HomeMy WebLinkAboutDDW-2024-009116July 8, 2024 ADDENDUM NO. 1
178.24.200 Page 00 91 13.1 - 1
SECTION 00 91 13.1
ADDENDUM NO. 1
to
BIDDING DOCUMENTS FOR
HOLE-IN-THE-ROCK #2 WELL HOUSE
BID FILING DEADLINE: July 18, 2024 @ 4:00PM (as modified herein)
July 8, 2024
The Bidding Requirements, Contract Conditions, Technical Specifications and Drawings are
hereby revised to include the following changes. Contractors bidding the project shall conform to
these revisions and acknowledge receipt of this Addendum on the Bid Form.
A.BIDDING REQUIREMENTS
1. Section 00 11 13 – Advertisement for Bids:
i. BIDS DUE:
1. Replace “Tuesday, July 09, 2024” with “Thursday, July 18, 2024”.
ii. PRE-BID CONFERENCE:
1. Replace pre-bid conference attendance as “optional” from
“mandatory”.
iii. QUESTIONS:
1. Replace “Wednesday, July 02, 2024” with “Thursday, July 11,
2024”.
2. Section 00 30 00 BID FORM:
i. Replace “Section 00 30 00 – Bid Form” in its entirety with “Section 00 30
00 – Bid Form – Addendum 1”.
1. Bid Item 17 quantity revised.
2. Add Item 24 to Bid Schedule.
B.CONTRACT FORMS
1. Section 00 52 00 – Agreement:
i. Replace “Section 00 52 00 – Agreement” in its entirety with “Section 00 52
00 – Agreement – Addendum 1”. Project completion timeframe added to
“Contract Times.” Modified document footer.
C.CONTRACT CONDITIONS
1. None.
D.TECHNICAL SPECIFICATIONS
1. Section 01 22 00 – Measurement and Payment:
i. Replace “Section 01 22 00 – Measurement and Payment” in its entirety
with “Section 01 22 00 – Measurement and Payment – Addendum 1.” Add
Bid Schedule Item 24 and clarify related sections.
2. Division 26 – Electrical:
i. This section was previously omitted (except for two specs) and is now
included under this contract. Electrical specs will be sent as a separate
attachment than this cover letter.
3. Section 33 11 34 – Deep Well Pump and Motor Oil Lubricated:
i. Replace “Section 33 11 34 – Deep Well Pump and Motor Oil Lubricated” in
July 8, 2024 ADDENDUM NO. 1
178.24.200 Page 00 91 13.1 - 2
its entirety with “Section 33 11 34 – Deep Well Pump and Motor Oil
Lubricated – Addendum 1.”
4. Division 40 – Process Integration:
i. The following sections were previously omitted and are now included under
this contract. These specs will be sent as a separate attachment (with the
electrical specs) than this cover letter.
1. Section 40 10 00 – Process Control & Instrumentation System-
General
2. Section 40 12 50 – Pressure Transmitter
3. Section 40 20 00 – Instruments General
4. Section 40 27 60 – Pressure Seals
5. Section 40 91 13 – Gas Monitors
6. Section 40 91 13.19 – Turbidity Analyzer
7. Section 40 91 20 – Pressure Gauges
5. Section 40 91 23 – Miscellaneous Properties Measurement Devices:
i. Replace “Section 40 91 23 – Miscellaneous Properties Measurement
Devices” in its entirety with “Section 40 91 23 – Miscellaneous Properties
Measurement Devices – Addendum 1.” Revised paragraphs 2.5 and 2.6.
6. Section 46 31 11 – Gas Chlorination Equipment:
i. Replace “Section 46 31 11 – Gas Chlorination Equipment” in its entirety
with “Section 46 31 11 – Gas Chlorination Equipment – Addendum 1.”
E.GENERAL CLARIFICATIONS
1. If a bidder was not able to attend the Pre-Bid meeting on Wednesday, June 26th,
they must schedule a site visit with Oquirrh Mountain Water Company (OMWC).
Bidders, and their subs, can contact Levi Mele, one of the OMWC operators, to
schedule a site visit at (219) 252-2614.
2. Completion Dates:
i. The automatic transfer switch (ATS) is anticipated to not be available by
the 180 day completion date. Provide a temporary means of operating on
generator power without the ATS. This solution must be approved by
ENGINEER prior to implementation.
ii. It is anticipated the ATS and connection to utility power will occur by the
substantial completion date.
3. The Geotechnical Report from June 2022, as stated in Section 00 80 00, is
provided for reference.
F.DRAWINGS
1. Sheet C-1: Clarified concrete pads for stairs.
2. Sheet C-4: Add Conductivity Sensor.
3. Sheet C-6: Add Conductivity Sensor.
4. Sheet C-7: Add tap for Conductivity Sensor.
5. Sheet C-10: Add Conductivity Sensor to detail.
6. Sheet C-11: Revised hatch penetration detail.
7. Sheet CF-1: Clarify piping material and ejector size.
8. Sheet CF-2: Clarify piping material. Add rotameter to chlorine connection detail.
9. Sheet PP-1: Raised discharge line and added joint deflections to avoid bedrock.
10. Sheet E-101: Updated Drawing Note 6. Removed Chlorine Analyzer (Future)
equipment and associated Drawing Note 20. Removed CL2 Regulator equipment
and associated Drawing Note 8.
11. Sheet E-102: Updated Drawing Note 7. Updated Drawing Note 24. Added Drawing
July 8, 2024 ADDENDUM NO. 1
178.24.200 Page 00 91 13.1 - 3
Note 28. Added conduit from conductivity element to turbidimeter. Removed
Chlorine Analyzer (Future) equipment. Removed CL2 Regulator equipment and
associated Drawing Note 9.
12. Sheet E-501: Removed Detail 10 ELECTRIC UNIT HEATER CONTROL
DIAGRAM.
13. Sheet E-601: Removed Digital Input CONTROLLER IN VFD MODE.
14. Sheet E-602: Removed Drawing Note 1. Removed SSRVS RUN COMMAND
Contact R44-2. Removed SSRVS (BACKUP) and associated contacts C1 and
C2. Removed VFD and BYPASS selection switch and associated TO PLC (RIO)
VFD MODE.
15. Sheet E-603: Changed DI-20 to Spare. Removed VFD and BYPASS selection
switch.
G.QUESTIONS
1. Q: If the VFD and soft start are awarded and the VFD is owner supplied, would the
combined cabinet be provided?
A: There is no longer a combined VFD/Soft Start cabinet. Only the VFD will be
used on this project. No Soft Start drive or cabinet will be included in this project.
Per the revised drawings issued in this addendum.
2. Q: Give a quantity for structural fill for consistent bid.
A: See modified spec section described above.
3. Q: At what point would a change order be considered once bedrock is
encountered?
A: Bedrock excavation is not anticipated in the project. If bedrock is encountered
this will be considered a changed condition.
4. Q: Can the discharge line be raised to avoid bedrock?
A: The discharge line has been raised. See revised Sheet PP-1 for the new bury
depth. No bedrock is anticipated to be encountered during pipeline trenching.
5. Q: Is a building permit required? If so, will the owner pay the costs?
A: A building permit will be required. The cost of the building permit is estimated to
be $8,000. The OWNER will reimburse the CONTRACTOR the actual cost of the
building permit. The OWNER will pay all other impact and review fees directly.
6. Q: Please clarify door D1. The plans call it out as being made from expanded metal
that is hot dipped galvanized steel, but there is no other information nor a
specification about it.
A: Per site visit during pre-bid meeting, bidders saw a similar door on an existing
well house building and the question was answered.
7. Q: Is the road too rough for delivery and concrete trucks to drive on it? If it is too
rough, should the bids include the cost of grading the road and importing material
July 8, 2024 ADDENDUM NO. 1
178.24.200 Page 00 91 13.1 - 4
to fill in ruts and ditches?
A: Road improvements may be installed at the discretion of the bidder. For the
purpose of preparing payment applications, these improvements will be
considered part of the Mobilization bid item.
8. Q: Is a proctor compaction test required for the 85% compacted fill that is to be
placed to the west of the project to built out the area by the well house?
A: Yes. The cost to obtain a proctor shall be paid by CONTRACTOR.
9. Q: For the 85% compacted fill to the west of the project, will rocks larger than a
certain size need to be screened out?
A: Only native backfill for pipe trench backfill should have rocks larger than 4”
screened out. These larger rocks may be placed in areas on the west side that will
be compacted to 85% that do not fall within a pipe trench backfill.
10. Q: Regarding the new metal stairway, on drawing C-1 it states that the lower part
of the stairway is to be anchored to the existing concrete. On C-3 it states that we
are to pour 2 new concrete pads to anchor the stairway to. Are there one or two
new pads?
A: There should two concrete pads: one at the top and one at the bottom. This
clarification is captured on the revised Sheet C-1.
11. Q: Can the new retaining wall by the transformer be built using “Keystone” block,
or does it need to be built using Recon Wall System blocks?
A: Keystone blocks are acceptable. Large, on-site boulders are also available to
be used for the retaining wall.
12. Q: Is there a soils report, and how will the contractor be paid for rock excavation?
A: There is a soils report. It is included as an attachment for reference. Excavation
under the well house has a dedicated bid item. All other excavation is paid for
under other bid items.
13. Q: The specification for the turbidimeter and conductivity meter are the same.
Please clarify.
A: The specifications have been revised and are included in this addendum.
THIS ADDENDUM IS HEREBY ATTACHED TO AND MADE A PART OF THE CONTRACT
DOCUMENTS, AND EACH BIDDER SHALL ACKNOWLEDGE RECEIPT OF THIS
ADDENDUM WITH THE BID.
July 8, 2024 ADDENDUM NO. 1
178.24.200 Page 00 91 13.1 - 5
HANSEN, ALLEN & LUCE, INC.
Jacob K. Nielsen, M.S., P.E.
Design Lead
Attachments:
•Revised specifications
•Revised drawings
•Geotechnical report
•Electrical specs previously omitted (attached separately)
07/08/2024
7/2024 BID FORM – ADDENDUM 1
178.24.200 00 30 00-1
SECTION 00 30 00
BID FORM – ADDENDUM 1
Project Identification:
SADDLEBACK PARTNERS, L.C. – HOLE IN THE ROCK #2 WELL HOUSE
Contract Identification and Number:
ARTICLE 1 - BID RECIPIENT
1.01 This Bid Is Submitted To: SADDLEBACK PARTNERS, L.C.
1.02 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an
Agreement with Owner in the form included in the Bidding Documents to perform all Work
as specified or indicated in the Bidding Documents for the prices and within the times
indicated in the Bid and in accordance with the other terms and conditions of the Bidding
Documents.
ARTICLE 2 - BIDDER’S ACKNOWLEDGMENTS
2.01 Bidder accepts all of the terms and conditions of the Advertisement and Instructions to
Bidders, including without limitations those dealing with the dispositions of Bid security.
The Bid will remain subject to acceptance for 30 days after the Bid opening, or for such
longer period of time that Bidder may agree to in writing upon request of Owner.
ARTICLE 3 - BIDDER’S REPRESENTATIONS
3.01 In submitting this Bid, Bidder represents that:
A. Bidder has examined and carefully studied the Bidding Documents, the other related
data identified in the Bidding Documents, and the following Addenda, receipt of which
is hereby acknowledged:
Addendum No. Addendum Date
____________ _____________
____________ _____________
____________ _____________
B. Bidder has visited the Site and become familiar with and is satisfied as to the general,
local, and Site conditions that may affect cost, progress, and performance of the Work.
C. Bidder is familiar with and is satisfied as to all Federal, state, and local Laws and
Regulations that may affect cost, progress, and performance of the Work.
D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface
conditions at or contiguous to the Site and all drawings of physical conditions in or
relating to existing surface or subsurface structures at or contiguous to the Site (except
Underground Facilities) which have been identified in SC-4.02, and (2) reports and
drawings of Hazard Environmental Conditions, if any, at the Site that have been
identified in SC-4.06 as containing reliable “technical data.”
7/2024 BID FORM – ADDENDUM 1
178.24.200 00 30 00-2
E. Bidder has considered the information known to Bidder; information commonly known to
contractors doing business in the locality of the Site; information and observations
obtained from visits to the Site; the Bidding Documents; and the Site-related reports and
drawings identified in the Bidding Documents, with respect to the effect of such
information, observations, and documents on (1) the cost, progress, and performance of
the Work; (2) the means, methods, techniques, sequences, and procedures of
construction to be employed by Bidder, including applying the specific means, methods,
techniques, sequences, and procedures of construction expressly required by the
Bidding Documents; and (3) Bidder’s safety precautions and programs.
F. Based on the information and observations referred to in Paragraph 3.01.E above,
Bidder does not consider that any further examinations, investigations, explorations,
tests, studies, or data are necessary for the determination of this Bid for performance
of the Work at the price(s) bid and within the times and in accordance with the other
terms and conditions of the Bidding Documents.
G. Bidder is aware of the general nature of the Work to be performed by Owner and
others at the Site that relates to the Work as indicated in the Bidding Documents.
H. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or
discrepancies that Bidder has discovered in the Bidding Documents, and the written
resolution thereof by Engineer is acceptable to Bidder.
I. The Bidding Documents are generally sufficient to indicate and convey understanding
of all terms and conditions for the performance of the Work for which this Bid is
submitted.
J. Bidder will submit written evidence of its authority to do business in the State or other
jurisdiction where the Project is located not later than the date of its execution of the
Agreement.
K. Bidder understands that OWNER has pre-ordered the diesel generator for this project.
Procurement contract is included in Appendix A. Bidder has included the cost of this
pre-ordered equipment in the Bid, and has included all appropriate shipping and
handling and sales tax. Bidder understands that when a Notice of Award is issued to
Bidder (CONTRACTOR), the procurement contracts OWNER has entered into with the
vendor will be assigned to CONTRACTOR, and CONTRACTOR from that date
forward accepts full liability for the final purchase, delivery, installation, start-up, and
warrantee of this equipment. Assignment of procurement contract relieves OWNER of
all liability associated with the procurement contract.
ARTICLE 4 - BIDDER’S CERTIFICATION
4.01 Bidder further represents that:
A. This Bid is genuine and not made in the interest of or on the behalf of any undisclosed
individual or entity and is not submitted in conformity with any agreement or rules of
any group, association, organization, or corporation;
B. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a
false or sham Bid;
7/2024 BID FORM – ADDENDUM 1
178.24.200 00 30 00-3
C. Bidder has not solicited or induced any individual or entity to refrain from bidding; and
D. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in
competing for the Contract. For the purposes of this Paragraph 4.01.D:
1. “corrupt practice” means the offering, giving, receiving, or soliciting of any thing of
value likely to influence the action of a public official in the bidding process;
2. “fraudulent practice” means an intentional misrepresentation of facts made (a) to
influence the bidding process to the detriment of Owner, (b) to establish bid prices
at artificial non-competitive levels, or (c) to deprive Owner of the benefits of free and
open competition;
3. “collusive practice” means a scheme or arrangement between two or more Bidders,
with or without the knowledge of Owner, a purpose of which is to establish bid
prices at artificial, non-competitive levels; and
4. “coercive practice” means harming or threatening to harm, directly or indirectly,
persons or their property to influence their participation in the bidding process or
affect the execution of the Contract.
ARTICLE 5 - BASIS OF BID
5.01 Bidder will complete the Work in accordance with the Contract Documents for the
following price(s):
BID SCHEDULE
Bid Item Description Qty Unit Unit Bid
Amount
Total Bid
Amount
1 Mobilization/Demobilization 1 LS $
2 Construction Surveying 1 LS $
3 Storm Water Control 1 LS $
4 Materials Testing 1 LS $
5 Clearing, Grubbing, and Stripping 1 LS $
6 RMP Utility Connection 1 LS $
7 Retaining Wall for Transformer 1 LS $
8 Well House Structure 1 LS $
9 Prefabricated Stairs 1 LS $
10 Site Grading, Slope Backfill, and Compaction 1 LS $
11 Furnish and Install Pump and Motor Assembly Complete 1 LS $
12 Well House Internal Piping Complete 1 LS $
13 Chlorination System Complete 1 LS $
14 Electrical System Complete 1 LS $
15 Electrical System – Soft Start Complete 1 LS $
16 HVAC System Complete 1 LS $
17 10-Inch Discharge Pipeline, Valves, and Fittings Complete 150 LF $
18 12-Inch Discharge Pipeline, Valves, and Fittings Complete 52 LF $
19 8-Inch Pump-to-Waste Pipeline and Fittings Complete 88 LF $
20 6-Inch Floor Drain Pipeline and Fittings Complete 100 LF $
21 Re-construct Entrance Road 2,000 SF $
22 Construct Trails to Tank and Discharge Pipe 435 LF $
23 Testing and Commissioning 1 LS $
24 Excavation, Backfill, and Compaction Under Well House 370 CY $
BID SCHEDULE TOTAL $
7/2024 BID FORM – ADDENDUM 1
178.24.200 00 30 00-4
Unit Prices have been computed in accordance with paragraph 11.03.B of the General
Conditions.
Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the
purpose of comparison of Bids, and final payment for all Unit Price Bid items will be based
on actual quantities, determined as provided in the contract Documents.
ARTICLE 6 - TIME OF COMPLETION
6.01 Bidder agrees that the Work will be substantially complete and will be completed and
ready for final payment in accordance with paragraph 15.06 of the General Conditions on
or before the dates or within the number of calendar days indicated in the Agreement.
