Door threshold bedding. 4. Moist or wet locations, including joints around plumbing fixtures. 5. Stainless steel doors and frames, including joints between applied stops and

frames, and around anchor bolts. 6. Plenum joints.

D. Synthetic rubber sealing compound, non-sag Type II: 1. Use where indicated on the Drawings. 2. Water-bearing and earth-bearing concrete structures. 3. Joints in masonry, concrete vertical surfaces, and metal-faced panels in

vertical surfaces. 4. Joints between sheet metal flashing and trim. 5. Joints between sheet metal flashing and trim, and vertical wall surfaces. 6. Small voids between materials requiring filling for weathertight performance in

vertical surfaces.

Not to be used for bidding purposes!

Page 581: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 07900-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/07900 (Bid Set)

7. Perimeters of frames of doors, windows, louvers, and other openings where bonding is critical to airtight performance.

8. Expansion and control joints in masonry vertical surfaces.

E. Synthetic rubber sealing compound, self-leveling Type I: 1. Use where indicated on the Drawings. 2. Expansion and control joints in masonry, concrete horizontal surfaces, and

metal panels in horizontal surfaces. 3. Small voids between materials requiring filling for weathertight performance in

horizontal surfaces. 4. Pavement joints. 5. Perimeters of frames of doors, windows, louvers, and other openings in

horizontal surfaces where bonding is critical to airtight performance.

END OF SECTION

Not to be used for bidding purposes!

Page 582: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

 

Not to be used for bidding purposes!

Page 583: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 07915-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/07915 (Bid Set)

SECTION 07915

EPOXY AND SILICONE BONDED EXPANSION JOINT SEALS

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Epoxy and Silicone Bonded Expansion Joint Seals.

B. Related sections 1. The Contract Documents are complementary; what is called for by one is as

binding as if called for by all. 2. It is the Contractor’s responsibility for scheduling and coordinating the Work of

subcontractors, suppliers, and other individuals or entities performing or furnishing any of Contractor’s Work.

3. The following Sections are related to the Work described in this Section. This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the Contractor to see that the completed Work complies accurately with the Contract Documents. a. Section 01330 - Submittal Requirements. b. Section 01783 - Warranties and Bonds. c. Section 03071 - Epoxies. d. Section 03102 - Concrete Formwork. e. Section 03150 - Concrete Accessories. f. Section 03200 - Concrete Reinforcement. g. Section 03366 - Tooled Concrete Finishes. h. Section 03931 - Epoxy Injection System. i. Section 07900 - Joint Sealers.

1.02 REFERENCES

A. American Society for Testing and Materials (ASTM): 1. D 412 - Standard Test Methods for Vulcanized Rubber and Thermoplastic

Elastomers - Tension.

1.03 SYSTEM DESCRIPTION

A. At concrete walls and floors, furnish elastomeric joint seal adhered to surfaces of joint with epoxy capable of resisting vehicular loading and accommodating joint movement defined herein.

B. At brick and concrete masonry unit walls, furnish acrylic foam, silicone coated joint seals adhered to surfaces of joint with silicone adhesive capable of resisting joint movement defined herein.

1.04 SUBMITTALS

A. General: Submit in accordance with Section 01330.

Not to be used for bidding purposes!

Page 584: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 07915-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/07915 (Bid Set)

B. Shop drawings: Submit detailed drawings showing layout of joint seal assembly including all splices, joints and accessories which are not completely shown in manufacturer’s data.

C. Product data: Submit manufacturer’s product data for each joint type.

D. Samples: Include minimum 6-inch long sample of each seal type.

E. Manufacturer’s instructions: Include printed recommendations from the manufacturer outlining procedures for installation of the seal including preparation and cleaning of surface, splicing and jointing of seal, and application of epoxy or silicone.

1.05 QUALITY ASSURANCE

A. Mock-ups: Demonstrate ability to weld acceptable joints in seal before installation.

1.06 DELIVERY, STORAGE, AND HANDLING

A. Deliver materials in manufacturer’s original packaging with containers unopened and labels intact and legible. Labels shall include manufacturer name, product name and identification, product batch numbers, date of manufacture, and date of expiration if relevant.

B. Store materials off the ground, indoors, protected from moisture, and at temperatures recommended by the manufacturer.

C. Condition products as recommended by the manufacturer just prior to installation.

1.07 WARRANTY

A. Provide warranty as specified in Section 01783.

PART 2 PRODUCTS

2.01 MATERIALS

A. Manufacturers: One of the following or equal: 1. At concrete walls and floors: Architectural Art Manufacturing, W20-ES-SA, an

epoxy bonded seal. 2. At brick and concrete walls: Architectural Art Manufacturing, W20-SA-SI, a

silicone bonded seal.

B. Joint Seal: 1. Seal shall be capable of accommodating expansion of -50 percent to

+100 percent of nominal joint width. 2. Conforms to ASTM D 412. 3. Furnish product in sections as long as is practical to minimize the number of

field splices. 4. Color or colors shall be from manufacturer’s standard color offerings, as

selected by the Engineer.

Not to be used for bidding purposes!

Page 585: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 07915-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/07915 (Bid Set)

C. Epoxy: 1. Two part, 100 percent solids epoxy formulated for permanent bond to concrete

surfaces.

PART 3 EXECUTION

3.01 INSPECTION

A. Prior to beginning installation, verify in field the measurements on indicated on the shop drawings.

3.02 PREPARATION

A. Protection: Mask adjacent surfaces to protect from preparation and staining and placement of adhesive outside the manufacturer’s designated lines.

B. Surface preparation: Prepare joint surfaces in full compliance with manufacturer’s recommendations to provide water-tight seal.

3.03 INSTALLATION

A. Install in full compliance with manufacturer’s recommended environmental conditions and procedures to provide water-tight seal in the structure.

3.04 FIELD QUALITY CONTROL

A. Site test for epoxy bonded seals: After the installation is complete and epoxy has cured, the seal shall be subjected to a watertightness test as follows: 1. Erect temporary barrier, such as sandbags or other means acceptable to

Engineer, around the seal. 2. Flood the area containing the seal with water to a minimum height of 3 inches. 3. Maintain the water over the seal for a minimum of 24 hours. 4. After the required time period, repair and/or replace any section of seal that

showed evidence of leakage.

B. Repair of failed seal shall be in accordance with manufacturer’s recommendations.

3.05 PROTECTIONS

A. Protect joint seal from damage until construction is complete.

END OF SECTION

Not to be used for bidding purposes!

Page 586: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

 

Not to be used for bidding purposes!

Page 587: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 08110-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/08110 (Bid Set)

SECTION 08110

HOLLOW METAL DOORS AND FRAMES

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Non-Fire Resistive Rated: 1. Doors. 2. Door frames. 3. Window frames. 4. Combination door frames and window frames with mullions, muntins, and

transom bars.

B. Related sections: 1. The Contract Documents are complementary; what is called for by one is as

binding as if called for by all. 2. It is the Contractor’s responsibility for scheduling and coordinating the Work of

subcontractors, suppliers, and other individuals or entities performing or furnishing any of Contractor’s Work.

3. The following Sections are related to the Work described in this Section. This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the Contractor to see that the completed Work complies accurately with the Contract Documents. a. Section 01410 - Regulatory Requirements. b. Section 04220 - Concrete Unit Masonry. c. Section 08710 - Door Hardware. d. Section 09910 - Painting. e. Section 09960 - High-Performance Coatings.

1.02 REFERENCES

A. American National Standards Institute (ANSI): 1. A250.6 - Hardware on Steel Doors (Reinforcement Application). 2. A250.8 - Recommended Specification for Standard Steel Doors and Frames.

B. ASTM International (ASTM): 1. A 653/A653M - Standard Specification for Sheet Steel, Zinc Coated

(Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process.

2. A 924/A924M - Standard Specification for General Requirements for Steel Sheet, Metallic- Coated by the Hot-Dip Process.

3. A 1008 - Standard Specification for Steel, Sheet, Cold-Rolled, Carbon, Structural, High-Strength Low-Alloy, High-Strength Low-Alloy with Improved Formability, Solution Hardened, and Bake Hardenable.

4. A 1011 - Standard Specification for Steel, Sheet and Strip, Hot Rolled, Carbon, Structural, High Strength Low Alloy, High Strength Low Alloy with Improved Formability, and Ultra High Strength.

5. E 413 - Classification for Rating Sound Insulation.

Not to be used for bidding purposes!

Page 588: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 08110-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/08110 (Bid Set)

6. E 1408 - Standard Test Method for Laboratory Measurement of the Sound Transmission Loss of Door Panels and Door Systems.

C. National Association of Architectural Metal Manufacturers (NAAMM)/Hollow Metal Manufacturers Association (HMMA): 1. HMMA 861 - Guide Specifications For Commercial Hollow Metal Doors and

Frames.

D. Steel Door Institute (SDI): 1. SDI-111 - A Steel Doors and Frame Details. 2. SDI-117 - Manufacturing Tolerances Standard Steel Doors and Frames.

1.03 SUBMITTALS

A. Product data.

B. Shop drawings: Show the following with references to the Engineer's door marks and hardware groups: 1. Location of door and frame types. 2. Details of fabrication, including core construction, glass lights, louvers,

weatherstripping, and factory finish for each door. 3. Cutouts and reinforcements for hardware. 4. Methods of installation and anchorage to adjacent construction.

C. Manufacturer's instructions: Submit manufacturer's installation instructions.

1.04 QUALITY ASSURANCE

A. Testing agency qualifications: Approved by ultimate enforcing authority for the Project; regularly engaged in inspection of materials and workmanship at factory.

1.05 DELIVERY, STORAGE, AND HANDLING

A. Before delivery, identify type and size of each door and frame in such a way that markings will not damage finish.

B. Preassemble doorframes in shop and deliver to Project site with spreader bar at sill or tie them in pairs to form box.

C. Protect doors and frames with resilient packaging sealed with heat shrunk plastic. Break seal on-site to permit ventilation.

D. Protect doors and frames during shipment and storage to prevent warping, bending, and corrosion.

1.06 SEQUENCING AND SCHEDULING

A. Ensure timely delivery of reviewed hardware schedule and hardware templates such that no delay occurs in the work of the Contract.

Not to be used for bidding purposes!

Page 589: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 08110-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/08110 (Bid Set)

PART 2 PRODUCTS

2.01 MATERIALS

A. Sheet steel: ASTM A 1008, commercial quality, level, cold rolled steel, or ASTM A 1011, hot rolled, pickled and oil rolled steel. Galvanize by hot-dip process with zinc-coating conforming to ASTM A 653 and A 924 G60, with a coating weight of not less than 0.60 ounces per square foot (0.30 ounces per square foot per side). Clips, bolts, screws, and rivets: sized as recommended by manufacturer.

B. Primer: Rust- inhibitive metal primer capable of being baked and compatible with finish painting system specified in Section 09960.

C. Touch-up materials: Primer as recommended by manufacturer.

D. Door hardware: As specified in Section 08710.

E. Grout: As specified in Section 04220.

2.02 DOOR AND FRAME TYPES

A. Interior doors: ANSI 250.8, Grade III, Model 3 or NAAMM HMMA 810 Type A and NAAMM HMMA 861, flush steel rib-stiffened, minimum 18 gauge face sheets.

B. Exterior doors: ANSI 250.8, Grade III, Model 3, or NAAMM HMMA 810 Type A and NAAMM HMMA 861, flush steel rib-stiffened, minimum 16 gauge face sheets.

C. Interior frames: ANSI 250.8 or NAAMM HMMA 861, fully welded frames, minimum 16 gauge, sizes and shapes as indicated on the Drawings.

D. Exterior frames: ANSI 250.8 or NAAMM HMMA 861, fully welded frames HMMA 861, except minimum 14 gauge sizes and shapes as indicated on the Drawings.

2.03 COMPONENTS

A. Door cores: 1. Stiffeners: Vertical steel ribs formed from minimum 22-gauge plain sheet steel,

spaced at maximum 6 inches apart and securely attached to face sheets by spot welds at maximum 5 inches on center.

2. Core fillers: Insulation, minimum 0.60 pound density noncombustible type, installed in spaces between stiffeners for full height of door; labeled door core material shall conform to requirements of labeling authority.

B. Glazing stops: Minimum 18 gauge sheet steel, mitered, square, or rectangular: 1. Outside of exterior doors: Fixed, integral to doors and frames. 2. Secure side of interior doors: Removable.

C. Removable stop fasteners: Flat head, countersunk, tamperproof, self-tapping sheet metal screws.

D. Louvers: 1. Material: Steel sheet, same type sheet as door material.

Not to be used for bidding purposes!

Page 590: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 08110-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/08110 (Bid Set)

2. Blade gauge: Minimum 24. 3. Frame gauge: Minimum 20. 4. Construction: Provide louvers that are welded to frame (except at fusible link

type). 5. Moldings: Secure and detachable type. Locate detachable moldings on room

or non-security side of doors.

E. Louver screens: 1. Use: At exterior door louvers. 2. Location: Locate screens on interior face of louver and secured to louvers in

rigid manner that permits easy removal. 3. Screens: Stainless steel insect screen mesh. 4. Frames: Stainless steel manufacturer's standard type and gauge.

2.04 FABRICATION OF FRAMES

A. Galvanize all frames installed in exterior openings.

B. Frames: Sheet steel, integral type, welded continuous to full depth of frames with minimum 5/8-inch deep stops, unless otherwise indicated on the Drawings.

