Loading...
HomeMy WebLinkAboutContract 47348 CIMSECRETAW PROJECT CONTRACT W, FORTWORTH NU FOR E CONSTRUCTION STATION WALSH RANCH PUMP City Project No.02294 Betsy Price David Cooke Mayor City Manager John Robert Carman Director, Water Department Andrew T. Cronberg,P.E.,Assistant Director Charly C. Angadicheril, Assistant Director Prepared for The City of Fort Worth 2015 By: Water Department CITY 47tH%C j 1'," 12; TX WALSH RANCH PUMP STATION PROEJCT FWWD Project No. 02294 AUGUST, 2015 Chris P. Harder, P.E. otpe • Foil Worth Water epartment ® CHRIS R HARDER 1000 Throckmorton Street .............. Fort Worth, TX 76102 !,N 8 5 4 7 0 '0 Uv Specifications Division 3, 8, 9, 10, 31, 32, 33 • SN6 6e gir NAL r Roger Williamson, P.E. ...o y......... Mbroh Engineering, Inc. 12810 Hillcrest Road, Suite B221 Dallas, TX 75230 /_r.�O.GER WILLIAMSON ............... Specifications Division 13 1 -18 8 8 2 Texas Registered Engineering Firm F-9439 14 �k� Z/cf';s —1— /1 eo rO)F7 n/-Z W, ti 5 Ricardo J. Amarate, P.E. AACE 7920 .Bett Line Road, Suite 930 . .......... . C E allay, `I' 75254 8 1 RICARDO J........ ....j".... Specifications Division 15 Texas Registered Engineering Firm F-10804 Ilk T _m EKE OF Timothy E. Campbell, P.E. LKC-ES ............. ........... 2201 Main Street, Suite 1017 TIMOTHY E.CAMPBELL ........... ................. Dallas,Texas 75201 ol i Specifications Division 16 Texas Registered Engineering Firm F-13810 ONA\- z:- POW 00 00 00-1 TABLE OF CONTENTS Pagel of Pik SECTION 00 00 00 TABLE OF CONTENTS Division 00- General Conditions 0005 10 Mayor and Council Communication 0005 15 Addenda 00 11 13 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 0041 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 0045 11 Bidders Prequalifications 00 45 26 Contractor Compliance with Workers'Compensation Law 00 45 40 Minority and Women Business Enterprise Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 0073 00 Supplementary Conditions Division 01 - General Requirements 01 11 00 Summary of Work 01 2500 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 01 32 16 Construction Progress Schedule 01 33 00 Submittals 01 4523 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 01 6600 Product Storage and Handling Requirements 01 7423 Cleaning 01 77 19 Closeout Requirements 01 7839 Project Record Documents Division 03—Concrete 03 30 00 Cast in Place Concrete Division 8—Doors 08 10 10 Hollow Metals Doors, Frames, and Hardware 08 10 11 Overhead Coiling Doors Division 9—Finishes 09 10 10 Painting CITY OF FORT WORTH Walsh Ranch Pump Station Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.02294 LE 000000-2 TAB OF CONTENTS Page 2 of 3 Division 10—Specialties 101010 Engineered Precast Concrete Building 10 1500 Aluminum Access Hatches and.Appurtenances 1,03000 Flydropnemnatic Tank and Accessories Division 13—Instrumentation and Control System Section 13600 General,Requirements Section 13602 Start-Up,Commissioning and Field Testing Section 13605 Functional Retlidrements Section 1361.0 Programmable Controller Systern Section 13620 Primary,Sensors and Field instruments Section 13650 Control Panels and Enclosures Division 15—IIVAC Section 15500 General Provisions Section 1.5550 ReatingEquipment Section 15860 Fans Section 15890 Ductwork arid Accessoties Division 16—Electrical Section 16010 Electrical Greneral Provisions Section 16012 Identifications Section 1.6020 Utilities Section 16040 Electrical Motor— 150 HP and Less Section 16055 Power Systern Studies Section 16060 Acceptance Testing and Calibration Section 16073 Hangars and Supports for Electrical Systeins Section 16110 Raceways Section 16120 Conductors--600V and Below Section 16130 Boxes Section 16140 Wiring Devices Section 16191 Miscellaneous Equipment Section 16280 Power Factor Correction(apacitors Section 16289 Surge Protective Devices Section 16360 Underground Duct Banks Section 1.6445 Panelboards­...Distribution and Branch Circuits Section 16450 Grounding Secti(�)n 16460 Energy,Efficient I.,ighting and Di,,trib itic)n'rra.nsfoi-i-D.ers Section 16481 Low Voltage Motor Control Centers Section 16496 480V Automatic Transfer Switches Section 16600 Lighting Division 31--Earthwork 31 00 00 Subsurface Investigation 31. 2500 Erosion and Sedimentation Control 31 30 00 Struchiral Excavation,Fill and Backfill Division 32.—Exterior Improvements 3201 17 Perna. ent Asphalt Paving.Repair 32 1123 Flexible Base Courses MY OF FORT WORTH as Ranch Pump Station Project STANDARD CONSTRUCTION SPECT ICATH"M DOCIT ME NTS 11roject No,0229 4 000000-3 TABLE OF CONTENTS Page 3 of 3 32 13 13 Concrete Pavinc, 3292 13 Hydromulch, Seedinc,and Soddinc, zl_ ZD Division 33-Utilities 33 0131 Closed Circuit Television Inspection 33 04 10 Joint Bonding and Electrical Isolation 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection 33 0440 Cleaning and Acceptance Testing of Water Mains 33 05 10 Utility Trench Excavation,Embedment and Backfill 33 05 13 Frame, Cover, and Grade 4D Rings 33 05 16 Concrete Water Vaults 33 0526 Utility Markers and Locators 33 1105 Bolts,Nuts and Gaskets 33 11 10 Ductile Iron Pipe 33 11 11 Ductile Iron Pipe Fittings 33 11 14 Buried Steel Pipe and Fittings 33 1220 Resilient Seat(Wedge)Gate Valves zl_ 33 1240 Fire Hydrants 33 15 00 Pump Station Valves and Appurtenances Appendix GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates "A"- Geotechnical Report "B"—Recorded Electrical Easement "C -Electrical Service Agreement "D"-Oncor Standard Construction Details "E"—HSQ Scope of Services "F"-City Supplied Jockey Pump Information "G"- City Supplied Pump,Motor and Base Information END OF SECTION CITY OF FORT WORTH Walsh Ranch Pump Station Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.02294 000510-1 MAYOR AND COUNCIL COMMUNICATION(M&C) Page I of I SECTION 00 05 10 MAYOR AND COUNCIL COMMUNICATION( C) END OF SECTION CITY OF FORT WORTH TValsh Ranch Pump Station Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project:\'o. 02?94 AUC Review Page I of 3 Offidai site of the(Ay of Fbft W o u„ R exar FORT Wbtrll CITY COUNCILAGENDA COUNCIL ACTION: Approved on 11117/2015 - Resolution No. 4541-11-2015 DATE: 111/17/2015 REFERENCE NO.: C-27538 LOG NAME: 60WALSH RANCH PUMP STATION CODE: C TYPE: NON® PUBLIC NO CONSENT HEARING: SUBJECT. Authorize Execution of a Contract with Felix Construction Company in the Amount of $1,584,685.00 for the Walsh Ranch Pump Station Project Located at 8000 E. Interstate 20 and Provide for Project Costs and Contingencies for a Project Total in the Amount of $1,747,685.00 and Adopt Reimbursement Resolution (ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the C4 Council, 1. Authorize execution of a contract in the amount of$1,584,685.00 with Felix Construction Company for the Walsh Ranch Pump Station Project, located at 8000 E. Interstate 20; and 2. Adopt the attached resolutlon expressing official intent to reimburse expenditures with proceeds of future debt for the Walsh Ranch Pump Station Project. DISCUSSION: The 2005 Water Master Plan Study recommended a booster pump station be installed adjacent to the existing Walsh Ranch Ground Storage Tank to provide water service to the proposed Westside V pressure plane, which will include portions of the Morningstar and Walsh Ranch Developments in west Fort Worth. The Walsh Ranch Pump Station will connect to the 36 inch diameter Westside V water main being installed as part of a Community Facilities Agreement approved by City Council on September 15, 2015 (M&C C-27460)with FG Ale do Development LI.-C. The project was advertiised on August 27, 2015 and September 3, 2015 in the Fort Worth StaL:Igft!;q On September 24, 2015, the following four bids were received: F-BIDDER __­___...... C....BID AMOUNT I CONTRACT Felix Constru ction C ompan 1, 64 666.00 2 10 c alendar C da:s EM E! �Contracting, Tnc-. $�1,61�,002�O =$1,T6_870_0000 teve Dale Comslruc�on, IriE C' ruct'o 1v rC Stru ERed River-Construction Co, $1 132 550:_0�0 This project is anticipated to be included in a future revenue bond issue for the Water and Sewer Fund. Available cash within the Water and Sewer port-folio and the City's portfolio along with the appropriation authority authorized under the Direct Purchase Note PrograM will be used to provide interim financing for this project until debt is issued. To the extent resources other than the Water and Sewer portfolio are used to provide interim financing, the Water and Sewer Fund will be charged interest that is equivalent to the overall rate of return being earned by the City portfolio (currently approximately one percent annuallly)l. Should the City's portfoho not support the liquidity needed to provide an interim short- term financing source, another funding source will be required, which could can issuance of securities under the Direct Purchase Note Program or earlier issuance of Water and Sewer revenue bonds than is currently planned, Once debt associated with this project is sold, bond proceeds will be used to reimburse the Water and Sewer portfolio and the City's portfolio in accordance with the attached Reimbursement Resolution. In accordance with the provisions of the Financial Managernent Policy Statements, Staff anticipates presenting reventie-supported debt issuances to the City Council for consideration within the next three http�://apps.cfwnet.oj,,g/coi.iticil packethrw r,eview.ztsp'?11)=21629&cotincildate-::=:11/1.7/2015 11/18/2015 NI&C Review Page 2 of 3 years. The Financial Management Services Department is currently working with all departments to ensure that multi-year capital improvement plans are in place. Newly developed and already existing plans, such as the Water Department's current multi-year capital improvement plan, will be presented to City Council for review and adoption. If the City Council-adopted plan does not include issuance of debt for this specific project, the project will be funded other financing sources. If the Council-adopted plan calls for debt issuance, that debt must be issued within approximately three years to provide reirriburserrient for these expenses,. If that does not occur, the costs will no longer be reimbursable by issuing tax-exempt debt and the funding source will have to be made whole through other budgetary methods. Adoption of this resolution does not obligate the City to sell bonds, but preserves the ability to reimburse the City from tax- exempt and proceeds. Funding for the Walsh Ranch Pump Station is as depicted in the following tables: Encumbrances Existing Additional Revised and Remaining FUND A ppropriat ons ARR!2R!latlons A ro nations Expenditures Balance Sewer Capital Projects Fund (59601) $ 0.00 $ 18,000.00 $8,747.62 $ 9,25238 2017 Water and Sewer Direct Purchase Note Fund � O5 $ 0.00 $1,729,685.00 $1,729,685.00 $ 0.00 .00 '006�C:: 1:7 2 9:: ,6 :8 :5 .00 E:$ 1,747,6i5.00 $1,729 685 Lk,73=8,937.38 Design, Inspection, Survey, Contingencies and project $ 163,000,00 _Man�emen! Ec Construqtion contract �$1_,584,685�OO Pro'ect Appropriations E_'1'$_1,_747_6_85—00--] ow, Construction begins in January 2016 and is scheduled to be completed in August 2016, MANBE OFFICE - Felix Construction Company is in compliance with the City's BDE Ordinance by committing to 18 percent MBE participation on this project. The City's MBE goal on this project is 18 percent. The project is located in COUNCIL DISTRICT 3, Mapsco '760. FISCAL INFORMATIONICERTIFICATION: The Financial Management Services Director certifies that funds are available as directed by M&C G-18375 in the 2017 Water and Sewer Revenue Bonds Capital Project Fund for transfer from unspecified funding to the Walsh Ranch Pump Station Project, as depicted in the following table. Available Appropriation Project FUND Amount Expenditures. Balance 2017 Water an Sewer Direct Fund Purchase Note $94,025,95 7.00_L$1,72 9635.00 $92�296,27 Operating Impact is anticipated to be$52000.00 per year. TO � .._Pic" Program —Ac t I­v,i t,�' -fii— Amount I _J.. .............. unt Department cc�o II36d�e Re reiicei­- Fund A 9 t r7 FROM partment Account Project Program Activity I Fund De Budget Reference# nt I D earharteld 2 ---------------J 56005J __q§qg43P 5740010 C22 094 $1 635 0 1 J litti):Happs.cf,avii,et.org/couiit,i], packethric review.asp?M=21 629&councildate=1 1/17/2015 11/18/2015 M&C; Review Page 3 of 3 Submitted for City Mang cJer's Office y: Jay Chapa (6122) Originating t Head: John Carman (8246) Additional Information Contact: Chris Harder (8293) ATTACHMENTS 60WALSH RANCH PS REIMB RSOLUTION.doc 60WALSH RANCH PUMP STATION map.pdf APOL http://apps.cfwnet.org/council_packet/mc_review.asp?ID=21629&councildate=l 1/17/2015 11/18/2015 000515-1 ADDENDA Page I of I SECTION 00 515 ADDENDA END OF SECTION CITY OF FORT WORTH Walsh Ranch Pump Station Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.02294 ADDENDUM NO. I WALSH RANCH PUMP STATION PROJECT FORT WORTH WATER DEPARTMENT Capital Project No. 02294 Date Issued: September 18, 2015 Bid Date: Thursday,September 24th, 1:30 PM The Contract Documents for the"Walsh Ranch Pump Station Project", for which bids are to be submitted to the City of Fort Worth, Texas, are hereby clarified and modified by this Addendum No. 1. Bidders must acknowledge receipt of this Addendum on the Bid Form—Section 00 4100, adjacent to the signature line. .""Gas" CHRIS P HARDE ................. 8547 10- SPECIFICATIONS Proposal For 00 42 43 - proposal form re-issued to show a $20,000 allowance amount for HSQ to perform the programming of the contractor purchased PLC and for setting up the DNP3 protocol for communications with the existing SCADA communications system. Specification 01 11 00 — Summary of Work — Revise bid item 48 description to eliminate the requirement for an internal bypass on the 36" gate valve. Specification 01 11 00 — Summary of Work - Revise bid item #19 to consist of a $20,000 allowance for HSQ to program the Contractor furnished PLC and setup the DNP3 communications protocol. Delete statement that HSQ will provide PLC equipment and enclosure. PLC enclosure and specified equipment to be provided by the Contractor. Specification 33 12 20—Resilient Wedge Gate Valve—revise specification to eliminate the requirement for an internal bypass on the 36" gate valve being provided and installed by the Contractor. 1\ Specification 13600 Instrumentation and Control System General Requirements— Reference page 13600-1, Article 1.0 1, B.1. a. MODIFICATION: Modify the entire sub-paragraph 1.01 B.1. to read "Human Machine Interface (HMI) graphics development, HMI software configuration, database development,report development, and startup/training activities associated with the configured portions of the HMI system." Reference page 13600-2, Article 1.01 b. ADDITION: Add the following new paragraphs immediately after paragraph 1.01 F "G. The contractor shall engage the services of HSQ Technology to provide the PLC programming and configuration of the DNP3 protocol associated with the RTU control panel, as listed on the bid form. HS 's contact information is: HSQ Technology 11011, 26227 Research Road Hayward, CA 94945-3725 Attn: James Wilkinson Voice: 510-259-1334 Fax: 510-259-1391 H. The CONTRACTOR shall send all programmable controller hardware to HSQ Technology for use in software testing. When the software testing is complete,the CONTRACTOR shall pick up all programmable controller hardware for installation in the RTU control panel." Reference page 13600-4, Article 1.03 COORDINATION AND PROGRESS MEETING DELETION: Delete all references to "AESS Project Engineer"and "AESS" Reference page 13600-5, Article 1.05 DELETION: Delete entire section 1.05 A. Pre-Submittal Conference Specification Section 13610—Progra mmable Controller System Reference page 13610-4 DELETION: Delete entire section"2.05 SPARE PARTS AND EXPENDABLE MATERIALS" Reference page 13610-4, Article 2.06 MODIFICATION: Modify the entire sentence 2.06 A.6 to read as follows: 1000111 "Tower shall be Rohn Self-Supporting Tower Kit Part Number 25SS030" AW Specification 13650 -Control Panels and Enclosures—Reference page 13650-12 DELETION: Delete entire sentence 2.06 A.I "Two (2) spare control relays of each type used as specified in Part 2.04 of this section" DELETION: Delete entire sentence 2.06 A.2 "One (1) spare digital indicator as specified in section 2.01" DELETION: Delete entire sentence 2.06 A.3 "One (1) spare 24 V power supply as specified in Part 2.02 of this Section" Specification 16280—Power Factor Correction Capacitors— 1.02 Summary Clarification- The power factor correction capacitors are to be provided for the two 250 hp pump motors. The power factor correction capacitor for the future motor will be provided with the motor when the motor is installed. Specification 16280—Power Factor Correction Capacitors—Modify 2.02 L to read "L. Capacitor Units shall be the required KVAR size,480V, 3-phase, 60 Hertz. Capacitors shall be mounted above Motor Control Center." Appendix "G" — City Supplied Pump, Motor, and Base —certified pump, motor, and base dimensioned drawing as well the Peerless Pump Company Horizontal Centrifugal low Pump Installation Instruction Manual are provided asp of this addendum. Aligning, leveling, anchoring, and grouting of pump base shall be in accordance with Section 3 — "Installation". Per note #1 on the certified dimensioned drawing, Contractor shall fill base with grout and allow for '/4" to 1.5" of grout thickness between the concrete foundation pad and the bottom of the pump base. The dimensioned drawing shows the pump base to contain six I" diameter holes to anchor to the foundation. Contractor shall utilize 7/8" stainless steel anchors with minimum 7" embedment. Use non-shrink grout for pump base. DRAWINGS Plan Sheet 7 of 18—Contractor may utilize 30"x 20"MJ x MJ tees in lieu of FL x MJ tees for the pump station suction header,provided a restrained retainer gland is installed on the 20"outlet of the tee. In Sheet 9 of IS—Revise intake louver size to match louver schedule shown on Sheet H-2 (64"x 64"). In Sheet 10 of 13 — Revise fan louver size to match louver schedule shown on Sheet H-2 (48"x 48"). Plan Sheet 11 of 18—Revise fan louver to match louver schedules shown on Sheet H-2 (48" x 48"). Plan Sheet E03 Electrical Site Plan—Modify Note by Symbol I to read "Provide Hand Hole for Instrumentation Cables, Minimum size of 24"x 24"x 24"." Plan Sheet E04 New Pump Station Power Plan — Add General Note 2 "Generator Docking Station shall include internal bussing, in NEMA 3R Enclosure with lockable hinged door. Provide quick connect terminations for generator. Trystar Model GDS- 085P or Equal. Coordinate Connections with Generator." Plan Sheet E05 New Pump Station Control Plan — Modification, Change Notes by Symbol 8 to "Provide V2" Coaxial Cable to Antenna in 2" Conduit." Plan Sheet E09 Electrical Control Schematic—Replace with Reissued Sheet E09. Plan Sheet E09 Electrical Control Schematic — Clarification Exhaust Fan starters will be a simple On-Off-Auto. In the Auto Mode, the fans will be turned on and off by a thermostat. When the fans are running,they will open the corresponding louver. Plan Sheet Ell Electrical Interconnection Di aaram — Add two (2) pole 20 amp t5 breaker to Panel LA circuits 10 and 12 for Generator Heater. Modify description of circuit 14 to Generator Battery Charger. Plan Sheet 1-008 Instrumentation Typical Details - Reference detail G —Scada Antenna Detail MODIFICATION: Modify the "TOWER HEIGHT" column data to read as follows"30 feet" MODIFICATION: Modify the "ROHM MODEL" column data to read as follows"25SS030" MODIFICATION: Modify the "CONCRETE BASE"column data to read as follows "4 FEET—6 INCHES END OF ADDENDUM #1 00 42 43 BM PROPOSAL Past,I of 3 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application pmJwt here Infowmation Sidd&i Prolmal Bidfisq Item, Descyiption spe-6fication Unit of Bid unit Price Bid Value bim Section No. Measure Quantity Pump Station Site Work LS 1 2 Pump Station Site-reinf.concrete driveway/sidewalk SY 330 3 Pump Station Site-Asphalt Pavement Repair LF 235 4 Trench and Excavation Safe. LF 1 200 5 30"Buried Water Pipe and Fittings LF 869 6 36"Budied Water Pi e and Fitfi--- LF 311 7 30"Buried Gate Valve with Vault EA 1 8 Buried Gate Valve with Vault EA 1 9 Fire Hydrant Assembly EA 1 10 30"Ma g Meter With Vault EA I 11 PUME Station Foundation and Pre-CasLtuildin . LS 1 12 15,000 GaL Hydro-Pneurnatic Tank and Accessories LS I 13 Purro Station Mechanical LS I 14 Purn Station Paintin LS 1 15 Pump Station Heatinjand Ventilation LS I 16 Pump Station EleclAcal and Instrumentation LS I 17 InsWl Owner SuppVied Jockey PurTjpSysLeryi LS 1 1 18 HnstaBl Owner Supplied Pump,Motor and Base LS 1 19 Allowance-PLC Pro rarnrrmin and Seto. b YiSC ...LS 0 IL�00.00 $20000-00 ........ Total Base Bid ......................................... ........... ........................- Total Bid END of"SEC71710N CITY OF FORT WOR r1l STAwDARD C0NJTRU(,rj0N SprCTFWATION DOWUMENTS Addendumil-VdPmp=1WwWwe9 k'om Revised 20120120 D C3 cu 10 D ® m x au z K C3 w C3 w %a0 PMu , w a FT c .,. I I I J 8•Y .' CL IL 11, I.,. R! C3 ® Rz 0 co ' o� C"II (U Ul R— p. u ID u uluv, LQ W �u E 0 in R �n N i-- S v c¢.r o on cn w I— z .. 'V as = 0 � b''-- CU L � y.... _ 0 0) t� ra 0 rz Li LE L � 0 � z LE 'llI Li -j to z F,„ tag m z She CL �," v°• !^ CAE - X s„ J C3 f C3 0 C3 w —j w uj ED C'1 > CL. w IL v < eR� Rx rtu a Li taa vi C3 C3 L z z c -0 r. z u 6 0 Li a i PEERLESS PUMP Peerless Pump Company Horizontal Centrifugal Pumps , 1� Instructions • Installation • Operation • Maintenance 2880549 Rev.05 12005 Aow SECTION 1 SAFETY INSTRUCTIONS .......................................................... 3 SECTION 2 INTRODUCTION......................................................................... 6 SECTION INSTALLATION........................................................................... 6 LOCATION...............................................................................................................................6 FOUNDATION..........................................................................................................................6 MOUNTING AND LEVELING..................................................................................................7 ALIGNMENT............................................................................................................................7 GROUTING..............................................................................................................................9 PIPING ....................................................................................................................................8 DRIVER..................................................................................................................................1n DOWELING...........................................................................................................................11 SECTION 4 LUBRICATION.......................................................................... 15 COUPLINGS..........................................................................................................................Is | BEARINGS............................................................................................................................Y5 � RELUBRICATKJ0.................................................................................................................16 STUFFINGBOX.....................................................................................................................16 ������y� � Q�������y� 17 a�� ''--~~^'~^^~`~'^~~-~~^~~'-~'^-`^~'^-~-'^^^'^^`'~~'~ xPRIMING................................................................................................................................17 STARTING.............................................................................................................................17 SHUTDOWN.........................................................................................................................19 APPENDIX I LONG TERM STORAGE.-....~.-.-....-.-...........,-~.-.~..-,.~ 20 APR, ` ��. \ SECTION I Safety Instructions Read this entire bulletin before attempting om Install,operate mn repair this pump. Properly Installed, Peerless Pump will give you satisfactory, dependable service. We urge that you read cnmm/h m+ww step-by-step instru,umns, to simplify any problems of Installation,operation,mrrepair. GENERAL SAFETY INSTRUCTIONS • Failure u`read and comply with installation and operating mmtmetmn*will void the responsibility v,the manufacturer and may also result in bodily Injury as well om property damage. Peerless Pump requires that all personnel that are responsible for Installation,operation,or maintenance of the equipment have access to and study the product instruction manual(s)BEFORE any work Is done and that they comply with all local and industry u*sedyafety/nmurucumvm*mupoou/at/onm. • The bearing structure in all Peerless Pump horizontal products is not designed to accept external loads from belt drive arrangements. When it is necessary to belt drive the pump,the customer must provide a separate jack-shaft with a bearing structure suitable for the intended belt loading. • This bulletin/s intended tooem permanent part m your pump installation and should be preserved in a convenient location for ready reference. |r these instructions should become soiled,obtain a new copy from Peerless Pump. Include pump model upmr serial number with your request. The following documents are also considered part v,the instructions for use for this installation and should ua maintained iv the same way. " Repair instructions for the pump that are covered ma separate bulletin, ! n The performance curve(if suppoeu). v Outline dmwmg(s).and " Declaration of Conformance vr Incorporation(if supplied). � o Any other document that contains information concerning intended use or limits of use of this unit. • This pumping unit is designed to be operated within certain limits pertaining to fluid pump,driver conditions,etc.(see SECTION 14ua/ow). These limits are listed on the perfOrrnance curve,or on original contract documentation. Operation outside n/these limits may result in damage m the unit,personal injury,vr death. Consult your Peerless Pump representative for approval na need arises to operate outside m these limits. • Do not remove o,paint over any safety labels. n labels are lost or damaged,contact your Peerless Pump representative for replacement. • oo not exceed the forces^,moments specified on the outline drawing when connecting piping m the suction o,discharge flanges. • The area around the pump unit must be kept clear of debris to reduce the possibility of fire or explosion due to debris coming into contact with hot surfaces n,the unit. • oo NOT operate the unit with any nr the supplied guarding removed n,disabled. • Ensure that the driver is disabled andlor locked out when servicing the pump or coupling. • Access to the equipment should be restricted to the personnel responsible for installation,operation,and maintenance. These personnel must be trained,adequately qualified,and supplied with the appropriate tools for their respective tasks. • STERLING FLUID SYSTEMS requires that all personnel that are responsible for installation,operation,nr maintenance of the equipment,have access to and study the product instruction manual(s)BEFORE any work is done and that they will comply with all local and industry based safety instructions and regulations. • Do NOT wear loose or frayed clothing or jewelry that could catch on the controls or become trapped in the equipment. MECHANICAL HAZARDS CRUSHING HAZARDS • Use only qualified personnel(nomars)m lift o,move unit at any time. • Never lift unit using hooks nr slings onshafts. • Never place eyebolts in tapped holes except for removal of a part to perform service work(i.e.Use eyebolt in tapped hole in upper case half only m lift upper case half,not m lift entire vumn). • Use proper lifting techniques when manually lifting components—keep component close to body,back straight,lift with legs, oo NOT BEND ATWAIST. AML ~ o^not place hands under component m such a way that the component would fall cm the hands ndropped SHEARING HAZARDS ° Do NOT place fingers,hands,arms,etc.into the suction or discharge openings or into any other opening(such as the air relief valve ome). 00 NOT touch the impeller,/,rotated,this can cause severe injury. Tn prevent Ingress nr any nbjeots ��/n�epm�cumocn`emnrpa'maomom place uno/mmuvm/�neoemsa�mrmmtanaoun nmepookaommnrou�/nn�r discharge on`ee are removed for inspection purposes,replace afterwards to protect the pump and maintain safety. swnvwsLsmsmr*vZvRoS • The area between the stuffing box and bearing bracket is left open to allow for inspection and adjustment of packing. Do NOT place hands or fingers into this area. o^NOT wear loose clothing,long hair,p,jewelry around this area. Failure to abide uy this requirement could result m entanglement n,friction bums, IMPACT HAZARDS • Do not use excessive force when adjusting packing glands as wrench slippage can result in impact of the hand against the � omomn. ELECTRICAL HAZARDS � • Use only qualified electricians for electrical installation and maintenance. • Refer m manuals provided with electrical components and disconnect power supply ao recommended for servicing. • Ground the unit according to local codes. THERMAL HAZARDS • Most surfaces on the driver(engine nr motor)can become hut during normal operation. The stuffing box and bearing bracket areas on the pump can become hot in the event of a malfunction or maladjustment. These surfaces may remain hot for some time after the unit has been shut down. Use care when touching these surfaces and wear protective gloves ir necessary w touch these surfaces when hot. • n packing/o too tight,the drain water from the stuffing box can become hot enough m scald. Ensure that drain water/mnot 411111111"'. excessively hot before extensive contact. � NOISE HAZARDS • Noise levels,especially for diesel engine driven units,can exceed safe levels. Refer to the noise level published mthe accompanying documentation,and.if this noise level exceeds local code or safe levels,place the unit in a controlled access area and provide ear protection m personnel authorized m*e|n this area. • Fire pump units can start unexpectedly at any time. n the published noise level for afire pump unit/s above safe levels,ear protection should be carried by,or readily available to,all personnel authorized to be in the pump room with these units. PERSONAL PROTECTIVE EQUIPMENT • Wear eye protection a/all time m the vicinity of the unit. Wear ear protection when loud units are running. DRIVER HAZARDS • Refer to the manual(s)provided for the driver for specific hazards. General driver hazards are discussed below. MOTOR HAZARDS • Isolate the equipment before any maintenance work|sdone. Switch off the mains supply,remove fuses,apply lock-outs where applicable and affix suitable isolation warning signs to prevent inadvertent re-connection. • The motor can become hot during normal operation. These surfaces may remain hot for some time after the unit has been shut down. Use care when touching these surfaces and wear protective gloves if necessary to touch these surfaces when hot. DIESEL ENGINE HAZARDS • ISOLATE the equipment before any maintenance work is done. Switch off the main supply,remove fuses,apply lock-outs where applicable,and affix suitable isolation warning signs m prevent inadvertent re-connection. • DISCONNECT the batteries uv removal o/the NEGATIVE terminal connector. • oo NOT place tools onor near the batteries. This could result/na short circuit. • INSPECT ail cables for damage or signs of failure and replace immediately if damaged. • Most surfaces on the engine can become hot during /operation. These surfaces may remain hot for some time after the unit has been shut down. Use care when touching these surfaces and wear protective gloves if necessary to touch these surfaces when hot. Amok � 4 roaos+e � • Wear mcarry ear protection when working near the engine even nvmnot running,asvmay start unexpectedly if fitted with an automatic start control system. • pueL FUMES ARE HIGHLY FLAMMABLE! oo NOT refuel the engine when uu running o,is still hot from recent running. • When refueling,avoid breathing the fuel fumes,particularly if the pump;is installed in an enclosed pump room. Maintain maximum ventilation m clear the fumes quickly. • oo NOT start the engine while fuel fumes remain evident o,may uepresent. • Exhaust gases are hazardous;the exhaust system MUST be maintained free from leaks and directed to discharge in a safe area. • Battery gasses are hazardous and flammable. The battery area MUST b well ventilated m clear these gases quickly. • oo NOT store lubricants o,other volatile substances near the engine. These should ue placed ina designated area having o suitable storage enclosure. • ISOLATE the fuel supply to the engine BEFORE working on any part of the fuel supply or control system. Throughout the balance of this manual,safety instructions are marked with the following symbols: Safety Instructions for general mechanical aspects which must be complied with to ensure the required level of safety, are identified uy the symbol: If % Where electrical safety is involved,the safety instructions are identified by the symbol: Safety Instructions,which shall ue considered for reasons moaf,onenmonmmvnvmpornvmnvnnanum, ! protection of the pump u,pump unit itself,are marked uv the symbol: E� ' ^Vi WARRANTY � New equipment manufactured by Seller mwarranted to uv free from defects in material and workmanship under normal use and service for a period of one year from date of shipment;Seller's obligation under this warranty being limited to repairing or replacing vt its option any part found m its satisfaction mueoo defective provided that such part is,upon request,returned m Seller's factory from which it was shipped,transportation pepam This warranty does not cover parts damaged by decomposition from »emicm/ action or wear caused by abrasive materials,nor does it cover damage resulting from misuse,accident,neglect,or from improper operation, maintenance, installation, modification or adjustment. This warranty does not cover parts repaired outside Seller's factory without prior written approval. Seller makes no warranty as to starting equipment,electrical apparatus or other material not of its manufacture,since the same are usually covered by warranties of the respective manufacturers thereof. In the event, notwithstanding the terms of this agreement, it is determined by a court of competent jurisdiction that an express warranty has been given uv Seller m Purchaser with reupeommeheou.oanao/tyo,otma,xxepvmonmanoeooaramarmncvmsvm equipment. Seller's liability for umoox of the same shall be nm/mu to accepting emm of such equipment F.O.S. plant of manufacture,refunding any amount paid thereon by Purchaser(less depreciation at the rate of 1m%per ear x Purchaser has used equipment for more than thirty(30)days)and canceling any balance still owing on the equipment. This warranty is expressly in o*m of any other warranties, mvnrw*smd, or Implied, and Seller specifically disclaims any Implied warranty o,merchantability mr fitness for a particular purpose. See grouting requirement om page n. � 283054e SECTION 2 INTRODUCTION 1. This bulletin provides general instructions for the installation and operation of horizontal,centrifugal pumps manufactured by Peerless Pump,Indianapolis,Indiana. 2. After carefully uncrating or unpacking, check the equipment against the shipping papers and inspect for damage incurred during shipment. Immediately notify the carrier of any damage or shortage found. 3. If the pump is not to be installed immediately,it should be stored in a clean,dry area with protection from moisture,dust,dirt, and foreign bodies. For detailed instructions on long-term storage,see APPENDIX I at the end of this manual. 4. The type and size of pump was selected to meet requirements specified by purchaser, Among the more important are these: • Type of Liquid Pumped • Temperature,Viscosity,Specfflc Gravity • Flow Rate • Suction Pressure or Lift • Total Flead • Type Driver • Motor and its electric power supply characteristics • Engine • Steam turbine and its steam supply and exhaust conditions • Other(as described) EE� If any one of these requirements has changed since the order was placed,particularity the suction condition, we strongly recommend that such change be reviewed with the Peerless Pump representative, If the performance curve previously furnished has been lost,the representative will furnish another copy. Do not operate this pump at any pressure,flow rate,or liquid teiinperature other than those for which the pump was originally purchased. Do not pump any other liquid than the one for which the pump was originally purchased without the consent of Peerless Pump or its authorized representatives. Disregard of this warning can result In pump failure and serious personal Injury or death. A kf t7Qy1V Operation of the pump under condfflons differing widely from those for which the pump selection was based may result In reduced parts life, • inadequate NPSF1 at any capacity will result in cavitation damage to the impeller and casing, • Operation at a reduced capacity for prolonged periods may shorten the useful life of the seals or packing, shaft sleeves, bearings,and the shaft. Fire pumps are applied with full knowledge that operation at reduced capacity will occur. SECTION 3 INSTALLATION LOCATION I Select a location for the pumping unit(pump,base plate,coupling,and driver)that wilt • Be dean,well ventilated, property drained and provide accessibility for Inspection and maintenance(see outline drawing for dimension). Outdoor installations may require protection from the elements,particularly freezing. • The suction supply system must provide the pump with Net Positive Suction Head (NPSH) equal to or greater than that required by the purnp at any capacity on its operating curve. Ask your Peerless Pump representative for assistance If,you do not understand how to calculate or measure suction Supply system NPSH. FOUNDATION 2. Concrete,(reiniorced as necessary or required)is imost widely used for the foundation. In sufficient mass, it provides rigid support, which minimizes deflection and vibration. It may be located on soli, structural steel or building floors, provided the combined weight of the pumping unit and foundation does not exceed the allowable bearing load of the support.. Allowable beadng loads of structural steel and floors can be obtained from engineering handbooks; building codes of local communities give the recommended allowable bearing loads for different types of soll. 1 Before pouring the foundation,locate the foundation bolts by the use of a template frame and provide anchondge as shown in Figure 1, Seethe outline drawings furnished with each pump for the exact location of the foundation bolts. When pouring,allow for 6 2860549 a grout thickness of'/to 11%Inch. Roughen top surface to provide a good bond of the grout Ordinarily,the proportions used are 1. part cement to 8 parts sand and 4 parts medium aggregate. CROSS EGARD FOR HOLDING II4tT FOUNDATION DDL'T FOUNDATION EOLT a PUMP CASE TEMPLATE FRAME FLAT BASHER — FOUNDATION ASSEMBLY LT ,. `, .• ETA ° GRcu"r AS 'ter ` _.. CONCRETE T` pipF u FOUNDATION r` SLEEVE i MALLEABLE WASHER Figure 1 FOUNDATION LT LOCATION AND ANCHORAGE MOUNTING AND LEVELING CAUTION 4. Use qualified personnel(riggers)to lift or move unit at any time. Never lift unit using hooks or slings on shafts. Never place eyebolts in tapped holes except for removal of a part to perform service work. a 5. When the unit is received with the pump and the driver mounted on the base plate,it should be placed on the foundation and die coupling halves disconnected. The coupling should not be reconnected until the alignment operations have been completed. The base plate should be supported on rectangular metal blocks and shims or on metal wedges having a small taper. The support pieces should be placed close to the foundation bolts(Figure 2). On large units,small jacks made of cap screws and �� �� nuts are very convenient. In each case the supports should be directly under the part of the base plate carrying the greatest weight and spaced closely enough to give uniform support. A spacing of 24 inches is suggested orst medium size units. A gap of about%inches to 11A inch should be allowed between the base plate and the foundation for grouting, ► ',.;:_�`. 