6.02 Bidder accepts the provisions of the Agreement as to liquidated damage.
ARTICLE 7 - ATTACHMENTS TO THIS BID
7.01 The following documents are attached to and made a condition of the Bid:
A. Document 00 45 00 - List of Subcontractors;
B. Evidence of authority to do business in the state or jurisdiction of the Project; or a
written covenant to obtain such license within the time frame for acceptance of Bids.
ARTICLE 8 - DEFINED TERMS
8.01 The terms used in this Bid with the initial capital letters have the meanings indicated in the
Instructions to Bidders, the General Conditions, and the Supplementary Conditions.
7/2024 BID FORM – ADDENDUM 1
178.24.200 00 30 00-5
ARTICLE 9 - BID SUBMITTAL
9.01 This Bid is submitted by:
If Bidder is:
An Individual
Name (typed or printed): ____________________________________________________
By: _____________________________________________________________________
(Individual’s signature)
Doing business as:
_______________________________________________________________
A Partnership
Partnership Name: _________________________________________________________
By: _____________________________________________________________________
(Signature of general partner -- attach evidence of authority to sign)
Name (typed or printed):
__________________________________________________________
A Corporation
Corporation Name:
_______________________________________________________________
State or Jurisdiction of Incorporation: ______________________________
Type (General Business, Profession, Service, Limited Liability):
___________________________
By: ___________________________________________________________________
(Signature -- attach evidence of authority to sign)
Name (typed or printed):
___________________________________________________________
Title: ____________________________________________
Attest ____________________________________________________________
(Signature of Corporate Secretary)
Date of Qualification to do business in ____________ [State or other jurisdiction where
Project is located] is ___/___/______
SEAL,
if required
by State
SEAL,
if required
by State
CORPORATE
SEAL,
if required by State
7/2024 BID FORM – ADDENDUM 1
178.24.200 00 30 00-6
A Joint Venture
Name of Joint Venture:
________________________________________________________
First Joint Venture Name: ____________________________________________________
By: ____________________________________________________________________
(Signature of joint venture partner -- attach evidence of authority to sign)
Name (typed or printed):
____________________________________________________________
Title: ____________________________________________
Second Joint Venture Name:
____________________________________________________
By: ____________________________________________________________________
(Signature of joint venture partner -- attach evidence of authority to sign)
Name (typed or printed):
____________________________________________________________
Title: ____________________________________________
(Each joint venturer must sign. The manner of signing for each individual, partnership, and
corporation that is party to the venture should be in the manner indicated above.)
Bidder’s Business address: __________________________________________________
________________________________________________________________________
Business Phone No. (_____)______________
Business FAX No. (_____)_____________
Business E-Mail Address
_______________________________________________________________________
State Contractor License No. ____________________________________. (If applicable)
Employer’s Tax ID No. _______________________________________
Phone and FAX Numbers, and Address for receipt of official communications, if different
from Business contact information:
_________________________________________________________________________
_________________________________________________________________
9.02 Bid submitted on ______________________________, 20___.
SEAL,
if required
by State
SEAL,
if required
by State
07/2024 AGREEMENT – ADDENDUM 1
178.24.200 00 52 00 - 1
SECTION 00 52 00
AGREEMENT BETWEEN OWNER AND CONTRACTOR – ADDENDUM 1
FOR CONSTRUCTION CONTRACT (STIPULATED PRICE)
This Agreement is by and between Saddleback Partners, L.C. (“Owner”) and
(“Contractor”).
Terms used in this Agreement have the meanings stated in the General Conditions and the
Supplementary Conditions.
Owner and Contractor hereby agree as follows:
ARTICLE 1—WORK
1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents.
The Work is generally described as follows:
Construction of a new drinking water well pump station, consisting of a masonry block
structure with standing seam metal roofing; furnishing and installing a 250 HP motor with
one vertical line shaft pump, piping, valves, fittings, flow meter and appurtenances, gas
chlorination facilities, HVAC, electrical, controls, connecting to existing standby
emergency generator, wiring, telemetry, owner-provided RTU, conduits for future electric
and controls wiring, grading, site work, exterior DI piping including a 6” drain, 8” pump to
waste, 10” discharge, and 12” waterline connection to existing 16” tank outlet, and all
other associated items and appurtenant work.
ARTICLE 2—THE PROJECT
2.01 The Project, of which the Work under the Contract Documents is a part, is generally
described as follows: Hole in the Rock #2 Well House.
ARTICLE 3—ENGINEER
3.01 Hansen, Allen & Luce, Inc will assume all duties and responsibilities of Engineer, and
have the rights and authority assigned to Engineer in the Contract.
3.02 The part of the Project that pertains to the Work has been designed by Hansen, Allen &
Luce, Inc
ARTICLE 4—CONTRACT TIMES
4.01 Time is of the Essence
A. All time limits for Substantial Completion, and completion and readiness for final
payment as stated in the Contract Documents are of the essence of the Contract.
4.02 Contract Times: Dates
A. The Work will be substantially complete to operate on utility power within 270
calendar days after the date when the Contract Times commence to run as provided
in Paragraph 4.01 of the General Conditions, and completed and ready for final
payment in accordance with Paragraph 15.06 of the General Conditions within 300
calendar days after the date when the Contract Times commence to run. The Work
will be completed to the point that the pump station can operate fully functional with
07/2024 AGREEMENT – ADDENDUM 1
178.24.200 00 52 00 - 2
all systems on generator power 90 calendar days prior to the substantial completion
date referenced above.
4.03 Liquidated Damages
A. Contractor and Owner recognize that time is of the essence as stated in
Paragraph 4.01 above and that Owner will suffer financial and other losses if the
Work is not completed and Milestones not achieved within the Contract Times, as
duly modified. The parties also recognize the delays, expense, and difficulties
involved in proving, in a legal or arbitration proceeding, the actual loss suffered by
Owner if the Work is not completed on time. Accordingly, instead of requiring any
such proof, Owner and Contractor agree that as liquidated damages for delay (but
not as a penalty):
1.Substantial Completion: Contractor shall pay Owner $750 for each day that
expires after the time (as duly adjusted pursuant to the Contract) specified above
for Substantial Completion, until the Work is substantially complete.
2.Completion of Remaining Work: After Substantial Completion, if Contractor shall
neglect, refuse, or fail to complete the remaining Work within the Contract Times
(as duly adjusted pursuant to the Contract) for completion and readiness for final
payment, Contractor shall pay Owner $750 for each day that expires after such
time until the Work is completed and ready for final payment.
3. Liquidated damages for failing to timely attain Substantial Completion, and final
completion are not additive, and will not be imposed concurrently.
B. If Owner recovers liquidated damages for a delay in completion by Contractor, then
such liquidated damages are Owner’s sole and exclusive remedy for such delay, and
Owner is precluded from recovering any other damages, whether actual, direct,
excess, or consequential, for such delay, except for special damages (if any)
specified in this Agreement.
ARTICLE 5—CONTRACT PRICE
5.01 Owner shall pay Contractor for completion of the Work in accordance with the Contract
Documents, the amounts that follow, subject to adjustment under the Contract:
A. For all Work, at the prices stated in Contractor’s Bid, attached hereto as an exhibit.
ARTICLE 6—PAYMENT PROCEDURES
6.01 Submittal and Processing of Payments
A. Contractor shall submit Applications for Payment in accordance with Article 15 of the
General Conditions. Applications for Payment will be processed by Engineer as
provided in the General Conditions.
6.02 Progress Payments; Retainage
A. Owner shall make progress payments on the basis of Contractor’s Applications for
Payment on or about the 1st day of each month during performance of the Work as
provided in Paragraph 6.02.A.1 below, provided that such Applications for Payment
have been submitted in a timely manner and otherwise meet the requirements of the
Contract. All such payments will be measured by the Schedule of Values established
as provided in the General Conditions (and in the case of Unit Price Work based on
07/2024 AGREEMENT – ADDENDUM 1
178.24.200 00 52 00 - 3
the number of units completed) or, in the event there is no Schedule of Values, as
provided elsewhere in the Contract.
1. Prior to Substantial Completion, progress payments will be made in an amount
equal to the percentage indicated below but, in each case, less the aggregate of
payments previously made and less such amounts as Owner may withhold,
including but not limited to liquidated damages, in accordance with the Contract.
a.95 percent of the value of the Work completed (with the balance being
retainage).
b.95 percent of cost of materials and equipment not incorporated in the Work
(with the balance being retainage).
B. Upon Substantial Completion, Owner shall pay an amount sufficient to increase total
payments to Contractor to 100 percent of the Work completed, less such amounts
set off by Owner pursuant to Paragraph 15.01.E of the General Conditions, and less
200 percent of Engineer’s estimate of the value of Work to be completed or corrected
as shown on the punch list of items to be completed or corrected prior to final
payment.
6.03 Final Payment
A. Upon final completion and acceptance of the Work, Owner shall pay the remainder of
the Contract Price in accordance with Paragraph 15.06 of the General Conditions.
6.04 Consent of Surety
A. Owner will not make final payment, or return or release retainage at Substantial
Completion or any other time, unless Contractor submits written consent of the
surety to such payment, return, or release.
6.05 Interest
A. All amounts not paid when due will bear interest at the rate of N/A percent per
annum.
ARTICLE 7—CONTRACT DOCUMENTS
7.01 Contents
A. The Contract Documents consist of all of the following:
1. This Agreement.
2. Bonds:
a. Performance bond (together with power of attorney).
b. Payment bond (together with power of attorney).
3. General Conditions.
4. Supplementary Conditions.
5. Specifications as listed in the table of contents of the project manual (copy of list
attached).
6. Drawings (not attached but incorporated by reference) with each sheet bearing
the following general title: Hole-In-The-Rock #2 Well House
07/2024 AGREEMENT – ADDENDUM 1
178.24.200 00 52 00 - 4
8. Addenda (numbers to inclusive).
9. Exhibits to this Agreement (enumerated as follows):
a. Contractor’s Bid.
b. Documentation submitted by Contractor prior to Notice of Award.
10. Appendices to this Agreement (enumerated as follows):
a. Appendix A – Preordered Generator Purchase Order.
b. Appendix B – Geophysical Logs and Well Construction Details.
11. The following which may be delivered or issued on or after the Effective Date of
the Contract and are not attached hereto:
a. Notice to Proceed.
b. Work Change Directives.
c. Change Orders.
d. Field Orders.
e. Warranty Bond, if any.
B. The Contract Documents listed in Paragraph 7.01.A are attached to this Agreement
(except as expressly noted otherwise above).
C. There are no Contract Documents other than those listed above in this Article 7.
D. The Contract Documents may only be amended, modified, or supplemented as
provided in the Contract.
ARTICLE 8—REPRESENTATIONS, CERTIFICATIONS, AND STIPULATIONS
8.01 Contractor’s Representations
A. In order to induce Owner to enter into this Contract, Contractor makes the following
representations:
1. Contractor has examined and carefully studied the Contract Documents,
including Addenda.
2. Contractor has visited the Site, conducted a thorough visual examination of the
Site and adjacent areas, and become familiar with the general, local, and Site
conditions that may affect cost, progress, and performance of the Work.
3. Contractor is familiar with all Laws and Regulations that may affect cost,
progress, and performance of the Work.
4. Contractor has carefully studied the reports of explorations and tests of
subsurface conditions at or adjacent to the Site and the drawings of physical
conditions relating to existing surface or subsurface structures at the Site that
have been identified in the Supplementary Conditions, with respect to the
Technical Data in such reports and drawings.
5. Contractor has carefully studied the reports and drawings relating to Hazardous
Environmental Conditions, if any, at or adjacent to the Site that have been
identified in the Supplementary Conditions, with respect to Technical Data in
such reports and drawings.
07/2024 AGREEMENT – ADDENDUM 1
178.24.200 00 52 00 - 5
6. Contractor has considered the information known to Contractor itself; information
commonly known to contractors doing business in the locality of the Site;
information and observations obtained from visits to the Site; the Contract
Documents; and the Technical Data identified in the Supplementary Conditions
or by definition, with respect to the effect of such information, observations, and
Technical Data on (a) the cost, progress, and performance of the Work; (b) the
means, methods, techniques, sequences, and procedures of construction to be
employed by Contractor; and (c) Contractor’s safety precautions and programs.
7. Based on the information and observations referred to in the preceding
paragraph, Contractor agrees that no further examinations, investigations,
explorations, tests, studies, or data are necessary for the performance of the
Work at the Contract Price, within the Contract Times, and in accordance with
the other terms and conditions of the Contract.
8. Contractor is aware of the general nature of work to be performed by Owner and
others at the Site that relates to the Work as indicated in the Contract
Documents.
9. Contractor has given Engineer written notice of all conflicts, errors, ambiguities,
or discrepancies that Contractor has discovered in the Contract Documents, and
of discrepancies between Site conditions and the Contract Documents, and the
written resolution thereof by Engineer is acceptable to Contractor.
10. The Contract Documents are generally sufficient to indicate and convey
understanding of all terms and conditions for performance and furnishing of the
Work.
11. Contractor’s entry into this Contract constitutes an incontrovertible representation
by Contractor that without exception all prices in the Agreement are premised
upon performing and furnishing the Work required by the Contract Documents.
12. CONTRACTOR understands that OWNER has pre-ordered certain equipment for
this project. Procurement Contracts are included in Appendix A.
CONTRACTOR has included the cost of this pre-ordered equipment in the Bid,
and has included all appropriate shipping and handling and sales tax.
CONTRACTOR understands that when a Notice of Award is issued to
CONTRACTOR, the procurement contracts OWNER has entered into with the
vendor will be assigned to CONTRACTOR (form Section 00 43 30 Purchase
Order Assignment shall be executed), and CONTRACTOR from that date
forward accepts full liability for the final purchase, delivery, installation, start-up,
and warrantee of this equipment. Assignment of Procurement Contracts relieves
OWNER of all liability associated with the Procurement Contract.
8.02 Contractor’s Certifications
A. Contractor certifies that it has not engaged in corrupt, fraudulent, collusive, or
coercive practices in competing for or in executing the Contract. For the purposes of
this Paragraph 8.02:
1. “corrupt practice” means the offering, giving, receiving, or soliciting of anything of
value likely to influence the action of a public official in the bidding process or in
the Contract execution;
2. “fraudulent practice” means an intentional misrepresentation of facts made (a) to
influence the bidding process or the execution of the Contract to the detriment of
07/2024 AGREEMENT – ADDENDUM 1
178.24.200 00 52 00 - 6
Owner, (b) to establish Bid or Contract prices at artificial non-competitive levels,
or (c) to deprive Owner of the benefits of free and open competition;
3. “collusive practice” means a scheme or arrangement between two or more
Bidders, with or without the knowledge of Owner, a purpose of which is to
establish Bid prices at artificial, non-competitive levels; and
4. “coercive practice” means harming or threatening to harm, directly or indirectly,
persons or their property to influence their participation in the bidding process or
affect the execution of the Contract.
8.03 Standard General Conditions
A. Owner stipulates that if the General Conditions that are made a part of this Contract
are EJCDC® C-700, Standard General Conditions for the Construction Contract
(2018), published by the Engineers Joint Contract Documents Committee, and if
Owner is the party that has furnished said General Conditions, then Owner has
plainly shown all modifications to the standard wording of such published document
to the Contractor, through a process such as highlighting or “track changes”
(redline/strikeout), or in the Supplementary Conditions.
07/2024 AGREEMENT – ADDENDUM 1
178.24.200 00 52 00 - 7
IN WITNESS WHEREOF, Owner and Contractor have signed this Agreement.
This Agreement will be effective on (which is the Effective Date of the Contract).
Owner:Contractor:
Saddleback Partners, L.C.
(typed or printed name of organization)(typed or printed name of organization)
By:By:
(individual’s signature)(individual’s signature)
Date:Date:
(date signed)(date signed)
Name:Name:
(typed or printed)(typed or printed)
Title:Title:
(typed or printed)(typed or printed)
(If [Type of Entity] is a corporation, a partnership, or
a joint venture, attach evidence of authority to sign.)
Attest:Attest:
(individual’s signature)(individual’s signature)
Title:Title:
(typed or printed)(typed or printed)
Address for giving notices:Address for giving notices:
Saddleback Partners, L.C.
925 W 100 N, Ste F, P.O. Box 540478
North Salt Lake, UT 84054
Designated Representative:Designated Representative:
Name:Name:
(typed or printed)(typed or printed)
Title:Title:
(typed or printed)(typed or printed)
Address:Address:
Phone:Phone:
Email:Email:
License No.:
(where applicable)
State:
(If Owner is a corporation, attach evidence of
authority to sign. If Owner is a public body, attach
evidence of authority to sign and resolution or other
documents authorizing execution of this
Agreement.)
- END OF SECTION -
THIS PAGE INTENTIONALLY LEFT BLANK
07/2024 MEASUREMENT AND PAYMENT – ADDENDUM 1
178.24.200 PAGE 01 22 00 - 1
SECTION 01 22 00
MEASUREMENT AND PAYMENT – ADDENDUM 1
PART 1 GENERAL
A. All work completed under this contract shall be in accordance with the Contract
Drawings and Specifications and will be measured by ENGINEER/OWNER. The
quantities appearing on the Bid Schedule are approximate only and are prepared for the
comparison of bids. Payment to CONTRACTOR on bid items with unit prices other than
"Lump Sum" will be made for actual quantities of work performed and accepted, or
material furnished in accordance with the Contract. The scheduled quantities of work to
be done and materials to be furnished may be increased or decreased in accordance
with the General Conditions.
B. The term "Lump Sum" when used as an item of payment will mean complete payment
for the work described in the contract. When a complete structure, portion of work, or
unit is specified "Lump Sum" as the unit of measurement, the unit will include fittings,
accessories, and all work necessary to complete the work as shown on the Drawings
and as specified.