C. Hardware reinforcement: Minimum 7 gauge at hinges; 12 gauge at strikes, bolts, closers, and other applied hardware.

D. Jamb Anchors: As required for adjacent wall construction, minimum 3 per jamb, unless otherwise indicated on the Drawings;

E. Floor anchors: Fixed type, except where adjustable anchors are indicated on the Drawings, 1 per jamb, with minimum 2 holes for anchorage. Where floor fill occurs, terminate bottom of frames at indicated finished floor level and support by adjustable extension clips resting on and anchored to structural slabs.

F. Anchors at masonry: Adjustable strap and stirrup, minimum 16 gauge corrugated or perforated steel at maximum of 30 inches on center and extending minimum 8 inches into masonry.

G. Anchors at previously placed concrete: Countersink machine screws through the frame into expansion devices spaced at maximum 30 inches on center.

H. Anchors at structural steel framing: Welded or otherwise securely fastened with stainless steel screws.

I. Masonry angle stiffeners: Factory welded into heads of frames for installation in openings more than 48 inches wide.

J. Mullions, muntins, and transom bars: Minimum 18 gauge, tubular sheet steel matching, and butt-welded to head and jamb members.

K. Removable stops: Fasten at approximately 12 to 16 inches on center.

L. Frames shall be compatible with Schlage NDE Series wireless locks.

Not to be used for bidding purposes!

Page 591: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 08110-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/08110 (Bid Set)

2.05 FABRICATION OF DOORS

A. Galvanize all doors installed in exterior openings.

B. Reinforce face sheets with steel rib stiffeners, spaced at maximum 6 inches apart, and securely attached to face sheets by spot welds at maximum 5 inches on center.

C. Fill voids between face sheets and stiffeners with fiberglass insulation having a minimum density of 0.8 pounds per cubic foot.

D. Edges: Full weld without visible joints. Bevel striking edge 1/8 inch in 2 inches.

E. Tops and bottoms of doors: Close with continuous recess steel channel of minimum 16 gauge, extending full width of door and spot welded to both faces.

F. Tops and bottoms of exterior doors: Flush closing channels welded to make tops and bottoms waterproof with weep holes for escape of moisture.

G. Hinge reinforcement: 7 gauge.

H. Lock, closer, and flush bolt reinforcement: 12 gauge.

I. Astragals: 1. Do not install on doors swinging in pairs with rating of 90 minutes or less in

means of egress where both leaves are required to provide building code required exiting widths.

2. Do not provide astragal cutouts for hardware operations.

J. Astragal clearances for non-fire resistive rated doors: 1. Door bottoms at doors designated to receive non-combustible threshold: Not

to exceed 3/8 inch between threshold and door bottom. 2. Door bottoms where there is no threshold: Maximum clearance between door

and floor not to exceed 1/2 inch. 3. Door bottoms at doors designated to receive combustible floor coverings: Not

to exceed 1/2 inch between floor covering and door bottom. 4. Clearance between door and frame and between meeting edges of pairs of

doors: Not to exceed 1/8 inch.

K. Doors shall be compatible with Schlage NDE Series wireless locks.

2.06 HARDWARE PREPARATION

A. Cutout, drill, and reinforce frames and doors for hardware in accordance with hardware templates.

B. Install plaster guards or mortar boxes in back of hardware cutouts in and welded to frames.

C. Do not weld hinges to doorframes.

D. Silencers: 1. Drill single leaf doorframe jamb stops for minimum 3 silencers. 2. Drill double-leaf doorframe head stops for minimum 2 silencers.

Not to be used for bidding purposes!

Page 592: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 08110-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/08110 (Bid Set)

3. Do not drill doorframes for silencers when weatherstripping is to be installed.

2.07 FINISHING

A. Thoroughly clean surfaces of oil, grease, and other impurities; touch-up abraded galvanizing; and chemically etch.

B. Fill irregularities and sand smooth finish surface. Apply 1 coat of manufacturer's standard rust inhibitive baked-on primer.

C. Finish painting: As specified in Section 09960.

PART 3 EXECUTION

3.01 EXAMINATION

A. Examine reviewed hardware schedules and verify proper coordination of hardware and doors and frames.

B. Examine opening locations and verify the following: 1. Correctness of dimensions, backing, or support conditions. 2. Absence of defects that would adversely affect frame or door installation.

3.02 INSTALLATION

A. Install doors and frames in accordance with approved shop drawings and manufacturer's instructions.

B. Frames: 1. Set accurately in position, plumb, align, and attach securely to structure. 2. Set in place before construction of adjacent masonry or framed walls. 3. Anchor frames to previously placed concrete. 4. Set frames before removing spreader bars. 5. Fully grout frames in masonry as the Work progresses.

a. Do not grout frames for doors with electronic strikes. 6. Grout frames at concrete through keyways provided at head and jambs.

a. Do not grout frames for doors with electronic strikes.

C. Doors: Install at correct openings, ensure smooth swing and proper closure with frame.

D. Door hardware: Install in accordance with Section 08710.

E. Separate or isolate dissimilar metals with neoprene gaskets, sleeves, and washers, or with coatings acceptable to the Engineer.

3.03 TOLERANCES

A. Manufacturing and installation tolerances: As indicated on the Drawings or in conformance to SDI 117 as minimum.

Not to be used for bidding purposes!

Page 593: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 08110-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/08110 (Bid Set)

3.04 ADJUSTING AND CLEANING

A. Prime coat touch-up: Immediately after installation, sand smooth and touch-up rust areas, and other areas where primer has been damaged, with prime touch-up paint.

B. Make adjustments as required for correct, proper, and free function and smooth operation without binding of hardware or doors and frames.

C. Protect doors and frames from damage to surface or profile.

END OF SECTION

Not to be used for bidding purposes!

Page 594: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

 

Not to be used for bidding purposes!

Page 595: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 08332-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/08332 (Bid Set)

SECTION 08332

OVERHEAD COILING DOORS

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Non-fire rated insulated overhead coiling doors.

B. Related sections: 1. The Contract Documents are complementary; what is called for by one is as

binding as if called for by all. 2. It is the Contractor’s responsibility for scheduling and coordinating the Work of

subcontractors, suppliers, and other individuals or entities performing or furnishing any of Contractor’s Work.

3. The following Sections are related to the Work described in this Section. This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the Contractor to see that the completed Work complies accurately with the Contract Documents. a. Section 01612 - Seismic Design Criteria. b. Section 01614 - Wind Design Criteria.

1.02 REFERENCES

A. National Electrical Manufacturers Association (NEMA): 1. 250 - Enclosures for Electrical Equipment (1000 V Maximum). 2. Type 4X enclosure in accordance with NEMA 250. 3. Type 12 enclosure in accordance with NEMA 250. 4. MG 1 - Motors and Generators

B. ASTM International: 1. ASTM A 123 - Standard specification for Zinc (Hot-Dip Galvanized) Coatings

on Iron and Steel Products. 2. ASTM A 653 - Standard Specification for Steel Sheet, Zinc-Coated

(Galvanized) by the Hot-Dip Process. 3. ASTM A 666 - Standard specification for Austenitic Stainless Steel Sheet,

Strip, Plate, and Flat Bar. 4. ASTM A 924 - Standard Specification for General Requirements of Steel

Sheet, Metallic-Coated by the Hot-Dip Process (Referenced by ASTM A 653).

1.03 DEFINITIONS

A. NEMA: 1. Type 4X enclosure in accordance with NEMA 250. 2. Type 12 enclosure in accordance with NEMA 250.

Not to be used for bidding purposes!

Page 596: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 08332-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/08332 (Bid Set)

1.04 SYSTEM DESCRIPTION

A. Design requirements: 1. Compatibility with space and service requirements:

a. Doors and equipment items provided shall be compatible with space limitations specified and indicated on the Drawings.

b. Make modifications to doors and equipment items necessary to conform with space limitations or with utility services specified for rough-in.

c. Provide items complete including all necessary ancillary equipment as may be required for complete and trouble-free operation.

2. Maintenance requirements: For ease of maintenance, provide overhead coiling doors complying with following requirements: a. Provide each door assembly as complete unit produced or supplied by a

single manufacturer, including frames, sections, brackets, operating mechanisms, hardware, except hardware items specified in Section 08710, and all necessary accessories for installation of complete in openings indicated.

b. Unless otherwise specified, all doors of particular type throughout the entire project shall be as manufactured or supplied by a single manufacturer.

1.05 SUBMITTALS

A. Product data: 1. General: Submit data completely describing products, including rough-in

diagrams. 2. Electrical operators: Submit complete manufacturer's data for all components

for electric door operators. Show motor size and characteristics. Show manufacturer's verification that motor has been adequately sized for each size and type of door required. Submit electrical schematic diagrams.

B. Shop drawings: 1. Drawings showing complete installation details, required clearances, relation

to building structure, complete electrical rough-in requirements required for installation of motor operators for doors and for connection of such doors to fire alarm system, referenced to the door mark number.

2. Show location and size of access doors required to perform maintenance on doors and auxiliary equipment.

C. Samples: Submit samples of finishes for finish selection.

D. Quality control submittals: 1. Manufacturer's instructions:

a. Installation instructions for each type and size of door, including manufacturer's data, operating instructions, and maintenance data.

b. Furnish installer copy of diagrams and installation instructions.

Not to be used for bidding purposes!

Page 597: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 08332-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/08332 (Bid Set)

E. Contract closeout submittals: 1. Project record documents:

a. Operation and maintenance data: Provide manufacturer's operation and maintenance data for each different type of door specified, complete with manufacturer's list of recommended spare parts and their prices, electrical schematic diagrams, and name and address of nearest maintenance organization approved by door manufacturer.

b. Warranty: Provide manufacturer's standard warranty.

1.06 QUALITY ASSURANCE

A. Regulatory requirements: 1. Wind loading as specified in Section 01614. 2. Seismic requirements for door anchorage and support systems as specified in

Section 01612. 3. Provide electrical materials in NEMA Type enclosures as specified.

1.07 DELIVERY, STORAGE, AND HANDLING

A. Packing, shipping, and storage: Protect doors during shipment and storage to prevent warping, bending, and corrosion.

B. Deliver materials only after proper facilities are available. Provide clean dry surfaces or platform as required and protect from deterioration and foreign matter.

1.08 PROJECT CONDITIONS

A. Field measurements: Field verify all opening dimensions and clearances prior to fabricating doors. Fitting doors to openings is the responsibility of the Contractor.

1.09 SEQUENCING AND SCHEDULING

A. Inserts and anchorages: Furnish inserts and anchoring devices which must be set into concrete or built into masonry. Provide setting drawings, templates, and directions for installation of anchorage devices. Coordinate delivery with other work to avoid delay to the Contract.

PART 2 PRODUCTS

2.01 MANUFACTURED UNITS

A. Acceptable Manufacturer: One of the following or equal: 1. Overhead Door Corp., Lewisville, TX 75067. 2. Wayne-Dalton Corp., Mt. Hope, Ohio 44660. 3. The Cookson Company, Inc., Phoenix, Arizona 85043.

B. Steel overhead coiling door: Heavy Duty Explosion-Proof 1. Mounting: Face of wall. 2. Operation: Motor.

Not to be used for bidding purposes!

Page 598: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 08332-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/08332 (Bid Set)

3. Curtain: a. Exterior Slats: Manufacturer’s standard, minimum 16-gauge steel

galvanized In accordance with ASTM A 653, interlocking flat-faced slats with ends of alternate slats fitted with metal end locks to hold curtain in alignment.

b. Bottom bar: Steel galvanized In accordance with ASTM A 123, fitted with 2 equal-sized steel angles minimum 1/8-inch thick, with lift handle and provided with a flexible PVC bulb type astragal to ensure a consistent seal along the floor. Extrusion designed to interlock with door curtain.

c. Weatherstripping: 1) Bottom bar: Manufacturer's standard, provided with a flexible PVC

bulb type astragal to ensure a consistent seal along the floor. Extrusion designed to interlock with door curtain.

2) Door jambs: Manufacturer's standard vinyl extrusion seals, manufacturer's standard.

3) Hood: Manufacturer's standard vinyl air baffle. 4. Guides: Steel galvanized In accordance with ASTM A 123, formed of roll

formed steel channels and angles or structural angles of sufficient depth to provide a groove of adequate depth on each jamb to hold curtain firmly in guides under design wind pressure.

5. Brackets: Steel galvanized In accordance with ASTM A 123, steel plate with permanently sealed ball bearings designed to enclose ends of coil and provide support for counterbalance pipe at each end.

6. Barrel and counterbalance mechanism: Steel pipe of sufficient size to carry door load with maximum deflection of 0.03 inch per foot of opening width and counterbalanced by helical springs, oil tempered torsion type designed with minimum safety factor of 1.25 percent, and having cast iron barrel plugs that anchor springs to tension shaft and pipe.

7. Hood: Manufacturer’s standard, minimum 24-gauge steel galvanized In accordance with ASTM A 653, designed to enclose curtain coil and counterbalance mechanism.

C. Insulation: 1. Interior slats: material to match exterior slats as specified in previous article,

interlocking flat-faced slats, manufacturer's standard size with ends of alternate slats fitted with metal end locks to hold curtain in alignment.

