Loading...
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