C. When the accepted quantities of work vary from the quantities in the Bid Schedule,
CONTRACTOR shall accept as payment in full, so far as contract items are concerned,
payment at the original contract unit prices for the work done. OWNER reserves the
right to add to or delete from quantities listed in the bid schedule in order to match the
total bid with the budgeted money available.
1.2 BASE BID SCHEDULE
A.BID ITEM NO. 1 – “MOBILIZATION/DEMOBILIZATION”
1.GENERAL This bid item is provided to cover CONTRACTOR's cost for general and
miscellaneous responsibilities and operations not normally attributed to any other
single bid item within this schedule. This shall include, but is not limited to, work
described or enumerated in Section 01 71 13 - Mobilization.
2.METHOD OF MEASUREMENT Mobilization shall not be measured but shall be paid
for on a lump sum basis for the completion of the work as required in Section 01 71
13 - Mobilization.
3.BASIS OF PAYMENT Payment will be made at the contract lump sum bid price.
Payments will be made in accordance with the following schedule:
a. When 10% of the original contract amount is earned, 25% of the amount bid for
mobilization will be paid.
b. When 25% of the original contract amount is earned, an additional 25% for a total
of 50% of the amount bid for mobilization will be paid.
c. When 50% of the original contract amount is earned, an additional 25% for a total
of 75% of the amount bid for mobilization will be paid.
d. When 75% of the original contract amount is earned, an additional 25% for a total
of 100% of the amount bid for mobilization will be paid.
07/2024 MEASUREMENT AND PAYMENT – ADDENDUM 1
178.24.200 PAGE 01 22 00 - 2
B.BID ITEM NO. 2 – “CONSTRUCTION SURVEYING”
1.GENERAL “Construction Surveying” is provided to cover the CONTRACTOR's cost
for general and miscellaneous responsibilities and operations associated with
Construction Surveying. Construction Surveying shall be performed by a registered
professional land surveyor in the State of Utah.
2.METHOD OF MEASUREMENT “Construction Surveying” shall be measured based
on the percentage of work completed for the project according to the amount defined
in the Bid Schedule.
3.BASIS OF PAYMENT Payment for “Construction Surveying” will be made at the
contract lump sum bid price as shown and accepted by OWNER and ENGINEER in
the Bid Schedule. Payments will be made in accordance with the following schedule:
a. When 5% of the original contract amount is earned, 75% of the amount bid for
construction surveying will be paid.
b. When 50% of the original contract amount is earned, an additional 25% for a total
of 100% of the amount bid for construction surveying will be paid.
C.BID ITEM NO. 3 – “STORM WATER CONTROL”
1.METHOD OF MEASUREMENT Preparation and Implementation of SWPPP (Storm
Water Pollution Prevention Plan) is not required. “Storm Water Control” shall be paid
for on a lump sum basis for the prevention of discharge of mud from the Owner’s site
as completed by CONTRACTOR.
1.BASIS OF PAYMENT “Storm Water Control” shall be paid for at the lump sum bid
price as a percentage of work completed. Payment shall be considered full
compensation for prevention of the discharge of mud from the Owner’s site. The
implementation shall include installing and maintaining silt fences, rock or sand filled
bags, straw bales or wattles for inlet protection, construction entrance, and other best
management practices (BMP), and monitoring, as required by the judgment of the
CONTRACTOR. Payment shall be made as follows:
a. When 10% of the original contract amount is earned, 25% of the amount bid for
implementation of the Storm Water Pollution Prevention Plan will be paid.
b. When 25% of the original contract amount is earned, an additional 25% for a total
of 50% of the amount bid for implementation of the Storm Water Pollution
Prevention Plan will be paid.
c. When 50% of the original contract amount is earned, an additional 25% for a total
of 75% of the amount bid for implementation of the Storm Water Pollution
Prevention Plan will be paid.
d. When 75% of the original contract amount is earned, an additional 25% for a total
of 100% of the amount bid for implementation of the Storm Water Pollution
Prevention Plan will be paid.
07/2024 MEASUREMENT AND PAYMENT – ADDENDUM 1
178.24.200 PAGE 01 22 00 - 3
D.BID ITEM NO. 4 – “MATERIALS TESTING”
1.GENERAL “Materials Testing” is provided to cover the CONTRACTOR’S cost for
general and miscellaneous responsibilities and operations associated with Materials
Testing. This item shall include, but is not limited to, work described or enumerated
in Section 01 45 23 - Testing Agency Services.
2.METHOD OF MEASUREMENT “Materials Testing” shall be measured based on the
percentage of work completed for the project according to the amount defined in the
Bid Schedule.
3.Basis of Payment Payment for “Materials Testing” will be made at the contract lump
sum bid price as shown and accepted by OWNER and ENGINEER in the Bid
Schedule. Payments will be made in accordance with the following schedule:
a. When 10% of the original contract amount is earned, 25% of the amount bid for
material testing will be paid.
b. When 25% of the original contract amount is earned, an additional 25% for a total
of 50% of the amount bid for material testing will be paid.
c. When 50% of the original contract amount is earned, an additional 25% for a total
of 75% of the amount bid for material testing will be paid.
d. When 75% of the original contract amount is earned, an additional 25% for a total
of 100% of the amount bid for material testing will be paid.
E.BID ITEM NO. 5 – “CLEARING, GRUBBING, AND STRIPPING”
1.GENERAL This bid item is intended to cover the CONTRACTOR’s cost for general
and miscellaneous responsibilities and operations associated with Clearing,
Grubbing and Stripping. This shall include, but is not limited to work described or
enumerated in 31 11 00 – Clearing, Grubbing, and Stripping.
2.METHOD OF MEASUREMENT “Clearing, Grubbing, and Stripping” shall not be
measured, but shall be paid for on a lump sum basis for the cost of the Clearing,
Grubbing, and Stripping necessary for the preparation of the construction site for the
well house as shown on the Contract Drawings.
3.BASIS OF PAYMENT Payment for “Clearing, Grubbing, and Stripping” shall be
made at the contract lump sum bid price for the completion of all Clearing, Grubbing,
and Stripping required to prepare the site for the construction of the well house as
shown on the Contract Drawings.
F.BID ITEM NO. 6 – “RMP UTILTY CONNECTION AND TRANSFORMER SETUP”
1.METHOD OF MEASUREMENT “RMP Utility Connection” shall not be measured but
shall be paid for on a lump sum basis for all work required to connect the site to
Rocky Mountain Power service and set up the required transformer as shown on the
Contract Drawings.
2.BASIS OF PAYMENT Payment for “RMP Utility Connection” including the Ground
Sleeve Vault and Transformer Setup shall be made at the contract lump sum bid
price for all work required to connect the site to Rocky Mountain Power Service and
as specified herein. Payment shall include, but not be limited to, all labor, materials,
07/2024 MEASUREMENT AND PAYMENT – ADDENDUM 1
178.24.200 PAGE 01 22 00 - 4
and equipment necessary to connect the site to Rocky Mountain Power service and
set up the required transformer as required in the Contract Drawings and
Specifications.
G.BID ITEM NO. 7 – “RETAINING WALLS FOR TRANSFORMER”
1.METHOD OF MEASUREMENT “Retaining Walls for Transformer” shall not be
measured but shall be paid for on a lump sum basis for furnishing and installing the
retaining walls according to the amount defined in the Bid Schedule and as
completed by CONTRACTOR.
2.BASIS OF PAYMENT Payment for “Reinforced Concrete Retaining Walls” shall be
made at the contract lump sum bid price for completion of the structure as shown on
the contract drawings and specified herein. Payment shall include, but not be limited
to, all labor, materials, and equipment necessary for constructing the retaining walls
us pre-fabricated blocks, excavation, dewatering, on-site disposal of excess
excavated material, importing and compaction of structural fill and drain rock,
perforated drain pipe, furnishing and installing all reinforcement, forms, and backfill
for foundations, walls, miscellaneous items to complete the concrete retaining walls
as recommended by manufacture of the pre-fabricated blocks and other related
items not paid elsewhere for a complete retaining wall.
H.BID ITEM NO. 8 – “WELL HOUSE STRUCTURE”
1.METHOD OF MEASUREMENT “Well House Structure” shall not be measured, but
shall be paid for on a lump sum basis for furnishing and constructing the concrete
structure for the well house as required in the Contract Drawings and Specifications.
2.BASIS OF PAYMENT Payment for “Well House Structure” shall be made at the
contract unit lump sum bid price for completion of the structure as shown on the
Contract Drawings and specified herein. Payment shall include, but not be limited to,
all labor, materials, and equipment necessary for constructing the reinforced
concrete structure, dewatering, perforated drain pipe, furnishing and installing all
steel reinforcement, forms, waterstop, and concrete for foundations, walls, and slabs,
pump access hatch, man doors, coating; concrete equipment pads, pump room and
chlorine room concrete pump pedestals; trench drain grating; and miscellaneous
items to complete the structure of the well house as shown on the Contract Drawings
and specified herein and other related items not paid elsewhere for a complete
reinforced concrete structure. Excavation, on-site disposal of excess excavated
material, importing and compaction of structural fill and drain rock shall be paid for
elsewhere.
I.BID ITEM NO. 9 - “PRE-FABRICATED METAL STAIRS”
1.METHOD OF MEASUREMENT “Pre-Fabricated Metal Stairs” shall not be measured
but shall be paid for on a lump sum basis according to the amount defined in the Bid
Schedule and as completed by CONTRACTOR.
2.BASIS OF PAYMENT Payment for “Pre-Fabricated Metal Stairs” shall be considered
full compensation for all work completed under this bid item and shall be paid for at
the contract lump sum price. Payment shall include, but not be limited to, all labor,
materials, and equipment required for supply and installation of pre-fabricated metal
07/2024 MEASUREMENT AND PAYMENT – ADDENDUM 1
178.24.200 PAGE 01 22 00 - 5
concrete stairs, excavation, dewatering, construction of concrete landing pads at the
top and bottom of the stairs, on-site disposal of excess excavated material, importing
and compaction of structural fill, furnishing and installing of the stairs, backfill and
compaction; and miscellaneous items to complete the pre-fabricated metal stairs as
shown on the Contract Drawings and specified herein and other related items not
paid elsewhere.
J.BID ITEM NO. 10 – “SITE GRADING, SLOPE BACKFILL, AND COMPACTION”
1.METHOD OF MEASUREMENT “Site Grading, Slope Backfill, and Compaction” shall
not be measured but shall be paid for on a lump sum basis and shall include
furnishing, installing, grading, and compacting the slope to the west of the new well
house.
2.BASIS OF PAYMENT Payment for “Site Grading, Slope Backfill, and Compaction”
shall be made at the contract lump sum bid price and shall be considered full
compensation for all work completed under this bid item. Payment shall include, but
not be limited to, all labor, material, and equipment necessary for furnishing, placing,
and compacting approved site fill material on the slope to the west of the new well
house, general grading cleanup for all slopes, and all other incidentals not
specifically paid for in other bid items but which are shown or otherwise required to
complete the installation as herein described and as shown on the Contract
Drawings and Specifications.
K.BID ITEM NO. 11 – “FURNISH AND INSTALL PUMP AND MOTOR ASSEMBLY
COMPLETE”
1.METHOD OF MEASUREMENT “Furnish and Install Pump and Motor Assembly
Complete” shall not be measured, but shall be paid for on a lump sum basis for
furnishing and installing the complete pump assembly according to the amount
defined in the Bid Schedule and as completed by CONTRACTOR.
2.BASIS OF PAYMENT Payment for “Furnish and Install Pump and Motor Assembly
Complete” shall be made at the contract lump sum price for complete installation of
an acceptable pump assembly. Payment shall include, but not be limited to, all labor,
materials, and equipment necessary for furnishing, installing, and testing the pump
assembly as shown on the Contract Drawings and as specified herein. Payment
shall include, furnishing and installing the modifications to the existing surface
conductor and casing pipes, air vent; sleeves and washers; pump bowls, shafting,
pump column, level sensor and sounding tubes, oil reservoir, discharge head,
coatings and linings, motor, testing, and all other related items not paid elsewhere
(Electrical gear and connections paid under Bid Item 16).
L.BID ITEM NO. 12 – “WELL HOUSE INTERNAL PIPING COMPLETE”
1.METHOD OF MEASUREMENT “Well House Internal Piping Complete” shall not be
measured but shall be paid for on a lump sum basis according to the amount defined
in the bid schedule.
BASIS OF PAYMENT Payment for “Well House Internal Piping Complete” shall be
paid for at the contract bid price and shall be considered complete compensation for
all labor, equipment, and materials necessary, for piping, valves, flowmeter, buried
07/2024 MEASUREMENT AND PAYMENT – ADDENDUM 1
178.24.200 PAGE 01 22 00 - 6
couplings, floor drains, from the well head to the buried couplings outside of the well
house, including backfilling, compaction, removal and on-site disposal of excess
excavated material, flushing, disinfection and testing; and all other operation and
materials required to complete the work as herein described and as shown on the
Contract Drawings.
M.BID ITEM NO. 13 – “CHLORINATION SYSTEM COMPLETE”
1.METHOD OF MEASUREMENT “Chlorination System Complete” shall not be
measured but shall be paid for on a lump sum basis for furnishing and installing the
gas chlorination system according to the amount defined in the Bid Schedule and as
completed by CONTRACTOR.
2.BASIS OF PAYMENT Payment for “Chlorination System Complete” shall be made at
the contract lump sum bid price for completion of all pipes, valves, fittings, and
equipment necessary to construct a safe and fully functional gas chlorination system
as shown on the Contract Drawings and as specified herein. Payment shall include,
but not be limited to, all labor, materials, and equipment for furnishing and installing
the water circulation pump; piping and tubing; necessary valves, fittings, and
pressure gauges; chlorine gas ejector box; scales and safety rack; rotameter and
other dosing equipment; injection quill and saddle; system testing and training, and
all other appurtenances and other related items not paid elsewhere for a complete
and operable gas chlorination system.
N.BID ITEM NO. 14 – “ELECTRICAL SYSTEM COMPLETE”
1.METHOD OF MEASUREMENT “Electrical System Complete” shall not be measured
but shall be made at the contract lump sum bid for furnishing and installing all
electrical equipment not paid for elsewhere according to the amount defined in the
Bid Schedule and as completed by CONTRACTOR.
2.BASIS OF PAYMENT Payment for “Electrical System Complete” shall be made at
the contract lump sum bid price for completion of all electrical work as shown on the
Contract Drawings and specified herein. Payment shall include, but not be limited to,
all labor, materials, and equipment for furnishing and installing all electrical at the
well pump house, panelboards, VFD, transformers, lighting, service outlets, pressure
switches, pressure transducers, intrusion switches, flood switch, buried conduits,
electrical service connection, wiring for equipment controls and signals, grounding,
antenna, pump motor terminators (motor is furnished and installed under Bid Item
10), lighting protection system, connections to water quality monitoring equipment,
chlorine dosing equipment, HVAC, installing conductors into PLC panel; and all other
items as shown on the Contract Drawings required for a complete and operable
electrical system excluding all work done under Bid Item 6 and work by others. The
PLC panel will be supplied and installed by SKM who will land (terminate) the
conductors.
O.BID ITEM NO. 15 – “ELECTRICAL SYSTEM – SOFT START COMPLETE”
1.METHOD OF MEASUREMENT “Electrical System – Soft Start Complete” shall not
be measured but shall be made at the contract lump sum bid for furnishing and
installing all electrical equipment not paid for elsewhere according to the amount
defined in the Bid Schedule and as completed by CONTRACTOR.
07/2024 MEASUREMENT AND PAYMENT – ADDENDUM 1
178.24.200 PAGE 01 22 00 - 7
2.BASIS OF PAYMENT Payment for “Electrical System – Soft Start Complete” shall
be made at the contract lump sum bid price for supply, installation, and
commissioning of a soft start motor starter and all other items as shown on the
Contract Drawings required for a complete and operable electrical system excluding
all work done under Bid Item 6 and work by others.
P.BID ITEM NO. 16 – “HVAC SYSTEM COMPLETE”
1.METHOD OF MEASUREMENT “Furnish and Install HVAC Systems Complete” shall
not be measured but shall be paid for on a lump sum basis for furnishing and
installing the HVAC system according to the amount defined in the Bid Schedule and
as completed by CONTRACTOR.
2.BASIS OF PAYMENT Payment for “Furnish and Install HVAC Systems Complete”
shall be made at the contract lump sum bid price for HVAC work as shown on the
Contract Drawings and specified herein. Payment shall include, but not be limited to
all labor, materials, and equipment for furnishing and installing all HVAC equipment,
including but not limited to, wire and conduit per Division 26, instrumentation, split
system heat pumps with exterior mounted condensing units, electric unit heaters,
ductwork, exhaust fans, supports; filters, louvers; and all other related items as
shown on the Contract Drawings not paid elsewhere.
Q.BID ITEM NO. 17 – “10-INCH DISCHARGE PIPELINE AND FITTINGS COMPLETE”
1.METHOD OF MEASUREMENT “10-Inch Discharge Pipeline and Fittings Complete”
shall be measured by the Lineal Foot starting after the flexible coupling (Sta. 7+23.6)
to the connection point at the existing 12” tank fill pipeline (roughly Sta. 8+71.2) and
shall include furnishing and installing all discharge pipelines, valves and connections
as shown on the Contract Drawings. Payment shall be made according to the
amount defined in the Bid Schedule and as completed by CONTRACTOR.