2. Insulation: CFC-free Polyethylene foam yielding a minimum R-value of 6.20.

D. Door operators: 1. Motor operator: Unless otherwise indicated on the Drawings, provide a

heavy-duty type motor operator. a. High starting torque type motor having sufficient power to operate the load

at an average speed of 1 foot per second. b. Totally enclosed, fan cooled, continuous-duty motor, sized to suit door

size (1 horsepower minimum), with Class B insulation. c. 480 volt, 3-phase operation. d. Controlled by momentary contact 3-button station marked OPEN, CLOSE,

and STOP. As indicated on the Drawings. e. Provide automatic screw-type limit switch to break circuit at termination of

travel.

Not to be used for bidding purposes!

Page 599: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 08332-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/08332 (Bid Set)

f. Provide gear reducer consisting of high efficiency worm gearing running in an oil bath and a spring set, solenoid-operated brake designed to hold the load when power is off.

g. Provide emergency hand chain operator which does not affect the time of the limit switch, to operate the load in case of power failure.

h. Operator to have reversing NEMA Size 1 starter having mechanical and electrical interlocks, properly sized 24-volt control transformer, and other controls necessary for proper operation, completely assembled and wired to a terminal strip to facilitate field wiring of the power source, pushbutton stations, and/or other remote devices.

i. Unless otherwise indicated on the Drawings, all electrical material supplied shall be in NEMA Type 12 enclosures for interior locations and in NEMA Type 4X enclosure or NEMA Type 4 enclosures for exterior or wet locations.

j. Provide electronic safety edge to reverse direction of door if obstruction is encountered.

k. Where no safety edge is specified, 2-button constant pressure type pushbutton stations marked OPEN and CLOSE shall be provided in lieu of 3-button station previously indicated.

2.02 ACCESSORIES

A. Fasteners: Sizes and types as recommend by reviewed door manufacturer.

2.03 FINISHES

A. Slats, Hood and Bottom Bar: 1. Galvanized steel: Manufacturer’s standard rust inhibitive prime coat and with

powder coat finish as selected by Owner from manufacturer’s standard colors.

B. Guides and Bracket Plates: 1. Galvanized steel: manufacturer's standard rust inhibitive prime coat in a flat

black finish.

PART 3 EXECUTION

3.01 EXAMINATION

A. Verification of conditions: Examine openings to receive overhead coiling doors and verify: 1. Dimensions and correctness of backing or support conditions. 2. Absence of defects that would adversely affect installation.

B. Do not start the work until unsatisfactory conditions are corrected.

3.02 PREPARATION

A. Verify dimensions and design for each opening.

B. Coordinate details with other work supporting or adjoining coiling doors.

C. Furnish fastening devices as required to mount doors properly.

Not to be used for bidding purposes!

Page 600: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 08332-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/08332 (Bid Set)

3.03 INSTALLATION

A. Install doors in strict accordance with manufacturer's installation instructions, unless specifically otherwise indicated on the Drawings.

B. Install assemblies plumb, square, and level at their proper elevations and in their proper planes.

C. Securely anchor assemblies to interior face of openings, in manner that provides full opening clearance, perfectly aligned and adjusted for smooth operation.

D. Interface with other products: Separate or isolate dissimilar metals with neoprene gaskets, sleeves, or washers, or with an acceptable coating.

3.04 ADJUSTING

A. Verify that door assemblies are securely anchored to structure, guides are perfectly aligned, and doors are adjusted for smooth operation.

B. Upon completion of installation, ensure doors are free from warp, twist, or distortion and are lubricated and properly adjusted to operate freely.

3.05 CLEANING

A. Thoroughly clean surfaces of grease, oil, and other impurities.

B. Replace any damaged or otherwise disfigured doors with new prior to final acceptance.

3.06 DEMONSTRATION

A. Provide Owner's maintenance employees with minimum of 8 hours of maintenance instruction.

3.07 PROTECTION

A. Protect installed doors from damage until final acceptance.

END OF SECTION

Not to be used for bidding purposes!

Page 601: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 08710-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/08710 (Bid Set)

SECTION 08710

DOOR HARDWARE

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Door hardware.

B. Related sections: 1. The Contract Documents are complementary; what is called for by one is as

binding as if called for by all. 2. It is the Contractor’s responsibility for scheduling and coordinating the Work of

subcontractors, suppliers, and other individuals or entities performing or furnishing any of Contractor’s Work.

3. The following Sections are related to the Work described in this Section. This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the Contractor to see that the completed Work complies accurately with the Contract Documents. a. Section 08110 - Hollow Metal Doors and Frames.

1.02 REFERENCES

A. ASTM International (ASTM): 1. E 90 - Standard Test Method for Laboratory Measurement of Airborne Sound

Transmission Loss of Building Partitions and Elements. 2. E 283 - Standard Test Method for Determining the Rate of Air Leakage

Through Exterior Windows, Curtain Walls, and Doors Under Specified Pressure Differences Across the Specimen.

B. Builders Hardware Manufacturers Association (BHMA): 1. A156.7 - Template Hinge Dimensions. 2. A156.18 - Materials and Finishes.

1.03 SUBMITTALS

A. Product Data.

B. Hardware schedule: Include references to Engineer's hardware group number, door type designations, locations, other pertinent data, and manufacturer names or suitable abbreviation opposite items scheduled.

C. Samples: Include for each different type and manufacturer for review of finish.

D. Construction key distribution list: Submit upon Owner's request.

E. Templates: 1. Furnish hardware templates to fabricators of doors, frames, and other work to

be factory-prepared for hardware.

Not to be used for bidding purposes!

Page 602: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 08710-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/08710 (Bid Set)

2. Check shop drawings of other work to confirm that adequate hardware backing is available.

F. Project record documents: Include corrected hardware schedule.

1.04 DELIVERY, STORAGE, AND HANDLING

A. Deliver hardware where directed in unopened packages with items packed separately, complete and ready for installation with necessary fittings, trim, fasteners, and accessories.

B. Provide packages bearing the manufacturers' labels with each item or group of items identified according to the accepted hardware schedule.

1.05 SCHEDULING AND SEQUENCING

A. Upon receipt of accepted hardware schedule, coordinate accepted hardware schedule, templates, reinforcing units, and template instructions to door and frame sections.

B. Restrict distribution of construction keys to superintendents and foremen. Maintain record of persons who have received keys on construction distribution list.

PART 2 PRODUCTS

2.01 FASTENERS

A. Types: 1. To concrete, marble, or masonry: Machine screws and flush shells. 2. To mineral and hollow core doors: Sex bolts.

B. Screws, exposed: Phillips-head type, full-threaded screws, not combination type.

C. Sizes: Suitable for heavy use.

D. Finish: Stainless steel, unless otherwise required to match material and hardware finish.

2.02 HINGES

A. Manufacturers: One of the following or equal: 1. Stanley. 2. Hager. 3. McKinney. 4. Ives.

B. Material: 1. Exterior doors: Stainless steel.

C. Knuckles, number of: Minimum 5.

D. Ball bearings: Concealed with interior self-lubricating bushings.

Not to be used for bidding purposes!

Page 603: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 08710-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/08710 (Bid Set)

E. Type for doors with closers: Ball bearing.

F. Material for fire-resistive rated doors: Steel.

G. Pins for interior doors: Non-rising.

H. Pins for exterior doors: Non-removable.

I. Template hinges: BHMA A156.7.

J. Tips: Flat button.

K. Height: As follows, unless otherwise specified: 1. Doors 1-3/8-inch thick: 3-1/2 inches. 2. Doors 1-3/4-inch thick and up to 41 inches wide: 4-1/2 inches. 3. Doors 1-3/4-inch thick and from 41 to 48 inches wide: 4-1/2 inches, extra

heavy. 4. Doors 2 inches thick or over 48 inches wide: 5 inches, extra heavy.

L. Widths: Sufficient to clear trim projection when door swings 180 degrees, unless otherwise specified.

M. Number per door leaf: As follows, unless otherwise specified: 1. 3 hinges on door to 7 feet, 6 inches in height. 2. 1 additional hinge for each additional 2 feet, 6 inches of height or fraction

thereof.

2.03 LOCKSETS

A. Manufacturers typical: The following: 1. Schlage NDE Series (will be provided by the Owner).

B. Doors shall be compatible with the specified lockset system.

2.04 CONSTRUCTION KEYING

A. Type: Removable core system.

2.05 PERMANENT KEYING AND KEYS

A. Interchangeable Core: 1. Manufacturer: The following:

a. Corbin Russwin, and ASSA ABLOY Company, model CL3357 NZD 626 CL6.

B. Number of keys: 1. Grand master keys: 4. 2. Keyed alike: 8 keys for each keyed alike group furnished. 3. Keyed different: 2.

C. Identification: 1. Emboss face of each cylinder plug and key with minimum 3-digit visual key

control system.

Not to be used for bidding purposes!

Page 604: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 08710-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/08710 (Bid Set)

2. Emboss DO NOT DUPLICATE on keys.

2.06 CLOSERS

A. Manufacturers: 1. Features:

a. Heavy-duty parallel arm with positive stop. b. Non-handed and non-sized. c. Adjustable spring power from size 1 through 4. d. Hold open feature.

2. The following: a. Sargent, 351 Series Aluminum Closer.

B. Type: Full rack and pinion type with steel spring and non-gumming, non-freezing hydraulic fluid.

C. Controls: Separate set for regulating sweep speed, latch speed, backcheck and backcheck positioning, or where schedules, spring power.

D. Sizes: As recommended by accepted manufacturer.

E. Covers: Metal, capable of receiving finishes to match adjacent hardware finishes, unless otherwise specified.

F. Narrow frame provisions: Drop plates.

G. Effort to operate: As follows: 1. Exterior: Maximum 8-1/2 pounds. 2. Interior: Maximum 5 pounds. 3. Fire-resistive rated doors: Maximum 15 pounds.

H. Adjust closers in accordance with manufacturer's directions for size of door.

2.07 MISCELLANEOUS DOOR HARDWARE

A. Gasketing systems: As scheduled, self-adhesive silicone seal, continuous at head and jambs, rated for fire and smoke in accordance with ASTM E 283, sound rated in accordance with ASTM E 90. 1. Manufacturers: One of the following or equal:

a. Pemko Mfg. Co. b. National Guard Products Inc. c. Reese.

B. Weatherstripping for exterior doors and smoke, light, and sound seals for interior doors.

C. Thresholds: As scheduled, extruded aluminum, maximum 1/2-inch high, maximum slope of 1 foot in 2 feet. 1. Manufacturers: One of the following or equal:

a. National Guard Products Inc. b. Pemko Mfg. Co.

Not to be used for bidding purposes!

Page 605: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 08710-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/08710 (Bid Set)

2.08 FINISHES

A. Brass and bronze: BHMA A156.18 626 (US26D), satin chrome.

B. Steel: BHMA A156.18 652 (US26D), satin chrome.

C. Stainless steel: BHMA A156.18 630 (US32D), satin stainless steel.

D. Aluminum: BHMA A156.18 626 (US26).

E. Metal closer covers: Plate covers to match typical door hardware finish.

PART 3 EXECUTION

3.01 EXAMINATION

A. Inspect doors and door frames for damage or defects and examine hardware for compatibility with receiving conditions and suitable to intended use.

B. Verify that required wall backing has been installed.

3.02 INSTALLATION

A. Install finish hardware in accordance with manufacturer's templates and instructions.

B. Accurately and properly fit hardware.

C. Securely fasten fixed parts for smooth, trouble-free, non-binding operation.

D. Fit faces of mortise parts snug and flush.

E. Ensure that operating parts move freely and smoothly without binding, sticking, or excessive clearance.

F. Protection: 1. Protect door hardware from damage or marring of finish during construction,

use strippable coatings, removable tapes, or other acceptable means. 2. Ensure door hardware displays no evidence of finish paint after final building

cleanup.

G. Latch guard and dead bolts: Install so that bolts automatically engage in keeper, whether activated by closer or by manual pressure.

H. Closers: 1. Mount on opposite sides of corridors or vestibules, except at exterior doors. 2. Mount for 180-degree swing wherever possible. 3. Mount with drop plates at narrow top rail doors. 4. Adjust to operate noiselessly and evenly. 5. Have closer manufacturer regulate closers prior to final acceptance of project.

Not to be used for bidding purposes!

Page 606: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 08710-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/08710 (Bid Set)

I. Gasketing: Mount to provide complete contact between door and frame, finished floor, or both; and weathertight enclosure.

J. Thresholds: 1. Install immediately before inspection for Substantial Completion or protect

from heavy traffic damage during construction. 2. Cope to fit door frame profile and drill to suit required flush bolts and panic

bolts. 3. Unless indicated on the Drawings to be set in grout, set in double bead of

sealant, tightly fit at jambs, and make waterproof. 4. Fasten to concrete slab with 5/16-inch stainless steel flat head countersunk

machine screws and concrete anchors at 8-inch centers.

3.03 CONSTRUCTION KEYING

A. Insert construction cores in cylinders of exterior doors, and doors requiring security and access for workman, unless otherwise directed by the Engineer.

3.04 ADJUSTING

A. Examine hardware in place for complete and proper installation. Lubricate bearing surfaces for proper function.

B. Replace, rework or otherwise correct defective door hardware, including incorrect hand or function.

3.05 CLEANING

A. Remove protective materials and devices and thoroughly clean exposed surfaces of hardware.

B. Check for surface damage prior to final cleaning for acceptance of project.

3.06 PERMANENT KEYING

A. M.Spinello & Son must perform the necessary work to key the locks. The Contractor shall meet with RRWRD representative prior to having any keying work performed by M.Spinello & Son, to receive final keying instructions.