5. Adjust the metal supports or wedges until the shafts of the pump and Figure 2 ADJUSTING WEDGES FOR MOUNTING driver are level. Check the coupling faces as well as the suction and discharge flanges of the pump for horizontal or vertical position by means of a level. Correct the positions, if necessary, by adjusting the supports or wedges under the base plate as required. T. Pumps and drivers mounted on a common base plate were accurately aligned before shipment AN base plates are flexible to some extent and,therefore,must not be relied upon to maintain the factory alignment. 8. Realignment is necessary after the complete unit has been leveled on the foundation and again after Hie grout has set and foundation bolts have been tightened. The alignment must be checked after the unit is piped and rechecked perllocilcally as outlined in the following paragraphs. To facilitate accurate field alignment,we do not dowel the pumps or drivers on the base plates before shipment. ALIGNMENT 9. Reliable, trouble-free, and efficient operation of a pumping unit requires correct alignment of pump and driver shafts. Misalignment may be the cause of. • Noisy pump operation • Vibration • Premature bearing failure 7 2880549 . Excessive coupling wear 10. Factors that may change the alignment of the pumping unit are: • Setting m the foundation • Springing m the base plate • Piping strains • Settling u,the building • Shift m pump m driver^n the foundation 11. The following checking procedure applies mo pumping unit consisting ofapump, flexible coupling,and driver mounted nna common base plate. Check alignment esfollows: • Disconnect the coupling halves, • Set the coupling gap m the dimension shown in Table 1.Table a.oron outline drawings. ° Test for parallel and angular alignment with a straight edge and feeler gauge as shown in manufacturers instructions(at the � end of this section). With coupling halves stationary, make trials at four places 900 apart. Perfect alignment occurs when a ! straight edge is level across the coupling halves and the same gauge just enters between the halves, both conditions at all points. ° ^malternate test for parallel and angular alignment may u meua with a mo/ mu/uam, muu^=u as shown in Figure o. pmu*sm as mnvwo: • Scribe the index lines on the coupling halves(as shown)o,mark where the indicator point rests. AV- F/murou TESTING ALIGNMENT,DIAL INDICATOR � • Set indicator dial mzero. • Slowly turn BOTH coupling halves so that index lines match,or indicator point is always on the mark. • Observe dial reading m determine whether pump vr driver needs adjustment. • Acceptable parallel and angular alignment occurs when total indicator reading(complete turn)does not exceed limits shown on either u tag or decal vn the unit v,vn the unit outline drawing. 12. When significant operating temperature differential will exist between the pump and driver(i.e.steam turbine drive with pump handling cold liquid),thermal growth will cause the hotter unit to rise. Compensate for this growth by initially setting the hotter unit o.000 inch mo.00n inch low. When both units are at normal operating temperature,o final check m coupling alignment must ue moue. Correct the alignment nnecessary. NOTE Check for correct electric motor rotation as described in the two bullet points under paragraph 23 below while coupling halves are disconnected. 13. Correct for excessive parallel and angular misalignment by slightly umnmo the leveling eouoeo under the uusan/ate. Tap lightly(in o,out)with uhammer. Retest alignment after each shifting mawedge. • In some instances,for factory-aligned pumping units,it may be necessary to change the shims under the pump or driver,or even relocate these factory-positioned units on the base plate. Make such changes only after it is certain alignment cannot be obtained uy shifting m the wedges. ~ n wedges are shifted or shims changed a substantial amount to obtain proper alignment, recheck the piping alignment and level m the shafts, NOTE Pumping unit shafts must ue level,have proper alignment and the piping must mate with the pump flanges without strain. All three conditions must be correct to provide proper performance and long life of the pumping unit. 14. Recheck alignment,and correct us required,after: • Mounting • The grout has hardened . Foundation ' 2880549 8 • Piping is connected ~ Pump,driver,mbase plate m moved for any reason. GROUTING Unless otherwise specified on the unit outline drawing,the base plate must be completely filled with grout and the leveling wedges grouted In place. The product warranty Is void If this Instruction Is not followed. 16. When the alignment Is correct,the foundation bolts should be tightened evenly but not too firmly. The unit can then be grouted to the Foundation � hours after pouring. Installation without grout completely filling the base plate Is acceptable only when recommended by / specific notation om the unit outline drawing. 1r. Grouting that completely fills a base plate(n also necessary for minimum vibration levels,since u very stiff base in uneconomical and unnecessary except for portable units. Grout compensates for unevenness m the foundation and base plate and distributes the weight of the unit uniformly over the foundation. It also prevents the unit from shifting after mounting and alignment. um essential that the pumping unit uoexpertly grouted uv use n,non-shrinking grout The mix required varies with the type mw unit toum grouted,location,and amount mgrout, The Instructions Included with the not- shrinking grout package will pnwiuo the revmi,o« mmmmauo^for the proper mix for imm,iuvm|applications. Grout the unit m"follows: • auou a mnn of n/p°vou or m/xx planking around the foundation to contain the grout. Support au^«uato/' to prevent uomnmonon. • Follow the grout manufacturer's recommendations for proper surface preparation. • Pour the grout through the holes provided in the base plate o,through open onuoo,otee/xxonno/uuoen/atem. While pouring, tamp liberally in order to fill all cavities and prevent air pockets. If tamping does not eliminate all air pockets,drill small vent holes through the base surface. • After the grout has thoroughly hardened,tighten the foundation bolts and connect the piping. os CERTAIN PIPING DOES morsrn�/mpuwp . T • Check the alignment after the piping m connected and the foundation bolts are tightened. • Connect the coupling halves. • When the umm has mumuunly uneu, paint the exposed mu000 to prevent air and mu/omm from oummo in contact with the grout. PIPING 18. The ommun and u/ochmme piping o»uum be unangwu for the simplest, most direct /u'om' to be of sufficient size and be internally free of foreign material. The n|nmn mum never be nvnou into position by the nunom bolts. It must be muononuenuy supported u arranged so that / u o^mmonon' due to temperature oxvnoev, will not uuuoo misalignment. If the installation requires a low noise level of operation,the suction and discharge piping of the system should be connected to the pump suction and discharge flanges with rubber flexible connectors. 1e. The suction piping,n not installed properly,ioe potential source o,faulty operation. ro achieve best performance,provide for the following: • Suction fines,when operating under suction lift,must be kept absolutely free from air leaks. • The suction pipe,when operating under suction lift,must be at least one pipe diameter larger than the pump suction nozzle. In order to nm,ont eddies and ,vmoeo, the end of the aum|un pipe must be at/nam two pipe diameters be/ow the free liquid surface. na foot valve|a used m facilitate priming,the foot valve must have u minimum flow area 1u times the area vrthe suction pipe. The iuction at all points and should not contain loops or high spots In which air can bb trapped. ~ A strainer should be installed in the suction line. The screen must be checked and cleaned periodically. The openings in the screen must o*smaller than the sphere size allotted for the impeller. • A pump operating under suction lift should never use agate or globe valve in the suction line. • The suction piping size,when operating under suction pressure,may be equal to,but never less than the suction nozzle size. • Available wpax must ue greater than the wps*requirement o,the pump. • Piping 000vm be cleaned moomummu/y and chemioa/h, and flushed prior to installing the pump. A/mme number vrpump packing,mechanical seal and seizure troubles are due to improperly cleaned systems. • The pump should also be Inspected internally for foreign matter that may have entered the pump. � Q 2880549 AIR POCKET 7 MIT ° V IFICORRECT RRECT CORRECT CORRECT e AIR POCKET AIR POCKET INCORRECT CORRECT AECORRECT �..d CORRECT Figure 4 SUCTION PIPING ARRANGEMENTS IVY 20 When the driver of the pumping unit is to be mounted In the field on a base plate furnished by Peerless Pump,the driver bolt holes for some models niusst be added as folk wse Set the base plate with the purnp on the foundation and level the unit as in paragraph 11 above. Set the driver on the base plate, and aiign the coupling halves as described in paragraph '13 above for parallel alignrrwt.. Mark the driver bolt holm.„. Remove the driver and drIIO and tap the base plate for the d6ver bolts, Set the driver on the base plate and align completely, 21. Safe and effaclent operation of a pumping unki dflvern by an engine,whether gas,diesel,or gasoline,requires the installation to satisfy fire fallowing regOmments s • Be well ventilated In order to keep the ambient temperature as law as possible. Taking 601 Ip as a datum point, every`I V F rise In temperature reduces the horsepower of the engine by approsdmaaWy f • IDrovide ample air for proper combuustbon, • Provkie the engine with an efficient eudsasuust system so that the cor nbuustion gasses discharge with a minimum of backpessure. 10 2880 549 ° Provide for m fuel system madequate capacity that meets the local codes. ° Provide ample accessibility m service engine. ° Provide correct rotation of the pump. Engine rotation|s determined at the factory. w^change of engine rotation can ummade m the field. co. It is recommended that the operator become familiar with the installation and service manual supplied by the m^oma manufaumrer. uo, For elecWc motor drives,connect power supply to conform to national and local codes, Line voltage and wire capacity must match the ratings stamped nn the motor nameplate. • Only when the coupling halves are uisoonnemeu, momentarily energize the motor to check that rotation is in the same direction au the arrow un the pump. ^ n motor im three-phase type,reverse rotation(if required)by inter-changing any two of the three power leads. The rotation of most single-phase motors/u fixed ur internal wiring and cannot ue easily changed. DOWELING z4. rn comply with Hydraulic Institute recommendations, all pumps should be dowelled. Pump feet can be drilled for dowels at the factory vrm the field. Bases ur risers are not drilled at the factory, xm. Doweling the pump accomplishes the following: • Prevents lateral movement. • Eases realignment n the pump/o removed from the base. • Temporarily holds the pump should the hold down bolts loosen. 26. we recommend installation u,straight dowel pins am shown m Figure oaafollows: AVb, ° Check the coupling alignment after the unit has been in operation approximately one week. ounem nnouessary (refer to paragraphs 10 and 14uuuve) � . • Through opposite pump feet,drill through the riser(if used)and into the base(when necesmun0.holes of the same diameter ('/m inch less than dowel n/n)asm the feet m the proper depth for the pins(see Figure m). Clean out the chips. • Ream the holes in the pump feet and base to the proper diameter for the pins(light push fit). Clean out the chips. • Install a spare nut(or cap)on the pins to prevent damaging the threads. Insert pins to a depth that leaves sufficient thread to attach nut. • Attach nuts and tighten—uu not pull dowel. • If the pump was not drilled at the factory for dowels,use the following to determine dowel pin diameter. Measure the mounting bolt hole diameter m the pump foot. • Dowel diameter Foot bolt hole diameter minus mu^. DOWE PUMP FOOT RISER BASE NO RISER UNDER PUMP RISER HEIGHT 1"OR LESS Figure 5 DOWELING METHODS � 2880549 11 INSTRUCTIONS PEERLESS PUMPS WITH FALK STEELFLEX COUPLINGS (Reprinted with permission of the Falk Corp.) , ,_ GAP AND ANGULAR ALIGNMENT Use a spacer bar equal in thickness to the gap specified in'Table I. Insert bar,as shown,to the same depth at 90®intervals and measure clearance between bar and hub face with feelers. The difference In minimum and maximum measurements must not exceed-the ANGULAR limit specified In Table I„ j i i OFFSET ALIGNMENT Align so that a straight edge rests squarer(or within the limits spedfied in Table I)on both hubs as shown and also at 901 intervals. Check with feelers. The clearance must not exceed the OFFSET limit specified In Table 1. Tighten all foundation bolts and repeat Steps 2 and 3.. Realign coupling if necessary. NOM Use a dial indicator for more accurate afignrnent, i INSERT GRID Pack gap and grooves with specified lubricant before inserting grid. When gutds are furnished in two or more segments,install them so that all cut ends extend In the same direction;this will permit cover Installation. Spread the grid slightly to pass it over the coupling teeth and seat with a soft mallet. rk9�i 'r r+ 12 2680549 NOTE:COVER MAY BE EITHER OF TWO TYPES AS SHOWN BELOW. X. f z'E•_� � �tiY�p9� � 4a & rrrr y _ ;r- o- VERTICAL SPLIT STEEL COVER PACK WITH GREASE AND ASSEMBLE COVERS Pack the spaces between and around the grid with as much lubricant as possible and wipe off excess flush with top of grid. Make certain tube plugs are removed to ease in cover assembly. Slide cover halves with seals onto hubs and position with lube holes 180 apart(90 apart for Sizes 150 through 170). Line up cover and gasket bolt holes and secure with fasteners;tighten to torque specified in Table 1. CAUTION: Make certain lube plugs are installed before operating. HORIZONTAL SPLIT ALUMINUM COVER - .d YA'F�Mi2K h' TCHU'V u weUm WMCA`cwpurm PACK WITH GREASE AND ASSEMBLE COVERS Pack the spaces between and around the grid with as much lubricant as possible and wipe off excess flush with top of grid. Position seals on hubs to line up with grooves in cover. Position gaskets on flange of lower cover half and assemble covers so that the match marks are on the same side(see above). if shafts are not level(horizontal)or coupling is to be used vertically,assemble cover halves with the lug and match mark UP,or on the high Side. Secure cover halves with fasteners and tighten to torque specified in Table 1. (Note that Sizes 20 through 70 have a self-locking feature for the stop nuts.) CAUTION:Make certain lobe plugs are installed before operating. 13 2880549 FALK STEELFLEX COUPLINGS,continued MYSTALLA-110N DATA (Dlrnonslans.Inches) PERIODIC LUBRICATION aperahng. cov�ww—Speed Lebo VV IRemove both lobe plugs and insert lobe titling, Ffli with recommended lubricant until SIZE CAP Aloweel uffft an excess appears at the opposite holle. CAIJTlCN� Make certain all plugs have been Ci7f—Set -Ar—gUW inserted after lubricating. (Max) (M-) 20T 125 �005 .005 100 7500 0,06 COUPLING DISASSEMBLY AND GRID REMOVAL . 30T .125 .005 .005 100 4500 0,06 40T 125 ,005 =5 100 4500 0A2 Whenever it is necessary to 50T 125 .005 .005 200 4500 0,12 disconnect the coupling, remove the . ...... cover halves and grid. A round rod 60T 125 V0 .010 200 4350 0.19 or screwdriver that vAll conveniently 70T �125 010 110 200 4125 0.19 flit irdo the open ll p ends oll 4 grid 80T 125 .010 .010 200 3600 0.38 is required. Begin at the open end of the grid section and insert the rod or 90T .125 V2 012 200 3600 0.56 screwdriver into the loop ends. Use 100T 188 .012 V2 260 2440 0.94 the teeth adjacent to each loop as a 1107 188 412 .012 260 2250 1w10 fulcrum and pry the grid out radially 120T .250 .012 M12 650 2025 1.60 in n even, gradual stages, proceeding 1301" .250 .012 ,012 650 1800 2,00 alteniately from side to side. I 140T 1.2501 015 1 .0151 650 1 1650 2.50 'AkwmqAWw1hn two Ints re*xoo C044*V ire. WOODS SURE-FLEX COUPLINGS INSTALLATION INSTRUCTIONS TYPE J,S,AND SC (Reprinted Wtlh permission of T,13.Woods S=Co.) Sure-Flex flanges(outer metallic parts)arld sleeves(inner dastomeric irmerrulbersj , r come in many sizes and types. All rubber sleeves(EPOM and Neoprene)have the same ratings for a given size and may be used interchangeably, Hytref sleeves,however,have completely different ratings., Rubber sleeves must not 0, liia size and T be substituted for Hytrel.®r Hytrell for rubber. Rrst,determine the si nge type of comporients being used. Remove all componw,its from their boxes,and k3rs too, "ce. (Do not attempt to 1­7 'Ire-Flex sely assemble the coupflng on any convenient suffa X install the wire ring an the two-piece E ar N sleeve at thls time,) q 1, inspect all coupling components and remove any protective coatings or lubricants from bores,mating surfaces and fasteners. IRemove any existing burra,etc.from the shah, Z Slide one coupling flange onto eacli shaft,using snug fitting keys. 1 Posl[tion the Ranges on the shafts so that earA,i shaft extends into each Range a:minim um length equal to the shaft diarneter. Tighten one flange in its final position. Slide the other lar enough ayvay to install the sleeve. With a two-piece sleeve.,do not I-nove the wire ling to its final posifforr allow N to hang toosely in the groove adjacent to the teeth,as sl":own, T,.ABLE2,,-FASTENER rORQUEVALUES OtAbs.) .............. anu P�S TYPE SC' t'Set Scyaw over COU0119 2 Set 2 Set 4v SiZ9 Screws Screws Cap qcraws Keyway in at 1309 -qt go to Hub Hub -7- "1"1 3 3 Ik4 13 z 7 13, 13 6 33 Ila 9 23 rho 7 1,3 13 10' 0 2-3 23 23 9 111�`J 3 1 23 f 10 So M 3 C Slide the lease Range on the shaft until the sleeve is completely 12 50 1.S.a 1.00 seated in the teeth of each flange. Tighten alt fasteners to the 3 1.00 j sa 165 values given in l"ab 1 le 2. 14• 1.0f] 1 SU 1;6i'3. Cbupiung sizo is rriarked oh flanges 1 4 2880549 & Check parallel alignment by piacing a straightedge across the tow coupling flanges and measuring the maximum off-set at various points around the periphery of the coupling,, DO NOT rotate the coupling. If the maxiinum offset exceeds the figure shown under"Parallel"in Table 3,realign the coupling. & Check angular afignment with a micrometer or caliper. Measure from Me outside of one flange to Uie outside of the other at Intervals around the periphery of ft coupling. Determine Vie maximum and minimum dimensions. DO NOT rotate the coupilng. The difference between the maximum and minimum must not exceed the figure given under'Angulav'In Table 3. If a correction is necessary,be sure to recheck the parallel alignment. (note: For maximum life,keep nilsafignment values as rear to zero as passilbie:) Parallel Angular TABLE 3-MAXIMUM ALLOWABLE MISALIGNMENT (Dimensions in inc es) SLEEV G TYPES u JNS,E,&N TYPE H&HS' LSIZE 11MENSION PARALLEL ANGULAR PARALLEL ANGULAR 3 318 .010 .035 4 5/8 .010 .043 NOTE: Periodically check elastameric coupling sleeves for any 5 314 .015 .056 -® - visible evidence of deterioration. If deterioration is apparent,the 6 718 .015 ,0• 0 ,010 .016 coupiing sleeve must be reIlAaced, 7 1 .020 .081 .012 .020 X. If the coupfing employs line two-piece sleeve with the wire flng, 8 1 1118 020 .094 .01 5 .025 force the drig into its groove in the center of he sleeve. It may 9 1 '7/16 .025 .109 .0,17 .028 be necessary to pry the if lig into position with a blunt screwdriver, 10 1 5/8 .025 128 .020 032 Check safety codes and install protective guards or shields as 11 1 '718 .032 A 51 .022 .037 required. 12 2 5M6 .032 175 .025 .042 Caution: Coupling sleeves may be thrown from the assembly 13 2 11/16 .040 A 95 .030 .050 when subjected to a severe shock load. 14 3 1/4 .045 0242 .035 .060 16 .062 1 .330 Orr ` NOTE:Values shami above appiy if the actimd tovque transmlfted is more then 114 the omoing MYKj. F0fL Wssar kprqw,reduce rm above values lby W. 