2.BASIS OF PAYMENT Payment for “Discharge Piping” shall be made at the contract
unit bid price and shall be considered complete compensation for furnishing and
installing all discharge piping and connections as shown on the Contract Drawings
and as specified herein. Payment shall include, but not be limited to, all labor,
equipment, materials necessary for furnishing and installing all discharge pipes,
connections and valves; excavation and dewatering; installing piping and fittings;
imported sand pipe zone material, bedding, backfilling with select or native material,
compaction, removal and on-site disposal of excess excavated material, flushing,
disinfection and testing; protection of buried utilities, potholing as needed, looping
and rerouting any of the existing utilities; restoration of all surface improvements; and
all other operations and materials required to complete the work as herein described
and as shown on the Contract Drawings.
R.BID ITEM NO. 18 – “12-INCH DISCHARGE PIPELINE AND FITTINGS COMPLETE”
1.METHOD OF MEASUREMENT “12-Inch Discharge Pipeline and Fittings Complete”
shall be measured by the Lineal Foot starting at the existing 12-inch tank fill pipeline
(Sta. 10+00) to the connection point at the existing 16” tank discharge pipe (roughly
Sta. 10+51.5) and shall include furnishing and installing all discharge pipelines,
valves and connections as shown on the Contract Drawings. Payment shall be made
07/2024 MEASUREMENT AND PAYMENT – ADDENDUM 1
178.24.200 PAGE 01 22 00 - 8
according to the amount defined in the Bid Schedule and as completed by
CONTRACTOR.
2.BASIS OF PAYMENT Payment for “12-Inch Discharge Piping” shall be made at the
contract unit bid price and shall be considered complete compensation for furnishing
and installing all discharge piping and connections as shown on the Contract
Drawings and as specified herein. Payment shall include, but not be limited to, all
labor, equipment, materials necessary for furnishing and installing all discharge
pipes, connections and valves; excavation and dewatering; installing piping and
fittings; imported sand pipe zone material, bedding, backfilling with select or native
material, compaction, removal and on-site disposal of excess excavated material,
flushing, disinfection and testing; protection of buried utilities, potholing as needed,
looping and rerouting any of the existing utilities; restoration of all surface
improvements; and all other operations and materials required to complete the work
as herein described and as shown on the Contract Drawings.
S.BID ITEM NO. 19 – “8-INCH PUMP-TO-WASTE PIPELINE AND FITTINGS
COMPLETE”
1.METHOD OF MEASUREMENT “8-Inch Pump to Waste Pipeline and Fittings
Complete” shall be measured by the Lineal Foot starting at the existing pump to
waste discharge pipeline (roughly Sta 3+00) to the flexible coupling (roughly Sta
3+88.0) and shall include furnishing and installing all pump-to-waste pipeline, fittings,
and connections as shown on the Contract Drawings. Payment shall be made
according to the amount defined in the Bid Schedule and as completed by
CONTRACTOR.
2.BASIS OF PAYMENT Payment for “8-Inch Pump to Waste Pipeline and Fittings
Complete” shall be made at the contract unit bid price and shall be considered
complete compensation for furnishing and installing all pump-to-waste piping and
connections as shown on the Contract Drawings and as specified herein. Payment
shall include, but not be limited to, all labor, equipment, materials necessary for
furnishing and installing all pump-to-waste pipes, connections and valves; excavation
and dewatering; installing piping and fittings, imported sand pipe zone material,
bedding, backfilling with select or native material, compaction, removal and on-site
disposal of excess excavated material, testing; protection of buried utilities, potholing
as needed, looping and rerouting any of the existing utilities; restoration of all surface
improvements; and all other operations and materials required to complete the work
as herein described and as shown on the Contract Drawings.
T.BID ITEM NO. 20 – “6-INCH FLOOR DRAIN PIPELINE AND FITTINGS COMPLETE”
1.METHOD OF MEASUREMENT “6-Inch Floor Drain Pipeline and Fittings Complete”
shall be measured by the Lineal Foot starting at a connection to the existing 6-inch
floor drain pipeline (roughly Sta 1+00) to the flexible coupling (roughly Sta 1+83.5)
and also a second pipeline from the connection to the new drain pipeline to the
flexible coupling (roughly 16.4 feet in length) and shall include furnishing and
installing all floor drain pipeline, fittings and connections as shown on the Contract
Drawings. Payment shall be made according to the amount defined in the Bid
Schedule and as completed by CONTRACTOR.
07/2024 MEASUREMENT AND PAYMENT – ADDENDUM 1
178.24.200 PAGE 01 22 00 - 9
2.BASIS OF PAYMENT Payment for “6-Inch Floor Drain Pipeline and Fittings
Complete” shall be made at the contract unit bid price and shall be considered
complete compensation for furnishing and installing all floor drain piping and
connections as shown on the Contract Drawings and as specified herein. Payment
shall include, but not be limited to, all labor, equipment, materials necessary for
excavation, dewatering; installing piping and fittings; imported floor drain gravel (or
sand, bedding, backfilling with select or native material, compaction, removal and on-
site disposal of excess excavated material, testing; protection of buried utilities,
potholing as needed; looping and rerouting any of the existing utilities; restoration of
all surface improvements; and all other operations and materials required to
complete the work as herein described and as shown on the Contract Drawings.
U.BID ITEM NO. 21 – “RE-CONSTRUCT ENTRANCE ROAD”
1.METHOD OF MEASUREMENT “Re-Construct Entrance Road” shall be measured
by the Square Foot for re-construction of the existing entrance road as shown on the
Contract Drawings. Payment shall be made according to the amount defined in the
Bid Schedule and as completed by CONTRACTOR.
2.BASIS OF PAYMENT Payment for “Re-Construct Entrance Road” shall be made at
the contract unit bid price and shall be considered complete compensation for
furnishing and constructing a 4-inch thick road base road as shown on the Contract
Drawings and as specified herein. Payment shall include, but not be limited to, all
labor, equipment, materials necessary for excavation, imported road base,
compaction, removal and on-site disposal of excess excavated material, testing;
restoration of all surface improvements; and all other operations and materials
required to complete the work as herein described and as shown on the Contract
Drawings.
V.BID ITEM NO. 22 – “CONSTRUCT TRAILS TO TANK AND DISCHARGE PIPE”
1.METHOD OF MEASUREMENT “Construct Trails to Tank and Discharge Pipe” shall
be measured by the Lineal Foot for a three feet wide trail to be constructed starting
at the parking area ending at the top of the existing tank and starting at the driveway
access to the existing well ending at the discharge pipe, as shown on the Contract
Drawings. Payment shall be made according to the amount defined in the Bid
Schedule and as completed by CONTRACTOR.
2.BASIS OF PAYMENT Payment for “Construct Trails to Tank and Discharge Pipe”
shall be made at the contract unit bid price and shall be considered complete
compensation for furnishing and installing all required imported road base and for
installing OWNER provided well cuttings on the project site. Payment shall include,
but not be limited to, all labor, equipment, materials necessary for excavation,
backfilling with road base compaction, backfilling with well cuttings, removal and on-
site disposal of excess excavated material, testing; restoration of all surface
improvements; and all other operations and materials required to complete the work
as herein described and as shown on the Contract Drawings.
W.BID ITEM NO. 23 – “TESTING AND COMMISSIONING”
07/2024 MEASUREMENT AND PAYMENT – ADDENDUM 1
178.24.200 PAGE 01 22 00 - 10
1.METHOD OF MEASUREMENT “Testing and Commissioning” shall not be measured
but shall be paid for on a lump sum basis according to the amount defined in the Bid
Schedule.
2.BASIS OF PAYMENT Payment for “Testing and Commissioning” shall be made at
the contract lump sum price for all work required for testing the completed well house
and the components therein. Payment shall include, but not be limited to, all labor,
equipment, and materials required for all work performed. Testing shall include, but
not be limited to, verifying all components are working in accordance with the
Contract Drawings and Specifications, verifying all subsystems are in working
condition, verifying that the pump motor is wired in the correct direction, and verifying
all circuits and panels are wired correctly.
X.BID ITEM NO. 24 – “EXCAVATION, BACKFILL, AND COMPACTION UNDER WELL
HOUSE”
1.METHOD OF MEASUREMENT “Excavation, Backfill, and Compaction Under Well
House” shall be measured by the cubic yard of soil REMOVED from underneath the
well house. Some of the soils underneath the well house are spoils from construction
of the adjacent water storage tank and must be removed to provide a solid
foundation for the new building. The location of the required excavation is shown on
the drawings. To count the volume of soil excavated from underneath the well house,
CONTRACTOR shall submit a method and procedure for approval from OWNER
and ENGINEER.
BASIS OF PAYMENT Payment for “Excavation, Backfill, and Compaction Under
Well House” shall be made at the contract unit bid price and shall be considered
complete compensation for all excavation underneath the footprint of the well house,
and required side slopes as well as the necessary backfill and compaction within this
same area. Payment shall include, but not be limited to, all labor, equipment,
materials necessary for excavation, transport, and disposal at the designated
location on the project site, furnishing and installing approved backfill material, and
compaction of specified structural material as herein described and as shown on the
Contract Drawings. All other excavation, backfill and compaction for this project shall
be paid for elsewhere.
PART 2 PRODUCTS (Not Used)
PART 3 EXECUTION (Not Used)
- END OF SECTION -
DEEP WELL PUMP AND MOTOR – ADDENDUM 1
07/2024 (OIL LUBRICATED)
178.24.200 PAGE 33 11 34 - 1
SECTION 33 11 34
DEEP WELL PUMP AND MOTOR – ADDENDUM 1
(OIL LUBRICATED)
PART 1 GENERAL
1.1 DESCRIPTION
A. Furnish, deliver, and install a deep well, vertically suspended dry-location centrifugal well
pump, oil lubricated with surface discharge into existing well casing of 16-inches in
diameter to depths as shown in the Contract Drawings. The deep well pump shall also be
provided with a vertical squirrel cage induction motor with a Weather Protected Type I
(WPI) enclosure.
B. The hydraulic grade line elevation or head of the system that controls the design head for
the well pumps will vary depending on the demand of the system. The range of the
hydraulic grade line is shown in the Contract Drawings.
1.2 RELATED WORK
A. Related Work specified in other Sections includes, but is not limited to:
1. Section 01 33 00 Submittal Procedures
2. Section 33 12 00 Mechanical Appurtenances
3. Section 33 13 00 Pipeline Testing and Disinfection
1.3 REFERENCES
A. Work covered by this Specification shall meet or exceed the provisions of the latest
editions of the following Codes and Standards in effect at the time of award of the Contract:
B. AMERICAN NATIONAL STANDARDS INSTITUTE (ANSI)
1. ANSI B16.1 Cast Iron Pipe Flanges and Flanged Fittings Class 25, 125, 250 and
800
C. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM)
1. ASTM A 36 Structural Steel
2. ASTM A 48 Gray Iron Castings
3. ASTM A 53 Pipe, Steel, Black and Hot-Dipped, Zinc-Coated Welded and
Seamless
4. ASTM A 108 Steel Bars, Carbon, Cold Finished, Standard Quality
D. AMERICAN WATER WORKS ASSOCIATION
1. AWWA C 651 Standard for Disinfecting Water Mains
2. AWWA C 652 Standard for Disinfecting of Water-Storage Facilities
3. AWWA E 103 Standard for Horizontal and Vertical Line-Shaft Pumps
E. NSF INTERNATIONAL (NSF)
DEEP WELL PUMP AND MOTOR – ADDENDUM 1
07/2024 (OIL LUBRICATED)
178.24.200 PAGE 33 11 34 - 2
1. NSF 60 Drinking Water Treatment Chemicals
2. NSF 61 Drinking Water System Components – Health Components
3. NSF 372 Drinking Water System Components – Lead Content
4. NSF 600 Health Effects Evaluation and Criteria for Chemicals in Drinking
Water
1.4 SUBMITTALS
A. CONTRACTOR shall submit for review to ENGINEER, sufficient literature, detailed
specifications, and drawings to show dimensions, make, style, speed, size, type,
horsepower, head-capacity, efficiency, materials used, design features, internal
construction, weights, and any other information required by ENGINEER for review of all
pumping equipment. No pumping equipment will be accepted, and installation will not be
allowed, until such review has been completed. All submittals shall clearly state any
deviations from the specified requirements. The following shall also be furnished with the
submittal:
1. Performance data curves showing head, capacity, horsepower demand, and pump
efficiency over the entire operating range of the pump, from shutoff to maximum
capacity. The equipment manufactured shall indicate separately the head, capacity,
horsepower demand, overall efficiency, and minimum submergence required at the
specified design point.
2. Equipment manufactured shall provide complete and detailed information regarding
the installation of the pumps. Any installation requirements or operating conditions
which the supplier or manufacturer’ feel to be critical to the safe and reliable operation
of the pumps should be identified and described in detail.
3. Shop drawings submitted for review also shall include electrical diagrams, schematic
control diagrams, and a detailed description of how the control system is to function.
1.5 OPERATING CONDITIONS
A. Table 33 11 34-1 indicates the operating conditions of the pumps.
TABLE 33 11 34-1
OPERATING CONDITIONS DEEP WELL TURBINE PUMP
DESCRIPTION HITR #2 WELL
Design capacity of pump (gpm)1,400
Design total dynamic head at discharge bowl
assembly (feet)468
Pump Setting Depth (feet)450
Nominal Operating Speed (rpm)1800
Minimum Efficiency at Design Point 81%
Maximum NPSHR at Design Point, ft 15.8
Minimum Motor Horsepower 250
DEEP WELL PUMP AND MOTOR – ADDENDUM 1
07/2024 (OIL LUBRICATED)
178.24.200 PAGE 33 11 34 - 3
DESCRIPTION HITR #2 WELL
Column Size (diameter), inch 10
Minimum Shaft Size (inches)1.69 (SS 416)
Inside Diameter of Well Casing, inch 15.25
Maximum Bowl Diameter, inch 11.6
Approx. Discharge Elevation (ft. above MSL)4,646
Model No.: National K12HC
Model No.: Flow Serve 12EHM
Utility Power (volts, phase, hertz)480,3,60
1.6 MECHANICAL DEFECTS AND REJECTIONS
A. CONTRACTOR furnished pumps that have mechanical defects or do not meet the
requirements for head-capacity, horsepower, efficiency, and vibration requirements will be
rejected, and shall be replaced without additional cost to OWNER for furnishing, removal,
reinstallation, and retesting. Mechanical defects shall include excessive vibration,
improper balancing of any rotating parts, improper tolerances, binding, excessive bearing
or motor heating, defective materials, including materials that do not conform to the
Specifications, improper fitting of parts, and any other defect which will in time damage
the pump or unreasonably impair its efficiency or operation.
1.7 WARRANTY
A. CONTRACTOR furnished equipment covered by these specifications shall be warranted
against defective parts due to faulty material or workmanship for one (1) year after date of
installation. CONTRACTOR shall guarantee to replace any defective parts within the
period of time specified at no additional cost to OWNER. If CONTRACTOR has to pull
pump to replace defective parts, CONTRACTOR shall guarantee to pull and replace pump
at no additional cost to OWNER.
1.8 FACTORY TESTING
A. Equipment shall be factory tested and inspected as specified hereinafter. All costs for the
tests shall be borne by CONTRACTOR. CONTRACTOR shall submit the complete shop
test procedures to ENGINEER for approval at least 30 days prior to the shop test. In the
event any equipment fails to meet the performance values set forth in this specification,
the equipment shall be modified and re-tested or replaced with equipment that performs
in accordance with this specification.
DEEP WELL PUMP AND MOTOR – ADDENDUM 1
07/2024 (OIL LUBRICATED)
178.24.200 PAGE 33 11 34 - 4
1. Impeller, motor rating and electrical connections shall be checked for compliance to
the customer's purchase order.
2. Pump and motor shall be performance tested as specified hereinafter; all pumps shall
be tested with motor cables to be supplied with the pumps. Three copies of certified
test reports, including actual test records, shall be submitted, and approved by
ENGINEER prior to shipment of the equipment.
3. A motor and cable insulation test for moisture content or insulation defects shall be
made.
B. Any deficiencies identified shall be corrected and appropriate testing redone. A certified
test report on the results of the factory testing shall be supplied with each pump at the time
of shipment.
C. Pumps shall be tested at the actual motor drive speed and at the “Design capacity of the
pump” and “Design total dynamic head” conditions specified in Table 33 11 34-1.
D. Factory test of the pumping equipment shall be made in accordance with the 1B of the
Test Code of Hydraulic Institute Standards. Each pump shall be tested for performance
at the factory to determine the head vs. capacity, motor total electrical power draw (KVA),
and motor active electrical power draw (KW) for the full speed at which the pumps are
specified and shown on a performance test curve, certified by a registered professional
engineer, as continuous functions throughout the pump's performance range. Tests of
models, prototypes or similar units will not be acceptable. All tests shall be run in
accordance with the test code for centrifugal pumps of the Standards of Hydraulic Institute,
latest edition. The motor and cable on each pump shall be tested for moisture content or
insulation defects. After the test, the pump cable end shall be fitted with a shrink-fit rubber
boot to protect it from moisture or water.
E. Test curves for each pump shall have the capacity plotted as abscissas, and the operating
head, brake horsepower, and efficiency plotted as ordinates. Test curves shall cover the
full range of operation from shut-off to maximum capacity. The characteristics of the
pumps shall conform with this specification.
F. All pumping equipment which fails to meet the requirements of the Test Code shall be
removed and shall be replaced with pumping equipment which meets the specifications
requirements. Five (5) notarized copies of certified factory performance test curves for
each pump shall be furnished and approved before shipment of the pumps to the site.