3.07 HARDWARE SCHEDULE

A. While the Hardware Schedule is intended to cover all doors and other moveable parts of the building and establish a type and standard of quality, it shall be the specific duty and responsibility of the finish hardware supplier to examine the Drawings and Specifications and furnish proper hardware for all openings.

Not to be used for bidding purposes!

Page 607: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 08710-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/08710 (Bid Set)

3.08 HARDWARE GROUPS

A. GBT Building 1. HW-1: Doors 03, and 04:

3 EA Hinge BB1191 4 1/2 X 4 1/2 HA 1 EA Lockset Survivor Series 195RF/26D-F12 MK 1 EA Cylinder Minimum 6 Corbin IC CR 1 EA Closer 351 Series SA 1 SET Weatherstripping 303AS PE 1 EA Door Bottom 216AV PE 1 EA Threshold 170 A PE * All finishes shall be as directed by Owner to match existing finish hardware

END OF SECTION

Not to be used for bidding purposes!

Page 608: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

 

Not to be used for bidding purposes!

Page 609: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 09910-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/09910 (Bid Set)

SECTION 09910

PAINTING

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: 1. Field applied paints and coatings for normal exposures. 2. Painting Accessories.

B. Related sections: 1. The Contract Documents are complementary; what is called for by one is as

binding as if called for by all. 2. It is the Contractor’s responsibility for scheduling and coordinating the Work of

subcontractors, suppliers, and other individuals or entities performing or furnishing any of Contractor’s Work.

3. The following Sections are related to the Work described in this Section. This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the Contractor to see that the completed Work complies accurately with the Contract Documents. a. Section 01330 - Submittal Procedures. b. Section 01600 - Product Requirements. c. Section 01770 - Closeout Procedures.

1.02 DEFINITIONS

A. Paints: Manufacturer's best ready-mixed coatings, except when field catalyzed, with fully ground pigments having soft paste consistency and capable of being readily and uniformly dispersed to complete homogeneous mixture, having good flowing and brushing properties, and capable of drying or curing free of streaks or sags.

B. Volatile Organic Compound (VOC): Content of air polluting hydrocarbons in uncured coating product measured in units of grams per liter or pounds per gallon.

1.03 SUBMITTALS

A. General: Submit as specified in Section 01330.

B. Shop drawings: Include schedule of where and for what use coating materials are proposed in accordance with requirements for Product Data.

C. Product data: Include description of physical properties of coatings including solids content and ingredient analysis, VOC content, temperature resistance, typical exposures and limitations, and manufacturer's standard color chips.

D. Samples: Include 8-inch square draw-downs or brush-outs of topcoat finish when requested. Identify each sample as to finish, formula, color name and number and sheen name and gloss units.

Not to be used for bidding purposes!

Page 610: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 09910-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/09910 (Bid Set)

E. Manufacturer's instructions: Submit in accordance with requirements for Product Data. Include: 1. Special requirements for transportation and storage. 2. Mixing instructions. 3. Shelf life. 4. Pot life of material. 5. Precautions for applications free of defects. 6. Surface preparation. 7. Method of application. 8. Recommended number of coats. 9. Recommended thickness of each coat. 10. Recommended total thickness. 11. Drying time of each coat, including prime coat. 12. Required prime coat. 13. Compatible and non-compatible prime coats. 14. Recommended thinners, when recommended. 15. Limits of ambient conditions during and after application. 16. Time allowed between coats. 17. Required protection from sun, wind and other conditions. 18. Touch-up requirements and limitations.

1.04 QUALITY ASSURANCE

A. Products: First line or best grade.

B. Materials for each paint system: By single manufacturer.

C. Applicator qualifications: Applicator of products similar to specified products with minimum 3 years’ experience.

D. Regulatory requirements: Comply with by using paints that do not exceed governing agency's VOC limits or do not contain lead.

E. Field samples: 1. Paint 1 complete surface of each color scheme to show colors, finish texture,

materials, and workmanship. 2. Obtain approval before painting other surfaces.

1.05 PRODUCT DELIVERY, STORAGE, AND HANDLING

A. Deliver, store, and handle products as specified in Section 01600.

B. Remove unspecified and unapproved paints from Project site immediately.

C. Deliver containers with labels identifying: 1. Manufacturer's name. 2. Brand name. 3. Product type. 4. Batch number. 5. Date of manufacturer. 6. Expiration date or shelf life. 7. Color. 8. Mixing and reducing instructions.

Not to be used for bidding purposes!

Page 611: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 09910-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/09910 (Bid Set)

D. Store coatings in well-ventilated facility that provides protection from the sun weather, and fire hazards. 1. Maintain ambient storage temperature between 45 and 90 degrees

Fahrenheit, unless otherwise recommended by the manufacturer.

E. Take precautions to prevent fire and spontaneous combustion.

1.06 ENVIRONMENTAL CONDITIONS

A. Surface moisture contents: Do not paint surfaces that exceed manufacturer specified moisture contents, or when not specified by the manufacturer, the following moisture contents: 1. Plaster and gypsum wallboard: 12 percent. 2. Masonry, concrete and concrete block: 12 percent. 3. Interior located wood: 15 percent. 4. Concrete floors: 7 percent.

B. Do not paint or coat: 1. Under dusty conditions. 2. When light on surfaces measures less than 15 foot-candles. 3. When ambient or surface temperature is less than 50 degrees Fahrenheit or

unless manufacturer allow a lower temperature. 4. When relative humidity is higher than 85 percent, unless manufacturer allows

a higher relative humidity. 5. When surface temperature is less than 5 degrees Fahrenheit above dew point. 6. When surface temperature exceeds the manufacturer's recommendation. 7. When ambient temperature exceeds 90 degrees Fahrenheit, unless

manufacturer allows a higher temperature. 8. Apply clear finishes at minimum 65 degrees Fahrenheit.

C. Provide fans, heating devices, or other means recommended by coating manufacturer to prevent formation of condensate or dew on surface of substrate, coating between coats and within curing time following application of last coat.

D. Provide adequate continuous ventilation and sufficient heating facilities to maintain minimum 50 degrees Fahrenheit for 24 hours before, during and 48 hours after application of finishes.

1.07 PROTECTION

A. Protect adjacent surfaces from paint and damage. Repair damage resulting from inadequate or unsuitable protection.

B. Furnish sufficient drop cloths, shields, and protective equipment to prevent spray or droppings from fouling surfaces not being painted and in particular, surfaces within storage and preparation area.

C. Place cotton waste, cloths, and material that may constitute fire hazard in closed metal containers and remove daily from site.

D. Remove electrical plates, surface hardware, fittings and fastenings, prior to painting operations. 1. Carefully store, clean and replace on completion of painting in each area.

Not to be used for bidding purposes!

Page 612: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 09910-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/09910 (Bid Set)

2. Do not use solvent or degreasers to clean hardware that may remove permanent lacquer finish.

1.08 EXTRA MATERIALS

A. Extra materials: Deliver as specified in Section 01770. Include minimum 1 gallon of each type and color of coating applied: 1. When manufacturer packages material in gallon cans, deliver unopened

labeled cans as comes from factory. 2. When manufacturer does not package material in gallon cans, deliver material

in new gallon containers, properly sealed and identified with typed labels indicating brand, type, and color.

PART 2 PRODUCTS

2.01 MANUFACTURERS

A. Paints: One of the following or equal: 1. Carboline: Carboline, St. Louis, MO. 2. ICI/Devoe: ICI/Devoe/AkzoNobel, Strongsville, OH. 3. Rustoleum: Rustoleum Corp., Sommerset, NJ. 4. S/W: Sherwin-Williams Co., Cleveland, OH. 5. Tnemec: Tnemec Co., Kansas City, MO.

B. Submit requests for substitutions as specified in Section 01600: 1. Include certified ingredient analyses. 2. Provide colors that match specified colors.

2.02 PRETREATMENT, PRIMERS, PRIMER-SEALERS, AND WOOD STAIN

A. Aluminum primer: One of following or equal: 1. Carboline: Carbocrylic 120. 2. ICI/Devoe: Devflex 4020 DTM. 3. S/W: DTM Wash Primer.

B. Concrete masonry filler/primer: One of following or equal: 1. Carboline: Sanitile 100. 2. ICI/Devoe: Bloxfill 4000. 3. S/W: HD Block Filler, B42W46. 4. Tnemec:

a. Series 130, Envirofill. b. Series 180, Tneme-crete.

C. Concrete, porous, filler/primer: One of following or equal: 1. Carboline: Sanitile 100. 2. ICI/Devoe: Bloxfill 4000. 3. S/W: HD Block Filler, B42W46. 4. Tnemec:

a. Series 130, Envirofill. b. Series 180, Tneme-crete.

Not to be used for bidding purposes!

Page 613: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 09910-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/09910 (Bid Set)

D. Concrete, smooth, filler/primer: One of following or equal: 1. Carboline: Sanitile 100. 2. Carboline: Carbocrylic 120. 3. ICI/Devoe:

a. Bloxfill 4000. b. Prep & Prime, Bond Prep 3030.

4. S/W: a. HD Block Filler, B42W46. b. Epoxy Masonry Tilt Primer White B42WW49.

5. Tnemec: Series 180, Tneme-Crete.

E. Ferrous metal primer: One of following or equal: 1. Carboline: Carbocrylic 890. 2. ICI/Devoe: Barrust 233. 3. S/W: Macropoxy 646. 4. Tnemec: Series 104.

F. Galvanized metal surface pretreatment materials: One of following or equal: 1. Carboline: Surface Cleaner 3. 2. ICI/Devoe: Devprep 88.

G. Galvanized metal surface primer: One of following or equal: 1. Carboline: Carbocrylic 890. 2. ICI/Devoe: Barrust 233. 3. S/W: Macropoxy 646. 4. Tnemec: Series 104.

H. Plaster sealer: One of following or equal: 1. Carboline:Sanitile 120. 2. ICI/Devoe: Prep & Prime, Bond Prep 3030. 3. S/W:

a. Promar 200 Primer B28W8200. b. Loxon Masonry Primer A24W300.

I. Plywood, latex finishes: One of following or equal: 1. Carboline: Sanitile 120. 2. ICI/Devoe:

a. Exterior: Prep & Prime, Hydrosealer 6001. b. Interior: Prep & Prime, Hi Hide Wall 1000.

3. S/W: A100 Latex Primer B42W8041.

J. Wood primer for opaque finish paint, interior exposure: One of following or equal: 1. Carboline: Sanitile 120. 2. ICI/Devoe: Prep & Prime, Gripper 3210. 3. S/W: PrepRite Latex Primer B28W111.

K. Wood primer for opaque finish paint, exterior exposure: One of following or equal: 1. Carboline: Sanitile 120. 2. S/W: A-100 Primer B42W. 3. ICI/Devoe: Prep & Prime, Hydrosealer 6001. 4. Wood stain: One of following or equal:

a. S/W: 1) Interior: Wood Classic.

Not to be used for bidding purposes!

Page 614: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 09910-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/09910 (Bid Set)

2) Exterior: Woodscapes. b. Approved equal.

2.03 PAINTS, INTERIOR EXPOSURE

A. Latex, flat: One of following or equal: 1. Carboline: Carbocrylic 3359MC flat. 2. ICI/Devoe:

a. Dulux Ultra 1201. b. Dulux Lifemaster 9100N.

3. S/W: Promar 200, B30W200.

B. Latex, semi-gloss: One of following or equal: 1. Carboline: Carbocrylic 3359MC. 2. ICI/Devoe:

a. Dulux Ultra 1407. b. Dulux Lifemaster 9200N.

3. S/W: Promar 200, B77W3402D.

C. Alkyd, gloss: One of following or equal: 1. ICI/Devoe: Glidden Lifemaster Oil 1508. 2. S/W:

a. Industrial Enamel, B54Z-100. b. Water based Industrial Enamel, B53W311.

D. Acrylic, semi-gloss: One of following or equal: 1. Carboline: Carbocrylic 3359MC. 2. ICI/Devoe:

a. Dulux Ultra 1407. b. Dulux Lifemaster 9200N.

3. S/W: Promar 200, B77W3402D. 4. Tnemec: Series 1029, Enduratone.

E. Urethane varnish, clear: One of following or equal: 1. ICI/Devoe: Woodpride 1802 Clear Interior Water-based Varnish. 2. S/W: Wood Classics Waterborne Polyurethane Varnish Gloss Clear A68V91. 3. Rustoleum: Varathane Exterior Liquid Plastic.

F. Oil: The following or equal: 1. Watco Danish Oil.

2.04 PAINTS, EXTERIOR EXPOSURE

A. Latex, flat: One of following or equal: 1. Carboline: Carbocrylic 3359MC flat. 2. ICI/Devoe:

a. Dulux Professional 2200V. 3. S/W: A-100, Flat Exterior Latex A6-100. 4. Tnemec: 1028 Enduratone.

B. Alkyd, gloss: One of following or equal: 1. ICI/Devoe: Glidden Lifemaster Oil 1508.

Not to be used for bidding purposes!

Page 615: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 09910-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/09910 (Bid Set)

2. S/W: a. Industrial Enamel, B54Z-100. b. Water based Industrial Enamel B53W311.

C. Acrylic latex, semi-gloss: One of following or equal: 1. Carboline: Carbocrylic 3359MC flat. 2. ICI/Devoe:

a. Dulux Professional 2406V. 3. S/W: A-100, Flat Exterior Latex A6-100. 4. Tnemec: 1028 Enduratone.