'Type l• Weeves (cranlre should nd be used es direct retrkwernents W EPDM cx Neopmrw deaves(Ible SECTION 4 LUBRICATION COUPLINGS 1, CoupiIngs with elastomeric drive pads do not require Wbrication, Most other coulitilngs require some forrn of lubrication, After cornplefion of Installation and aIlgrirrmirt, and before operatft Vie unit, iublicate coupling in accordaince with manufacturer'$ specific instructions contained in the pump Installation packet or on an Instruction tag. BEARINGS 2, Reasonable care and proper lubrication of pump beadngs vAll resulit in many years of seNce. Lubricant Is normally grease„oil is opdonW on some purnip types. The lubricant provides a film between the rolling elements and races, giving low friction, and preventing excessIve temperature rise and corrosion, 3. The normal life of bearings is terminated only by fatigue. Improper kibricadon practices are the primary cause of failure. Good practice includes the following: • Keep lubricant dean. provide,and use,a dust tight cover an the storage Container. • Use the oldest lubricant first. • Clean pump lubricant fittings before re-lubricating w0l grease. • Use clean dispensing eqWriment, • Use the proper amount of lubricant too rnuch result In churning, unnecessary power consumption, rapid heating to a high temperature and Inadequate itibrication. • Use the proper lubricant.. o Grease ­ IAN= soap base, meeting 1qafioq,ial I tiliftwing Grease Institute Grade 2 spedficallons. Tift has a safe operating temperatUre op to 250"F. 1 5 2880549 .Allllh� ` • cm—seeMamtenance and Repair instructions. • Some pumps are built with 'Lifetime" sealed uearinoo, requiring nure-lubrication or maintenance. Such pumps are not provided with external lubrication fittings. OPERATING TEMPERATURE 4. Use nr the lubricants and procedures given m this bulletin will allow safe operation at bearing temperatures u»t00000p. o. x mow normal operating temperature is not a sign of bearing failure. Normal temperatures vary with the seasons and environment and may range from o to approximately uoo" F. m continuous rise (determine as shown in Figure m) from the | mstamis»wm, normal operating temperature indicates trouble and probable failure of the bearing. Shut down the pump � immediately. Disassemble,clean and inspect the bearing;replace un required. Refer to Maintenance and Repair instructions. � THERMOMETER COAT BULB OuS|Ns HOUSING WITH PUTTY �� Figure sMsmSupwmGoEA�mGrsMpeRAruRE RE-LUBRICATION Grease s. Grease that has been in service does not'Wear It needs renworm only because of contamination by dust, metal � pa rticles, moisture,m�'�mow �mnemmm breakdown. � uunoa� bea n nom as follows (with the pump; shutdown): pmmna have been provided with the initial supply or grease m the bearings. • Thoroughly clean grease fittings and outside o/the bearing housing. • Inject clean,new grease,forcing out the old through the small opening between the shaft and the bearing housing. • Start and run the pump for a short time m eject any excess grease. oil r. See Maintenance and Repair instructions. STUFFING BOX u. The function of a stuffing box is to limit or eliminate leakage of the pumped fluid and to prevent air from entering along the shaft. Pumps are equipped with packing or mechanical shaft seals. These instructions are intended for pumping units handling water. Packed Type Seal o. Apm*eu type stuffing box must correspond tomesuunonunrmnmm`mmemmonano^ The pump/usxipno with the packing installed unless otherwise specified bv the customer. Check the packing carefully,allowing a slight leakage for lubrication. Never force the packing into a leak-proof position since this will create excessive friction and cause damage wthe packing or shaft sleeve. Maximum packing life can»e expected when the leakage approximates a minimum o/*o-ao drops per minute, Anmvci/on of leakage considerably muuoem the life o/both the packing and shaft sleeve. V leakage|m excnsm/,e, tighten the gland uo/m evenly,about 1mn/a turn atatime. Do not be confused if the leakage seems to increase after and adjustment of the packing has been made. The leakage will normally reduce after a period m time am the packing adjusts itself w its new position. |t should»r kept in i u that it takes time for newly installed packing to "run-in" and that during this mu/a/ pew^u. frequent attention and adjustments are necessary. It sometimes takes several days to achieve the desired results. Peerless Pump recommends the use of lantern rings and water seal lines only when suction pressure is less than 30 psig. 10. Replacement packing can be obtained from Peerless Pump or from your local packing supplier. Mechanical Shaft Seal 11. The mechanical shaft seal is adjusted at the factory and no further adjustment is required except for a short run-in period. Follow the recommendations made by the shaft seal manufacturer to obtain good performance and life. A01" Y 16 2880549 ws Special Shaft Seal 12. x separate special instruction is included for any pumps shaft seals. This same instruction � will specify any required system piping that is required by the shaft seal arrangement. The pump sectional drawing will completely / describe the construction o,any special shaft seal. NOTE The types of packing listed in Table 1 are for use with water pumps. Pumps handling other liquids may require special types other than those listed. Table 1 RECOMMENDED STUFFING BOX PACKING ARRANGEMENTS SUC71ON PRESSURE PACKING SHAFT SLEEVE LEAKAGE RANGE RATE PTFE graphited synthetic latticed braided SAE 40 Bronze or Stainless 50 drops/minute 6.0 psiA—100 psiG Crane C1 065 or C1 070 Steel Continuous carbon filament yam,latticed SAE 4 1 0 Bronze or Stainless 100—175 psiG braided packing containing colloidal graphite Steel 1/3 pint/minute Crane C1627 Continuous carbon filament yam,latticed 175—250 psiG braided packing containing colloidal graphite Hardened Stainless Steel 1 pint/minute I Crane C1627 NOTE All UIJULC listed fire pumps will have water seal piping only when suction pressure is less than 30 PSIG. All pw approved fire pumps will have water seal piping regardless of the suction pressure. NOTE AOL See supplemental instruction 4onoozz for high-pressure fire pump applications. � SECTION 5 OPERATION NOTE Pump cases of steel,cast iron,and especially all iron pumps must be thoroughly flushed prior to initial start-up mam,m*`mamm�/o^v,p/pmRsystems. �_______� PRIMING 1. A centrifugal pump must ue primed before x can uo operated. n run u damage can occur m close-clearance rotating parts. Also,n not primed properly,u will not deliver fluid. Prime m one vr the following ways: • If the system has suction pressure,bleed all air from the pump casing and suction pipe by opening the petcock(s)at the top of the pump. Rotate the shaft a few times if possible to evacuate any air trapped inside the impeller passages. • If the system has a suction lift and there is a foot valve in the suction pipe,fill the pump casing and suction pipe with water from an outside source. At the same time,let the trapped air escape through the pwtcovk(o)at the top v,the pump. • If the system has a suction lift but no foot valve,use a Vacuum pump or ejector operated by air,steam,water,engine exhaust, etc.,to evacuate the air from the pump case and suction pipe by connecting the ejector to the priming connection on the top of the pump. STARTING u. When making an initial start,after installation vr major maintenance check the following: • oonnm installation and rotation munvec • Coupling alignment. • Bearing lubrication on pump and driver • Proper lubrication for stumn boxes. For pumps xumms mechanical oxan ueals, maw* certain that the liquid temperature, pressure,cooling and lubrication of seal faces all meet the manufacturers requirements. A011- 2880549 17 i • Gauges(V used)of correct range and in good condition. • AD foundation,pump,and driver belts property tightened. All external fasteners(nuts,bolts,screws)on pump chocked against recommended torque values. • Suction screens are in place. • Recirculation orifice(or d re),when installed,must be open during starting.. It should be closed during normal operation.. 1 Start the pump as follows: • When possible,turn the pump shaft by hand to make sure that parts do not bind. • Close the discharge valve. (Pumps started with an ojmn valve require more stadang torqui • Open the suction valve Of usedS, • Prime the pump. • Start the driver. Open the discharge valve as soon as operating speed is reached. 4. Only brief perms of operation during start-sap and shutdown are perrra'issible with a closed discharge valve without piping provisions of the release of heat. Prolonged operation at less than 15 to 20%of the pump's rated capacity will cause heating of the fluid pumped, Impeller erosion,short life of bearings,and packing or mechanical seats due to stress or vibration. Some pumps may incur shaft damage and wear on stationary parts Variable RPLI ddves maybe unstable. 5 During new systern tests,check oast„early part load systeirn operation,or whern prrrionged operation at less than about 15%of rated capacity is possible,installation of a pump bypass is recommended as gerui shown fin Figure 7, TO SUanrrora SOURCE rVALVIE E Figure 7 PUMP BYPASS t ARRANGEMENT' FROM .►SUCTION SUCTION PUMP SOURCE TO SYSTEM..- -�-DISCHARGE NOTE.PUMP PICTURED IS•gler. EXACT FOR ALL TYPES OF,PUMPS CAUTION A!* OPERATION OF THE PUMP WITH FLOW ONLY THROUGH THE BYPASS PIPING IS NOT ALLOWABLE, T Installation of the bypass piping back to the suction source is rec.-mirmerodled„ bypass must never be piped FT-ENMT NI ^ closer than 10 pipe diameters to the pump suction flange. "' 5. A thermostatic valve(or its automatic equivalent)can be substituted for the manual globe valve with Us bulb located in the discharge pipe close-to the pump. 'yn With the bypass valve open,the pump can be operated above about 20%of its rated capacity and incur little or no erosion or other parts darmage, When the piump operates at or near normal capaidly,the bypass valve Is to be closed. Irinportari Small volume closed systems may require special cooling arrangements,not Just as pump bypass. 5. Operation for prolonged periods at flow rates higher than those given to the pump manufacturer at the time the pump was selected and purchased can cause cavitation„driver overload,nclse,and other"problenns. AVOW, 18 2$50549 CAUTION Consult with the factory when operating conditions will be different than those for which the pump was purchased. • Important: ATTENTION For systems with water over 180°F,use of a recirculation orifice(or device)piped all the way back to the suction supply source is mandatory to avoid flashing(caused by heating of the water)at low flow rates. The reliability of any automatic device must be high and monitors may be installed to warn of malfunction or to cause pump shutdown. 9. After the pump has run a reasonable time,measure the temperature of bearing and stuffing box housings(see Figure 6). The temperature of the stuffing box should approximate that of the pumped liquid. If it is to hot(overheats),the packing is too tight. Stop the pump and repack. See Maintenance and Repair Instructions. 10. Refer to Maintenance and Repair instructions for aid in overcoming trouble in operation. HUT DOWN 11. The pump may be stopped with the discharge valve open, as no damage results if water flows back through the casing. Electric motors are free to rotate and may safely run backwards at approximately 1.25 times the rated forward speed. The pump prime may be lost if shut down with an open discharge valve. It may be unwise to leave the discharge valve open on a pump in a manifold system,as short-circuiting may result. Shut down as follows: • Recirculation orifice(or device),when installed,must be open during shutdown. • Close the discharge valve. • Shut down the driver. If a motor,press the STOP button or open the switch;if an engine,follow the procedure recommended by the manufacturer in Operating instructions. • Turn off all cooling water lines. 12. If water in the lines or pump casing might freeze when shutdown,drain completely. 19 2880549 A60h, APPENDIX I LONGTERM STORAGE I. Thoroughly drain the PLMP if it has bee In service. c. If the pump is a packed type pump,remove the stuffing box packing. Discard if the pump has been in service. o. Spray the interior portion of the pump case and the pump stuffing box with a water-soluble type of rust preventative. +. Cover the pump suction and discharge flanges with full natural rubber gasket material and blank off these openings with metal blank flanges and a minimum o,four full size bolts, o. Cover the pump stuffing box opening with a non-hygroscopic tape. nnnnckmutynepump.mmpaoxinoo/anumoyumlemon the pump shaft,but must ue wired o,otherwise securely fastened mposition. o. Coat all exposed machined surfaces with a rust preventative material that /a readily removable with a petroleum uunxute product. r. Make sure that all exposed painted Surfaces are dry,clean,and free mgrease and other contaminates. o. Cover the pump with u weather ea/otont omm, of waterproof paper or p|aono to prohibit the build-up or dirt and uvat accumulations. e� Inspect the pump ot regular intervals during the period mstorage. 10. Rotate the shaft uy hand every 4mo weeks m prevent pitting of the bearings. 11. For the driver and other supplied equipment,follow the long term storage procedures specified in the manuals included with the equipment. 12. To place the unit in, o,return the unit to, oo,woo, properly remove all protective coatings and install or reinstall packing as described m the repair and maintenance instructions provided with the pump. AIM. 20 2880549 I I �. AfERIESS A1�l�A Peerless Pump Company P. O.box 7026 Indianapolis, IN 46207-7026 Phone: (317)925-9661 Fax: (317)924-7388 22 2880549 ........... 10,00 1 u bmft s�gwmd and semed angirlecring d &occor&oce �Rh cument 8 Cada odopted by Fart Wart'', P�,VMFI STATKD°�� ELEVA70NS SECTIO[\� AEW 2, I'llecast w,10 nluUdhq ..PPUS, SIN H bmit marnpAv M the cde 1 5' llbuHd3r'qu mctmrktw finWi to ffie O.ne, ft,m flpjjpm"e Ipnor tr::, F(36ng S c),tj t beq n6mj mark, 3, Pump Mafkm mame slhoi'lx ,I , w , '91 -------- IaUllntw� to the L,06,,g ................... 19"holli The ........ �ncorpcmted into huAding with 011 by mAd�nj suppNe, ................................... rf-,, .—�I..,.,__.,^.""..._ „� z�"m �, 5, CmfimcWr Oind 156�ding SUPpUm 00 coordhate ON .01111 ry 03" Oind roof pometniUons as �Wi o� WN:S-1,RA iC�'/ as requ6md kvndaVon mnbmls,anau.ra fttlq, 0 _..._I,.._ m_ .. ._,,.,_ _._....�.,.�_........... ..�,...,m 4""G mmhPoF"r 5T�n 11;)I'M..�..... _,..,__ N, .. _. ,.. ........ .. ,.....w.w.. ,... 6� OutraWa WdMer mhoM The Nm nounted to bugd ng woIll pan s0 fm mqOred to Support 11,00f �cddarl .................I.................... ................. 11 ..................... �2' wide, 10' NA ZZ ........................ RO Up Door Gantqi,cd on WW� .............. ............... (S;e: 08 10 M) 5470 ........... ............................... .............. 131 111111111 r,717, Jp, rd [ ......... ..................---- wms' ............ aat 927 TIMM 20 Is ............. ............................. Or, 1, Pirecast wait buiWnq suppt er Sh S.bm4 3�gncd and sea�ed PUV�:) SIATON ELEVATONS SECI�Tl VEW engoneening drawflnqi, designed �n orcordance wO current Sc(fle 1 5' IBC CcKse cdolpted lhy Fod 2, Pmmmt my bold�inq s,,pp4er ahing "Iclit") Sh'.0 wbnnft %of p4m of Bette " bl'!➢j6ng axiv,Oor Kin Ol to tow C.,'d' fo, oppomml p6w to beg�nnk'q wuar k. 3. po mp Wakkx' "ame shdt be Mods WO, Q[umdp.m WteNng, to the WKing� 4. F,on Woth kmqo 'hO be mcorponated (nko bulding ,6 locIl"I'm led Ily the s.1plDge, shafll coo,610to tM cg cAnd aof ponetraCons is �0 as nequhed toundoWn ainllmls, r r W & Qm6nctoa and bvd61ng .......... ......... ............. fi, Cul:5W' ludoev shc6l be ,curAfid t. b,04"g �0 pa,W 3' 0�, mq6red W ljupw� oaf ladder, ............ ... ............. ........... ........................... .................................. ........... 85470 reset r A.& CU M266' /4"o, ........... ........... .................... 11n u*re 'X"'x 111�11� ��f-757 -—------------- . .......... RMOM W ft MN A CM IWMff .......... :::..................... "'W"0.5 IY) cu WMNO k—e�S.0—CWS Mq M" .................... ......... ...................... ............... ................. ................ ...................................................... ............... N W-7-T-7 Precost �alf nq 3 smIlmlt I�q nd uOld WREVAPONS --- SEICPU'� VEEW ilan gEswing ludgned in arcordwce wll irrorf,c&e 1 5' IBC Code olojjW ir.,t w.oh, c, ,V r g Ecst 2, Plecowl wah ba�Udln5"b"mterior flhnr s0dh lr�f q sup plier qEA it o the to the ................................. D.mr fm uppro�o� priar to lk—M4001--l-1 ...................... beginpilog wo6c. 3, Pump otation iwimto shu" se w mude with afwnlnum n1te6ng, mourtted to the bufl6rq, BI- ------ hov 51 41� Fort WoM, logo shW11 The ...........035.5 mcorporotad Wo hu,ldlnq ldh Ell- GJS S' Ae.—3,-1/1"f.r as reco-reeded by the b.11uitg set ln3kO 5 Cwtrcctod wd lxil➢;ng supplier shci( coordlilote ofl waH 7" af,c, 'cof pooatircUmis os welll 0 W to A'. aq kwr dat;cr, mw,b.do ................e.Y 6. 0,As;d. rddr smolli he —.4a 'a it-I ll to b0ding *OR panel MA—p— as requorad to support roof P., 08 11 r.h,,, F—;\ lodder. -i,,d F- .................................. N. Moo' e" esr 17 /M M20.0' ........... ...... ............ .................... .......... 85470 prawn 7'/-77�7'� on ............................... ................................ awmwap ® ....... .. 75.............. ............... ......................... 'I ...., ..,,... .._, � pI a � y la ? a o^awcvro.. rcux _ ...,_........______.. , . a;�.... 12 f' wu u� pu�md? umm rwa.w �I� �* o> S pdw. CA �m limb, ADDENDUM WALSH RANCH PUMP STATION PROJECT FORT WORTH WATER DEPARTMENT Capital Project No. 02294 Date Issued: September 21, 2015 Bid Date: Thursday,September 24th, 1:30 PM The Contract Documents for the "Walsh Ranch Pump Station Project", for which bids are to be submitted to the City of Fort Worth, Texas, are hereby clarified and modified by this Addendum No. 2. Bidders must acknowledge receipt of this Addendum on the Bid Form—Section 00 41 00, adjacent to the signature line. 'Is OF dV .......... ....>.................. CHRIS P HARDER 5.................... CA 8470 S . VONAL S V SPECIFICATIONS I/OZII Specification 16600 Lighting—Add the following. "2.1 D. Lighting Fixture Schedule HBLHS-48LU-35K- HIGH OUTPUT LED, PENDANT A HUBBELL MVLT W-070 MOUNT WIDE DISTRUBUTION ZINC PLATED WIRE GUARD MILLENIUM EXIT/EMERGENCY COMBO WALL B KENALL MVLT METREX METEC MOUNT INDIRECT LED SINGLE SERIES METEC 40N FACEWITH GREEN LEDTTERIG, MWG44.5L DT MOUNTED 6"ABOVE DOOR, C LITHONIA MVLT IND1236 EMERGENCY LIGHT WALL MOUNT 36 WATT SURFACE MOUNT 250W HIGH PRESSURE SODIUM WALL PACK. j CAST ALUMINUM HOUSING WITH AL STAINLESS STEEL EXTERNAL HARDWARE. FIXTURE D HUBBELL MVLT WGH-2505 REFLECTOR SHALL BE SPECULAR ANODIZED ALUMINUM AND FIXTURE HOUSING WITH GLASS HEAT LENSMOUNTED ABOVE PERSONNEL DOORS. END OF ADDENDUM 2 00 11 13-1 INVITATION TO BIDDERS Page 1 of 1 SECTION 00 1113 INVITATION TO BIDDERS RECEIPT OF S Sealed bids for the construction of the Walsh Ranch Pump Station Project will be received by the City of Fort Worth Purchasing Office: City of Fort Worth-Purchasing Division 1000 Throckmorton Street Fort Worth, Texas 76102 until 1:30 PM CST, Thursday, September 24, 2015, and bids will be opened publicly and read aloud at 2:00 PM CST in the Council Chambers. DESCRIPTION GENERAL The major work will consist of the following: installation of a water booster pump station, site piping, electrical service, and instrumentation and controls necessary for remote operation. The proposed Walsh Ranch pump station will be located on city property adjacent to the existing Walsh Ranch Tank, located at 8000 E. Interstate 20, Aledo,TX 76008. PREQUALIFICATION The improvements included in this project must be performed by a contractor who has been pre- qualified to bid this project by the City prior to the bid opening. The procedures for qualification and pre-qualification are outlined in the Section 00 21 13 —INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATIONAND PROCUREMENTS 1'he Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth's Purchasing Division website at http://-,vww.fortworthaov.org/purchasing/and clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The Contract Documents may be downloaded, viewed, and printed by contractors and/or suppliers. PREBED CONFERENCE A prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following location, date, and time: DATE and TIME: 1:00 PM, September 9, 2015 LACE- Westside Water Treatment Plant, 12200 Old Weatherford Road, 76008. CITY'S RIGHT TO ACCEPT C I S City reserves the right to waive irregularities and to accept or reject bids. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Chris Harder, City of Fort Worth Water Department Email: Christopher.Harder @fortworthtexas.gov Phone: 817-392-8293 ADVERTISEMENT DATES August 27 and September 3,2015 SECTION END OF CITY OF FORT WORTH Walsh Ranch Pump Station Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Projecl No. 02294 0021 13-1 INSTRUCTIONS TO BIDDERS Pale I of 9 SECTION 00 2113 INSTRUCTIONS TO BIDDERS Defined Terms 1.1.Terms used in these INSTRUCTIONS TO BIDDERS,which are defined in Section 00 72 00 -GENERAL CONDITIONS. 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting, directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or corporation acting,directly through a duly authorized representative, submitting,a C) C� C� bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided)makes an award. 2. Copies of Bidding Documents 2.1.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding,Documents. C� C� 2.2.City and Engineer in making,copies of Bidding Documents available do so only for the C� purpose of obtaining,Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3.1.All Bidders and their subcontractors are required to be prequalified for the work types requiring prequalification at the time of bidding.Bids received from contractors who are t' 0 not prequalified (even if inadvertently opened)shall not be considered. Prequalification requirement work types and documentation are as follows: 3.1.1. Water and Sanitary Sewer—Requirements document located at; htt�.//..//Uroiectpoint.buzzsaw.com/fort�,vorth2ov/Resources/02%20- %20Construction%2ODocuments/Contractor%20PEe�lificati�onAVa�tee/o2O�and%2 li,--)an.it.arv,-'//02OSewer`/`2OContractor`/`2OPrequalific-qtiqn�%2OProc-,ramAVSS"/`2Opre qq�1%20re�uiremnents.doc? ublic 3.2.Each Bidder unless currently prequalified,must be prepared to submit to City within seven (7) calendar days prior to Bid opening,the documentation identified in Section 00 45 11,BIDDERS PREQUALIFICATIONS. CITY OF FORT WORTH Ualsh Ranch Pump Station Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02294 0021 13-2 INSTRUCHONS F0 BIDDERS Page 2 of 9 3.2.1. Submission of md/or questions related to prequalification should be addr-essed to the City contact as provided in paragraph 6.1. 3.3.The City reserves the right to require any pje-qualified contractor who is the apparent low bidder(s)for a project to submit such additional inf6rination as the City, in its sole discretion may require, incl'uding'but not limited to manpower and equipmenr t reco�rds, inforruation about key personnel to be assi&med to the project,and construction schedule, to assist the City:in evaluating and assessing the ability of the apparent low bidder(s)to, deliver a quality product and successfully complete projects for the amount bid,"ithin the stipulated time frame.Based upon the City's assessruent of the submitted information,a recommendation,regarding the award of a contract will be made to the City Council. Failure to submit the additional infon-nation,if requested,maybe grounds for rejecting the apparent low bidder as non-responsive.Affected contractors will be notified in writing of a recommendation to the City Council. 3.4.In addition to prequalification, additional requirements for qualification may be required within various sections of the Contract.DocumenL%, 4® Examination of Bidding and Contract Documents,Other Related Data,and Site 4.1.Before subfuritting a Bid, each Bidder shall: 4.1.1., Examine and carefully study the Contract DoCulurents and other related data identified :in.the Bidding Docwnents(including ""technical data"referred to in Paragraph 4.2.below),No information given'by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.2. Visit the site to become farnihar.with mid satisfy Bidder as to the general, local and site conditions that may affect cost,progress,performance or fin7lishing of the Work. 4.1.3. (onsider federal, state and local Laws and Re6pilations-that may affect cost., prog�ress,performance or fiunishing of the Work. 4.1.4. Study all: (i)reports of explorations and tests of subsin-f.'ace conditions at or contiguous to the Site and all drawirigs of physical conditions relatinr&'to existing surface or subsurface structures at the Site(except U inderground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and(H)reports and drawings of fla?=dous Environmental Condit ior)s, if aby, at the Site that have been.identified in tine Contract Documents as containing reliable "technical data.'" MY OF FORT WORTH Walsh Ranch Ilump Station Project STANDARD CONSTRUCIION SPECIFICNE01114 DOCIUMENTS ProjectNa 02291 0021 13-3 INSTRUCTIONS TOBIDDERS Al� Pa.-esnr9 ` 4.1.5. Be advised that the Contract Documents oofile with the City shall constitute all of the information which the City will tbzniab. All additional information and data which the City will supply after promulgation oftbefbronulCootnactDooument shall be issued in the fonn of written addenda and shall become part of the Contract D0000zczta just usthough such addenda were actually written into the original Contract Documents. No iut00001ioo given bYthe City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be biodin�upon the (�dv. 4.1.0. Perform independent research, investigations,tests, borings, and such other means ao may be necessary to gain u complete knowledge of the conditions which will bc encountered during the construction of the project. On request, City may provide each Bidder access to the site to conduct such examinations, investigations, explorations,tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its fhoucz conditions upon completion ofsuch explorations, invcsd�o1iona, tests and studies. 4.1.7. Determine the difficulties ofthe Work and all atteodioa circumstances ufIeodnc,the cost ofdoinathe Wodctboezegoiredfbri1scoozpledon, uudobtainuUbufhooution required to make upzopooal.Bidders shall rely exclusively and solely upon their ovmu estimates, investigation,research,tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be bused. Uio understood that the submission ofu proposal ioprima-facie evidence that the 00,11, Bidder has made the iovead�o1ioo, examinations and tests herein zogobzd. {�luizos � for additional compensation due to variations between conditions actually encountered in construction and as indicated iuthe Contract Documents will not be allowed. 4.1.8. Promptly notify City of all conflicts, errors, umzbigohjco or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall beyooud1eJto make such corrections or interpretations uomay bc deemed necessary for fu)fi1buentofthe intent of the Contract Documents. 42. Reference is made to Section 00 73 0O—Supplementary Conditions for idezdifiou1ionof: 4.2.1. those reports of explorations and tests of subsurface conditions at or conticruous to the site which have been utilized byCity iu preparation of the Contract Documents. The loas of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data'shown is representative of conditions which actually exist. 422. those drawings of physical surface and subsurface structures (except Underground Facilities)which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. A~g` CITY OF FORT WORTH Walsh Ranch Pump Station Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.uzzn* 0021 13-4 INSTRITC-NONS TO BMDERS Page 4 of 9 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents,but the ""technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4002, of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any"technical data"or any other data, interpretations, opinions or information. 403.The submission of a Bid will constitute an incontrovertible representation by Bidder(i) that Bidder has complied with every requirement of this Paragraph 4,(ii)that without exception the Bid is premised upon performing and Furnishing the or required.by the Contract Documents and applying the specific means,methods,techniques,sequences or procedures of construction(if any)that may be shown or indicated or expressly required by the Contract Documents,(iii)that Bidder has given City written notice of all conflicts,errors, ambiguities and discrepancies in the Contract Documents and the written.resolutions thereof by City are acceptable to Bidder,and when said conflicts, etc.,have not been resolved through the interpretations by City as described in Paragraph�6.,and(iv)that the Cc'mract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 4A.The pro)�riSionS of this Pmagraph 4, inclusive, do not apply to Asbestos,.Polychlorinated biphenyls(PCBs), Petroleum,Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of-thre, General Conditions, unless specifically identified in the Contract Documents. 5. Availability of Lands for Work,Etc. 5.1.Me lands upon which the Work is to be performed,rights-of-way and easements for access thereto and other lands designated for use by Contractor in perforrziing the Work are identified in the Contract Docurnents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless other,wise provided in the Contract Documents. 5.2.Outstanding right of-way, easements,and/or permits to be acquired by the City are listed in Paragraph SC 4001 of the Supplementary Conditions. In the event the necessary right- of-way, easements, and/or penis is are not obtained,the City,reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the prqjject, 5.3. The Bidder shall be prepared.to commence construction without all executed right-of- way,easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda CITY OF FORT WORTH Nedsh.Ranch Pump Station Prqject STANDARD CONSTRIK.710N SPECYICATION DOCUMENTS Proj�xy,Na,02294 0021 1s-5 INSTRUCTIONS TOBIDDERS ,look Page xc«r ` 6.l.All questions about the meaning or intent of the Biddioo,Documents are tohe directed to City iowzitioo, on or before 2 p.m.,the Monday prior tothe Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary hy City io response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Documents. Only questions answered 6v formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Address questions to: City of Fort Worth l0OOTbzockouodooStreet Fort Worth, TX 76102 Attn: Chris Harder, f!E.' WaAcrl)eportnon/ Fax: 817-392-8410 Email: C0ms/onher.hunder@Vfor/worth/ezos.gov Phone: 817-392-8-793 6.2.Addenda may also be issued to modify the Bidding Documents ua deemed advisable bv City. 6.3.Addenda or clarifications may be posted via Buzzsuw. 64.Aorcbid conference may bc held at the time and place indicated iothe Advertisement or � INVITATION TDBIDDERS. Representatives u[City will bc present to discuss the Project. Bidders are encouraged tu attend and participate iutbecoufereoue. City will transmit to all prospective Bidders of record such Addenda as City considers necessary io response to questions arising a1the conference. Oral atatcoucotu may not he relied upon and will not be binding or legally effective. 7, Bid Security 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five (5)percent of Bidder's maximum Bid price oo form attached, issued byu surety meeting the requirements of Paragraphs 5.01 of the General Conditions. 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and deliver the complete Agreement within 10 days after the Notice of Award, City may consider Bidder to be in default, rescind the Notice of Award, and-the Bid Bond of that Bidder will be forfeited. Such forfeiture shall bc City's exclusive remedy if Bidder defaults. The Bid Bond ufall other Bidders whom City believes to have a reasonable chance of receiving the award will be retained by City until final contract execution. #. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance ia set forth iothe Agreement ur incorporated therein by reference tothe � attached Bid Form. CITY OF FORT WORTH noaaounch Pump Station Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.o22x* 0021 13-6 INSTRUCTIONS TO BIDDEP6 Page 6 of 9 9. Liquidated Damages Provisions for liquidated dainages are set forth in the.Agreement. 10. Substitute and "Or-Equal" Items The Contract,if awarded,will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or"or-equal" items. Whenever it is indicated or specified in the Bidding Documents that a"'substitute"or"or- equal" item of material or equil?rnent may be furnished or used by Contractor if acceptable to City,application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B® and 6.05C., of the General Conditions and is supplemented in Section.0125 00 of the General Requirements. 11. Subcontractors,Suppliers and Others 11..1.,0 In accordance with the City's Business'Diversity Enterprise Ordinance No. 20020- 12®2011 (as amended),the City has goals for the participation of minority business andJor small business enterprises in City contracts.A copy of the Ordinance can be obtained from the Office of the City Secretary. The Bidder shall submit the MBE and S Utilization Forro, Subcontractor/Supplier Utilization Form, Prime Contractor Waiver Form and/or,Good Faith Effort Form with docuinentation and/or Joint , Venture Form as appropriate. The Forms including documentation must be received by the City no later than 2:00 P.M. CST, on the second business days after the bid opening date.'f he Bidder shall obtain a receipt from the City as evidence the documentation was received.,Failure to comply shall render the bid as non- responsive. 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor has reasonable objection. 12. Bid or 12.1. The Bid Form is included with the Bidding Documents; additional copies may be obtained from the City. 12.2. All b1anLs on the Bid Form must be completed by printhig in ink and the Bid Form sigried in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A.Bid price shall be indicated for each Bid item, alternative,and unit price item listed therein. In the case of optional alternatives,the words "No Bid," "No Change," or"Not Applicable"may be entered.Bidder shall state the prices, writteii in ink in both words and rournerals,for which the Bidder proposes to do the work contemplated or furnish materials required,All prices shall be written legibly. In case of discrepancy between price in written words and the price in written numerals,the price in written words shall govern, 12.3 Bids by corponations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation.shall be shown below the signature. CITY Of FORT WORTH Walsh Ranch Pzzrnp Station llrqject STANDAFM CONSTP IJCTK)N SPEC EACMA"C:°a'ON DOCUMENTS Pecdect No. 02294 ooz/ /s-7 INSTRUCTIONS nOBIDDERS Pa.-e7of9 ' 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sip. The otfioialaddress of the partnership shall be shown below the signature. 12.5. Bids hv limited liability companies shall be executed io the name of the firm bvo member and accompanied bv evidence of authority tosip. The state of formation of the firm and the official address of the firm shall heshown. 12.6. Bide by individuals ebuD show the Bidder's name and official address. 12.7. Bide byjoiotveoturee ebuD be executed byeaub joint venturer iothe manner indicated oo the Bid Form. The official address oftbejoiot venture shall be ebovvo. 12.8. All names shall be typed or printed io ink below the signature. 12.9. The Bid shall contain oouukoovde of receipt of all Addenda,the numbers of which shall be filled i000 the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall heshown. 12.11. Evidence ofauthority to conduct business aeu Nonresident Bidder io the state of Texas shall be provided io accordance with Section UU4337—Vendor Compliance � to State Law Non Resident Bidder. 13. Submission ofBids Bids shall be submitted on the prescribed Bid Form,provided with the Bidding Documents, at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, addressed to Purchasing Manager ofthe City, and shall he enclosed in an opaque sealed envelope, marked with the City Project Number, Project title,tbe name and address of Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent tbrooeb the nooi1 or other delivery system,the sealed envelope shall be enclosed in u separate envelope with the notation "BID ENCLOSED" oo the face ofit. 14. Modification and Withdrawal oyBids 14.1. Bids addressed tothe Porobusio8 Manager and filed with the Purchasing Office cannot be withdrawn prior to the time set for bid opening. A request for withdrawal must bemade in writi og byuoappropo'u1 e.d 0000eo1 duly exeo ot d in the mann er that a Bid must be executed and delivered to the place where Bids are to be submitted u1 any time prior tothe opening ofBids. After all Bids not requested for withdrawal are opened and publicly read aloud,the Bids for which awitbdravva}request has been properly filed may, at the option of the City, beretucoeduoopeoed. 142. Bidders may modify their Bid by electronic communication 41 any time prior tnthe time set for the closing of Bid receipt. CITY or FORT WORTH nalmxanch Pump Station Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. o22v* 002113-8 INST?UCTIONS TO BU)DERS Page 8 of 9 15. Opening of Bids Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An abstract of the arnouxubs of the base Bids and major alternates(if any) will be made available to Bidders after the opening of Bids. 16® Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for flie time period specified for Notice of Award and execution and delivery of a complete Agreement,by Successful Bidder, City may, at City's sole discretion,release any Bid and nullify the Bid security prior to that date. 17, Evaluation of Bids and Award of Contract 17°1, City reserves the right to reject any or all Bids, inclu&ig withotit limitation the rights to reject any or all nonCOnfbrining,nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder,whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria.established by Cfty. City also reserves the right to waive inforinalities not involving price,contract time or changes in.the Work with the Successful Bidden DiscrLTancies between the multiplication of units of Work and it prices will be resolved i.n favor of the unit prices. Discrepancies between the indicated sum of an- cola mn of figures and wi d the correct sum thereof ll Y be resolved in favor ofthe correct sum. Discrepancies between words and figures will be resolved in fkvor offlie words. 111011%111 1.7.1.1,.Any or all bids will be rejected if'City has reason to believe that collusion exists arnong the Bidders,.Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract(.-.)r.has defaulted on a previous contract,Bidder has perforined a pri(,:)r contract in an unsatisfactory manner, or Bidder has uncompleted or which in the judo;ment of the City-will prevent or hinder the pronipt completion of additional work if awarded. 17.2. City may consider the qualifications and experience of Subc(.xitractors, Suppliers, and other persons and organizations proposed for those portions ofthe Work as to which the identity of Subcontractors, Suppliers,and other persons and organizations must be subinifted as provided in the Contract Documents or upon the request of ffie City. City also may consider the operating costs,maintenance requirements, performance data and guarantees of major items of inaterials and equipment proposed for irworporation in tire Work when such data is required to be submitted pHor to the Notice of Award.. 17.1 City may conduct such investigations as City deems neceSSaryr to assist in the evaluation of any Bid and to establish the respowsibility, qualil-rications, and financial ability of Bidders,proposed Subcontractors, Suppliers and other persons and organizations to perform and fumish the Work in accordance with the Contract Docururents to City's satisfaction within the prescribed time. 17.4. Contractor shall perforuIr'with his own orgam2ation, work of a value not less than 35%of the-value embraced on the Contract,unless(,-)therwise approved by the City. CrI7 OF`FORTWORTH Walsh Ranch pronpStation Project STANDARD CONSTR UMON SPECIFICATION DOCUNENTS Prqjecl No.00294 uOzl o-9 IN3TRDCTD]0SIDBDDDERS Page*of9 � 17.5. If the Contract iatobeawxarded, dwillheuwmrdcdtokovveatrespooaUbleuod responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant toTexas Government Code Chapter 2252.00l, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted byu responsible Texas Bidder bythe same amount that u Texas resident bidder would be required to underbid o Nonresident Bidder to obtain u comparable contract iothe mto1c in which the nonresident's principal place of business islocated. 