G. Pumps shall have design and operational characteristics which provide for maximum
efficiency and minimum hydraulic turbulence in the pump casing at the design capacity of
the pump and design total dynamic head specified in Table 33 11 34-1, "Operating
Conditions Deep Well Turbine Pump". Each pump shall operate without excessive noise,
vibration, heating, cavitation, or damage to the pump. The actual certified pump capacities
shall at a minimum meet the design conditions specified in Table 33 11 34-1.
PART 2 PRODUCTS
2.1 DEEP WELL VERTICAL TURBINE PUMP
A. The pumps shall be the deep well, oil lubricated, vertical turbine type suitable for pumping
drinking water. All material, manufacturing, and performance standards shall be in
compliance with AWWA E 103 [and with NSF 60, NSF 61, NSF 372, and NSF 600, as
DEEP WELL PUMP AND MOTOR – ADDENDUM 1
07/2024 (OIL LUBRICATED)
178.24.200 PAGE 33 11 34 - 5
applicable for potable water applications. The NSF certifications shall be for the entire
pump assembly from the suction bell, pump bowls, column piping assembly and up to,
and including, the discharge head.]
B. Performance Requirements
1. Pump Speed - The pumps shall operate as specified in Table 33 11 34-1.
2. Pump Characteristics - The pump shall be characterized by head capacity curves of
steadily decreasing head with increasing capacity. Maximum head shall be at zero
flow. The pump shall have a minimum efficiency as provided in Table 33 11 34-1
during operation against the system head. Pump head - capacity curves shall indicate
that these losses have been included. Pumps shall have head-capacity curves similar
to that of the specified pump. Pumps having curves that show a flatter or near
horizontal slope over a section in the head – capacity curve will not be accepted.
Curves with head-capacity curves with slopes of the curve flatter than that shown for
the specified pump will not be accepted.
3. The pump and motor shall be capable of producing the flow rate and total dynamic
heads indicated in Table 33 11 34-1.
4. Motor Characteristics - Under no operating conditions shall the required pump brake
horsepower exceed the nameplate rating of the motor being furnished.
5. The pump shall be designed to operate throughout its entire range without excessive
vibration or noise.
C. Vertical Turbine Pump Components
1. Pumps
a. The vertical turbine pump for the wells shall be as manufactured by National
Pumps, Flowserve, American Marsh, or approved equal and shall be a multi
stage oil lube bowl assembly (or approved equal).
b. Unless otherwise stated herein, the pump shall in all respects conform to the
American National Standard ANSI/AWWA E 103 for “Standard for Horizontal and
Vertical Line-Shaft Pumps” and shall comply with all local and state sanitary and
safety regulations.
2. Discharge Head
a. The discharge head shall be fabricated steel, (ASTM A53 Grade B Pipe and ASTM
A 36 Steel Plate), accurately machined and with a surface discharge. Discharge
flange shall be machined and drilled to ANSI standards for 150 lb. rating and shall
be sized to match the specified system. The top of the discharge head shall have
a rabbet fit to accurately locate the vertical hollow shaft driver, and have a diameter
equal to the driver base diameter (BD) and not less than 20.0- inches. Lifting lugs
of sufficient strength to support the weight of the complete unit shall be provided.
The base shall be round or square. Head must be able to accept the monitoring
tube, well vent, and other tubing as shown on the Contract Drawings.
CONTRACTOR shall modify the well base dimensions on the drawings to match
supplied head.
b. Discharge head shall be equipped with a standard (aluminum, four quart lockable)
oil reservoir fitted with solenoid valve (120 VAC) and site drip oiler.
c. The top line shaft (head shaft) shall be of A582 Grade 416 Stainless Steel and
shall not exceed 10 feet in length. Impeller adjustment shall be provided at the top
of the head shaft by means of a bronze adjusting nut of ASTM B584 alloy C83800
which shall be positively locked in position.
DEEP WELL PUMP AND MOTOR – ADDENDUM 1
07/2024 (OIL LUBRICATED)
178.24.200 PAGE 33 11 34 - 6
d. A lifting soleplate shall be supplied and installed, if required by the pump
manufacturer. Bolt holes shall be tapped into the sole plate and capped on the
bottom side to prevent concrete intrusion. A neoprene gasket and cadmium plate
bolts shall be used to seal the discharge head to the sole plate.
e. The pump manufacture shall include the method of adjusting the pump impellers
at the top of the head shalt. This method shall provide a positive locking device.
f. CONTRACTOR shall be responsible for ensuring that the discharge head is
structurally and mechanically adequate for the provided and installed pump
configuration.
3. Column Assembly
a. The line shaft for the well shall be of C-1045 Cardon Steel (118,000 psi min.). They
shall be furnished in interchangeable sections not over 20 feet in length.
b. The butting faces shall be machined square to the axis of the shaft, with maximum
permissible axial misalignment of the thread axis with the shaft axis 0.002-inch in
6-inch. The size of the shaft shall be no less than that determined by ANSI/AWWA
E101 Specifications, Section 5.5 for C1045 line shaft, adjusted for A582 Grade
416 Stainless Steel material, and shall be such that elongation due to hydraulic
thrust will not exceed the axial clearance of the impellers in the pump bowls.
Maximum runout in 10-feet shall not exceed 0.005-inches.
c. The shaft enclosing tube shall be of ASTM A 120, Schedule 80 with the ends
machined square and parallel, threaded internally to receive the line shaft
bearings. Maximum tube thread runout in 5-foot length shall not exceed 0.005".
Bearing spacing shall not exceed 5 feet.
d. The outer column piping shall be of ASTM A53 Grade B standard wall 0.307 wall
thickness s steel pipe in interchangeable sections not over 20 feet in length with
the ends of each section faced parallel and machined with 8 straight threads per
inch permitting the ends to butt and ensuring alignment when connected by
standard mill steel couplings. The weight of the column pipe shall be no less than
that stated in AWWA E 103, Section 5.1, “Standard Specifications for Discharge
Column Pipe”. Top and bottom sections of column pipe shall not exceed 5-feet in
length.
e. CONTRACTOR shall be responsible for ensuring that the column piping is
structurally and mechanically adequate for the provided and installed pump
configuration.
4. Pump Bowl Assembly
a. Pump bowl castings shall be of close-grained cast iron ASTM A48 Class 30 or
ASTM A536 ductile iron Class 60-40-18 where required to meet the hydrostatic
pressure criteria listed below. The water passages shall be free of blowholes, sand
holes, and other detrimental defects, shall be lined with porcelain enamel, and shall
be accurately machined and fitted. The finished bowls shall be capable of
withstanding a hydrostatic pressure equal to twice the head at rated capacity or 1-
1/2 times the shut-off head, whichever is greater.
b. The impellers shall be no-lead bronze ASTM B584 alloy C83800, enclosed type,
and shall be statically balanced, and shall be fastened securely to the impeller
shaft with taper split bushings of steel. Impellers shall be adjustable vertically by
an external means. Impeller skirt and series case throat area shall be thick enough
to allow for machining and wearing at the time of repair. The bowl wear rings and
impeller wear rings shall be hardened 17-4 stainless steel, 410-stainless steel, or
416 stainless steel, or 316 stainless steel, with a Rockwell C-Scale Hardness
number of 44.
DEEP WELL PUMP AND MOTOR – ADDENDUM 1
07/2024 (OIL LUBRICATED)
178.24.200 PAGE 33 11 34 - 7
c. The pump shaft shall be of A582 Grade 416 Stainless Steel turned, ground and
polished. Bearings shall be Morse Marine Bearings consisting of sleeve bearings
with a stainless steel backing or Naval Brass outer shell super-bonded to a fluted
rubber bearing surface (or approved equal) above and below each impeller. The
size of the shaft shall be no less than that determined by AWWA Specifications
E103, Section A4.3, Paragraph 4.3.3.
d. The discharge case shall be fitted with bypass ports to allow release of fluids
escaping through the throttle bearing and oil from the line shaft bearings. The
discharge case shall also be fitted with a bronze ASTM B505 alloy C84400 tube
adaptor bearing of proper size to connect to the shaft enclosing tube. The
discharge case shall be threaded on the inside for column sizes up to 14 inches
and fitted with a cast iron ASTM A48 Class 30 column adaptor of the proper size
to connect to the column selected. Likewise, the suction case shall also be
threaded on the O.D. and fitted with a cast iron or steel suction adaptor.
5. Suction Pipe and Strainer.
a. The suction pipe shall not be required.
b. A stainless steel cone strainer shall be provided having a net inlet area equal to at
least four times the suction pipe area. The maximum opening size shall not be
more than 75% of the minimum opening of the water passage through the bowl or
impeller.
2.2 ANALYSIS
A. Tests may be conducted with shop motor to facilitate the manufacturing process.
B. A minimum speed curve shall be plotted on the performance curve, based on the affinity
laws and the test data.
C. All gauges shall be calibrated within 30 days of the scheduled test and certified calibration
data shall be provided. All flow meters and other test instruments shall be calibrated as
required by ANSI/HI standards.
D. In order to ensure that neither harmful nor damaging vibrations occur to the pump structure
at any speed within the specified operating range, the following analysis shall be required:
1. Pump manufacturer shall perform a structural frequency analysis of the above ground
structural components utilizing a FEA method to ensure that no structural natural
frequencies are excited to a degree that would cause measured vibration amplitudes
at the top of the discharge head to exceed the requirements of ANSI/HI 9.6.4-2009.
When deemed necessary by the experience of the manufacturer, the below ground
structural components shall also be included in the analysis.
2. The FEA method should include the use of ProE/Mechanica or an equivalent software.
All pump assembly components, including the motor, shall be represented as solid
elements, and if idealizations are used in place of solid elements, then a complete
description of method for the idealization shall be included in the report. The analysis
shall also include all modes of interest and pictorially represent each mode shape.
Modes of interest are defined as those structural frequencies that exist below 120% of
the maximum operating speed. When significant modifications are required to lower
the system's natural frequency, the pump structure's stresses and deflections shall
also be reviewed. Analysis reports shall conclude acceptable operation at the
DEEP WELL PUMP AND MOTOR – ADDENDUM 1
07/2024 (OIL LUBRICATED)
178.24.200 PAGE 33 11 34 - 8
analyzed operating speeds. The design critical frequency shall be at least 20% above
or below the operating range of the pump.
E. Manufacturer shall provide documentation of the analysis ensuring that the specified
requirements have been met, and that documentation should be signed and stamped by
the professionally licensed engineer who performed the analysis work.
F. When measured in the direction of maximum amplitude on the pump and motor bearing
housings, shall not exceed limits given in the latest ANSI/HI nomograph for the applicable
pump type.
2.3 MOTOR
A. Pump motors shall be a vertical hollow shaft, premium efficiency, inverter duty, electric
motor, and shall be sized as noted in Table 33 11 34-1. They shall have a non-reverse
ratchet, P-base, squirrel cage induction design. Motor shall have Class B or Class F
insulation with temperature rise as specified by NEMA standards for class of insulation
used and shall have a 1.15 service factor. The pump motor will be operating in an ambient
temperature range of 50 – 110 degrees Fahrenheit.
B. Pump motors shall be provided with a vibration switch. Switch rating 120 VAC, 2 amps
minimum.
C. Pump motors shall have over temperature protection, which shall consist of a minimum of
six RTD’s embedded in the motor windings and two RTD’s at the two bearings. Wiring to
an external junction box shall be provided. RTD’s shall be 100– ohm platinum three wire
elements.
D. Thrust bearing shall be chosen to handle the continuous down-thrust as specified by the
pump manufacturer with an AFMBA L-10 bearing life of 12,320 hours and an L-50 of
61,600 hours. Provisions shall be made for momentary up-thrust equal to 30% of rated
down-thrust.
E. The motor shall be suitable for across-the-line starting, soft start, and shall be capable of
variable frequency drive starting.
F. The motor rating shall be such that at design it will not be loaded beyond nameplate rating
and at no place on the pump curve shall the loading exceed the service factor.
G. The motor temperature shall be rated no higher than the allowable operating temperature
of the motor thrust and radial bearings and in no case shall it exceed the temperature
rating of the insulation class used to wind the motor.
H. The motor primary thrust bearing shall incorporate a grounding ring to prevent damage
from VFD harmonics and/or stray electrical currents. Grounding rings shall be stainless
split-type. Ground rings shall be connected to the electrical ground system for the facility.
Ground ring manufacturer shall be Aegis SGR (for up to 500 HP motors) and Aegis
PRO (for motors over 500 HP) or approved equal. For motors over 100 HP insulated
upper bearings shall be provided. The insulating bearing material shall be alumina oxide
or ceramic. Insulated bearing manufacturer shall be SKF, NTN Corporation, GMN
Bearing USA, or approved equal.
DEEP WELL PUMP AND MOTOR – ADDENDUM 1
07/2024 (OIL LUBRICATED)
178.24.200 PAGE 33 11 34 - 9
I. The junction box shall be oversized to accommodate the wiring connection.
2.4 APPURTENANCES
A. Well Monitoring Tube
1. CONTRACTOR shall furnish and install two (1 ¼-inch) diameter well monitoring tubes
in each well consisting of Schedule 80 PVC pipe. The tubes shall be furnished in
sections not over 20 feet in length and shall be joined with flush threaded couplings.
The PVC tube shall be joined and banded to the pump column with stainless steel
bands at maximum of 10 feet. A minimum of two 1/4-inch diameter vent holes for
every 10 feet of length shall be provided throughout the entire length of the monitoring
tube. The depth of the monitoring tube shall be as indicated in the Contract Drawings.
The bottom end shall be capped.
B. Well Vent
1. The well vent shall consist of brass 1-inch diameter pipe through the concrete well
head extended up to 18 inches above the bottom plate of the pump discharge head
with a 180 degree bend made of two steel ells. The outlet end of the vent pipe shall
be covered with No. 14 stainless steel wire mesh securely fastened by a stainless steel
band. The lower end of the vent pipe shall be threaded into the well surface plate and
provide a water tight seal.
PART 3 EXECUTION
3.1 INSTALLATION
A. The supplier of the well pump, motor and appurtenances shall have been in business for
not less than 10 years. The primary function of the supplier shall be water well pumps and
motors. This supplier shall have sole responsibility for all materials contained within this
specification section
B. Install pump and motor at the location shown in the Contract Drawings and according with
manufacturer's recommendations.
C. Shop and field painting shall be in accordance with and as specified in Section 09900.
D. All pumps, complete with drive system, in place at the jobsite, shall not exceed acceptable
field vibration limits given in the latest revisions of the Hydraulic Institute Standards. All
pumps shall be free of static unbalance; shall be free of dynamic unbalance up to the
maximum speed of the pump and drive system; shall be free of torsional vibration from 10
percent below the minimum speed to 10 percent above the maximum speed of the pump
and drive system; and shall be free of apparent unbalance caused by defective bearings,
by close fittings parts which may rub on the rotating parts intermittently, or by loose discs
or rotor parts, or unbalanced loads.
E. The motor/discharge head assembly shall be shimmed with respect to the well casing
flange to bring the motor/discharge assembly into optimum alignment with any variations
that the pump column and line shaft may exhibit from being truly plumb. Such shims must
be structurally sound and securely attached. The water tight seal between the discharge
head and the well casing flange must be maintained.
DEEP WELL PUMP AND MOTOR – ADDENDUM 1
07/2024 (OIL LUBRICATED)
178.24.200 PAGE 33 11 34 - 10
3.2 FIELD TESTS
A. After installation, the pump shall be given an operating test to demonstrate freedom from
mechanical defects, excessive noise, and vibration. The test shall include operating the
pump continuously while throttling the discharge as needed. The operating test shall be
performed for a minimum of one hour, or as directed by ENGINEER. Pumps with variable
speed drives shall be tested at maximum speed, and at the average and minimum speeds
listed under the specification for the pumps. A copy of actual test data shall be furnished
to ENGINEER.
B. Tests for acceptable vibration shall be made, at no additional cost to OWNER, in the field
on each pump system, which in the opinion of ENGINEER, seem to have excessive
vibration. All field tests shall be running tests with the pump pumping the product for which
it is intended and each pump system shall be tested separately with no other pumps
running. All testing shall be done in the presence of ENGINEER. Amplitude as used in
this Specification, shall mean total peak-to-peak displacement. The required test for
acceptable vibration will be the measurement of this peak-to-peak displacement and will
be performed with an IRD Vibration Meter, Model 306; Bently-Nevada TK-8, or
approved equal.
3.3 DISINFECTING
A. Source of Water
1. The Contractor shall assume all responsibility to obtain the necessary water supplies
for disinfection of the pumping system.
B. Testing Procedure
1. Leakage and pressure testing must be completed prior to disinfection procedures.
2. All water piping installed under this Contract shall be disinfected using an approved
disinfection method in accordance with the "American Water Works Association
Standard for Disinfecting Water Mains" (AWWA C 651)
3. Pump and related piping installed under this Contract shall be disinfected using an
approved disinfection method in accordance with the "American Water Works
Association Standard for Disinfecting Water Mains" (AWWA C 651) and “American
Water Works Association Standard for Disinfecting Wells” (AWWA C 654).
4. Heavily chlorinated water shall not be discharged onto the ground. Upon completion
of disinfection, Sodium Bisulfate (NaHSO3) shall be applied to the heavily chlorinated
water to neutralize thoroughly the chlorine residual remaining. Water shall be
neutralized to less than 1 ppm.
5. After approval of disinfection, CONTRACTOR shall flush the new system until the
chlorine residual is a maximum of 0.3 ppm.