D. Urethane varnish, clear: One of following or equal: 1. ICI/Devoe: FLOOD Spa-N-Deck Waterborne System. 2. Rustoleum: Varathane Exterior Liquid Plastic. 3. SW: Wood Classics.

PART 3 EXECUTION

3.01 INSPECTION

A. Thoroughly examine surfaces scheduled to be painted before starting work.

B. Start painting when unsatisfactory conditions have been corrected.

3.02 SURFACE PREPARATION

A. Prepare surfaces in accordance with paint manufacturer's instructions or when none, the following: 1. Aluminum:

a. Remove surface contamination by steam, high-pressure water, or degreasers.

b. Abrade surface by abrasive blasting, power tool cleaning or hand tool cleaning.

c. Apply etching primer. 2. Reinforced concrete panels:

a. Remove dirt, powdery residue, and foreign matter. b. Paint immediately; both sides when applicable.

3. Canvas and cotton insulation coverings: Remove dirt, grease, and oil. 4. Concrete floors:

a. Remove contamination, abrasive blast or acid etch and rinse with clear water.

b. Ensure required acid-alkali balance is achieved. Allow to dry thoroughly. 5. Copper for paint finish:

a. Remove contamination by steam, high-pressure water, or degreasers. b. Abrade surface by abrasive blasting, power tool cleaning or hand tool

cleaning. c. Apply vinyl etch primer.

6. Copper for oxidized finish: a. Remove contamination. b. Apply oxidizing solution of copper acetate and ammonium chloride in

acetic acid. c. Rub on repeatedly for correct effect.

Not to be used for bidding purposes!

Page 616: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 09910-8 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/09910 (Bid Set)

d. Once attained rinse surfaces well with clear water and allow to dry. 7. Gypsum wallboard:

a. Remove contamination and prime to show defects. b. Repair and prime defects.

8. Galvanized surfaces: a. Remove surface contamination and oils and wash with degreasers. b. Apply coat of etching type primer.

9. Zinc coated surfaces: Remove surface contamination and oils and prepare for priming in accordance with metal manufacturer's recommendations.

10. Concrete and concrete masonry: a. Remove dirt, loose mortar, scale, powder and other foreign matter. b. Remove oil and grease with solution of tri-sodium phosphate. c. Remove stains caused by weathering of corroding metals with solution of

sodium metasilicate. d. Rinse well and allow to thoroughly dry. e. Spot prime exposed metal with alkyd primer.

11. Plaster: a. Fill hairline cracks, small holes and imperfections with patching plaster. b. Smooth off to match adjacent surfaces. c. Wash and neutralize high alkali surfaces where they occur.

12. Unprimed steel and iron: Remove grease, rust, scale, dirt and dust by wire brushing, sandblasting or other necessary method.

13. Shop primed steel: a. Sand and scrape to remove loose primer and rust. b. Feather out edges to make touch-up patches inconspicuous. c. Clean surfaces. d. Prime bare steel surfaces.

14. Wood and millwork: a. Sandpaper to smooth even surface. b. Wipe off dust and grit prior to priming. c. Spot coat knots, pitch streaks, and sappy sections with sealer. d. Fill nail holes and cracks after primer has dried and sand between coats.

15. Exterior wood siding: a. Remove dust, grit, and foreign matter. b. Seal knots, pitch streak, and sappy sections. c. Fill nail holes with exterior caulking compound after prime coat has been

applied. 16. Mildew:

a. Remove by scrubbing with solution of tri-sodium phosphate and chlorine bleach.

b. Rinse with clean water and allow surface to dry completely. 17. Glue laminated woods:

a. Remove grease and dirt. b. Wash down surfaces with degreasers.

3.03 APPLICATION

A. Apply each coat at proper consistency.

B. Tint each coat of paint slightly darker than preceding coat.

C. Sand lightly between coats to achieve required finish.

Not to be used for bidding purposes!

Page 617: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 09910-9 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/09910 (Bid Set)

D. Do not apply finishes on surfaces that are not sufficiently dry.

E. Allow each coat of finish to dry before following coat is applied, unless directed otherwise by manufacturer.

F. Where clear finishes are required ensure tint fillers match wood. 1. Work fillers well into grain before set. 2. Wipe excess from surface.

G. Backprime exterior woodwork, which is to receive paint finish, with exterior primer paint.

H. Backprime interior woodwork, which is to receive paint or enamel finish, with enamel undercoat paint.

I. Backprime interior and exterior woodwork, which is to receive stain or varnish finish, with gloss varnish reduced 25 percent with mineral spirits.

J. Prime top and bottom edges of wood and metal doors with enamel undercoat when they are to be painted.

K. Prime top and bottom edges of wood doors with gloss varnish when they are to receive stain or clear finish.

3.04 MECHANICAL AND ELECTRICAL EQUIPMENT

A. Identify equipment, ducting, piping, and conduit in accordance with Related Sections.

B. Remove grilles, covers, and access panels for mechanical and electrical system from location and paint separately.

C. Finish paint primed equipment with color selected by the Engineer.

D. Prime and paint insulated and bare pipes, conduits, boxes, insulated and bare ducts, hangers, brackets, collars, and supports, except where items are plated or covered with prefinished coating.

E. Replace identification markings on mechanical or electrical equipment when painted over or spattered.

F. Paint interior surfaces of air ducts, convector, and baseboard heating cabinets that are visible through grilles and louvers with 1 coat of flat black paint, to limit of sight line.

G. Paint dampers exposed immediately behind louvers, grilles, convector, and baseboard cabinets to match face panels.

H. Paint exposed conduit and electrical equipment occurring in finished areas with color and texture to match adjacent surfaces.

I. Paint both sides and edges of plywood backboards for electrical equipment before installing backboards and mounting equipment on them.

Not to be used for bidding purposes!

Page 618: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 09910-10 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/09910 (Bid Set)

J. Color code equipment, piping, conduit, exposed ductwork, and apply color banding and identification, such as flow arrows, naming and numbering, in accordance with the Contract Documents.

3.05 SURFACES NOT REQUIRING FINISHING

A. Stainless steel, brass, bronze, copper, monel, chromium, anodized aluminum: Specially finished articles such as porcelain enamel, plastic coated fabrics, and baked enamel.

B. Finished products such as ceramic tile, windows, glass, brick, resilient flooring, acoustical tiles, board and metal tees; other architectural features, such as finish hardware, furnished in aluminum, bronze or plated ferrous metal, prefinished panels, or other items that are installed prefinished.

C. Items completely finished at factory, such as preformed metal roof and wall panels, aluminum frames, toilet compartments, sound control panels, acoustical tiles, shower compartments, folding partition, and flagpole.

3.06 CLEANING

A. As work proceeds and upon completion, promptly remove paint where spilled, splashed, or spattered.

B. During progress of work, keep premises free from unnecessary accumulation of tools, equipment, surplus materials, and debris.

C. Upon completion of work, leave premises neat and clean.

3.07 INTERIOR PAINT SCHEDULE

A. Concrete masonry: 2 coats of following finish paints over block filler: 1. Latex, flat:

a. Surfaces not scheduled otherwise - Color to be selected by Owner during construction.

2. Latex, semi-gloss: a. Walls - "Windswept" color. Color to be reviewed and approved by Owner

prior to application.

B. Concrete, porous: 2 coats of following finish paints over block filler: 1. Latex, flat:

a. Surfaces not scheduled otherwise - Color to be selected by Owner during construction.

C. Concrete, smooth: 2 coats of following finish paints over specified sealer: 1. Latex, flat:

a. GBT support columns - Color to be selected by Owner during construction.

D. Metal, galvanized: 2 coats of following finish paints over specified primer: 1. Acrylic, semi-gloss:

a. Surfaces not scheduled otherwise - Color to be selected by Owner during construction.

Not to be used for bidding purposes!

Page 619: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 09910-11 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/09910 (Bid Set)

E. Metal, interior doors and frames, galvanized: 2 coats of following finish paints over specified primer: 1. Acrylic, semi-gloss:

a. Interior doors and frames - Color to be selected by Owner during construction.

F. Metal, non-galvanized ferrous: 2 coats of following finish paints over specified primer: 1. Acrylic, semi-gloss:

a. Surfaces not scheduled otherwise - Color to be selected by Owner during construction.

G. Metal, interior doors and frames, non-galvanized ferrous: 2 coats of following finish paints over specified primer: 1. Acrylic, semi-gloss:

a. Interior doors and frames - Color to be selected by Owner during construction.

H. Plaster: 2 coats of following finish paints over specified sealer: 1. Latex, flat:

a. Surfaces not scheduled otherwise - Color to be selected by Owner during construction.

3.08 EXTERIOR PAINT SCHEDULE

A. Aluminum: 2 coats of following finish paints over specified primer: 1. Acrylic, semi-gloss:

a. Surfaces not scheduled otherwise - Color to be selected by Owner during construction.

B. Metal, ferrous: Following finish coat over specified primer: 1. Acrylic, semi-gloss:

a. Surfaces not scheduled otherwise - Color to be selected by Owner during construction.

C. Metal, galvanized: 2 coats of following finish paints over pretreatment and specified primer: 1. Acrylic, semi-gloss:

a. Surfaces not scheduled otherwise - Color to be selected by Owner during construction.

END OF SECTION

Not to be used for bidding purposes!

Page 620: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

 

Not to be used for bidding purposes!

Page 621: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 09960-1 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/09960 (Bid Set)

SECTION 09960

HIGH-PERFORMANCE COATINGS

PART 1 GENERAL

1.01 SUMMARY

A. Section includes: Field-applied coatings.

B. Related sections: 1. Section 01312 - Project Meetings. 2. Section 01330 - Submittal Procedures. 3. Section 01600 - Product Requirements. 4. Section 01770 - Closeout Procedures.

1.02 REFERENCES

A. ASTM International (ASTM): 1. D16 - Standard Terminology for Paint, Related Coatings, Materials, and

Applications. 2. D4541 - Standard Test Method for Pull-Off Strength of Coatings Using

Portable Adhesion Testers.

B. International Concrete Repair Institute (ICRI): 1. Guideline 310.2R - Selecting and Specifying Concrete Surface Preparation for

Sealers, Coatings, Polymer Overlays, and Concrete Repair.

C. NACE International (NACE): 1. SP0178 - Design, Fabrication, and Surface Finish Practices for Tanks and

Vessels to Be Lined for Immersion Service. 2. SP0188 - Discontinuity (Holiday) Testing of Protective Coatings.

D. National Association of Pipe Fabricators (NAPF): 1. 500-03 - Surface Preparation Standard for Ductile Iron Pipe and Fittings

Receiving Special External Coatings and/or Special Internal Linings.

E. NSF International (NSF): 1. 61 - Drinking Water System Components - Health Effects.

F. Society for Protective Coatings (SSPC): 1. SP COM - Surface Preparation Commentary for Steel and Concrete

Substrates. 2. SP 1 - Solvent Cleaning. 3. SP 2 - Hand Tool Cleaning. 4. SP 3 - Power Tool Cleaning. 5. SP 5 - White Metal Blast Cleaning. 6. SP 6 - Commercial Blast Cleaning. 7. SP 7 - Brush-Off Blast Cleaning. 8. SP 10 - Near-White Blast Cleaning. 9. SP 13 - Surface Preparation of Concrete.

Not to be used for bidding purposes!

Page 622: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 09960-2 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/09960 (Bid Set)

G. United States Environmental Protection Agency (EPA): 1. Method 24 - Surface Coatings.

1.03 DEFINITIONS

A. Submerged metal: Steel or iron surfaces below tops of channel or structure walls that will contain water even when above expected water level.

B. Submerged concrete and masonry surfaces: Surfaces that are or will be: 1. Underwater. 2. In structures that normally contain water. 3. Below tops of walls of water-containing structures.

C. Exposed surface: Any metal or concrete surface, indoors or outdoors, that is exposed to view.

D. Dry film thickness (DFT): Thickness of fully cured coating, measured in mils.

E. Volatile organic compound (VOC): Content of air polluting hydrocarbons in uncured coating product measured in units of grams per liter or pounds per gallon, as determined by EPA Method 24.

F. Ferrous: Cast iron, ductile iron, wrought iron, and all steel alloys except stainless steel.

G. Where SSPC surface preparation standards are specified or implied for ductile iron pipe or fittings, the equivalent NAPF surface preparation standard shall be substituted for the SSPC standard.

1.04 PERFORMANCE REQUIREMENTS

A. Coating materials shall be especially adapted for use in wastewater treatment plants.

B. Coating materials used in contact with potable water supply systems shall be certified to NSF 61.

1.05 SUBMITTALS

A. General: Submit as specified in Section 01330.

B. Shop drawings: 1. Schedule of proposed coating materials. 2. Schedule of surfaces to be coated with each coating material.

C. Product data: Include description of physical properties of coatings including solids content and ingredient analysis, VOC content, temperature resistance, typical exposures and limitations, and manufacturer's standard color chips: 1. Regulatory requirements: Submit data concerning the following:

a. VOC limitations. b. Coatings containing lead compounds and polychlorinated biphenyls. c. Abrasives and abrasive blast cleaning techniques, and disposal. d. NSF certification of coatings for use in potable water supply systems.

Not to be used for bidding purposes!

Page 623: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 09960-3 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/09960 (Bid Set)

D. Samples: Include 8-inch square drawdowns or brush-outs of topcoat finish when requested. Identify each sample as to finish, formula, color name and number, sheen name, and gloss units.

