PART E SPECIFICATIONS

Size: px
Start display at page:

Download "PART E SPECIFICATIONS"

Transcription

1 PART E SPECIFICATIONS

2 Page 1 of 5 PART E - SPECIFICATIONS GENERAL E1. APPLICABLE SPECIFICATIONS, STANDARD DETAILS AND DRAWINGS E1.1 The City of Winnipeg Standard Construction in its entirety, whether or not specifically listed on Form B: Prices, shall apply to the Work. E1.1.1 E1.1.2 Division 2 General Requirements of The City of Winnipeg Standard Construction shall apply to the Work. Further to GC:2.4(d), included in the Tender Package shall govern over The City of Winnipeg Works and Operations Division Standard Construction. E1.2 The City of Winnipeg Standard Construction and the General Requirements are available in Adobe Acrobat (.PDF) format at the City of Winnipeg, Corporate Finance, Materials Management internet site E1.3 The following Drawings are applicable to the Work: Drawing No. LD 2900 LD 2901 LD 2902 LD 2903 Drawing Cover Page METCALFE GATE CHAMBER SITE PLAN METCALFE GATE CHAMBER PLAN AND PROFILE METCALFE GATE CHAMBER MISCELLANEOUS METAL DETAILS METCALFE GATE CHAMBER REINFORCING DETAILS Information Drawings(Available upon request from the Contract Administrator) 1165 RELOCATION OF METCALFE SECONDARY SEWER S 54 PROPOSED SLUICE GATE METCALFE PUMPING STATION 2 SD 4 METCALFE PLACE PUMPING STATION E2. SOILS INVESTIGATION REPORT E2.1 Further to GC:3.1, the Bidder shall note that a soils investigation report has been done and is included as Appendix A to these. E3. SUPPLY OF MATERIAL E3.1 All material supplied under this contract shall comply with the Standard Construction unless otherwise specified in these specifications. All material required to complete the works of this contract shall be supplied by the Contractor. E4. MATERIAL FOR GATE CHAMBER E4.1 The material used for this project shall be as follows or as noted on the drawings: (a) All fasteners shall be 303 or 316 stainless steel. (b) Anchors shall be Kwik-bolt, Wedge Anchor, or Rawl Stud. (c) Aluminum hatch cover shall be 9 mm tread plate, type (d) Reinforcing steel shall conform to CSA G30 18-M92 Grade 400 Mpa. (e) Concrete shall conform to CW 2160-R4 Type A.

3 Page 2 of 5 (f) Grout shall be silka Grout 212 or approved equal. (g) Waterstop shall be SIKA Swell S unless otherwise shown on the drawings. E5. FLAP GATE E5.1 The Flap Gate shall be as follows: (a) Size 1372 diameter (b) Seating Head 8 metres (c) Mounting Flange Back for mounting on a cast iron wall thimble (d) Wall Thimble Type F cast iron round (e) Seat One piece cast iron raised surface and inclined to assure positive closure (f) Seating Faces Bronze B21 Allow 482 (g) Cover One piece cast iron with lifting eye for manual operation (h) Pivot Lugs One piece cast iron adjustable in the horizontal plane without removal of cover. (i) Links Cast iron or high tensile Bronze B584 CA865 with grease fittings at pivot points, and adjusting screws to align seating faces (j) Bushings Bronze B21 Alloy 482 (k) Fasteners Size and quantity as recommended by manufacturer Type 303 or 304 stainless steel (l) Hinge Pins Type 304 stainless steel or silicon Bronze B98-CA655 (m) All Cast Iron A48 Class 30 or A126, Class B (n) Grease fittings Stainless Steel E5.2 Mastic shall be used between thimble and gate frame and shall be supplied by the manufacturer. E5.3 Frame and Flap shall be painted with two coats of international paints Intergard FP, or Amerlock 400 Epoxy Coating um per coat dry film thickness or two coats Coal Tar Epoxy - 16 mils thickness. E5.4 The flap gate and wall thimble shall be as manufactured by Armtec, Waterman, Rodney Hunt, Hydro Gate or approved equal. Installation shall be as recommended by the manufacturer. E6. SLUICE GATE E6.1 The sluice gate shall be as follows: (a) Standard AWWA C (b) Size 1219mm square (c) Type Rising stem with stop nut (d) Seating Head (e) Mounting Flange back Standard bottom closure 8 metres Wall thimble Type F