6. At the end of 24 hours, a bacteriological test will be performed by OWNER to ensure
adequate disinfection. If the initial disinfection fails to provide satisfactory
bacteriological results, or shows the presence of coliform, then the line shall be re-
chlorinated, flushed, and retested until satisfactory results are obtained at the expense
to the Contractor.
- END OF SECTION -
07/2024 MISCELLANEOUS PROPERTIES MEASUREMENT DEVICES – ADDENDUM 1
178.24.200 PAGE 40 91 23 - 1
SECTION 40 91 23
MISCELLANEOUS PROPERTIES MEASUREMENT DEVICES – ADDENDUM 1
PART 1 GENERAL
1.1 DESCRIPTION
A. This section covers the Work necessary to install a ready to use and tested process and
analysis system. CONTRACTOR shall provide all components required for a complete
and functional system.
1.2 RELATED WORK
A. Related Work in other sections includes, but is not limited to:
1. Section 01 33 00 Submittal Procedures
1.3 REFERENCES
A. Work covered by this Specification shall meet or exceed the provisions of the latest
editions of the following Codes and Standards in effect at the time of award of the Contract.
The publication is referred to in the text by basic designation only.
B. AMERICAN WATER WORKS ASSOCIATION (AWWA)
1. AWWA C 207 Steel Pipe Flanges for Waterworks Service—Sizes 4 In. Through
144 In. (100 mm Through 3,600 mm)
2. AWWA C 751 Magnetic Inductive Flowmeters
C. NSF INTERNATIONAL (NSF)
1. NSF/ANSI 61 Drinking Water System Components - Health Effects
1.4 SUBMITTALS
A. Provide submittals in accordance with Section 01 33 00 – Submittal Procedures.
B. Submit catalog cuts on all process equipment including: switches, meters, sensors, or
other items shown on Contract Drawings referencing each item by mark number.
Information shall indicate manufacturer specification compliance and dimensional data.
C. CONTRACTOR shall supply operation and maintenance manuals for all process
equipment.
1.5 WARRANTY
A. Manufacturer shall provide to OWNER written guarantee against defects in material or
workmanship for a period of one (1) year.
07/2024 MISCELLANEOUS PROPERTIES MEASUREMENT DEVICES – ADDENDUM 1
178.24.200 PAGE 40 91 23 - 2
1.6 DELIVERY AND STORAGE
A. All equipment delivered and placed in storage shall be stored with protection from the
weather, humidity and temperature variation, dirt and dust, or other contaminants. Each
system shall be factory calibrated and certified prior to delivery.
1.7 MEASUREMENT AND PAYMENT
A. There shall be no separate measurement and payment for any systems. Full
compensation for the system shall be considered as included in the contract unit or lump
sum bid prices for the various items of the contract to which it relates.
1.8 QUALITY ASSURANCE
A. Equipment to be furnished under this section shall be the product of manufacturers
regularly engaged in the design and manufacturing of this type of equipment. The
manufacturer shall assume responsibility for, and guarantee performance of equipment
furnished. However, this shall not be construed as relieving CONTRACTOR from
responsibility for the proper installation and functionality of the work.
PART 2 PRODUCTS
2.1 GENERAL
A. Each process measurement system shall typically consist of a sensor and
analyzer/transmitter. Where shown on the Contract Drawings, the analyzer/transmitter
may be utilized for multiple sensors. When an analyzer/transmitter is used for multiple
sensors, it shall be capable of displaying simultaneously each process measurement.
B. Each analyzer/transmitter shall be equipped with a means to transmit process
measurement data to the plant SCADA system.
1. For hardwired signals, unless indicated otherwise on Contract Drawings, provide the
following:
a. 4-20 mA output signals for each process measurement (for up to 500 Ohm
loads).
b. Two programmable SPDT relay outputs, rated at 5A up to 230 VAC, for each
process measurement.
2. Where shown on the Contract Drawings, provide the following digital communications
to the plant SCADA system:
a. HART Protocol
b. PROFIBUS
c. MODBUS
C. Each analyzer/transmitter shall be powered by 115VAC (+/- 10%) at 60 Hz unless shown
on Contract Drawings as being powered by 24 VDC (+/- 15%). Each analyzer/transmitter
shall retain its programmable settings in non-volatile memory. Battery powered
instruments, analyzer, or transmitters will not be accepted.
D. Each sensor and corresponding analyzer/transmitter shall be supplied as a complete and
operable system. This includes all cabling, mounting hardware and fasteners. When
07/2024 MISCELLANEOUS PROPERTIES MEASUREMENT DEVICES – ADDENDUM 1
178.24.200 PAGE 40 91 23 - 3
installed outdoors, the analyzer/transmitter shall be protected from the sun such that direct
sunlight will not shine on the display.
E. All analyzers/transmitters shall be waterproof and made from corrosion resistant
materials.
F. All sensors to be immersed in liquids shall be rated for permanent submersion and shall
be corrosion resistant.
2.2 MAGNETIC FLOW METERS
A. Magnetic flow meters shall be the low the low frequency induction type which produces a
DC pulsed signal directly proportional to and linear with the flow rate. Liners shall be
polyurethane. Flow meters shall be rated at 250 psi. Standard output shall be an analog
4-20 mA signal with a local indication from a liquid crystal display (LCD) reading in gallons
per minute flow. The meter shall also have a totalizer (with pulsed output), and non-full
pipe detection. Meters shall have a minimum of six self-cleaning electrodes.
CONTRACTOR shall field verify length of cable for connection.
B. Flanged connections shall be constructed of Type 304 or Type 316 stainless steel with
pressure ratings to match the connecting pipe.
C. Liner shall be polyurethane or PTFE and electrodes stainless steel suitable for potable
water service. Liners and electrodes for service other than potable water shall be
constructed of materials conforming to the manufacturer’s recommendation for the
intended service.
D. Meter housing shall be rated for NEMA 6 for submersible operation.
E. Meters shall include grounding rings.
F. The transmitter shall have six digit LCD displays for flow rate, percent of span, and
totalization; be capable of measuring flow in both directions; automatic range change;
capability to convert DC pulse signal from the tube to a standardized 4 to 20 mA DC signal
into a minimum of 700 ohms; self-diagnostics and automatic data checking, and a
scaleable frequency output, 0 to 100 Hz.
G. The flow measuring system shall conform to the following:
1. Time constant: 0.5 to 1000 seconds; galvanic or optic isolation
2. Accuracy: 0.50 percent of flow rate from 10 to 100 percent full scale velocities over 3
feet per second.
3. Repeatability: 0.25 percent of full scale
4. Power consumption: 30 watts or less
5. Power requirements: 120 VAC, plus or minus 10 percent, unless indicated otherwise
on the Contract Drawings.
H. Magnetic flow meters shall be Proline Promag W400 by Endress+Hauser zero
diameter, or approved equal.
07/2024 MISCELLANEOUS PROPERTIES MEASUREMENT DEVICES – ADDENDUM 1
178.24.200 PAGE 40 91 23 - 4
2.3 PRESSURE SWITCH
A. A high pressure cutoff switch shall be installed as shown on Contract Drawings, and shall
be as specified in the Electrical Drawings. The switch setting shall be adjustable as
specified on the drawings. The switch shall be rated for the pressure of the system where
it is installed with a safety factor of 1.5.
2.4 PRESSURE TRANSMITTER
A. The pressure transmitter shall be an electronic pressure transducer tailored to the
installation as shown on the drawings and suitable for the planned application. The
system shall include a pressure transducer with integral diaphragm seal. The pressure
transmitter shall operate on 24 VDC, and shall provide a 4-20 mA DC signal to the RTU
panel. The loop signal shall measure the water pressure and have a 4-20 mA signal
output. The pressure transmitter shall have a LCD display showing the pressure in “psi”.
The pressure transmitter shall be coded “DW” for NSF drinking water certification.
Pressure transmitters shall be Rosemount Series 3051, or approved equal.
2.5 TURBIDITY ANALYZER
1. The turbidity analyzer shall be a low-range model with an accuracy of +/- 2% plus 0.01 of
reading from 0-40 NTU.
2. The turbidity analyzer shall include appurtenances needed for a complete and operable
system, voltage shall be 120 VAC, output 4-20 mA isolated current output with maximum
load of 550 ohms.
3. Turbidity analyzer shall have a self-cleaning mechanism.
4. Turbidity analyzer shall be HACH product number TU5300sc with SC4500 controller.
2.6 CONDUCTIVITY SENSOR
1. Conductivity sensor shall be a probe which is inserted into the well pipe with a threaded
connection.
2. Measuring range: 0 – 100 µS/cm and a sensitivity of ±0.5% of the reading.
3. Conductivity sensor shall be HACH product number 3422C3A.
4. The analyzer signal cable shall be connected to the Turbidity analyzer controller
mounted on the wall.
PART 3 EXECUTION
3.1 INSTALLATION
A. All equipment shall be mounted and installed as per manufacturer recommendations.
Coordinate final location with ENGINEER.
3.2 FLOW METER FIELD QUALITY CONTROL
A. Each instrument shall be tested before commissioning and ENGINEER shall witness the
interface capability in the PLC control system and associated registers.
1. Each instrument shall provide direct programming capability through the PLC
2. Each instrument shall provide direct control of totalizer reset functions through the PLC
07/2024 MISCELLANEOUS PROPERTIES MEASUREMENT DEVICES – ADDENDUM 1
178.24.200 PAGE 40 91 23 - 5
3. Each instrument shall be supported with a device profile permitting direct integration
in the PLC
B. ENGINEER shall witness all instrument verifications in the field.
C. Manufacturers Field Services shall be provided for start-up and commissioning by a
Factory field service representative or a manufacturer’s authorized service provider
(ASP).
1. Manufacturer representative shall verify installation of all installed flow tubes and
transmitters.
2. Manufacturer representative shall notify ENGINEER in writing of any problems or
discrepancies and proposed solutions.
3. Manufacturer representative shall perform field verification at the time of installation
for long-term analysis of device linearity, repeatability and electronics health. A
comparative report shall be generated for each meter tested.
4. Manufacturer representative shall generate a configuration report for each meter.
3.3 TESTING
A. After installation of the equipment is complete, operating tests shall be carried out to
assure that the equipment operates properly. All piping shall be tested hydrostatically and
for leaks. If any deficiencies are revealed during any tests, such deficiencies shall be
corrected and the tests shall be reconducted.
- END OF SECTION -
THIS PAGE INTENTIONALLY LEFT BLANK
07/2024 GAS CHLORINATION EQUIPMENT – ADDENDUM 1
178.24.200 PAGE 46 31 11 - 1
SECTION 46 31 11
GAS CHLORINATION EQUIPMENT – ADDENDUM 1
PART 1 GENERAL
1.1 DESCRIPTION
A. This Section covers the work necessary to install a ready to use and tested variable flow
rate chlorination system. CONTRACTOR shall supply and install all equipment defined
herein, and shall provide all other components required for a complete and functional
system.
1. All equipment for the chlorination system shall be Wallace and Tiernan, or approved
equal.
1.2 RELATED WORK
A. Related Work in other Sections includes, but is not limited to:
1. Section 01 33 00 Submittal Procedures
2. Section 33 12 00 Mechanical Appurtenances
1.3 REFERENCES AND STANDARDS
A. Work covered by this Specification shall meet or exceed the provisions of the latest
editions of the following Codes and Standards in effect at the time of award of the
Contract:
B. AMERICAN SOCIETY OF MECHANICAL ENGINEERS (ASME)
1. B16.3 Malleable Iron Threaded Fittings, Classes 150 and 300
C. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM)
1. A 53 Pipe, Steel, Black and Hot-Dipped, Zinc-Coated Welded and Seamless
2. B 88 Seamless Copper Water Tube
3. D 1784 Rigid Polyvinyl Chloride (PVC) Compounds and Chlorinated Polyvinyl
Chloride (CPVC) Compounds
4. D 1785 Polyvinyl Chloride (PVC) Plastic Pipe, Schedules 40, 80, and 120
5. D 1998 Standard Specifications for Upright Storage Tanks
6. D 2466 Polyvinyl Chloride (PVC) Plastic Pipe and Fittings, Schedule 40
7. D 2564 Solvent Cements for Polyvinyl Chloride (PVC) Plastic Pipe and Fittings
8. F 411 Chlorinated Polyvinyl Chloride (CPVC) Plastic Pipe, Schedules 40 and 80
D. AMERICAN WATER WORKS ASSOCIATION (AWWA)
1. C 800 Standard for Underground Service Line Valves and Fittings
2. C 900 Standard for Polyvinyl Chloride (PVC) pressure Pipe and Fabricated
Fittings, 4 In. (100mm) Through 12 In. (300 mm), for Waster Distribution.
3. C 901 Standard for Polyethylene (PE) Pressure Pipe and Tubing, ½ In. (13
mm)Through 3 In. (76 mm), for Water Service.
07/2024 GAS CHLORINATION EQUIPMENT – ADDENDUM 1
178.24.200 PAGE 46 31 11 - 2
E. CHLORINE INSTITUTE (CI)
1. CI-01 The Chlorine Manual
2. CI Pamphlet 6 - Piping Systems for Dry Chlorine
F. INTERNATIONAL ASSOCIATION OF PLUMBING AND MECHANICAL OFFICIALS
(IAPMO)
G. INTERNATIONAL MECHANICAL CODE (IMC)
H. INTERNATIONAL PLUMBING CODE (IPC)
1.4 SUBMITTALS
A. Provide Submittals in accordance with Section 01 33 00 – Submittal Procedures.
B. Submit cut sheets for all equipment, piping, fittings, etc.
C. Shop drawing showing proposed layout with dimensions of the proposed chlorination
system piping and equipment.
D. Submit sizing calculations for ejector and injection quill.
E. Submit shop drawing for cylinder storage rack construction.
F. Submit operation and maintenance manuals for all chlorination equipment.
1.5 WARRANTY
A. Manufacturer shall provide to OWNER written guarantee against defects in material or
workmanship for a period of one (1) year for all equipment utilized.
1.6 DELIVERY AND STORAGE
A. All equipment delivered and placed in storage shall be stored with protection from the
weather, humidity and temperature variation, dirt and dust, or other contaminants.
PART 2 PRODUCTS
2.1 GAS CHLORINATOR SYSTEM
A. CONTRACTOR shall install a vacuum operated solution feed and automatic flow
proportioning, chlorination system. All required equipment shall be furnished and
installed by CONTRACTOR. The system will utilize 150 lb. cylinders. Equipment shall
be Evoqua / Wallace & Tiernan S10K Sonic Chlorinator or approved equal.
B. Automatic switchover chlorinators shall be vacuum operated solution feed and shall
automatically switch the chlorine supply from an empty cylinder to a full cylinder. The
system shall have automatic reset and shall not permit return to the initial source until
the second source is empty.
07/2024 GAS CHLORINATION EQUIPMENT – ADDENDUM 1
178.24.200 PAGE 46 31 11 - 3
C. The chlorinator shall have a maximum capacity of 30 pounds of chlorine feed per day
and shall have a gas flow meter capable of a minimum of 30 pounds of chlorine feed per
day.
D. The system shall consist of the following: Two (2) vacuum regulators with automatic
switchover module and, one (1) 5-inch gas flow rotameter with a rate valve (maximum
50 ppd), one (1) gas flow proportioning valve with controller, one (1) ejector/diffuser
assemblies, one (1) dual chlorine scale, and one (1) loss of vacuum switch. Other
equipment required include:
1. One (1) chlorine booster pump with all appurtenant valves, piping, tubing and vents.
2. Standard equipment furnished with the chlorinator including spare parts, lead
gaskets, clamps, multi-purpose wrench and adapters.
E. The equipment and piping layout indicated on the Contract Drawings shall be taken in a
sense as diagrammatic. The alignment of piping and the arrangement of equipment
may be varied with approval from ENGINEER from that indicated on the Contract
Drawings to suit the equipment furnished, without additional cost to OWNER.
CONTRACTOR shall submit to the OWNER complete detailed drawings of the proposed
installation, following the manufacturer's recommendations, in adequate time for proper
sleeving and conduit work involved with the building structure.
F. CONTRACTOR shall furnish chlorine needed for testing and adjustment of the
equipment.
2.2 VACUUM SWITCH
A. Remote mounted loss of vacuum switch shall be W&T model W3T99114.
2.3 EJECTOR ASSEMBLY
A. The back-pressure from the discharge line is 7 psi. Ejectors shall be 30 ppd type rated
for 50 psi working pressure. The ejector shall be manufactured from high impact plastic.
The ejector shall be Wallace & Tiernan 3/4-inch fixed throat anti-siphon injector
model 99D, or approved equal.
2.4 CYLINDER SCALES
A. Scales shall be capable of holding 150 lbs cylinders. Platforms shall be corrosion
resistant and have a low profile. Each platform shall include an electronic stainless steel
load cell with an output of a 4-20 mA signal. Provide with wall mounted chaining
bracket. Scales shall be Force Flow Model GR150-2 or approved equal.
B. Electronic Scale Indicator shall be capable of monitoring two scales. The Indicator shall
be Solo G2 or approved equal. The indicator shall include 2 relays.
2.5 INJECTION QUILL
A. Injection quill shall be a retractable, spring-loaded ball check valve type. Process
connection size shall be 3/4-inch with 1/2-inch inlet connection and 3/8-inch solution
tube. Valve material shall be stainless steel and solution tube shall be Stainless Steel
07/2024 GAS CHLORINATION EQUIPMENT – ADDENDUM 1
178.24.200 PAGE 46 31 11 - 4
316. Insertion length shall be 4-inches with standard tip. Check valve seals shall be
Viton.