E. Certificates: Submit in accordance with requirements for Product Data.

F. Manufacturer's instructions: Include the following: 1. Special requirements for transportation and storage. 2. Mixing instructions. 3. Shelf life. 4. Pot life of material. 5. Precautions for applications free of defects. 6. Surface preparation. 7. Method of application. 8. Recommended number of coats. 9. Recommended DFT of each coat. 10. Recommended total DFT. 11. Drying time of each coat, including prime coat. 12. Required prime coat. 13. Compatible and non-compatible prime coats. 14. Recommended thinners, when recommended. 15. Limits of ambient conditions during and after application. 16. Time allowed between coats (minimum and maximum). 17. Required protection from sun, wind, and other conditions. 18. Touch-up requirements and limitations. 19. Minimum adhesion of each system submitted in accordance with ASTM

D4541.

G. Manufacturer's Representative’s Field Reports.

H. Operations and Maintenance Data: Submit as specified in Section 01770. 1. Reports on visits to project site to view and approve surface preparation of

structures to be coated. 2. Reports on visits to project site to observe and approve coating application

procedures. 3. Reports on visits to coating plants to observe and approve surface preparation

and coating application on items that are “shop coated.”

I. Quality Assurance Submittals: 1. Quality assurance plan. 2. Qualifications of coating applicator including List of Similar Projects.

J. Certifications: 1. Submit notarized certificate that:

a. All paints and coatings to be used on this project comply with current federal, state, and local VOC regulations.

Not to be used for bidding purposes!

Page 624: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 09960-4 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/09960 (Bid Set)

1.06 QUALITY ASSURANCE

A. Applicator qualifications: 1. Minimum of 5 years of experience applying specified type or types of coatings

under conditions similar to those of the Work: a. Provide qualifications of applicator and references listing 5 similar projects

completed in the past 2 years. 2. Manufacturer-approved applicator when manufacturer has approved applicator

program. 3. Approved and licensed by polymorphic polyester resin manufacturer to apply

polymorphic polyester resin coating system. 4. Approved and licensed by elastomeric polyurethane (100-percent solids)

manufacturer to apply 100-percent solids elastomeric polyurethane system. 5. Applicator of off-site application of coal-tar epoxy shall have successfully

applied coal-tar epoxy on similar surfaces in material, size, and complexity as on the Project.

B. Regulatory requirements: Comply with governing agencies regulations by using coatings that do not exceed permissible VOC limits and do not contain lead: 1. Do not use coal-tar epoxy in contact with drinking water or exposed to

ultraviolet radiation.

C. Certification: Certify that applicable pigments are resistant to discoloration or deterioration when exposed to hydrogen sulfide and other sewage gases and product data designates coating as suitable for wastewater service.

D. Field samples: 1. Prepare and coat a minimum 100-square-foot area between corners or limits

such as control or construction joints of each system. 2. Approved field sample may be part of the Work. 3. Obtain approval before painting other surfaces.

E. Pre-installation conference: Conduct as specified in Section 01312.

F. Compatibility of coatings: Use products by same manufacturer for prime coats, intermediate coats, and finish coats on same surface, unless specified otherwise.

G. Services of coating manufacturer’s representative: Arrange for coating manufacturer’s representative to attend pre-installation conferences. Make periodic visits to the project site to provide consultation and inspection services during surface preparation and application of coatings, and to make visits to coating plants to observe and approve surface preparation procedures and coating application of items to be “shop-primed and coated.”

1.07 PRODUCT DELIVERY, STORAGE, AND HANDLING

A. Deliver, store, and handle products as specified in Section 01600.

B. Remove unspecified and unapproved paints from Project site immediately.

Not to be used for bidding purposes!

Page 625: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 09960-5 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/09960 (Bid Set)

C. Deliver new unopened containers with labels identifying the manufacturer's name, brand name, product type, batch number, date of manufacturer, expiration date or shelf life, color, and mixing and reducing instructions. 1. Do not deliver materials aged more than 12 months from manufacturing date.

D. Store coatings in well-ventilated facility that provides protection from the sun weather, and fire hazards. Maintain ambient storage temperature between 45 and 90 degrees Fahrenheit, unless otherwise recommended by the manufacturer.

E. Take precautions to prevent fire and spontaneous combustion.

1.08 PROJECT CONDITIONS

A. Surface moisture contents: Do not coat surfaces that exceed manufacturer-specified moisture contents, or when not specified by the manufacturer, with the following moisture contents: 1. Plaster and gypsum wallboard: 12 percent. 2. Masonry, concrete, and concrete block: 12 percent. 3. Interior located wood: 15 percent. 4. Concrete floors: 7 percent.

B. Do not apply coatings: 1. Under dusty conditions or adverse environmental conditions, unless tenting,

covers, or other such protection is provided for structures to be coated. 2. When light on surfaces measures less than 15 foot-candles. 3. When ambient or surface temperature is less than 55 degrees Fahrenheit

unless manufacturer allows a lower temperature. 4. When relative humidity is higher than 85 percent. 5. When surface temperature is less than 5 degrees Fahrenheit above dew point. 6. When surface temperature exceeds the manufacturer's recommendation. 7. When ambient temperature exceeds 90 degrees Fahrenheit, unless

manufacturer allows a higher temperature. 8. Apply clear finishes at minimum 65 degrees Fahrenheit.

C. Provide fans, heating devices, dehumidifiers, or other means recommended by coating manufacturer to prevent formation of condensate or dew on surface of substrate, coating between coats and within curing time following application of last coat.

D. Provide adequate continuous ventilation and sufficient heating facilities to maintain minimum 55 degrees Fahrenheit for 24 hours before, during, and 48 hours after application of finishes.

E. Dehumidification and heating for coating of digester interiors, wet wells, and high humidity enclosed spaces: 1. Provide dehumidification and heating of digester interior spaces in which

surface preparation, coating application, or curing is in progress according to the following schedule: a. October 1 to April 30: Provide continuous dehumidification and heating as

required to maintain the tanks within environmental ranges as specified in this Section and as recommended by the coating material manufacturer. For the purposes of this Section, “continuous” is defined as 24 hours per day and 7 days per week.

Not to be used for bidding purposes!

Page 626: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 09960-6 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/09960 (Bid Set)

b. May 1 to September 30: Provide temporary dehumidification and heating as may be required to maintain the tanks within the specified environmental ranges in the event of adverse weather or other temporary condition. At Contractor’s option and at his sole expense, Contractor may suspend work until such time as acceptable environmental conditions are restored, in lieu of temporary dehumidification and heating. Repair or replace any coating or surface preparation damaged by suspension of work, at Contractor’s sole expense.

2. Equipment requirements: a. Capacity: Provide dehumidification, heating, and air circulation equipment

with minimum capacity to perform the following: 1) Maintain the dew point of the air in the tanks at a temperature at least

5 degrees Fahrenheit less than the temperature of the coldest part of the structure where work is underway.

2) Reduce dew point temperature of the air in the tanks by at least 10 degrees Fahrenheit in 20 minutes.

3) Maintain air temperature in the tanks at 60 degrees Fahrenheit minimum.

b. Systems: 1) Site electrical power: Not available for Contractor’s use. 2) Internal combustion engine generators: May be used; Contractor

shall obtain all required permits and provide air pollution and noise control devices on equipment as required by permitting agencies.

3) Dehumidification: Provide desiccant or refrigeration drying. Desiccant types shall have a rotary desiccant wheel capable of continuous operation. No liquid, granular, or loose lithium chloride drying systems will be allowed.

4) Heating: Electric, indirect combustion, or steam coil methods may be used. Direct-fired combustion heaters will not be allowed during abrasive blasting, coating application, or coating cure time.

3. Design and submittals: a. Contractor shall prepare dehumidification and heating plan for this project,

including all equipment and operating procedures. b. Suppliers of services and equipment shall have not less than 3 years’

experience in similar applications. 1) Supplier: The following or equal:

a) Cargocaire Corporation (Munters) or equal. c. Submit dehumidification and heating plan for Engineer’s review.

4. Monitoring and performance: a. Measure and record relative humidity and temperature of air, and

structure temperature twice daily (beginning and end of work shifts) to verify that proper humidity and temperature levels are achieved inside the work area after the dehumidification equipment is installed and operational. Test results shall be made available to the Engineer upon request.

b. Interior space of the working area and tank(s) shall be sealed, and a slight positive pressure maintained as recommended by the supplier of the dehumidification equipment.

Not to be used for bidding purposes!

Page 627: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 09960-7 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/09960 (Bid Set)

c. The filtration system used to remove dust from the air shall be designed so that it does not interfere with the dehumidification equipment’s ability to control the dew point and relative humidity inside the reservoir. 1) The air from the tank, working area, or dust filtration equipment shall

not be recirculated through the dehumidifier during coating application or when solvent vapors are present.

1.09 SEQUENCING AND SCHEDULING

A. Sequence and Schedule: As specified in Section 01140.

1.10 MAINTENANCE

A. Extra materials: Deliver as specified in Section 01770. Include minimum 1 gallon of each type and color of coating applied: 1. When manufacturer packages material in gallon cans, deliver unopened

labeled cans as comes from factory. 2. When manufacturer does not package material in gallon cans, deliver material

in new gallon containers, properly sealed and identified with typed labels indicating brand, type, and color.

PART 2 PRODUCTS

2.01 MANUFACTURERS

A. Special coatings: One of the following or equal: 1. Carboline: Carboline, St. Louis, MO. 2. Ceilcote: International Protective Coatings, Berea, OH. 3. Dampney: The Dampney Company, Everett, MA. 4. Devoe: International Protective Coatings, Louisville, KY. 5. Dudick: Dudick, Inc., Streetsboro, OH. 6. GET: Global Eco Technologies, Pittsburg, CA. 7. Henkel: Henkel North America, Madison Heights, MI. 8. IET: Integrated Environmental Technologies, Santa Barbara, CA. 9. PPC: Polymorphic Polymers Corp., North Miami, FL. 10. PPG Amercoat: PPG Protective & Marine Coatings, Brea, CA. 11. Rustoleum: Rustoleum Corp., Sommerset, NJ. 12. Sanchem: Sanchem, Chicago, IL. 13. Superior: Superior Environmental Products, Inc., Addison, TX. 14. S-W: Sherwin-Williams Co., Cleveland, OH. 15. Tnemec: Tnemec Co., Kansas City, MO. 16. Wasser: Wasser High Tech Coatings, Kent, WA. 17. ZRC: ZRC Worldwide Innovative Zinc Technologies, Marshfield, MA.

2.02 PREPARATION AND PRETREATMENT MATERIALS

A. Metal pretreatment: As manufactured by one of the following or equal: 1. Henkel: Galvaprep 5. 2. International: AWLGrip Alumiprep 33.

B. Surface cleaner and degreaser: As manufactured by one of the following or equal: 1. Carboline Surface Cleaner No. 3.

Not to be used for bidding purposes!

Page 628: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 09960-8 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/09960 (Bid Set)

2. Devoe: Devprep 88. 3. S-W: Clean and Etch.

2.03 COATING MATERIALS

A. Alkali-resistant bitumastic: As manufactured by one of the following or equal: 1. Carboline: Bitumastic No. 50. 2. S-W: Targuard. 3. Wasser: MC-Tar.

B. Wax coating: As manufactured by the following or equal: 1. Sanchem: No-Ox-Id A special.

C. High solids epoxy (self-priming) not less than 72 percent solids by volume: As manufactured by one of the following or equal: 1. Carboline: Carboguard 891. 2. Devoe: Bar Rust 233H. 3. PPG Amercoat: Amerlock 2. 4. S-W: Macropoxy 646. 5. Tnemec: HS Epoxy Series 104.

D. Aliphatic or aliphatic-acrylic polyurethane: As manufactured by one of the following or equal: 1. Carboline: Carbothane 134 VOC. 2. Devoe: Devthane 379. 3. PPG Amercoat: Amershield VOC. 4. Non-submerged: S-W High Solids Polyurethane 5. Tnemec: Endura-Shield II Series 1075 (U).

E. Polymorphic polyester resin coating system: 2-component, modified styrene based thermoset resin, EPA approved for potable water, with 100 percent solids and maximum 10 grams per liter VOC. As manufactured by one of the following or equal: 1. IET: IET Prime Coat DS-101, Intermediate Coat DS-301, and Finish Coat

DS 401. 2. PPC: PPC Prime Coat, IC-Filler Coat, and FC-Final Coat.

F. High-temperature coating 150 to 350 degrees Fahrenheit: As manufactured by one of the following or equal: 1. Carboline: Thermaline 4900. 2. Dampney: Thermalox 245 Silicone - Zinc Dust. 3. PPG Amercoat: Amerlock 2/400 GFK.

G. High-temperature coating 400 to 1,000 degrees Fahrenheit (dry): As manufactured by one of the following or equal: 1. Carboline: Thermaline 4700. 2. Dampney: Thermolox 230C Series Silicone. 3. Devoe: HT-12, High Heat Silicone.

H. High-temperature coating up to 1,400 degrees Fahrenheit: As manufactured by the following or equal: 1. Dampney: Thermalox 240 Silicone Ceramix.

Not to be used for bidding purposes!

Page 629: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 09960-9 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/09960 (Bid Set)

I. Asphalt varnish: AWWA C 500.

J. Protective coal tar: As manufactured by one of the following or equal: 1. Carboline: Bitumastic No. 50. 2. PPG Amercoat: 78HB.