4 Page 3 of 5 (f) Operator and Lift Enclosed gear lift with pedestal suitable for operating with an electric portable drill (g) Stem Cover Hot dipped galvanized with acrylic window with graduations (h) Materials Frame and Slide Cast iron A48 Class 30 or A126, Class B Seating Faces Naval Bronze B 21 Alloy 482 Wall Thimble Cast iron A48 Class 30 or A126, Class B Wedges Manganese Bronze B584 Alloy 865 Wedge Blocks Cast iron A48 Class 30 or A126, Class B Fasteners & Anchors Stainless Steel Type 303 or 304 Stem Stainless Steel Type 304 E6.2 Mastic shall be used to form a seal between the frame and thimble. E6.3 Frame and Gate shall be painted with two coats of international paints Intergard FP, or Amerlock 400 Epoxy Coating um per coat dry film thickness or two coats Coal Tar Epoxy - 16 mils thickness.. E6.4 The sluice gate and wall thimble shall be as manufactured by Armtec, Rodney Hunt, Waterman, Hydro Gate, or approved equal. Installation shall be as recommended by the manufacturer. E7. FIELD TESTING E7.1 The flap gate and sluice gate shall be tested after installation to the highest head attainable in the chamber. The sluice gate shall meet or exceed the allowable leakage specified in AWWA C The flap gate leakage shall not exceed 1.24 L/min per metre of seated perimeter at any head. E7.2 After the installation and testing of the gates is complete, the contractor shall supply the Contract Administrator or his designate with a letter from the supplier/manufacturer stating that the installation of the gate is in accordance with their recommendations. E8. SALVAGE E8.1 Further to Clause 4.09 of the General Conditions, all salvaged material and equipment as determined by the Contract Administrator shall remain the property of the City unless specifically noted otherwise. The Contractor shall deliver salvaged material to the Greater Winnipeg Water District Railway terminal, 598 Plinquet Street and unload the material as directed at the Terminal. E8.2 The Contractor shall notify the Contract Administrator at least 48 hours prior to delivery of salvaged material. The Contractor shall remove all rejected salvage from the site and legally dispose of it at no additional cost to the City. E9. EXCAVATION AND BACKFILL E9.1 The shaft excavation shall have vertical tightly shored walls. There shall be no void between the shaft wall and the excavation. Prior to construction a drawing of the shaft design shall be submitted to the Contract Administrator for review and approval. The shaft shall be designed by a Professional Engineer licensed to practice in the Province of Manitoba.

5 Page 4 of 5 E9.2 Backfill around the chamber shall be Class 3. The top 600mm of granular material shall be replaced with low permeable well compacted clay as approved by the Contract Administrator. E9.3 No excavated material shall be stored on site and shall be disposed of in accordance with CW2030-R4. E10. CONCRETE REMOVAL AND CONSTRUCTION METHODS E10.1 When concrete is removed in the existing sewer, the steel shall be cut and covered with a minimum of 50mm of concrete. E10.2 The Contractor shall remove all debris, broken concrete construction material or other material of any kind from the gate chamber and trunk sewer after construction is complete. E10.3 All dowels shall be grouted. E10.4 All concrete to be removed shall be saw-cut full depth to the dimensions shown on the Drawings. The cuts shall be smooth with no jagged edges. All jagged or broken edges shall be repaired. E10.5 The existing sluice gate and flap gate shall not be removed until the new sluice gate and flap gate are installed and tested. E10.6 Existing concrete shall be thoroughly cleaned and treated with bonding agent before new concrete is placed. E10.7 The existing water service shall be relocated as shown on the drawings and insulated all around with a minimum of 100 mm of Styrofoam SM. E11. RIVER LEVEL E11.1 The Contractor shall be aware that the summer water level may be above the invert of the sewer. Runoff may occur during the winter from snow melt, watermain breaks or other excessive flow conditions in the sewer and shall be accommodated by the Contractor. E12. BONDING AGENT E12.1 An approved bonding agent shall be used wherever new concrete is placed against existing. E13. SEWAGE FLOW E13.1 All ground seepage or sewage in the construction area shall be pumped upstream of the existing weir. No wastewater shall be pumped to the river. E13.2 The Contractor shall provide all pumping, temporary plugs, dams and diversions to construct the Work in the dry. E14. DANGEROUS WORK CONDITIONS E14.1 The Contractor shall provide the necessary precautions to safeguard against any gas hazard during construction and shall provide adequate safety protection for personnel engaged in this work and for all others who are exposed to the work environment under this Contract. E14.2 The Contractor shall be aware of the potential hazards which can be encountered in a pumping station, gate chamber or trunk sewer, such as explosive gases, toxic gases and oxygen deficiency.

6 Page 5 of 5 E14.3 The air in a pumping station, gate chamber and the trunk sewer must be tested before entry and continuously during the time that personnel are inside the structure. Equipment for continuous monitoring of gases must be explosion-proof and equipped with a visible and audible alarm. The principal tests are for oxygen deficiency, explosion range and toxic gases. Testing equipment must be calibrated in accordance with the manufacturer s specifications. E14.4 Temporary ventilation must be provided for at least 15 minutes prior to entry and continue while the station is occupied. If no ventilation is supplied, a worker must wear an airline respirator to enter the station or the trunk sewer. E14.5 The Contractor shall be aware that the pumping stations, gate chambers and trunk sewers are considered a confined entry and shall follow the latest revision of the Guidelines for Confined Entry work as published by the Manitoba Labour Workplace Safety and Health Division. E15. RESTORATION E15.1 The complete construction Site shall be restored to its original condition. Grassed area shall be sodded in accordance with CW3510-R4. E15.2 All costs for restoration shall be included in the construction of the gate chamber. No separate payment will be made for restoration.