17.7. A contract is not awarded until fbmoul City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended bzwriting. Nu other act of City or others will constitute acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by the City. 17.8. Failure or refusal to comply with the requirements may result io rejection oƒBid. 18. Signing of When City issues u Notice of Award tothe Successful Bidder, it will be accompanied bvthe required number mfunsigned counterparts of the Agreement. Within 14 days thereafter Contractor shall sign and deliver the required number of counterparts ofthe Agreement to City with the required Bonds, Certificates of Insurance, and all other required documentation. � City shall thereafter deliver one fully signed counterpart toContractor. END OF SECTION � CITY OF FORT WORTH Walsh Ranch Pump Station Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. o22nf 0035m BID FORM Page.1n«1 - SECTION 00 35 13 / . \ CONFLICT 0F INTEREST AFFIDAVIT Each bidder, offeror, or respondent(hereinafter also referred boom "vou" too City of Fort Worth (also referred to as"City") procurement are required to complete Conflict of Interest Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts Disclosure Statement(the attached CIS Form) below pursuant to state law. This affidavit will certify that the Bidder has on file with the City Secretary the required documentation and is eligible to bid on City Work. The referenced forms may also bedown|oadod from the xvebsite links provided be/mw� h# /www,ethics,state.tx.us/forms/CIS.pd | � / QQ Form isVn file with City Secretary ' [] {}([3 Form is being provided to the City Secretary ' C|8 Form is on File with City Secretary �l CIS Form is being provided to the City Secretary BUDDER: Felix Construction Company B Ph| 3321 TowonwoodDc Signature: Suite 120 Farmers Branch,TX75234 ' Title: Vice President . END OF SECTION ( \ ' � CITY or FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS | Form Revised um1enuo7 Bid Proposal Workbook'npv | | 0041 00 BID FORM Page 1ma ` SECTION OO41 OO BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 1OOOThmchmortonStreet City of Fort Worth, Texas 76102 FOR: Walsh Ranch Pump Station Project City Project No.: Project No. 02294 Units/Sections: 1, Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is oocept*d, to enter into an Agreement with City in the form included in the Bidding Documents to pedbnn and furnish all Work as specified or indicated in the Contract Documents for the Bid Price.and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BUDDER Acknowledgements; and Certification � 2.1. In submitting this Bid. Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 22. Bidder is aware of all costs to provide the required ineuronoe, will do so pending contract owend, and will provide ovo|id insurance certificate meeting e|| requirements within 14 days of notification of award. 2.3 Bidder certifies that this Bid is genuine and not made in the interest oforon behalf ofany undisclosed individual or entity and is not submitted in conformity with any collusive agreement orrules of any group, association, organization, orcorporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5 Bidder has not solicited or induced any individual or entity to refrain from bidding 26. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes uf this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action ofe public official in the bidding process. b. "fraudulent prootioe" means on intentional misrepresentation of facts made (e)to influence the bidding process to the detriment of City(b)to establish Bid prices at artificial non-competitive levels, or(dto deprive City of the benefits of free and open competition. o. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge ofCity epurpoueofvvhiohimtoeateb|iahBidprioemotodi�oie| non-competitive � . . levels. CITY op FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised xu1sooz1 Bid Proposal Workbook ne°1 0041 00 BID FORM Page 2 of 3 d. "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. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. b. C. Cl. 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 210 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work{and/or achievement of Milestones)within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 Cl. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 `If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 Bid Proposal Workbook-Rev1 0041 00 BID FORM / Page 3 of 3 6 1 subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts, 6.3. TOTAL BASE BID $ I� Total Bid $ rj �j® 6 ,5 7. Bid Submittal This Bid is submitted on September 24, 2015 by the entity named below. Respectfully Abmitted,. Receipt is acknowledged of the Initial following Addenda: By: Addendum No. 1: MP (Signature) Addendum No.2: MP Addendum No, 3: Matt Phillips Addendum No.4: (Printed Name) Title:Vice President Company: Felix Construction Corporate Seal: Address: 3321 Towerwood Drive Suite 120 Farmers Branch,TX 75234 State of Incorporation: Arizona Email: mattD(a7felixconstruction.com Phone:469-458-0011 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150621 Bid Proposal Workbook•Revi 00 42 4.'1 BID PROPOSAL Page I of I 00111* SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application .......... .................. Prance.Item Information Bidde?s Proposal ................. Bidfist Item )Descrip6on Specification Unit of Bid 'NO. Section No. Measure Quantity Unit Mce Bid Vaiue I Pump Station Site Work LS Pump S I Site Site-reinj 2 Pump Station Site-reinf,concrete drivew k SY 330 4 S Asphalt Pump Station Site-Asphaft Pavement Repair LF 2 S ......... Excavation h4TrLencihan;dCxcavation Safety LF 1 0 Buried Water 131 6 36"Buried Water Pipe and Fittin s LF 311 -7 30"Buried Gate Valve with Vault EA 1 a 36"Burled Gate Valve with Vault EA —1 P- 9 Fire HvHrPrit Assembly EA 1 10 30"gifla NPeter with Vault EA 1 -- 11 Pum Station Foundation and Pre-Cast Building LS 12 15,000 Gal.Hydro-Pneumatic Tank and Accessories LS 1 11-- 66, 13 Pump Station M chanica—l "­-- —LS 14 PEunn Station Painting LS ETM22Station Heating and Ventilation LS ��— .....................................—.—.......... '16 Poimn.19finfinn R ctricai and Instrumentation LS 17 Install Owner Supplied Jock stern ............ 18 Install Owner Supplied Lump,Motor and Base 19 Allowance-PLC Programming and 1 20000.00 $20 DOOM ➢0tsa1 Base I .............................................................. ......................................................... that ............ END OF SECTION 0 �0�r11 CTrY of rORT WORTH S'rA,NDARD CONS MUCTION Siq7CIFICATION DOMMENIS Fam Reviwd=12W20 AddeneAnn fl-BW PropomW Worksheet 00, � 004337 VENDOR COMPLIANCE nz STATE LAW _ page I of I ` SECTION O04337 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts bononresident bidders. This law provides dhod, in order tobe awarded o oon�eo as low bidder, nonresident bidders (out-of-state contractors nhooe corporate offices or principal place of business are outside the 8tobs of Texas) bid projects for oonotruobon, improvemenio, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract In the State which the nonresident's pdno|poi place of business is |ooetad. The appropriate b|anksinSootion8muatbefi)bdoutbya|| nunemideotbiddoroinooderforyourbidhomeet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. principal business,Nonresident bidders in the State of / ' are required tobe percent|caer than �adent bidders by State Law, A copy o7the statute is attached. —�� Nonresident bidders in the State of Arizona . our principal place of business, | _ are not required tmunderbid resident bidders. B. The.principal place o7 business of our company or our parent company or majority owner is in the State of Texas. [] � BIDDER: F��Ccma�uc�nCompany �� aft 3321TowmnwoodDr. - Suite 120 Farmers Branch, TXY5234 (Signature) Title: Vice President / 9/24/15 Date: \' END UFSECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 201110627 Bid Proposal Workbook-Revi �� 005243-I Agreement (; M , Page I of 4 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on November 17, 2015 is made by and between the City of Forth Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, ("City"), and Felix Construction Company, authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2.PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Walsh Ranch Pump Station Project Project No. 02294 Article 3. CONTRACT TIME 3.1 Time is of the essence. All time limits for Milestones, if any, and Final Acceptance as stated in the Contract Documents are of the essence to this Contract. 3.2 Final Acceptance. The Work will be complete for Final Acceptance within 210 days after the date when the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 3.3 Liquidated damages Contractor recognizes that time is of the essence of this Agreement and that City will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City Five Hundred Dollars ($500.00) for each day that expires after the time specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance. . ,` f F1 WOR ?4 TX CITY OF FORT WORTH li'alsh Ranch Pump Station Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.02294 00 52 43-2 Agreement Page 2 of 4 Article 4. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount in current funds of one million five hundred and eighty-four thousand six hundred and eig_h -five dollars($1,584.685.00). Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A. The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non-Resident Bidder 3) Prequalification Statement 4) State and Federal documents(project specific) b. Current Prevailing Wage Rate Table c. Insurance ACORD Form(s) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit i. MBE and/or SBE Commitment Form 3. General Conditions. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. CITY OF FORT WORTH 6G'alsh Ranch Pump Station Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.02294 005243-3 Agreement Page 3 of 4 Article 6.INDEMNIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by any act, omission or negligence of the city. This indemnity provision is intended to include, without limitation, indemnity for costs,expenses and legal fees incurred by the city in defending against such claims and causes of actions. 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city,its officers,servants and employees,from and against any and all loss,damage or destruction of property of the city,arising out of,or alleged to arise out of,the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by any act,omission or negligence of the city. Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. 7.3 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon CITY and CONTRACTOR. 7.5 Governing Law and Venue. This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH ff"alsh Ranch Pump Station Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project Alo. 02294 00 5243-4 Agreement Page 4 of 4 7.6 Other Provisions. The Contractor agrees to pay at least minimum wage per hour for all labor as the same is classified, promulgated and set out by the City, a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein. 7.7 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized signatory of the Contractor. IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple counterparts. This Agreement is effective as of the last date signed by the Parties ("Effective Date"). Contractor: City of Fort Worth Felix Construction Coin)amp � e.sll I. 1.pupa B Assistant City Ma is r � (Signature) Dat'l E w 4 Matt Phillips Attest: (Printed Name) City Se -ret � (Seal) V Title: Vice President ' Address: 3321 Towerwood Drive M&C Suite 120 Date: 11- 1 S- City/State/Zip: Farmers Branch, TX 75234 Approved.,tts to Farm and Legality: 12/10/15 Date Douglas W. Black Assistant City Attorney APPROVAL RECOMMENDED: .... .........._......... D,1c din Robert Carman irector �, �..,, Water Department �„ ,7 t 0� �'((�a1AI ���ph��h� ������y�I�(����r� �'�I N!"(w�JII�' fi�N+mfir�v!N"4J�..G2 UlF!!Ntl�'' ,if1A V I/1, 'Alf'), T rel,Iµ CITY OF FORT WORTH II'alsh Ranch Pump Station Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.02294 004512 MD FORM Page 1 of I SECTION 00 45 1 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalitied contractors and/or subcontractors whom they intend to utilize for the major work type(,),listed, Major Work.Type _ Contractor/Subcontractor Company Nance requallfication F iration ate General Contractor Felix Constructfon Company 4130/15 I ��y �ay�y,y� Pan �� , gn6'�o-tar Q4'A�k ..�.,.. ......, � �� � � *,,,N✓ �' w µ'" ��,$for '� d ��� '.�w „. 0m arnarmIm1e Cara � r �9a atg The Iundersigned hereby certifies tphat the contractors and/or,subcontractors described in the table above are cur'r°ently prequai fled`for the work types listed, BIDDER: Fek Construction Company Matt 3321 Towerwood Dr„ Suite 120 �SN9 ej Farmer's Branch,TX 75234 Titles Vice President Date: 9/24/1 5 END OF SECTION .. CmrY OF FOFd'r'WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S Form Revised 20120120 Md Prop. °N Workbook-Ravi OW 004526-1 COMRACTOR COMPLIANCE WTn1 WORKERS'COMPENSATION LAW T'ar,I Of I I SECTION 00 45 26 2 CONTRACTOR compf.,uNa wrrH Wrom--,R'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Swim 406,096(a),as amended,Contractor certifies that it 4 Provides worker's compensation insurance coverage for all of its empl6yees employed on City 5 Project No.01.836.Cont-actor further certifies that,pursuant to Texas Labor Code,Section 6 406.096(b),as amended,it will provide to City its subcontractor's certificates of compliance with 7 worker's compensation coverage. 8 9 CONTRACTO.R: 10 Felix Construction Company Matt Phillips 11 By: 12 urnpaaay Ci e e 'W Prin 13 3321 'Towerwood Dr,SUite 120 --7 14 Signdturc: -- ---"'---- 15 Address 16 17 Farmers Branch,TX 75234 Vice President .................. .......... is city/statelzip (Please.Print) 19 20 21 n-3E STATE CAE'ITXAS § 22 23 COUNTY OF TARRANT § 24. 25 BEFORE ME,,the undersigned withon%on this day personally appeared 26 ka ow n to me to be the person whose name is 27 subscrib�ed to the fbregoing instruinent,and acknowledged to me that he/she executed the same as 28 the act and deed of for the purposes and 29 consideration therein expressed.and i�n the capacity therein stafe& 30 31 GMN UNIA3,R MYJIA�Z)AND SEA1.1 OF OFFICE this day of 32 Z" .......... 20 33 34 35 State of` .as 36 RM 1=1M Pubfidm and for tP'Sl 37 lAy Cow""for@s JUN 31,2019, 38 (,;S4E CTION 39 0u14, CrrY OF FORT WORT.H Walsh Ranch PraqnStallon)"qJed STANDARD CONSTRUCTION SPECIRCATION D0CUfWP'1q]:,S lirglea No,02294 ........................................ ........... ...... ......... ................... ........... OF . ............ ...................... I/............. OVIN/l/g/ A l4b) ............. ON ...... ........... ......... NW/I........ J��X'� X4 7/a/17 .......... M ... ........///// OF WE ...... ......... .... .... .. ................ ............. ............. "7' ........... ............... ------------ ....."I'll , ........... ............... OPP/ ................ /g/e X....................... I NOW/ .... ........ VE, sm fibov, 0/1 . .......................... ........................... rowl W1111, I/of/w/6 SIR', .......... mal .......................... oomo' | PERFORMANCE BOND Page ioo SECTION 00 6K13 P8P,PORMANCG0OND *3 ORIGINALS ISSUED* BOND NO. 106404978 THE STATE OF TEXAS & 8 KNOW ALL BY THESE PRESENTS: COUNTY OF TA0RANT 8 That we, , known uo^^Prinoipal" herein and , ucorpom1e nurety(yumt(cs, if more than one)duly authorized to do business in the State of Texas, known as"Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known um^`[ity"herein, in the penal sum of, One Million Five Hundred Eip-htv-Four Thousand Six Hundred Eiahtv-Five and 00/100ths------ Dollars($ ), lawful money of the United States,to be paid in Fort Worth,Tarrant County, Texas for the payment ofwhich muno well and truly 10 be made, we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly und severally, finn\yhvthese � presents. WHEREAS,the Principal has entered into ucedain written contract with the City � awarded the 77" day of November, 2Ol5,which Contract im hereby referred to and made apart hereof for all purposes as if fully set forth herein,to ftiomiub all materials, equipment labor and other accessories defined by law, in the prosecution of the Work, including any Change Orders, as provided for in said Contract designated as Walsh Ranch yuxyvSto//on Project, Project No. o220+( NOW,THEREFORE,the condition of this obligation is such that if the said Principal shall faithftilly perform it obiigations under the Contract and shall in all respects duly and tadbfo\h/perform the Work, including Change Orders, under the Contract, according to the plans, ' specifications, and contract documents therein referred to, and as well during any period of extension of the Contract that may be granted on the part of the City, then this obligation shall bo and become null and void, otherwise toremain in full force and effect. PROVIDED FURTHER,that if any legal action be fi\edon this Bond,venue shall lie in All& Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort � Worth Division. CITY nF FORT WORTH Walsh Ranch Pump Station Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.musw 0061 13-2 PE'RFORMANCE BOND Page 2 oft This and is made and executed in compliance with the provisions of Chapter 2253 of tile Texas Government Code,as amended, and all liibilities on this bond shall be detennined in accordance with the provisions of said statue. IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED this instrument by duly atuhori7ed agents and officers on this the any day of-Novernber,2015. PRINCIPAL: Felix Construction Com au BY: ignature 4Z ATTES CK-W-off Z '�k ..... ............. ------ ------ ran ,jpa)Secretary'Prto:ssc,-r fAPwoAG&7- Name and rule A,f0'miL"To Gw&j Address: 3321 Towerwood Dri, e 120 ­­­........... Suite .......... F.qrni ers Brap i 1'°N.. pj, 7kQLZ................. .......... --- _- fitness asto in .pal SURETY: Travelers(.7asualty and Surety Com.pmy of Amer' .................- .............................................................. BY: �g;n�ae S, jqpLatiie L. _0.uchoIzAttomey-_in-Eact............ Name and Title Address:One I.. ,ower ........ 7 Hgrfi1rd,_CE Q�jt 83- _......____......... Wit e,s as to S ty Telephone Number:�gQ,1,2§8-0,100 Debra K.Williams *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation,, If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORT14 Walsh Ranch Pump Station Project STANDARD CONSTRI JCTION SPEVIFICATION DOCUMI.:N1 S Project No.02294 0061 14-1 pxYMsN7a0wo Page | m2 SECTION 006114 P/\YMENTBOND +3 ORIGINALS ISSUED* BOND NO. 106404978 THE STATE OF TEXAS § & KNOW ALL BY THESE PRESENTS: COUNTY OF TAARANT 8 That we, , known as "Principal" herein, and Travelers Casualty and Surety Company of America I a corporate surety (sureties), duly authorized to do business in the State of Texas, koop/u as "^Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the penal uuou of Qo\\urm ($ , lawful money of the United States, to he paid in Fort Worth, Tarrant County, Texas, for the puyoocut of which nuou well and truly he made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, finn|y by these presents: � WHEREAS, Principal has entered into a certain written Contract with City, awarded the 17! dayofN2lember_, 20l5, vvbiubCootractiuherehvrcfeocdtoundooadeupurtbercoffora|| purposes as if fully set forth herein, to bmcoimb all 000tcriu}m, equipment, labor and other accessories umdefined by law, in the prosecution of the Work as provided for in said Contract and designated amWatvh Ranch Pumil)Station Project, Project No. 02294. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal shall pay all monies owing toany (and u||) puyoocot hood beneficiary (as defined in Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under the Contract, then this obligation shall be and hcc000c null and void; otherwise 0m remain in {u)| force and effect. This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all |iuhi\diem on this bond shall be determined in accordance with the provisions of said statute. � CITY op FORT WORTH Walsh Ranch Pump Station Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.mzw 0061 14 2 PAYMENT BOND Page 2 of 2 IN WITNESS WHEREOF,the Principal and Surety have each SIGN ED and SEALED this instrument by duly authorized agents and officers on this the 24th day of November, 2015. PRINCIPAL: Felix Construction Co an ... ..................................... ATTEST: BY: ............. Signature jot .... ......... , nei al)Stefo%py Cc% MAC hUtt- AftxL%N Name and Title To t Address: 3321 Towerwood Drive, Suite 120 Earmers Brauch,_IN. 76012 W ness to Pri i S U RET Y: Traveler's s ;k a 4 Y—a Ui 11L cat ----C i ft America ................. ------- ATTEsT: BY:�- .................... %cpb� !je 1- ftuchqtz ey-in4act .,AtqQnL ..................... (Surety)Secretary Name and Title Address: 0 T We H,artfo 06183 rd,UT................I.............- C7 4Wtne%ssas to S etyv- Debra K. Williams TelephoneNun.-iber: L480). %8-0100... Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address,both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION 0"01 CITY OF FORT WORU I Walsh Ranch Pump Station Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Nqject No,02294 0061 19-1 MAINTENANCE BOND Page | of» Ask. SECTION 00 61 19 MAINTENANCE BOND ^3 ORIGINALS ISSUED* BOND NO. 106404978M THE STATE OF TEXAS & & KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT & Tha1vve Felix Construction Company , known au^^Principa|- herein and Travelers , a corporate surety(uuretioo, ifmore than one)duly authorized 0odn business inthe State ufTexas, known as "^Surety" herein (whether one uromnre), are held and finn)ybound unto the City uf Fort Worth, a municipal corporation created pursuant 0othe )avvu of the State of Texas, known au°[ity" herein, in the sum of One Million Five Hundred Eighly-Four Thousand Six Hundred Eighly-Five and 00/1 00ths---- Dollars($ ), )uw[u\ money nfthe United States,to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its oucc�oonro, vvc bind nuruc|vco, ourh�iro, ���c/turo,adnninio�uturo, uucc�oonrounduooi�no,jointly ~ � undseverally, firmly by these presents. WHEREAS,the Principal has entered into uceduin written contract with the City awarded � the_[7~_duyof November , 2O]5, which Contract io hereby referred 0o and u made part hereof for all purposes uoif fully set forth herein, tnfurnioh all materials, equipment labor and other accessories uudefined by )uvv, in the prosecution nfthe Work, including any Work resulting from a duly authorized Change Order(collectively herein,the"Work")as provided for in said contract and designated au Walsh Ranch Pump Station, Project Nu. O22q4; und WHEREAS, Principal binds itself to use such materials and tnun construct the Work in accordance with the plans, specifications and Contract Documents that the Work is and will remain free from defects in materials ur workmanship for and during the period nf two(2)years after the date nf Final Acceptance nfthe Work by the City(^"MuintenuncePcrind"); and WHEREAS, Principal binds itself tn repair ur reconstruct the Work in vvhn)e or in part upon receiving notice from the City nfthe need therefor u1 any time within the Maintenance AVh1 � Period. CITY m,FORT WORTH Walsh Ranch Pump Station Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.mu*w 0061 19-2 MAINTENANCE BOND Page 2 of 3 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by City, to a completion satisfactory to the City,then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED,HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being home by the Principal and the Surety under this Maintenance bond; and PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in Tarrant County,Texas or the United States District Court for the Northern District of Texas, Fort Worth Division;and PROVIDED FURTHER,that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTH Walsh Ranch Pump Station Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.02294 0061 19-3 MAKFENANCE BOND Page 3 of 3 IN WITNESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 24th day of Novernber 2015. I'MCIPAL: Felix Constru. ion C BY: ........................ igriature ATTEST: rincipal) VZLIT- Name and Title Address:3321 Towerwood Drive, uitg — ZO Fanneys B ztnd�IN 76012 .............. ---------- W Ines s to ri ipal SURETY: fn TravelersCasua ;�C�s Eq ........ u &(LoMpany of.. America ..................... BY: _iggn __re_, CIS hanie 1BE3uclrszl z Att)m -in-E4cl ATTEST: Name and Title ................... ............ Address:One IT,Qwirer Sqqace............................... (Sure ) ecreta flig_66[d�&l. 0618 .............-..3 ....................................­......... .......................... n less as to Sur Telephone Numben,(48 0 L) 8­0100 Debra K. Williams *Note: If signed by an officer of the Surety Company,there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. C➢TY OF FORT WORTH Walsh Ranch Pump Station Project STANDARD CONSTRUCTION SPEC3171CATION DOCUMENTS Project No.02294 p���mmmmm uuw.ww.w.. wuuuuuumwwwwiwwioimiioimmiuouuu0000rrrrrrrrrrrrr -...a������� ��w��.wuwwww'wuw wwwrw;,immm waiwvw;wwwu�,wina-gym ��- n.x�;� ��wm nw i;�;wowfrtoi�ruwww� ,��� ew w ����� uuuu...iuuuuuuo�iouwuuwurcrtwwPmwwrwrtww�.. . ' I SARMN(1 I I ll r,1PI)sV Ii OF A"1 lr.Pk~t.t,Ett"IS(t!v'IVAIA a VO I 1 101; lw 111E R t l)µK';p19M-,R w uowumouuuum ioioionnnnn w a m�ww wwww° POWER OF XfTORNEY TRAVELERFarmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company u, Fidelity and Guaranty Insurance IJmderwriters,Inc, Travelers Casualty and Surety Company of America St,Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Ste Paul Guardian Insurance Company Allormey-In Fact Naas 229283 Certificate Nap. KNOW ALL, MEN BY THESE PRESENTS: That Farmington Casualty Company, St Maul Fire an d Marine Insurance Company, St. Pa nl Guardian an lnsuramuce Company, gat,Paul Mercury Insurance Company,Travelers, Casualty and Surety C'aarrppany,"travelers Casualty and Surety Company of America,aand;muted States Fidelity and Guaranty Company are c°aualuoraataamns duly organized aumnder the laws of the State of Connecticut,that Fidelity and Guaranty Insurance Company is a a orpwna°awio n duly organized under tine laws of the State of Iowa,and that l^ndehty and Guaranty Insurance(7nderwritea".s„Inc,,is a corporation oration duly organized)under the la,r,of tire State of Wisconsnun(herein cu,aliectivrely called the°`C.:aaaraparaaes"),arid that the C o nnpaunie.s dam hereby'maalce,constitute and appoint Barry R.Farr,Andrew Farr,G�regory P.Griffith,Debra K. Williams,and Slla;phaania°.1..,. Bucholz i Mesa Arizona anf the t.°lty auI` ....................._ _..._.. State gal"....._.. ..............>their true and lawful F4ttonic'y(av)�-'irrn-]I°a u, each' i capacity i � � as � � ge any and all bonds,r ea aignizunnces,conditional undertakings and ia'a tlad;na.separate caa'aucant° if mmnora,tlaaamn one is ma"n"ned above,to sign,execute,seal and aa:;,katrawle°i other wvnatungs a;bIligatorry in the nature thereof on behalf of tine Companies in their business,of guaranteeing tire'fidelity of persons,guaranteeing tine paruCr rmance of contracts ntracts amnd executing or guaranteeing bonds and under trahnnga;required oa p err a:ittted in any actions or proceedings allowed by lava. I"Ii'.EOF,tine Cauca wa eve caused this instrument t�a be signed and their cn gate seals IN I"I'1^Il g p °g rI l�s to be hereto affixed,thus I 1^4 day of..... Farmington Casualty Company Ste Paul Mercury Insurance C:.ont pany Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company I Fidelity and Guaranty Insurance i:.Tmderunrriters,Inc. Travelers Casualty and Surety Company of America St,Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company SL Paul Guardian Insurance Company or r,F��ar�6 "�`�.e.���W cs�b•'�..s,��'p�� �ya"w w'�r ��w.�sv"roe m ��yy sa�rry �r�y,yy� � I Slais,o arrrectcut B Y l_ City ilit«nford ss. lt¢;1"t lt m Prasada:wak 4th August 201: On this the_ ....... ....day of ..............before me p,:er'sarau,ully appeared Robert L.Raney,who aaclaarcurw°edged himself to Que the Senior Vice)resident of Faanninglon C.a.saualty 4'auax pa«navy„ Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Under-writers,Inc,,St.Paul Fire and Marine Insuurance.Company,St.pail Guardian Insurance Company,St.Paul Mercury Insurance C onanpuaaay,°travelers Casualty and Surety Company,Travelers C."aasuaity and Surety Co nn.pamy of Arne ica.,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrumrneant'fear tile purposes therein contained by signing on behalf of the corpvarnat'ions,by himself as a duly authorized officer, y ........_ ...... _ .'. la In Witness Whereof,l lna;reauntaa set mmn hand sand official seal. � . ....,., My Cs:rrflunvms6on expires the�0tb day of June,Alta. ��u�+ ik Maaue,C',.Ivtre aualt,No nary Public W � 58440-8-12 Pirinted in USA, f WARNING:TfilS N"I".YOOi tt Of`AT"TORIVffIY( S INVALID WITHOUT THE RISC?I5t3fll"ER (Ii�lilililiMNM01MImhAilmM uuuuumu�mmmuummmmmmmuu uwwwwww�w�.w.w.w.0 frtilli!Vlwf!VfWiVfPiVwVf@ VI@ VI@ VI@ VI@ VVVNVwVViYI�@�NPVJVY141NNUJO�000'UwOUO.woi000. ��uNNOUO � o Daum uuum uiluiu f""Gfiililrtil f ff"""�wfffffrtrtilifrtrtrtrtiwifwPWiWi�lWrtwwWwrtwW;IP'IwwMNNNNVNIOINVNIOIN!NUIwwwWVIVIw11YHNww !..' i.i!iuuwu�i W..awuwmuuW� �� ��wP.. �rtioimioioimmrtouwmnirrrrrrrrrrrrrrrrrrrrtrtrtrtrtrtrtrtrtrrtm-- u"o"tltt'blPa G Tt IIS P0411'ht OF rNl R,afitly`ma IS ME n ElD R<)RDER This dsoareu of Attorney is ysamanted under and by die authority of the ffollsowa^irngg resolutions adeuyWead by tine Boards of Directors aoff iaaannningt«on Casualty Company,Fidelity and Csam�anW ny s Compuny,1 iadehty and Gaaranty, 1lfnscnance I"JiulervwLiters, Inc.,Il St,Paul Fire and SiMau"inne,insurance,C:omfouny,St,Paid Guardian Insurance Cornliaans, St:..Paul Mercury Insurance b""umunnpanu�y,Trav lla W::','asuuafly and Slim Company, Travelers Canswdty and Surly C onuu'pwry of America,and United Suites i daetpWy and Gumanty lotnpany,which resolutions are.now it full force and effe ct,roadiny as ffr;ulho as. ORO y y President,any Senior Vice psi°esuuda nt,any Vice Prissident,any Second Vice any . Chairman,the President,an Vice C namnauuu un,an sea.natiae^Vice Irwes dy�l V k Y),that ur C"any Ass amuses,than Corporate Sean e,tnny or any Assistant.Secretary y appoint uaeys in Faet:and Agents to act,ffor aand on behalf as his or, her ceirifficateu off aaa �ua�ia �o oeotnt to s° snffattneduC�ounpaainylnanadrraxwaynyi�ssina�hnaaakdmauentane such antlYneosnty wutdnaum°ity uina.y toia.wcn°thoe to sultan with the G"nuunupoauny",s Winans and head with td"na; 4"eanrpuauay s seat bonds,rs,cognuaarices,contracts of indcirsnni9y,and other writings noishgatory in the nature of a bond,nec ogatiaaance,or conditional undertaking,annd any of said officers,or than Board of Dirw ors at any time may rennaose array such aappre nW'anm and rerva,rrllne the power given him or her�aird it is FURTHER RESOLVED,that the W;hr" � r"tepee C:::haun~usei n,rsny Executive Vice President,annny Senior Vice l"residenat or any Vice President sunny ii lain,l6ne iwua^;sida;sut,any delegate:all or any part of.the foregoing authority to one a;ou m one officers or e^nupstaoyeees of this C'onuguauny,pun"oaiedea.'d that each such delegation oni is in waiting and a copy thereof is filed in the,aoffi'ice,r,;oi"the Sa cr ary�and it k FURTHER RE:SOI.NED,that any bond,rrWcognp�zlnancc'contract of hp�nic;i nnni",,or writing obhuggatc",y°in tie nature of s haonuah,recognizance,or conditional undertalkirig shall to valid and binding upon tine Caarnnpaaaruw,when(a)signeal by the President,any Vice G:'hair a ii,any Executive Vice,Prv..sidaent,any Senior Vice President or any Vice Irm,sident,any Second Vice President,the Treasnieu,any Assistant'Iremasurer,the Corhanrate Sexirtary or any Assistant Secretary and scanty attested and seated nrittn thee, C oulprauuy s wad by a secretary or Assistant Se retanyg aoi(b)duly executed(under seal,if required)by one or more Anorure ys-i Travelers Casualty and Surety Company of America Notice of Claim Filing Address Attn: Surety Claims One Tower Square, S102A Hartford, CT 06183 Telephone: 800-842-8496 Fax: 860-277-1303 CORPORATION EVIDENCE OF AUTHORITY The following individual(s)are authorized to execute,sign and submit proposals,pay applications, contract amendments, contracts and contract bonds on behalf of the corporation, Felix Construction Company. 1. —Archie Lopez An President (Print Name) (Signature) (Title) 2. —DavidGiannetto Vice-President (Print Name) (Signature)� (Title) 3. Matt Phillips W_ V-ice-President (Print Name) (Signature) (Title) 4. —Kevin Felix SecretaN (Print Name) (Signature) (Title) 5. —Joel Felix Treasurer (Print Name) (Signature) (Title) 6. Rvan Koontz Project Manager ........ ...... (Print Name) (Signature) (Title) 00 61 25-1 CERTIFICATE OF INSURANCE Page I of I SECTION 00 125 CERTIFICATE OF INSURANCE END OF SECTION CITY OF FORT WORTH Walsh Ranch Pump Station Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project 02294 ���y�e� =12/7/2015 YYI CERTIFICATE OF LIABILITY INSURANCE 4THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS l CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the pollcy(les) must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement a. PRODUCER NAMME: Certificates IN SURICA/Minard-Areas Insurance Services LLC PHONE 11 ....__ ....... ._.. 4646 E.Van Buren, Ste.,#200 rArc_N® Eta.602-273 1625 .602-273-0212 E-MAIL its INSURICA.com Phoenix 65006 ®nr,�E�c — .. NSURERt S @. .F.®RDING COVERAGE NAI...... _ ----.. ..... — ......_ _...................................... - - _.w...._ _ INSURER-A,The_Cincinnati Insurance Company _......_..__. 10677 INSURED FELICON01C INSURER B:Navicators ecial insurance Conte 36056 Felix Construction Co., Inc. INSURER c 1326 W. Industrial Drive ... Coolidge 65126 INSURER D INSURER E INSURER F COVERAGES CERTIFICATE NUMBER:701565260 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES,LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. �— ---— .....__ ......_.. --.. ........� ......._.. ......_........_..� BI$� ......_._ ......... .......----......... POLICY E.FEFI __P'OLICY1CP SR TYPE OF INSURANCE LIMITS LTR INSD MD POLICY NUMBER MMfDDlYYYY MM1DD A X COMMERCIAL GENERAL LIABILITY Y Y EPr:10133002 4(1!2015 4(1!2016 EACH OCCURRENCE $1,000,000 — RTAMAGE TlJ-rdEIVTFfT CLAIMS-MADE X OCCUR PRLMISES,jEa axraa pecco} $300,000 _..._ MED EXP(Any one person) $10„000 ........ .. .0 ...._- PERSONAL S ADV INJURY $1,000,000 ...... _._.. _..... ..... __....__..._. .. ...... GEN'L AGGREGATE I...IMI'T APPLIES PER: GENERAL AGGREGATE $2,000,000 .. — POLICY�X� IJC LOC PRODUCTS COMP10PAGG $2,000000 ...... : $ / A AUTOMOBILE LIABILITY Y Y EBA0133002 4(1/2015 4!112016 Enaocldenl” $1,000,000 ---............ ........ ---._....... —._........_....... _ X ANY AUT0 BODILY INJI..IRY(Per i mrsan) $ ALL OANE.L7 SCHEDULED ... �� AUTOS AUTOS BODILY INJURY QIPOi accident) $ .....°"- .....— NON-OW-1ED ...DyRtrPEP'IYf3AMAGO -- X HIREDAUTWO X AUTOS _.........._ ........ ........ .�_... $ B UMBRELLA LIAB X OCCS.IR Y LA15EXC7798'741C, 4!1!2015 4(1/2016 EACH OCCURRENCE $5„000,000 �... X EXCESS LIAB CLAIMS-MArSE AGGREGA'T'E $5,000,000 LED RETENTION$ $ X PER t°I'F- Y 1532465g2 7/1/2016 A WORKERS COMPENSATION 491/2016 AND EMPLOYERS'LIABILITY STATI,IT F.Et _ YIN -ANY PROPRIETOR/PARTNF_R/E.XECUT"IVE "l N/A E.L EACH ACCIDENT $500,000 OFFICERIMEMBER EXCLUDEk �.....J ... ... .. .._.— .....� _....... (Mandatory In NH) E.II DISEASE EA EMPLOYEE $500,000 If yes,do&crlRaa:sander ...... .. ..... . ..._---.. ,. _..........—. _ ....._.. D SCRII�'I"[ON OF OPERATIONS b0ow E.I.DISEASE POLICY LIMIT $500,000 DESCRIPTION OF OPERATIONS(LOCATIONS I VEHICLES (ACORD 107,Additional Remarks Schedule,maybe attached If more space Is required) Certificate Holder is defined as additional insured With respects to the general,auto and excess liability if required or agreed to in a Written contract subject to all provisions and limitations of the policy. General Liability coverage is primary and non-contributory.A Waiver of subrogation In favor of Certificate Holder applies to the general and auto liability and emplloyers liability/Workers compensation if required or agreed to in a Written contract subject to all provisions and limitation of the policy. Per attached forms: GA233AZ 09109, GA4316 09109„ 4171 11/05,GA4094 10/01;AA4172 09/09;WC000313; GA101 12/04• RE: Project No.02294, City Of Fort Worth Walsh Ranch Pump Station. Additional Insured: City of Fort Worth. Waiver of subrogation applies in favor of City of Fort Worth, CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Fort Worth ACCORDANCE WITH THE POLICY PROVISIONS. 1511 11th Avenue Fort Worth TX 76102 AUTHORIZED REPRESENTATIVE a @ 1965-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD � THUS ENDORSEMENT CHANGES THE POLICY. PLEASE READ UT CAREFULLY. CONTRACTORS' COMMERCIAL GENERAL LIABILITY KTY BROADENED ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Endonoemnemk-Tab|eofContents' Covera0e: Begins on Pace: 1' Employee Benefit Liability Coverage ''_''_—._'''''''—.''_.'_.._ .........................................2 2' Unintentional Failure to Disclose Hazards----------------- ......................... --------------- 7 3' Damage to Premises Rented to You --------------- 8 4. ----------------- 0 5. Medical ........................ ...........................0 @' Voluntary Property D (Cove )and Care, Custody or Control uo/ ------------------------------'0 r' 1a0 Day Coverage for Newly Formed or Acquired Organizations............................................ —'1D 8. Waiver uf Subrogation --------------------------------------- 10 ~~ g' Automatic Additional Insured ' Specified Relationships: ........ ........................................................1O • Managers or Lessors of Premises; • Lessor of Leased Equipment; • Vendors; • State or Political Subdivisions ' Permits Relating to Premises; ° State or Political Subdivisions'Permits;and ° Contractors'Operations — 10. Broadened C tran | LiabiU Work Within 5O' of Railroad Property-------------' 13 11. Property Damage to Borrowed Equipment----------------------------- 13 ' 12' Employees as Insureds 'Speni5ed Health Care Services: --------------------. 14 • Nurses; • Emergency Medical Technicians; and • Paramedics 13. Broadened Notice of Occurrence........................... .......................................................................... 14 B. Limits ofInsurance: The Commercial General Liability Limits of Insurance apply to the insurance provided by this endorse- ment, except as provided below: 1. Employee Benefit Liability Coverage Each Employee Limit: $ 1.000.000 Aggregate Limit: $ 3.000.000 Deductible: $ 1.000 3. Damage to Premises Rented to You The lesser of: m' The Each Occurrence Limit shown in the Declarations; or b. $500.O0O unless otherwise stated$ 4' Supplementary Payments e. Bail bonds: $ 1.000 b_ Loss ofearnings: $ 350 Includes copyrighted material cfInsurance 0A 233 AZ 09 OQ Services Office, |no..with its permission. Page 1of14 Policy No: EPP0133002 b. Deductible Clause 9. Automatic Additional Insured - Speci- ,,WN. (1) Our obligation to pay damages fied Relationships on your behalf applies only to a. The following is hereby added to the amount of damages for each SECTION II-WHO IS AN INSURED: "occurrence" which are in ex- cess of the deductible amount (1) Any person or organization de- stated in Section B. Limits of scribed in Paragraph 9.a.(2) (hereinafter fter referred to as Insurance, 6. Voluntary Prop- erty Damage and Care, Cus- additional insured) whom you tody or Control Liability Cov- are required to add as an addi- erage of this endorsement. The tional insured under this Cover- limits of insurance will not be re- age Part by reason of: duced by the application of such (a) A written contract or deductible amount. agreement; or (2) Condition 2. Duties in the Event of Occurrence, Offense, Claim (b) An oral agreement or tract where a certificate a of of or Suit, applies to each claim or insurance showing that per- suit irrespective of the amount. son or organization as an (3) We may pay any part or all of additional insured has been the deductible amount to effect issued, settlement of any claim or "suit" is an insured, provided: and, upon notification of the ac- tion taken, you shall promptly (a) The written or oral contract reimburse us for such part of the or agreement is: deductible amount as has been paid by us. 1) Currently in effect or becomes effective 7. 