K. Coal-tar epoxy: As manufactured by one of the following or equal: 1. Carboline: 300-M, Bitumastic. 2. PPG Amercoat: 78HB. 3. S-W: Tar Guard 100. 4. Tnemec: Series 46H-413.

L. Vinyl ester: Glass mat reinforced, total system 125 mils DFT. As manufactured by one of the following or equal: 1. Carboline: Semstone 870. 2. Ceilcote: 6640 Ceilcrete. 3. Dudick: Protecto-Flex 800. 4. Tnemec: Chembloc Series 239SC.

M. Elastomeric polyurethane, 100-percent solids, ASTM D16, Type V, (Urethane P): As manufactured by the following or equal: 1. GET: Endura-Flex EF-1988.

N. Concrete floor coatings: As manufactured by one of the following or equal: 1. Carboline: Semstone 140SL. 2. Devoe: Devran 124. 3. Dudick: Polymer Alloy 1000. 4. Tnemec: Tneme-Glaze Series 282.

O. Waterborne acrylic emulsion: As manufactured by one of the following or equal: 1. S-W: DTM Acrylic B66W1. 2. Tnemec: Tneme-Cryl Series 6.

P. Galvanizing zinc compound: As manufactured by one of the following or equal: 1. ZRC: Cold Galvanizing Compound.

2.04 MIXES

A. Mix in accordance with manufacturer's instructions.

PART 3 EXECUTION

3.01 GENERAL PROTECTION

A. Protect adjacent surfaces from coatings and damage. Repair damage resulting from inadequate or unsuitable protection.

B. Protect adjacent surfaces not to be coated from spatter and droppings with drop cloths and other coverings: 1. Mask off surfaces of items not to be coated or remove items from area.

Not to be used for bidding purposes!

Page 630: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 09960-10 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/09960 (Bid Set)

C. Furnish sufficient drop cloths, shields, and protective equipment to prevent spray or droppings from fouling surfaces not being coated and, in particular, surfaces within storage and preparation areas.

D. Place cotton waste, cloths, and material that may constitute a fire hazard in closed metal containers and remove daily from site.

E. Remove electrical plates, surface hardware, fittings, and fastenings prior to application of coating operations. Carefully store, clean, and replace on completion of coating in each area. Do not use solvent or degreasers to clean hardware that may remove permanent lacquer finish.

3.02 GENERAL PREPARATION

A. Prepare surfaces in accordance with coating manufacturer's instructions, unless more stringent requirements are specified in this Section.

B. Protect the following surfaces from abrasive blasting by masking or other means: 1. Threaded portions of valve and gate stems, grease fittings, and identification

plates. 2. Machined surfaces for sliding contact. 3. Surfaces to be assembled against gaskets. 4. Surfaces of shafting on which sprockets are to fit. 5. Surfaces of shafting on which bearings are to fit. 6. Machined surfaces of bronze trim, including slide gates. 7. Cadmium-plated items except cadmium-plated, zinc-plated, or sherardized

fasteners used in assembly of equipment requiring abrasive blasting. 8. Galvanized items, unless scheduled to be coated.

C. Protect installed equipment, mechanical drives, and adjacent coated equipment from abrasive blasting to prevent damage caused by entering sand or dust.

D. Concrete: 1. Allow new concrete to cure for minimum of 28 days before coating. 2. Clean concrete surfaces of dust, mortar, fins, loose concrete particles, form

release materials, oil, and grease. Fill voids so that surface is smooth. Prepare concrete surface for coating in accordance with SSPC SP 13. Provide ICRI 310.2 CSP-3 surface profile, or as recommended by coating manufacturer. All concrete surfaces shall be vacuumed clean prior to coating application.

E. Ferrous metal surfaces: 1. Remove grease and oil in accordance with SSPC SP 1. 2. Remove rust, scale, and welding slag and spatter, and prepare surfaces in

accordance with appropriate SSPC standard as specified. 3. Abrasive blast surfaces prior to coating.

a. When abrasive blasted surfaces rust or discolor before coating, abrasive blast surfaces again to remove rust and discoloration.

b. When metal surfaces are exposed because of coating damage, abrasive blast surfaces and feather in to a smooth transition before touching up.

c. Ferrous metal surfaces not to be submerged: Abrasive blast in accordance with SSPC SP 10, unless blasting may damage adjacent surfaces, prohibited, or specified otherwise. Where not possible to abrasive blast, power tool clean surfaces in accordance with SSPC SP 3.

Not to be used for bidding purposes!

Page 631: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 09960-11 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/09960 (Bid Set)

d. Ferrous metal surfaces to be submerged: Unless specified otherwise, abrasive blast in accordance with SSPC SP 5 to clean and provide roughened surface profile of not less than 2 mils and not more than 4 mils in depth when measured with Elcometer 123, or as recommended by the coating manufacturer.

4. All abrasive blast cleaned surfaces shall be blown down with clean dry air and/or vacuumed.

F. Ductile iron pipe and fittings to be lined or coated: Abrasive blast clean in accordance with NAPF 500-03.

G. Sherardized, aluminum, copper, and bronze surfaces: Prepare in accordance with coating manufacturer's instructions.

H. Galvanized surface: 1. Degrease or solvent clean (SSPC SP 1) to remove oily residue. 2. Power tool or hand tool clean or whip abrasive blast. 3. Test surface for contaminants using copper sulfate solution. 4. Apply metal pretreatment within 24 hours before coating galvanized surfaces

that cannot be thoroughly abraded physically, such as bolts, nuts, or preformed channels.

I. Shop-primed metal: 1. Certify that primers applied to metal surfaces in the shop are compatible with

coatings to be applied over such primers in the field. 2. Remove shop primer from metal to be submerged by abrasive blasting in

accordance with SSPC SP 10, unless greater degree of surface preparation is required by coating manufacturer’s representative.

3. Correct abraded, scratched, or otherwise damaged areas of prime coat by sanding or abrasive blasting to bare metal in accordance with SSPC SP 2, SP 3, or SP 6, as directed by the Engineer. When entire shop priming fails or has weathered excessively (more than 25 percent of the item), or when recommended by coating manufacturer’s representative, abrasive blast shop prime coat to remove entire coat and prepare surface in accordance with SSPC SP 10.

4. When incorrect prime coat is applied, remove incorrect prime coat by abrasive blasting in accordance with SSPC SP 10.

5. When prime coat not authorized by Engineer is applied, remove unauthorized prime coat by abrasive blasting in accordance with SSPC SP 10.

6. Shop applied bituminous paint or asphalt varnish: Abrasive blast clean shop applied bituminous paint or asphalt varnish from surfaces scheduled to receive non-bituminous coatings.

J. Cadmium-plated, zinc-plated, or sherardized fasteners: 1. Abrasive blast in the same manner as unprotected metal when used in

assembly of equipment designated for abrasive blasting.

K. Abrasive blast components that are to be attached to surfaces that cannot be abrasive blasted before components are attached.

L. Grind sharp edges to approximately 1/16-inch radius before abrasive blast cleaning.

Not to be used for bidding purposes!

Page 632: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 09960-12 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/09960 (Bid Set)

M. Remove and grind smooth all excessive weld material and weld spatter before blast cleaning in accordance with NACE SP0178.

N. Polyvinyl chloride (PVC) and FRP surfaces: 1. Prepare surfaces to be coated by light sanding (de-gloss) and wipe-down with

clean cloths, or by solvent cleaning in strict accordance with coating manufacturer's instructions.

O. Cleaning of previously coated surfaces: 1. Utilize cleaning agent to remove soluble salts such as chlorides and sulfates

from concrete and metal surfaces: a. Cleaning agent: Biodegradable non-flammable and containing no VOC. b. Manufacturer: The following or equal:

1) CHLOR*RID International, Inc. 2. Steam clean and degrease surfaces to be coated to remove oils and grease. 3. Cleaning of surfaces utilizing the decontamination cleaning agent may be

accomplished in conjunction with abrasive blast cleaning, steam cleaning, high-pressure washing, or hand washing as approved by the coating manufacturer's representative and the Engineer.

4. Test cleaned surfaces in accordance with the cleaning agent manufacturer's instructions to ensure all soluble salts have been removed. Additional cleaning shall be carried out as necessary.

5. Final surface preparation prior to application of new coating system shall be made in strict accordance with coating manufacturer's printed instructions.

3.03 MECHANICAL AND ELECTRICAL EQUIPMENT PREPARATION

A. Remove grilles, covers, and access panels for mechanical and electrical system from location and coat separately.

B. Prepare and finish coat primed equipment with color selected by the Engineer.

C. Prepare and prime and coat insulated and bare pipes, conduits, boxes, insulated and bare ducts, hangers, brackets, collars, and supports, except where items are covered with prefinished coating.

D. Replace identification markings on mechanical or electrical equipment when coated over or spattered.

E. Prepare and coat interior surfaces of air ducts, and convector and baseboard heating cabinets that are visible through grilles and louvers with 1 coat of flat black paint, to limit of sight line.

F. Prepare and coat dampers exposed immediately behind louvers, grilles, and convector and baseboard heating cabinets to match face panels.

G. Prepare and coat exposed conduit and electrical equipment occurring in finished areas with color and texture to match adjacent surfaces.

H. Prepare and coat both sides and edges of plywood backboards for electrical equipment before installing backboards and mounting equipment on them.

Not to be used for bidding purposes!

Page 633: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 09960-13 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/09960 (Bid Set)

I. Color code equipment, piping, conduit, and exposed ductwork and apply color banding and identification, such as flow arrows, naming, and numbering, in accordance with the Contract Documents.

3.04 GENERAL APPLICATION REQUIREMENTS

A. Apply coatings in accordance with manufacturer's instructions.

B. Coat metal unless specified otherwise: 1. Aboveground piping to be coated shall be empty of contents during application

of coatings.

C. Verify metal surface preparation immediately before applying coating in accordance with SSPC SP COM.

D. Allow surfaces to dry, except where coating manufacturer requires surface wetting before coating.

E. Wash coat and prime sherardized, aluminum, copper, and bronze surfaces, or prime with manufacturer's recommended special primer.

F. Prime shop-primed metal surfaces. Spot prime exposed metal of shop-primed surfaces before applying primer over entire surface.

G. Multiple coats: 1. Apply minimum number of specified coats. 2. Apply additional coats when necessary to achieve specified thicknesses. 3. Apply coats to thicknesses specified, especially at edges and corners. 4. When multiple coats of same material are specified, tint prime coat and

intermediate coats with suitable pigment to distinguish each coat. 5. Lightly sand and dust surfaces to receive high-gloss finishes, unless instructed

otherwise by coating manufacturer. 6. Dust coatings between coats.

H. Coat surfaces without drops, overspray, dry spray, runs, ridges, waves, holidays, laps, or brush marks.

I. Remove spatter and droppings after completion of coating.

J. Apply coating by brush, roller, trowel, or spray, unless particular method of application is required by coating manufacturer's instructions or these Specifications.

K. Plural component application: Drums shall be premixed each day. All gauges shall be in working order prior to the start of application. Ratio checks shall be completed prior to each application. A spray sample shall be sprayed on plastic sheeting to ensure set time is complete prior to each application. Hardness testing shall be performed after each application.

L. Spray application: 1. Stripe coat edges, welds, nuts, bolts, and difficult-to-reach areas by brush

before beginning spray application, as necessary, to ensure specified coating thickness along edges.

Not to be used for bidding purposes!

Page 634: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 09960-14 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/09960 (Bid Set)

2. When using spray application, apply coating to thickness not greater than that recommended in coating manufacturer's instructions for spray application.

3. Use airless spray method, unless air spray method is required by coating manufacturer's instruction or these Specifications.

4. Conduct spray coating under controlled conditions. Protect adjacent construction and property from coating mist, fumes, or overspray.

M. Drying and recoating: 1. Provide fans, heating devices, or other means recommended by coating

manufacturer to prevent formation of condensate or dew on surface of substrate, coating between coats and within curing time following application of last coat.

2. For submerged service, the Contractor shall provide a letter to the Engineer that the lining system is fully cured and ready to be placed into service.

3. Limit drying time to that required by these Specifications or coating manufacturer's instructions.

4. Do not allow excessive drying time or exposure, which may impair bond between coats.

5. Recoat epoxies within time limits recommended by coating manufacturer. 6. When time limits are exceeded, abrasive blast clean and de-gloss clean prior

to applying another coat. 7. When limitation on time between abrasive blasting and coating cannot be met

before attachment of components to surfaces that cannot be abrasive blasted, coat components before attachment.

8. Ensure primer and intermediate coats of coating are unscarred and completely integral at time of application of each succeeding coat.

9. Touch-up suction spots between coats and apply additional coats where required to produce finished surface of solid, even color, free of defects.

10. Leave no holidays. 11. Sand and feather in to a smooth transition and recoat scratched,

contaminated, or otherwise damaged coating surfaces so damages are invisible to the naked eye.

N. Concrete: 1. Apply first coat (primer) only when surface temperature of concrete is

decreasing in order to eliminate effects of off-gassing on coating.

3.05 ALKALI-RESISTANT BITUMASTIC

A. Preparation: 1. Prepare surfaces in accordance with general preparation requirements.

B. Application: 1. Apply in accordance with general application requirements and as follows:

a. Apply at least 2 coats, 8 to 14 mils DFT each.

3.06 WAX COATING

A. Preparation: 1. Prepare surfaces in accordance with general preparation requirements.

Not to be used for bidding purposes!