B. Injection quill shall EB-145 w/ SAF-T-SEAL by Saf-T-Flo, or approved equal.
2.6 CHLORINE BOOSTER PUMP
A. CONTRACTOR shall furnish and install the chlorine booster pump as shown on the
Contract Drawings. Pump shall be equipped with a minimum 3/4 HP, 208-230/460 V,
three phase, 60 hertz, 3600 rpm, TEFC motor with a 1.15 service factor. The pump
shall be rated to 100 psi and have a design flow of 2 gpm at a TDH of 100 feet. Pump
base, head, flanges, and all parts shall be stainless steel fitted construction, furnished
with case wearing ring and mechanical seal, and shall be NSF 61 certified. The pump
shall be as manufactured by Model CR 1s-4 by Grundfos, or approved equal.
2.7 WATER SUPPLY LINE
A. CONTRACTOR shall furnish and install the water supply line as shown on the Contract
Drawings including all valves, CPVC pipe, stainless steel pipe, HDPE pipe, tubing, ball
corp stops, couplings, and any other accessories necessary to have a complete and
ready to use system. CPVC pipe shall be Schedule 80 or 120 as noted.
2.8 PVC BALL VALVES
A. PVC ball valves for the chlorination solution piping shall be Spears Industrial Grade
Sealed Unit with PTFE ball seats, EPDM O-rings, and high impact handle. Valves shall
be full port rated for water to 235 psi.
2.9 PIPING, PRESSURE HOSE, AND TUBING
A. Piping, pressure hose, and tubing shall be suitable to handle the pressure and chlorine
solution carried as recommended by the manufacturer.
B. Piping and fittings shall be CPVC and stainless steel as noted on the Contract Drawings.
CPVC pipe shall be Schedule 80. Stainless steel pipe shall be 316 standard wall with
stainless steel fittings as noted on the Contract Drawings. The pressure hose shall be
NSF 61 certified, reinforced with 316 stainless steel ends, and be rated for a minimum of
500 psi.
2.10 CHLORINE CYLINDER RACKS AND SAFETY CABINETS
A. Chlorine Cylinder Racks shall be powder coated. Units shall meet or exceed the
requirements for UFC, NFPA, CGA, and OSHA, as well as Seismic Zone 4
requirements. Chlorine cylinder racks shall be Justrite Model 35288 (2 cylinder
storage) or approved equal.
2.11 SAFETY EQUIPMENT
A. No Safety Equipment required.
07/2024 GAS CHLORINATION EQUIPMENT – ADDENDUM 1
178.24.200 PAGE 46 31 11 - 5
2.12 HAZARDOUS MATERIAL IDENTIFICATION SIGNS
A. CONTRACTOR shall furnish hazardous material identification signs on the exterior of all
doors leading into the Chlorine Room:
1. NFPA 704 Diamond Placard:
a. Health Hazard (Blue): 4
b. Fire Hazard (Red): 0
c. Reactive Hazard (Yellow): 0
d. Specific Hazard (White): OX
2. For outdoor applications, signs shall be
a. Sign Dimension: 10” x 14”
b. Manufacturer: Northern Safety and Industrial, or approved equal.
c. Material: 0.118” thick outer aluminum with a solid thermoplastic Dura-AlumaLite
as manufactured by Northern Safety and Industrial, or approved equal.
d. Model:
1) “Danger Chlorine” model #231- 29843
B. CONTRACTOR shall furnish hazardous material identification signs inside the Chlorine
Room:
1. For indoor applications, signs shall be:
a. Sign Dimension: 10” x 14”
b. Manufacturer: Northern Safety and Industrial, or approved equal.
c. Material: 0.060” thick polycarbonate material with overlaminate Dura-Plastic as
manufactured by Northern Safety and Industrial, or approved equal.
d. Model:
1) “Keep All Cylinders Chained” model #231-30333
2) “Notice – Empty Cylinders” model #231-29870
3) “Notice – Full Cylinders” model #231-29871
2.13 VENTS
A. Tubing vents shall extend to the outside of structures and be turned down and be
equipped with a #14 mesh non-corrodible screen.
B. Intake vents shall be motor operated and have #14 mesh screens.
2.14 MULTI-POINT TOXIC GAS DETECTION SYSTEM
A. A multi-point gas detector shall be supplied for monitoring the concentration of Chlorine
in the Pump Room and Chlorine Room. The system shall consist of a NEMA 4X alarm
module and two remote mounted gas sensor/transmitter for chlorine gas. Each
sensor/transmitter shall provide the gas measurement function for the system. The
sensor/transmitters shall consist of a stable electrochemical gas sensor that shall
generate a signal linearly proportional to gas concentration. The entire assembly shall
be coated to minimize RFI interference. Each sensor/transmitter shall be supplied with
an electrochemical gas generator closely coupled to the sensor which shall
automatically generate a small concentration of gas every 24 hours to verify sensor
operation. During the verification test, alarm relays shall be inhibited. A battery backup
07/2024 GAS CHLORINATION EQUIPMENT – ADDENDUM 1
178.24.200 PAGE 46 31 11 - 6
module shall be supplied to provide standby power to the gas detector. The battery
backup module shall be housed in a NEMA 4X enclosure and shall be suitable for
operating the detector for at least 4 hours.
B. Two programmable alarm set points shall be provided for warning personnel of differing
levels of leakage. Gas leak alarms shall be indicated by flashing LED indicators on the
alarm receiver and activation of the SCADA system. The concentration of the gas shall
be displayed directly in PPM units. Three alarm relays shall be provided for external
alarming functions. Each alarm relay shall be independently assignable to either the low
or the high alarm set point, and shall be provided on each receiver to indicate the loss of
signal from the sensor/transmitter, or to alarm the loss of sensitivity of the gas sensor.
Each receiver shall provide an isolated 4-20 mA output signal proportional to gas
concentration, and shall also contain remote reset input terminals to allow alarm
acknowledge from a remote location.
C. The gas detection system shall be Wallace & Tiernan Acutec 35 Gas Detection
System, ATI Series A14, or approved equal.
1. System shall include a flashing beacon light with outside wall mounted bracket, to
warn operator from entering room. Light shall be Edwards Signaling & Security
System Series 50 or approved equal.
PART 3 EXECUTION
3.1 INSTALLATION
A. All equipment shall be installed as per manufacturers’ directions. Weight of valves,
hoses and equipment must not be carried by the fittings themselves. Proper support for
all equipment shall be provided.
B. Chlorination injection points shall have anti-siphon valves and diffuser piping as required
mounted horizontally.
C. Vents shall extend to the outside of structure and be turned down and be equipped with
a non-corrodible screen.
D. The chlorine detector sensor shall be mounted not higher than 2 feet 6 inches above the
lowest floor elevation and at least 4 feet away from the exhaust fans.
E. The chlorine equipment appurtenances shall be installed in accordance with CI-01 and
CI Pamphlet 6 so as to provide a complete and integrated system in accordance with the
instruction of the manufacturer.
F. The Chlorine ejector shall be placed on the piping so as to protect it from damage and
installed per manufacturer’s instruction.
3.2 START-UP AND TESTING
A. CONTRACTOR and Equipment Supplier (ES) shall verify that structures, equipment,
pumps and motors are compatible for an efficient system.
B. CONTRACTOR and ES shall make equipment adjustments required to place system in
proper operating condition.
07/2024 GAS CHLORINATION EQUIPMENT – ADDENDUM 1
178.24.200 PAGE 46 31 11 - 7
C. CONTRACTOR and ES shall test the chlorination feed systems for proper operation in
the presence of OWNER and ENGINEER. The ES shall furnish all testing equipment
and devices required.
D. If chlorination feed systems fail to meet any of the specified performance requirements,
CONTRACTOR and/or ES shall modify and/or replace defective equipment until it meets
specified requirements.
E. All piping shall be tested hydrostatically for leaks. If any deficiencies are revealed during
any tests, such deficiencies shall be corrected and the tests shall be reconducted.
- END OF SECTION -
THIS PAGE INTENTIONALLY LEFT BLANK
NIG SREENE
JACOB K.
NIELSEN
No. 11762590-2202
S
T
A
TE O F U T A H
PROF E S S I O N AL ENGI
N
E
E
R
NIG SREENE
JACOB K.
NIELSEN
No. 11762590-2202
S
T
A
TE O F U T A H
PROF E S S I O N AL ENGI
N
E
E
R
NIG SREENE
JACOB K.
NIELSEN
No. 11762590-2202
S
T
A
TE O F U T A H
PROF E S S I O N AL ENGI
N
E
E
R
NIG SREENE
JACOB K.
NIELSEN
No. 11762590-2202
S
T
A
TE O F U T A H
PROF E S S I O N AL ENGI
N
E
E
R
NIG SREENE
JACOB K.
NIELSEN
No. 11762590-2202
S
T
A
TE O F U T A H
PROF E S S I O N AL ENGI
N
E
E
R
NIG SREENE
JACOB K.
NIELSEN
No. 11762590-2202
S
T
A
TE O F U T A H
PROF E S S I O N AL ENGI
N
E
E
R
NIG SREENE
JACOB K.
NIELSEN
No. 11762590-2202
S
T
A
TE O F U T A H
PROF ES S I O N AL ENGI
N
E
E
R
NIG SREENE
JACOB K.
NIELSEN
No. 11762590-2202
S
T
A
TE O F U T A H
PROF E S S I O NAL ENGI
N
E
E
R
NIG SREENE
JACOB K.
NIELSEN
No. 11762590-2202
S
T
A
TE O F U T A H
PROF E S S I O N AL ENGI
N
E
E
R
TABLE OF CONTENTS
EXECUTIVE SUMMARY............................................Page 1
SCOPE.......................................................Page 2
SITE CONDITIONS...............................................Page 2
FIELD STUDY...................................................Page 3
SUBSURFACE CONDITIONS.........................................Page 3
SUBSURFACE WATER............................................Page 4
PROPOSED CONSTRUCTION........................................Page 5
GEOLOGY.....................................................Page 5
A.Regional Geology......................................Page 5
B.Site Geology..........................................Page 6
C.Tectonic Setting.......................................Page 6
D.Other Geologic Hazards..................................Page 6
RECOMMENDATIONS.............................................Page 7
A.Site Grading..........................................Page 7
B.Foundations.........................................Page 10
C.Concrete Slab-on-Grade.................................Page 11
D.Lateral Earth Pressures..................................Page 12
E.Seismicity, Faulting and Liquefaction........................Page 13
F.Water Soluble Sulfates..................................Page 14
G.Preconstruction Meeting.................................Page 14
LIMITATIONS..................................................Page 15
REFERENCES..................................................Page 16
FIGURES
EXPLORATORY BORING LOCATIONS FIGURE 1
EXPLORATORY BORING LOG, LEGEND AND NOTES FIGURE 2
GRADATION TEST RESULTS FIGURE 3
SUMMARY OF LABORATORY TEST RESULTS TABLE I
Page 1
EXECUTIVE SUMMARY
1.The subsurface soils encountered in the borings consist of approximately
11 feet of fill in Boring B-1 and approximately 2 feet of fill overlying 1½ feet
of topsoil in Boring B-2. Silty sand with gravel was encountered below the fill
in Boring B-1 to a depth of approximately 15 feet. Gravel with likely cobbles
and boulders was encountered below the sand in Boring B-1 and below the
topsoil in Boring B-2. The material encountered at depth in the borings is
potentially bedrock. The maximum depth investigated was approximately
19 and 9 feet in Borings B-1 and B-2, respectively, at which depths the
sampler bounced and did not recover samples.
2.No subsurface water was encountered in the borings at the time of drilling to
the depth investigated.
3.The proposed building may be supported on spread footings bearing on the
undisturbed natural sand, gravel, bedrock or compacted structural fill
extending down to the undisturbed natural sand, gravel or bedrock. Spread
footings may be designed using an allowable net bearing pressure
3,500 pounds per square foot.
4.Approximately 11 feet of fill was encountered in Boring B-1 and approximately
2 feet of fill overlying 1½ feet of topsoil in Boring B-2. Unsuitable fill, topsoil,
organics and other deleterious materials should be removed from below the
area of proposed building, exterior slabs and other improvements sensitive to
differential settlement.
5.Geotechnical information related to foundations, subgrade preparation and
materials is included in the report.
APPLIED GEOTECHNICAL ENGINEERING CONSULTANTS, INC.1220378
Page 2
SCOPE
This report presents the results of a geotechnical investigation for the proposed well house
for the HITR backup well at approximately Latitude 40.6779 degrees north and
Longitude 112.2431 degrees west, east of Lake Point in Tooele County, Utah. The report
presents the subsurface conditions encountered, laboratory test results and
recommendations for foundations. The study was conducted in general accordance with our
proposal dated May 6, 2022.
We previously conducted a geotechnical study for the existing water tank and pump station
at the site and presented our findings and recommendations in a report dated
December 4, 1998 under Project No. 983725.
Field exploration was conducted to obtain information on the subsurface conditions and to
obtain samples for laboratory testing. Samples obtained during the field investigation were
tested in the laboratory to determine physical and engineering characteristics of the on-site
soil and to define conditions at the site for our engineering analysis. Results of the field
exploration and laboratory tests were analyzed to develop recommendations for the proposed
foundations.
This report has been prepared to summarize the data obtained during the study and to
present our conclusions and recommendations based on the proposed construction and the
subsurface conditions encountered. Design parameters and a discussion of geotechnical
engineering considerations related to construction are included in the report.
SITE CONDITIONS
The site is situated on a relatively flat bench, north of an existing well house (see Figure 1).
There is a well that has been constructed at the site.
APPLIED GEOTECHNICAL ENGINEERING CONSULTANTS, INC.1220378
Page 3
The site has a gentle slope down to the north. The site appears to have been graded by
placing fill in the western portion of the area and there is a fill slope along the west side.
Approximately 11 feet of fill was encountered in Boring B-1, consistent with the appearance
of the fill slope. The surrounding area is a hillside that slopes gently to moderately down to
the west.
Vegetation includes grass, weeds and brush.
There is a well house and buried water tank to the south. The site is generally surrounded
by undeveloped hillside areas.
FIELD STUDY
The field study was conducted on June 13, 2022. Two borings were drilled at the
approximate locations indicated on Figure 1 using 8-inch diameter hollow-stem auger. The
borings were logged and samples obtained by a geologist from AGEC. Logs of the
subsurface conditions encountered in the borings are shown on Figure 2.
The approximate locations of explorations from our previous study at the site are included
on Figure 1. The logs of these explorations and the results of laboratory tests are included
in the appendix.
SUBSURFACE CONDITIONS
The subsurface soils encountered in the borings consist of approximately 11 feet of fill in
Boring B-1 and approximately 2 feet of fill overlying 1½ feet of topsoil in Boring B-2. Silty
sand with gravel was encountered below the fill in Boring B-1 to a depth of approximately
15 feet. Gravel with likely cobbles and boulders was encountered below the sand in
Boring B-1 and below the topsoil in Boring B-2. The material encountered at depth in the
APPLIED GEOTECHNICAL ENGINEERING CONSULTANTS, INC.1220378
Page 4
borings is potentially bedrock. The maximum depth investigated was approximately 19 and
9 feet in Borings B-1 and B-2, respectively, at which depths the sampler bounced and did
not recover samples.
A description of the various materials encountered in the borings follows:
Fill - The fill consists of silty sand with gravel to clayey gravel with sand. It is slightly
moist and brown to brownish gray.
Laboratory tests conducted on the fill indicate it has moisture contents of 7 to
8 percent and dry densities of 103 to 117 pounds per cubic foot (pcf).
Topsoil - The topsoil consists of sandy lean clay with gravel. It is moist and dark
brown.
Silty Sand with Gravel - The sand contains small to moderate amounts of silt. It is
very dense, slightly moist and gray.
Laboratory tests conducted on samples of the sand indicate it has natural moisture
contents of 3 to 5 percent and natural dry densities of 117 to 121 pcf.
Poorly-graded Gravel with Silt and Sand - The gravel likely contains cobbles and
boulders and is possibly bedrock at depth. It is very dense, slightly moist and brown.
Results of the laboratory tests are summarized on Table I and are included on the logs of the
borings.
SUBSURFACE WATER
No subsurface water was encountered in the borings at the time of drilling to the depth
investigated.
APPLIED GEOTECHNICAL ENGINEERING CONSULTANTS, INC.1220378
Page 5
PROPOSED CONSTRUCTION
We understand that the building will have plan dimensions of approximately 30 by 15 feet
and will consist of a single-story, concrete or masonry structure with a slab-on-grade floor.
We have assumed wall loads of up to 3,000 pounds per lineal foot.
If the proposed construction or loads are significantly different from those described above,
we should be notified so that we can reevaluate the recommendations given.
GEOLOGY
A.Regional Geology
The site for the proposed well house is located in the Basin and Range province. The
province is made up of north/south elongated mountain blocks and valleys. The site
is located on the east side of the Tooele Valley. The valley was once occupied by a
large lake known as Lake Bonneville during the Wisconsin glaciation of the
Pleistocene epoch. The present day Great Salt Lake is a remnant of ancient Lake
Bonneville. Stillstands of Lake Bonneville formed benches along the Wasatch Front.
The highest level of Lake Bonneville is marked by a bench, the Bonneville Shoreline,
at approximate elevation 5160 to 5200 feet. The lake remained at this high level from
approximately 18 to 17 thousand years before present, until it dropped approximately
350 feet during a catastrophic flood known as the Bonneville Flood (Jarrett and
Malde, 1987). Two lower stillstands of Lake Bonneville are the Provo and Gilbert,
which formed at approximate elevations 4850 and 4250 feet, respectively (Nelson
and Personius, 1993). There is no evidence that the lake has risen above the Gilbert
stillstand during Holocene time (last 10,000 years).
The approximate elevation of the site is 4,640 feet, placing the site approximately
210 feet below the Provo shoreline.
APPLIED GEOTECHNICAL ENGINEERING CONSULTANTS, INC.1220378
Page 6
B.Site Geology
Surface deposits are mapped to consist of lacustrine and alluvial deposits overlying
bedrock of the Erda Formation (Tooker and Roberts, 1971). Tooker and
Roberts (1971) describe the bedrock to consist of limestone with shale, quartzite and
sandstone beds.
C.Tectonic Setting
The site is located along the west side of the Oquirrh Mountains with a prominent
mountain front escarpment. The prominent west-facing steep escarpment of the
Oquirrh Mountains is the result of repeated normal fault displacements that have
taken place over the last several million years. The system of normal faults that
makes up this escarpment is known collectively as the Oquirrh fault zone. Relatively
recent fault movements are evidenced by offsets in Lake Bonneville sediments and
more recent alluvial and colluvial deposits. The Oquirrh fault zone is active. The site
is located approximately 250 feet northeast of the nearest mapped surface trace of
the Oquirrh fault zone (UGS, 2022).
D.Other Geologic Hazards
The ground surface at the site slopes gently down to the northwest. Based on the
topography of the area, there is no source of rockfall, debris flow or flooding. The
ground surface is too flat and the subsurface materials are of sufficient strength
where landslide would not be a potential hazard at the site. The Elliott and Harty
(2010) landslide map shows no landslides in the area. Ground subsidence is not a
potential hazard at the site since there are no active faults near the site.
The site is located in the Intermountain Seismic Belt, which is an area of pronounced
earthquake activity extending from northwestern Montana to northern Arizona.
Seismic ground shaking is a potential hazard at the site. Seismic design parameters
APPLIED GEOTECHNICAL ENGINEERING CONSULTANTS, INC.1220378
Page 7
relating to the 2018 International Building Code are provided in the recommendations
part of the report.
The site is located in an area mapped with a "very low" liquefaction susceptibility
(Black and others, 1999). Based on the subsurface conditions encountered in the
borings and our understanding of the geologic conditions of the area, liquefaction is
not considered a hazard at the site.
RECOMMENDATIONS
Based on the subsurface conditions encountered, laboratory test results and the proposed
construction, the following recommendations are given:
A.Site Grading
We anticipate that there will be small amounts of cut and fill for the proposed
construction. We anticipate that the building will have a finished floor level within
approximately 3 feet of the existing ground surface.
1.Subgrade Preparation
Approximately 11 feet of fill was encountered in Boring B-1 and approximately
2 feet of fill overlying 1½ feet of topsoil in Boring B-2. Unsuitable fill, topsoil,
organics and other deleterious materials should be removed from below areas
of proposed buildings, exterior slabs, pavement and other improvements
sensitive to differential settlement.
2.Excavation
We anticipate that excavation in the fill and natural soil can be accomplished
with heavy-duty excavation equipment. Excavation difficulty may be
encountered for excavations where boulders or bedrock are encountered,
APPLIED GEOTECHNICAL ENGINEERING CONSULTANTS, INC.1220378
Page 8
particularly for confined excavations such as utility trenches. Alternative
excavation methods such as jack-hammering or light blasting may be needed
for excavations extending into the bedrock.
Temporary, unretained excavation slopes in the fill or natural soil may be
constructed at 1½ horizontal to 1 vertical or flatter.
3.Cut and Fill Slopes
Permanent, unretained cut and fill slopes may be constructed at 2 horizontal
to 1 vertical or flatter. Steeper cut slopes in bedrock may be considered on
an individual basis.
Cut and fill slopes should be protected from erosion by revegetation or other
methods. Surface runoff should be directed away from cut and fill slopes.
4.Materials
Listed below are materials recommended for imported structural fill.
Fill to Support Recommendations
Footings Non-expansive granular soil
Passing No. 200 Sieve < 35%
Liquid Limit < 30%
Maximum size 4 inches
Floor Slab
(Upper 4 inches)
Sand and/or Gravel
Passing No. 200 Sieve < 5%
Maximum size 2 inches
Slab Support Non-expansive granular soil
Passing No. 200 Sieve < 50%
Liquid Limit < 30%
Maximum size 6 inches
The existing fill and natural soil may be considered for use as structural fill if
they meet the recommendations given above for imported structural fill and
if the organics, debris, oversized particles and other deleterious materials are
removed.
APPLIED GEOTECHNICAL ENGINEERING CONSULTANTS, INC.1220378
Page 9
The on-site soils may also be used as site grading fill outside of the building
area and as retaining wall or utility trench backfill if the organics, debris,
oversized particles and other deleterious materials are removed or the on-site
material may be used in landscape areas. Use of the on-site soil as fill or
backfill may require moisture conditioning (wetting or drying) to facilitate
compaction. Drying of the soil may not be practical in cold or wet times of
the year.
5.Compaction
Compaction of materials placed at the site should equal or exceed the
minimum densities as indicated below when compared to the maximum dry
density as determined by ASTM D 1557.
Fill To Support Compaction
Foundations $ 95%
Concrete Flatwork $ 90%
Pavement
Base Course
Fill Placed Below Base Course
$ 95%
$ 90%
Landscaping $ 85%
Retaining Wall Backfill 85 - 90%
To facilitate the compaction process, the fill should be compacted at a
moisture content within 2 percent of the optimum moisture content.
Fill materials placed for the project should be frequently tested for compaction.
APPLIED GEOTECHNICAL ENGINEERING CONSULTANTS, INC.1220378
Page 10
6.Drainage
The ground surface surrounding the building should be sloped away from the
building in all directions. Roof downspouts and drains should discharge
beyond the limits of backfill.
B.Foundations
1.Bearing Material
The proposed building may be supported on spread footings bearing on the
undisturbed natural sand, gravel, bedrock or on compacted structural fill
extending down to the undisturbed natural sand, gravel or bedrock. Structural
fill should extend out away from the edge of footings at least a distance equal
to the depth of fill placed beneath footings.
Unsuitable fill, topsoil, organics and other deleterious materials should be
removed from below proposed foundation areas.
2.Bearing Pressure
Spread footings bearing on the undisturbed natural sand and gravel, bedrock
or on compacted structural fill extending down to the undisturbed natural
sand, gravel or bedrock may be designed using an allowable net bearing
pressure of 3,500 pounds per square foot. Footings should have a minimum
width of 1½ feet and a minimum depth of embedment of 1 foot.
3.Settlement
We estimate that total and differential settlement will be less than ½ inch for
footings designed as indicated above.
4.Temporary Loading Conditions
The allowable bearing pressures may be increased by one-half for temporary
loading conditions such as wind and seismic loads.
APPLIED GEOTECHNICAL ENGINEERING CONSULTANTS, INC.1220378
Page 11
5.Frost Depth
Exterior footings and footings beneath unheated areas should be placed at
least 30 inches below grade for frost protection.
6.Foundation Base
The base of foundation excavations should be cleared of loose or deleterious
material prior to structural fill or concrete placement.
7.Construction Observation
A representative of the geotechnical engineer should observe footing
excavations prior to structural fill or concrete placement.
C.Concrete Slab-on-Grade
1.Slab Support
Concrete slabs may be supported on the undisturbed natural sand, gravel,
bedrock or on compacted structural fill extending down to the undisturbed
natural sand, gravel or bedrock.
Unsuitable fill, topsoil, organics and other deleterious materials should be
removed from below proposed floor slabs.
2.Underslab Sand and/or Gravel
A 4-inch layer of free-draining sand and/or gravel (less than 5 percent passing
the No. 200 sieve) should be placed below the floor slab for ease of
construction and to promote even curing of the slab concrete.
APPLIED GEOTECHNICAL ENGINEERING CONSULTANTS, INC.1220378
Page 12
D.Lateral Earth Pressures
1.Lateral Resistance for Footings
Lateral resistance for footings placed on the on-site materials or on compacted
structural fill is controlled by sliding resistance between the footing and the
foundation material. A friction value of 0.45 may be used in design for
ultimate lateral resistance.
2.Subgrade Walls and Retaining Structures
The following equivalent fluid weights are given for design of subgrade walls
and retaining structures. The active condition is where the wall moves away
from the soil. The passive condition is where the wall moves into the soil and
the at-rest condition is where the wall does not move. The values listed
assume a horizontal surface adjacent the top and bottom of the wall.
Soil Type Active At-Rest Passive
Sand and Gravel 40 pcf 55 pcf 300 pcf
3.Seismic Conditions
Under seismic conditions, the equivalent fluid weight should be increased by
25 pcf for the active condition, increased by 10 pcf for the at-rest condition
and decreased by 25 pcf for the passive condition. This assumes a peak
horizontal ground acceleration of 0.42g for a 2 percent probability of
exceedance in a 50 year period.
4.Safety Factors
The values recommended above assume mobilization of the soil to achieve
ultimate soil strength. Conventional safety factors used for structural analysis
for such items as overturning and sliding resistance should be used in design.
APPLIED GEOTECHNICAL ENGINEERING CONSULTANTS, INC.1220378
Page 13
E.Seismicity, Faulting and Liquefaction
1.Seismicity
Listed below is a summary of the site parameters that may be used with the
2018 International Building Code.
Description Value1
Site Class C2
s RS - MCE ground motion (period=0.2s)0.81g
1 RS - MCE ground motion (period=1.0s)0.30g
aF - Site amplification factor at 0.2s 1.2
vF - Site amplification factor at 1.0s 1.5
GPGA - MCE peak ground acceleration 0.35g
MPGA - Site modified peak ground acceleration 0.42g
Values obtained from information provided by the Applied Technology Council at1
https://hazards.atcouncil.org
Site Class C was selected based on the subsurface conditions encountered at the site to the2
depth investigated and our understanding of geologic conditions. Measurement of the shear
wave velocity of the upper 100 feet may find that Site Class B is representative.
2.Faulting
The closest mapped active fault to the site is the Oquirrh fault zone, mapped
approximately 250 feet to the southwest (Utah Geological Survey, 2022).
3.Liquefaction
The site is located within an area mapped as having a "very low" liquefaction
susceptibility (Black and others, 1999).
Based on the subsurface conditions encountered, liquefaction is not a potential
hazard at this site.
APPLIED GEOTECHNICAL ENGINEERING CONSULTANTS, INC.1220378
Page 14
F.Water Soluble Sulfates
Based on our experience in the area, the natural materials possess a negligible sulfate
attack potential on concrete. Sulfate-resistant cement is not needed for concrete
placed in contact with the soil or bedrock. Other conditions may dictate the type of
cement to be used in concrete for the project.
G.Preconstruction Meeting
A preconstruction meeting should be held with representatives of the owner, project
architect, geotechnical engineer, general contractor, earthwork contractor and other
members of the design team to review construction plans, specifications, methods
and schedule.
APPLIED GEOTECHNICAL ENGINEERING CONSULTANTS, INC.1220378
Page 15
LIMITATIONS
This report has been prepared in accordance with generally accepted soil and foundation
engineering practices in the area for the use of the client for design purposes. The
conclusions and recommendations included within the report are based on the information
obtained from the borings drilled at the approximate location indicated on Figure 1 and the
data obtained from laboratory testing. Variations in the subsurface conditions may not
become evident until additional exploration or excavation is conducted. If the subsurface
conditions or groundwater level is found to be significantly different from what is described
above, we should be notified to reevaluate the recommendations given.
APPLIED GEOTECHNICAL ENGINEERING CONSULTANTS, INC.
Jay R. McQuivey, P.E.
Reviewed by Douglas R. Hawkes, P.E., P.G.
JRM/bw
APPLIED GEOTECHNICAL ENGINEERING CONSULTANTS, INC.1220378
6/28/2022
Page 16
REFERENCES
American Society of Civil Engineers, 2017; Minimum design loads and associated criteria
for buildings and other structures: ASCE/SEI 7-16, Reston, Virginia.
Black, W.D., Solomon, B.J. and Harty, K.M., 1999; Geology and geologic hazards of the
Tooele Valley and West Desert hazardous industry area, Tooele County, Utah, Utah
Geological Survey Special Study 96.
Elliott, A.H. and Harty, K.M., 2010; Landslide maps of Utah, Provo 30' X 60' quadrangle,
Utah, Utah Geological Survey Map 246DM, Plate 14.
International Code Council, 2017; 2018 International Building Code, Falls Church, Virginia.
Jarrett, R.D. and Malde, H.E., 1987; Paleodischarge of the late Pleistocene Bonneville Flood,
Snake River, Idaho, computed from new evidence; Geological Society of American Bulletin,
v. 99, p. 127-134.
Nelson, A.R. and Personius, S.F., 1993; Surficial Geologic Map of the Weber Segment,
Wasatch Fault Zone, Weber and Davis Counties, Utah, U.S. Geological Survey Map I-2199.
Tooker, E.W. and Roberts, R.J., 1971; Geologic map of the Mills Junction quadrangle,
Tooele County, Utah, US Geological Survey Map GQ-924.
Utah Geological Survey, 2022; Utah Geological Hazard Portal accessed June 22, 2022 at
https://geology.utah.gov/apps/hazards/.
APPLIED GEOTECHNICAL ENGINEERING CONSULTANTS, INC.1220378
B-1
B-2
B-1
Project No. 983725
TP-1
Project No. 983725
TP-2
Project No. 983725
1220378 Exploratory Boring Locations Figure 1
PROPOSED WELL HOUSE - HITR BACKUP WELL
NORTH 40.6779° & WEST 112.2431°
TOOELE COUNTY, UTAH
LEGEND:
Borings drilled for this study
Boring drilled in 1998 for AGEC
Project No. 983725.
Test Pit excavated in 1998 for
AGEC Project No. 983725.
B-1
B-1
TP-1
0 60 120 feet
Approximate Scale
Gravel 20%Liquid Limit -
Sand 65%Plasticity Index -
Silt and Clay 15%Sample Location
Sample Description
Gravel -Liquid Limit -
Sand -Plasticity Index -
Silt and Clay -Sample Location
Sample Description
GRADATION TEST RESULTS Figure 3
APPLIED GEOTECHNICAL ENGINEERING CONSULTANTS, INC.
Project No. 1220378
B-1 @ 12 feet
Silty Sand with Gravel
12"8"
6"
5"
4"
3"
2"
1 1/2"
1"
3/4"
1/2"
3/8"
1/4"
No. 4
No. 8
No. 10No. 16
No. 30
No. 40
No. 50
No. 60
No. 80
No. 100No. 2001 Min.4 Min.19 Min.60 Min.
7Hrs.
15 Min.24 Hrs.
304.8203.2
152.4
127.0
100.0
75.0
50.0
38.1
25.0
19.0
12.5
9.5
6.3
4.750
2.360
2.0001.180
0.600
0.425
0.300
0.250
0.180
0.1500.0750.0370.0190.0090.0050.0020.001
0%
10%
20%
30%
40%
50%
60%
70%
80%
90%
100%
Pe
r
c
e
n
t
P
a
s
s
i
n
g
Diameter of Particle in Millimeters
Hydrometer Analysis Sieve Analysis
Time Readings U.S. Standard Series Clear Square Openings
Clay to Silt Sand
Fine Medium Coarse
Gravel
Fine Coarse Cobbles Boulders
12"8"
6"
5"
4"
3"
2"
1 1/2"
1"
3/4"
1/2"
3/8"
1/4"
No. 4
No. 8
No. 10No. 16
No. 30
No. 40
No. 50
No. 60
No. 80
No. 100No. 2001 Min.4 Min.19 Min.60 Min.
7Hrs.
15 Min.24 Hrs.
304.8203.2
152.4
127.0
100.0
75.0
50.0
38.1
25.0
19.0
12.5
9.5
6.3
4.750
2.360
2.0001.180
0.600
0.425
0.300
0.250
0.180
0.1500.0750.0370.0190.0090.0050.0020.001
0%
10%
20%
30%
40%
50%
60%
70%
80%
90%
100%
Pe
r
c
e
n
t
P
a
s
s
i
n
g
Diameter of Particle in Millimeters
Hydrometer Analysis
Time Readings
Sieve Analysis
U.S. Standard Series Clear Square Openings
Clay to Silt Sand Gravel Cobbles BouldersFineCoarseFineMediumCoarse
APPLIED GEOTECHNICAL ENGINEERING CONSULTANTS, INC.
TABLE I
SUMMARY OF LABORATORY TEST RESULTS
PROJECT NUMBER: 1220378
SAMPLE
LOCATION NATURAL
MOISTURE
CONTENT
(%)
NATURAL
DRY
DENSITY
(PCF)
GRADATION ATTERBERG LIMITS UNCONFINED
COMPRESSIVE
STRENGTH
(PSF)
WATER
SOLUBLE
SULFATE
(%)
SAMPLE CLASSIFICATION
BORING DEPTH
(FEET)
GRAVEL
(%)
SAND
(%)
SILT/
CLAY
(%)
LIQUID LIMIT
(%)
PLASTICITY
INDEX
B-1 4 8 103 20 52 28 Fill; Silty Sand with Gravel
6 7 117 21 52 27 Fill; Silty Sand with Gravel
8 8 106 28 45 27 Fill; Silty Sand with Gravel
12 5 117 20 65 15 Silty Sand with Gravel
14 3 121 41 46 13 Silty Sand with Gravel
APPENDIX
EXPLORATION LEGS
AND
LABORATORY TEST RESULTS
AGEC PROJECT NO. 983725
APPLIED GEOTECHNICAL ENGINEERING CONSULTANTS, INC.1220378