Page 635: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 09960-15 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/09960 (Bid Set)

B. Application: 1. Apply in accordance with general application requirements and as follows:

a. Apply at least 1/32-inch thick coat with 2-inch or shorter bristle brush. b. Thoroughly rub coating into metal surface with canvas covered wood

block or canvas glove.

3.07 HIGH SOLIDS EPOXY SYSTEM

A. Preparation: 1. Prepare surfaces in accordance with general preparation requirements and as

follows: a. Abrasive blast ferrous metal surfaces to be submerged at jobsite in

accordance with SSPC SP 5 prior to coating. When cleaned surfaces rust or discolor, abrasive blast surfaces in accordance with SSPC SP 10.

b. Abrasive blast non-submerged ferrous metal surfaces at jobsite in accordance with SSPC SP 10, prior to coating. When cleaned surfaces rust or discolor, abrasive blast surfaces in accordance with SSPC SP 6.

c. Abrasive blast clean ductile iron surfaces at jobsite in accordance with SSPC SP 7.

B. Application: 1. Apply coatings in accordance with general application requirements and as

follows: a. Apply minimum 2-coat system with minimum total DFT of 12 mils. b. Recoat or apply succeeding epoxy coats within time limits recommended

by manufacturer. Prepare surfaces for recoating in accordance with manufacturer's instructions.

c. Coat metal to be submerged before installation when necessary, to obtain acceptable finish, and to prevent damage to other surfaces.

d. Coat entire surface of support brackets, stem guides, pipe clips, fasteners, and other metal devices bolted to concrete.

e. Coat surface of items to be exposed and adjacent 1 inch to be concealed when embedded in concrete or masonry.

3.08 HIGH SOLIDS EPOXY AND POLYURETHANE COATING SYSTEM

A. Preparation: 1. Prepare surfaces in accordance with general preparation requirements and as

follows: a. Prepare concrete surfaces in accordance with general preparation

requirements. b. Touch up shop-primed steel and miscellaneous iron. c. Abrasive blast ferrous metal surfaces at jobsite prior to coating. Abrasive

blast clean rust and discoloration from surfaces. d. Degrease or solvent clean, whip abrasive blast, power tool, or hand tool

clean galvanized metal surfaces. e. Lightly sand (de-gloss) fiberglass and PVC pipe to be coated and wipe

clean with dry cloths, or solvent clean in accordance with coating manufacturer's instructions.

f. Abrasive blast clean ductile iron surfaces.

Not to be used for bidding purposes!

Page 636: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 09960-16 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/09960 (Bid Set)

B. Application: 1. Apply coatings in accordance with general application requirements and as

follows: a. Apply a 3-coat system consisting of:

1) Primer: 4 to 5 mils DFT high solids epoxy. 2) Intermediate coat: 4 to 5 mils DFT high solids epoxy. 3) Topcoat: 2.5 to 3.5 mils DFT aliphatic or aliphatic-acrylic

polyurethane topcoat. 2. Recoat or apply succeeding epoxy coats within 30 days or within time limits

recommended by manufacturer, whichever is shorter. Prepare surfaces for recoating in accordance with manufacturer's instructions.

3.09 POLYMORPHIC POLYESTER RESIN SYSTEM

A. Preparation: 1. Prepare surfaces in accordance with general preparation requirements and as

follows: 2. Prepare concrete to obtain clean, open pore with exposed aggregate in

accordance with manufacturer's instructions. 3. Prepare ferrous metal surfaces in accordance with SSPC SP 5, with coating

manufacturer's recommended anchor pattern. 4. Complete abrasive blast cleaning within 6 hours of applying prime coat. Dew

point shall remain 5 degrees above dew point 8 hours after application of coating. When cleaned surfaces rust or discolor, abrasive blast surfaces in accordance with SSPC SP 5.

5. When handling steel, wear gloves to prevent hand printing. 6. Adjust pH of concrete to within 5.5 to 8.0 before applying prime coat.

B. Application: 1. Apply coatings in accordance with general application requirements and as

follows: a. Apply minimum DFT system consisting of primer, tie coat and top coat in

accordance with manufacturer's instructions as follows: 1) Steel: 35 mils. 2) Concrete: 45 mils.

3.10 HIGH-TEMPERATURE COATING

A. Preparation: 1. Prepare surfaces in accordance with general preparation requirements and as

follows: a. Abrasive blast surface in accordance with SSPC SP 10.

B. Application: 1. Apply coatings in accordance with general application requirements and as

follows: a. Apply number of coats in accordance with manufacturer's instructions.

3.11 ASPHALT VARNISH

A. Preparation: 1. Prepare surfaces in accordance with general preparation requirements.

Not to be used for bidding purposes!

Page 637: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 09960-17 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/09960 (Bid Set)

B. Application: 1. Apply coatings in accordance with general application requirements and as

follows: a. Apply minimum 2 coats.

3.12 PROTECTIVE COAL TAR

A. Preparation: 1. Prepare surfaces in accordance with general preparation of coal-tar

requirements.

B. Application: 1. Apply coatings in accordance with general application requirements and as

follows: a. Apply minimum 20 mils DFT coating.

3.13 VINYL ESTER

A. Preparation: 1. Prepare surfaces in accordance with coating manufacturer's recommendations

and as directed and approved by coating manufacturer's representative.

B. Application: 1. Apply prime coat, as required by coating manufacturer, base coat, glass mat,

and topcoat to total dry film thickness of 125 mils minimum: a. Final topcoat on floors shall include non-skid surface, applied in

accordance with manufacturer's instructions. 2. Perform high-voltage holiday detection test in accordance with NACE SP0188,

over 100 percent of coated surface areas to ensure pinhole-free finished coating system.

3. All work shall be accomplished in strict accordance with coating manufacturer's instructions and under direction of coating manufacturer's representative.

3.14 ELASTOMERIC POLYURETHANE (100 PERCENT SOLIDS)

A. Preparation: 1. Prepare surfaces in strict accordance with coating manufacturer's instructions

and as directed and approved by coating manufacturer's representative.

B. Application: 1. Apply epoxy primer at DFT of 1 to 2 mils, in strict accordance with

manufacturer's instructions. 2. Apply polyurethane coating at minimum total DFT as follows:

a. Steel: 60 mils DFT. b. Ductile iron and ductile iron pipe coating and lining: 30 mils DFT. c. Concrete: 120 mils DFT. d. Or as recommended by the coating manufacturer and accepted by the

Engineer. 3. For concrete application, provide saw cutting for coating terminations in strict

accordance with manufacturer's instructions.

Not to be used for bidding purposes!

Page 638: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 09960-18 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/09960 (Bid Set)

4. Perform high voltage holiday detection test in accordance with NACE SP0188, over 100 percent of coated surface areas to ensure pinhole free finished coating system.

3.15 CONCRETE FLOOR COATINGS

A. Preparation: 1. Prepare surfaces in accordance with general application requirements and in

strict accordance with coating manufacturer’s instructions.

B. Application: 1. Apply primer if required by coating manufacturer. 2. Apply 1 or more coats as recommended by coating manufacturer to receive a

minimum total DFT of 25 mils; color as selected by the Owner.

C. Final topcoat shall include non-skid surface, applied in strict accordance with coating manufacturer's instructions.

3.16 WATERBORNE ACRYLIC EMULSION

A. Preparation: 1. Remove all oil, grease, dirt, and other foreign material by solvent cleaning in

accordance with SSPC SP 1. 2. Lightly sand all surfaces and wipe thoroughly with clean cotton cloths before

applying coating.

B. Application: 1. Apply 2 or more coats to obtain a minimum DFT of 5.0 mils.

3.17 FIELD QUALITY CONTROL

A. Each coat will be inspected. Strip and remove defective coats, prepare surfaces, and recoat. When approved, apply next coat.

B. Control and check DFT and integrity of coatings.

C. Measure DFT with calibrated thickness gauge.

D. DFT on ferrous-based substrates may be checked with Elcometer Type 1 Magnetic Pull-Off Gauge or PosiTector® 6000.

E. Verify coat integrity with low-voltage sponge or high-voltage spark holiday detector, in accordance with NACE SP0188. Allow Engineer to use detector for additional checking.

F. Check wet film thickness before coal-tar epoxy coating cures on concrete or nonferrous metal substrates.

Not to be used for bidding purposes!

Page 639: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 09960-19 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/09960 (Bid Set)

G. Arrange for services of coating manufacturer's field representative to provide periodic field consultation and inspection services to ensure proper surface preparation of facilities and items to be coated, and to ensure proper application and curing: 1. Notify Engineer 24 hours in advance of each visit by coating manufacturer's

representative. 2. Provide Engineer with a written report by coating manufacturer's

representative within 48 hours following each visit.

3.18 SCHEDULE OF ITEMS NOT REQUIRING COATING

A. General: Unless specified otherwise, the following items do not require coating: 1. Items that have received final coat at factory and are not listed to receive

coating in field. 2. Aluminum, brass, bronze, copper, plastic (except PVC pipe), rubber, stainless

steel, chrome, Everdur, or lead. 3. Buried or encased piping or conduit. 4. Exterior concrete. 5. Galvanized steel wall framing, galvanized roof decking, galvanized electrical

conduits, galvanized pipe trays, galvanized cable trays, and other galvanized items: a. Areas on galvanized items or parts where galvanizing has been damaged

during handling or construction shall be repaired as follows: 1) Clean damaged areas by SSPC SP 1, SP 2, SP 3, or SP 7 as

required. 2) Apply 2 coats of a galvanizing zinc compound in strict accordance

with manufacturer’s instructions. 6. Grease fittings. 7. Fiberglass ducting or tanks in concealed locations. 8. Steel to be encased in concrete or masonry.

3.19 SCHEDULE OF SURFACES TO BE COATED IN THE FIELD

A. In general, apply coatings to steel, iron, galvanized surfaces, and wood surfaces unless specified or otherwise indicated on the Drawings. Coat concrete surfaces and anodized aluminum only when specified or indicated on the Drawings. Color coat all piping as directed by OWNER.

B. The following schedule is incomplete. Coat unlisted surfaces with same coating system as similar listed surfaces. Verify questionable surfaces.

C. Concrete: 1. High solids epoxy:

a. Safety markings. 2. Vinyl ester:

a. Secondary containment: All concrete surfaces inside chemical containment areas including inside wall surfaces, top of wall surfaces, sump area, and tank fill area, including equipment pads and tank pads.

b. Suitable for 72 hours submerged in: 1) 12-percent to 15-percent sodium hypochlorite. 2) 39-percent to 47-percent ferric chloride solution. 3) 40-percent active polymer.

Not to be used for bidding purposes!

Page 640: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 09960-20 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/09960 (Bid Set)

c. Concrete floor surfaces in chemical containment areas shall have a nonskid surface.

D. Metals: 1. Alkali-resistant bitumastic:

a. Aluminum surfaces to be placed in contact with wood, concrete, or masonry.

2. Wax coating: a. Sliding faces of sluice and slide gates and threaded portions of gate

stems. 3. High solids epoxy and polyurethane system: Interior and exterior non

immersed ferrous metal surfaces including: a. Doors, doorframes, ventilators, louvers, grilles, exposed sheet metal, and

flashing. b. Pipe, valves, pipe hangers, supports and saddles, conduit, cable tray

hangers, and supports. c. Motors and motor accessory equipment. d. Drive gear, drive housing, coupling housings, and miscellaneous gear

drive equipment. e. Valve and gate operators and stands. f. Structural steel including galvanized structural steel.

1) Exposed metal decking. g. Crane and hoist rails. h. Exterior of tanks and other containment vessels. i. Mechanical equipment supports, drive units, and accessories. j. Pumps not submerged. k. Degritters, grit classifiers, frames, supports, and associated equipment. l. Other miscellaneous metals. m. Grit separation and washer, frames, supports, and associated equipment.

4. High solids epoxy system: a. Field priming of ferrous metal surfaces with defective shop-prime coat

where no other prime coat is specified; for non-submerged service. b. Bell rings, underside of manhole covers and frames. c. Sump pumps and grit pumps, including underside of base plates and

submerged suction and discharge piping. d. Chlorine diffuser supports. e. Exterior of submerged piping and valves other than stainless steel or PVC

piping. f. Submerged pipe supports and hangers. g. Stem guides. h. Vertical shaft mixers and aerators below supports. i. Other submerged iron and steel metal unless specified otherwise. j. Interior surface of suction inlet and volute of submersible influent pumps.

Apply coating prior to pump testing. k. Submerged piping. l. Exterior of influent pumps and influent pump submerged discharge piping.

5. Asphalt varnish:

a. Underground valve boxes.

Not to be used for bidding purposes!

Page 641: Rock River Water Reclamation District Not Rockford, Illinois to be · 2017-05-25 · Bid Doc. No. 16-421 Rock River Water Reclamation District Rockford, Illinois Bidding Requirements

May 2017 09960-21 10417A10 pw://Carollo/Documents/Client/IL/RRWRD/10417A10/Specifications/09960 (Bid Set)

6. Protective coal tar: a. Underground pipe flanges, excluding pipe, corrugated metal pipe

couplings, flexible pipe couplings and miscellaneous underground metals not otherwise specified to receive another protective coating.

E. Fiberglass and PVC pipe surfaces: 1. Waterborne acrylic emulsion.

a. Exterior of fiberglass ducting and fan housings. b. Fiberglass expose to sunlight. c. PVC piping exposed to view. d. ABS piping as determined by Engineer.

END OF SECTION

Not to be used for bidding purposes!