180 Day Coverage for Newly Formed or during the policy pe- Acquired Organizations riod; and SECTION II - WHO IS AN INSURED is 2) Executed prior to an Ask amended as follows: "occurrence" or offense Subparagraph a. of Paragraph 4. is to which this insurance would apply hereby deleted and replaced by the fol- lowing: (b) They are not specifically a. Insurance under this provision is af- named as an additional in- forded only until the 180th day after sured under any other pro- you acquire or form the organization vision of, or endorsement or the end of the policy period, added to, this Coverage Part. whichever is earlier-, -� 8. Waiver of Subrogation (2) Only the following persons or organizations are additional in- SECTION IV- COMMERCIAL GENERAL sureds under this endorsement, LIABILITY CONDITIONS, 9. Transfer of and insurance coverage pro- Rights of Recovery Against Others to vided to such additional in- Us is hereby amended by the addition of sureds is limited as provided the following: herein: We waive any right of recovery we may (a) The manager or lessor of a have because of payments we make for premises leased to you with injury or damage arising out of your on- whom you have agreed per going operations or"your work" done un- Paragraph 9.a.(1) above to der a written contract requiring such provide insurance, but only waiver with that person or organization with respect to liability aris- and included in the "products-completed ing out of the ownership, operations hazard". However, our rights maintenance or use of that may only be waived prior to the "occur- part of a premises leased to rence" giving rise to the injury or damage you, subject to the following for which we make payment under this additional exclusions: Coverage Part. The insured must do This insurance does not nothing after a loss to impair our rights. At apply to: Adak. our request, the insured will bring "suit"or transfer those rights to us and help us 1) Any "occurrence" enforce those rights. which takes place after Includes copyrighted material of Insurance GA 233 AZ 09 09 Services Office, Inc.,with its permission. Page 10 of 14 you cease tobeaten- ~ c) Any physical or ant in that premises. chemical change � 2) Structural alterations 'n the product ' made intentionally new construction or Uy the vendmr demolition operations ' performed by or on be- d) Repackaging, un- hu(f of such additional |emm unpacked insured. solely for the pur- pose of inspection (b) Any person or organization demonstration, ' from which you lease testing, or the equipment with whom you substitution of have agreed per Paragraph parts under in- 9'm.(1) above to provide in- mhuutionmhom the aunonoe. Such pemon(m) or manufacturer, and oq]enizehun(m) are insureds then repackaged solely with respect to their in the original UuUUKy arising out of the container', maintenance, operation use by of equipment e) Any failure to leased to you by uoh make such in- son(s) or orUanizaUon(m). mpeutinnm. adjust- However, this insurance menta tests or does not apply to any ''mu- servicing as the uurrenue''which takes place vendor has after the equipment lease agreed hu make mr expires. normally under- takes to make in (o) Any person or organization the usual course (referred to below as ven- of business, in dor) with whom you have connection with agreed per Paragraph the distribution or 9.u.p/ above to provide n/- sale of the prod- aurance. but only with re- uda ` mpeut to "bodily injury" or "property damage" arising f) Demonstration, in- out "which stal|otion, aeniu- une distributed orsold in the ing or repair op- regular course of the ven- eradonm, except do/s businasa, subject to such operations the following additional ex' performed at the duaions� vendor's premises in connection with 1) The insurance afforded the su|a of the the vendor does not product'. apply to: g) Products which, a) "Bodily injury" or after distribution or "property damage" mahs by you, have for vvn/on the ven- been labeled or dmriaobligated to relabeled or used pay damages by as a umntuiner, reason of the as- pert or ingredient oumphon of |iubi|' of any other thing ity in o ountnao\ or or substance by or agreement. This for the vendor, exclusion does not apply hz liability for 2) This insurance does damages that the not apply to any in- vendor would smvaU person or or- have in the ab- ganizmhon: manue of the umn- �nad or agree- �) From whom you have acquired ment ' such products. or b) Any express war- any imgredient, v rent/unauthorized part or container, by you', entering into, ac- Includes copyrighted material of Insurance GA 233 AZ 09 09 Services Office, \nc.with its permission. Page 1imfi4 companying or 2) This imsummom does containing such not apply to "bodily i pmoUuctm- or jury", "property dam- age When hmn liability liability in i i "personal�� -- t� ' aUvm�sng injury" aris- dmded within the ing out of ' rationu "products- performed for the state completed opens- urpo|iUca|mubdk/iaion. hona hazard" has been excluded (f) Any person or organization under this Cover with which you have agreed age Part with re- per Paragraph 9 (f) mpect to such above to provide insurance, pvodmxts but only with respect to li- ability caused, in whole orin (d) Any state or poUiou| mubdi- part/ by your ongoing op- vision with which you have mrotmna performed for that agreed per Paragraph odditiomo| inmured by you or 9.a.(1) above to provide |n- on your behalf. Aperaon or aurance, subject to the fo|' organization's status as an lowing additional provision: insured under this provision of this endorsement ends This insurance applies only when your operations for with respect to the following when insured ona completed. hazards for which the state . or political subdivision has (3) Any insurance provided to an issued a permit in conneu- additional insured designated Uon with premises you own, under Paragraph 9.a.(2): rent or control and to which this insurance app|ie& (a) Subparagraphs (e) and (f) does not apply to "bodily Y) The existence, mainte- injury"or"property«damage" nance, repair, con- included within the ^pnod' atrmction. erection, or ucte+coxnp|eted operations *�~ removal of advertising hazard"; y signs, awnings, oano- piea, cellar entrances, (b) Subparagraphs (o). b (d) coal ho|ea, drivewaya, and does not apply to mmnho|es, monquems. �y hoist away opmnings, damage" o "personal and sidewalk vau|t», street advertising injury" arising bmnnens, or deoora- out of the sole negligence Unna and similar expo- or willful misconduct of the smreo or additional insured or their ' agents, "employees" or any 2) The construction, eneo` other representative of the Umn, or removal of e|e' additional insured' nr vatoraor ' (c) Sub paragraph does not 3) The ownmrship, main- apply to "bodily i tenanoe, nr use ofany "property damage" or "per- elevators covered by aona| and advertising injury" this insurance. arising nutof� (e) Any state or political mubdi- 1) The rendering of or vision with which you have failure to render any agreed per Paragraph profeasiona| services 9'a.(1) above to provide /n- by you or on your be- smrance subject to the fo|- ha|f, but only with re- lowing provisions'. speot to either or both 1) This insurance applies Umns of the following opera- only with respect to mp- mnations performed by m) Providing eng\- you or on your behalf neering, arohiteo- for which the state or tuna| or surveying political subdivision has services to others-, issued apermit. and � Includes copyrighted material ofInsurance GA 233 AZ 09 89 Services Office, |no..with its permission. Page 12mf14 b) Providing or hiring plicable to the additional insured are independent pro- those specified in the Declarations of Aosh- fessionals to pro- this Coverage Part. The limits of in- vide engineering, surance are inclusive of and not in architectural or addition to the limits of insurance surveying services shown in the Declarations. in connection with c. SECTION IV - COMMERCIAL GEN- the construction ERAL LIABILITY CONDITIONS, 5. work you perform. Other Insurance is hereby amended Subject to the final as follows: paragraph of this ex- Any insurance provided by this en- clusion below, profes- dorsement shall be primary to other sional services include: insurance available to the additional a) Preparing, ap- insured except: proving or failing (1) As otherwise provided in SEC- to prepare or ap- TION IV - COMMERCIAL GEN- prove, maps, shop ERAL LIABILITY CONDITIONS, drawings, opin- 5. Other Insurance, b. Excess ions, reports, sur- Insurance; or veys, field orders, change orders or (2) For any other valid and collecti- drawings and ble insurance available to the specifications;and additional insured as an addi- tional insured by attachment of b) Supervisory or in- an endorsement to another in- spection activities surance policy that is written on performed as a an excess basis. In such case, part of any archi- the coverage provided under tectural or engi- this endorsement shall also be neering activities. excess. Professional services 10. Broadened Contractual Liability-Work AOb' do not include services Within 50' of Railroad Property within construction It is hereby agreed that Paragraph f.(1) of means, methods, tech- Definition 12. "Insured contract" (SEC- niques, sequences and TION V- DEFINITIONS)is deleted. procedures employed by you in connection 11. Property Damage to Borrowed Equip- with construction work ment you perform. a. The following is hereby added to Ex- 2) "Your work"for which a clusion j. Damage to Property of consolidated (wrap-up) Paragraph 2., Exclusions of SEC- insurance program has TION I - COVERAGES, COVERAGE been provided by the A. BODILY INJURY AND PROP- prime contractor- ERTY DAMAGE LIABILITY: project manager or Paragraphs (3) and (4) of this exclu- owner of the construc- sion do not apply to tools or equip- tion project in which ment loaned to you, provided they you are involved. are not being used to perform opera- b. Only with regard to insurance pro- tions at the time of loss. vided to an additional insured desig- b. With respect to the insurance pro- nated under Paragraph 9.a.(2) Sub- vided by this section of the en- paragraph (f) above, SECTION III - dorsement, the following additional LIMITS OF INSURANCE is amended provisions apply: to include: The limits applicable to the additional (1) The Limits of insurance shown insured are those specified in the in the Declarations are replaced written contract or agreement or in by the limits designated in Sec- the Declarations of this Coverage tion B. Limits of Insurance, 11. Part, whichever are less. If no limits of this endorsement with respect are specified in the written contract to coverage provided by this � or agreement, or if there is no written endorsement. These limits are contract or agreement, the limits ap- inclusive of and not in addition to the limits being replaced. The Includes copyrighted material of Insurance GA 233 AZ 09 09 Services Office, Inc.,with its permission. Page 13 of 14 Limits of Insurance shown in 12. Employees as Insureds - Specified Section B. Limits of Insurance, Health Care Services �. 11. of this endorsement fix the most we will pay in any one "oc_ It is hereby agreed that Paragraph currence" regardless of the 2.a.(1)(d) of SECTION II - WHO IS AN number of: INSURED, does not apply to your "em- ployees"who provide professional health (a) Insureds; care services on your behalf as duly li- (b) Claims made or "suits" censed: brought; or a. Nurses; (c) Persons or organizations b. Emergency Medical Technicians; or making claims or bring "suits". c. Paramedics, (2) Deductible Clause in the jurisdiction where an 'occurrence" or offense to which this insurance applies (a) Our obligation to pay dam- takes place. ages on your behalf applies only to the amount of dam- 13. Broadened Notice of Occurrence ages for each 'occurrence" Paragraph a. of Condition 2. Duties in which are in excess of the the Event of Occurrence, Offense, Deductible amount stated in Claim or Suit (SECTION IV - COMMER- Section B. Limits of Insur- CIAL GENERAL LIABILITY CONDI- ance, 11. of this endorse- TIONS) is hereby deleted and replaced ment. The limits of insur- by the following: ance will not be reduced by the application of such De- a. You must see to it that we are noti- ductible amount. fied as soon as practicable of an (b) Condition 2. Duties in the "occurrence" or an offense which Event of Occurrence, Of- may result in a claim. To the extent fense, Claim or Suit, ap- possible, notice should include: plies to each claim or "suit' (1) How, when and where the 'oc- AO'k irrespective of the amount. currence"or offense took place; (c) We may pay any part or all (2) The names and addresses of of the deductible amount to any injured persons and wit- effect settlement of any nesses-, and claim or "suit and, upon notification of the action (3) The nature and location of any taken, you shall promptly injury or damage arising out of reimburse us for such part the"occurrence or offense. of the deductible amount as This requirement applies only when has been paid by us. the 'occurrence" or offense is known to an "authorized representative". AM- Includes copyrighted material of Insurance GA 233 AZ 09 09 Services Office, Inc.,with its permission. Page 14 of 14 Policy No: EPPO133002-1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ARIZONA AUTOMATIC ADDITIONAL INSURED - WHEN REQUIRED IN CONTRACT OR AGREEMENT WITH YOU - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. SECTION II - WHO IS AN INSURED, 2. is clusions of SECTION I - COVERAGES, amended to include: COVERAGE A. BODILY INJURY AND e. Any person or organization hereinafter PROPERTY DAMAGE LIABILITY, this insur- ance does not apply to bodily injury" or referred to as Additional Insured: "property damage" arising out of: (1) Who or which is not specifically 1. The rendering of or failure to render any named as an additional insured un- professional services by you or on your der any other provision of, or en- behalf, but only with respect to either or dorsement added to, this Coverage both of the following operations: Part;and 2 For whom you are required to add as a. Providing engineering, architectural ( ) y q or surveying services to others; and an additional insured, except any ar- chitect, engineer or surveyor, on a b. Providing or hiring independent pro- completed operations basis on this fessionals to provide engineering, Coverage Part architectural or surveying services in under a written contract or written agree- connection with the construction work you perform. ment: Subject to the final paragraph of this ex- (1) But only with respect to liability clusion below, professional services in- caused, in whole or in part, by "your clude: work" performed for that additional insured by you or on your behalf; a. Preparing, approving or failing to and prepare or approve, maps, shop 2 If the written contract or written drawings, opinions, reports, surveys, ( ) field orders, change orders, or agreement specifies coverage for drawings and specifications;and the additional insured in the "prod- ucts-completed operation hazard". b. Supervisory or inspection activities With respect to the person(s) or or aniza- performed as a part of any architec- P P ( ) 9 tural or engineering activities. tion(s) referenced in Paragraph A.2.e. above, their status as an additional insured under this Professional services do not include endorsement will not apply beyond the period services within construction means, of time required in that written construction methods, techniques, sequences and contract or agreement referred to in Para- procedures employed by you in connec- graph A.2.e. above. If that written construction tion with construction work you perform. contract or agreement does not specify a pe- riod of time, this coverage will not apply be- yond 1 year from the completion of "your (wrap-up) insurance program has been work"where the work that caused the "bodily provided by the prime contractor/ project injury" or "property damage" occurred. "Your manager or owner of the construction work" will be deemed completed as specified project in which you are involved_ in Paragraph a.(2) of SECTION V - DEFINI- 3. "Bodily injury" or "property damage" aris- TIONS, 19. "Products-completed operations ing out of"residential construction". hazard". B. With respect to the additional insureds refer- enced in Paragraph A.2.e. above, the follow- ing exclusion is added to Paragraph 2. Ex- Includes copyrighted material of ISO GA 4316 AZ 09 09 Properties, Inc.,with its permission. Page 1 of 2 C. SECTION III - LIMITS OF INSURANCE is noncontributing, whichever applies, with amended to include: this insurance. The limits of insurance available to the addi- 2. Any insurance provided by this endorse- tional insured(s)will not exceed: ment shall be primary to other insurance 1. Those limits specified in the written con- available to the additional insured except: struction contract or agreement referred a. As otherwise provided in SECTION to in Paragraph A.2.e. above; or IV - COMMERCIAL GENERAL Lk 2. ABILITY CONDITIONS, S. Other In- 2. The Limits of Insurance specified in the surance, b. Excess Insurance; or Declarations of this Coverage Part; b. When other valid and collectible in- whichever are less_ If no limits are specified in surance is available to the additional that written construction contract or agree- insured: ment, the limits available to the additional in- sureds) will not exceed the Limits of Insur- (1) As an additional insured by at- ance specified in the Declarations of this Cov- tachment of an endorsement to erage Part_The limits of insurance available to another insurance policy;and the additional insured(s) are inclusive of and not in addition to the Limits of Insurance (2) On an excess basis. shown in the Declarations. In such case the coverage provided D. SECTION IV - COMMERCIAL GENERAL LI- under this endorsement shall also be ABILITY CONDITIONS is amended to include excess. the following: F. SECTION V - DEFINITIONS is amended to AUTOMATIC ADDITIONAL INSURED PRO- include: VISION 1. "Residential construction"means: The written construction contract or agree- a. A structure where any of the struc- ment referred to in Paragraph A.2.e. above ture's square foot area is used, or is must: intended, for the purpose of human 1. Be currently in effect or become effective habitation and includes, but is not during the term of this Coverage Part; limited to, single-family housing, and multi-family housing, apartments, condominiums, townhouses, and 2. Have been executed prior to the "bodily similar structures intended for human injury"or"property damage" to which this habitation; and endorsement pertains. b. Common areas and appurtenant E. SECTION IV - COMMERCIAL GENERAL Lk structures of those structures listed ABILITY CONDITIONS, S. Other Insurance, in Paragraph 1.a.above. b. Excess Insurance is amended to include the following: "Residential construction" does not in- clude: 1. Where required by the written construc- tion contract or agreement referred to in a. Hospitals or prisons; and Paragraph A.2.e. above, this insurance is b. Military housing, dormitories, long- primary and / or noncontributory as re- term care facilities, hotels or motels, spects any other insurance policy issued provided there is no individual own- to the additional insured, and such other ership of units. insurance policy shall be excess and / or Includes copyrighted material of ISO GA 4316 AZ 09 09 Properties, Inc.,with its permission. Page 2 of 2 Policy No: EPP0133002 THIS E14DORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY 1 NONCONTRIBUTORY AMENDMENT OF CONDITIONS FOR DESIGNATED ADDITIONAL INSUREDS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization (Additional Insured): BLANKET IF REQUIRED BY WRITTEN CONTRACT, ORAL OR WRITTEN AGREEMENT With respect to insurance provided the additional When this insurance is excess over any insured shown in the Schedule, SECTION IV - other insurance, we will pay only our COMMERCIAL GENERAL LIABILITY CONDI- share of the amount of the loss, if any, TIONS, 5. Other Insurance is deleted in its en- that exceeds the sum of: tirety and replaced by the following: (1) The total amount that all such other S. Other Insurance insurance would pay for the loss in If other valid and collectible insurance is the absence of this insurance; and available to the additional insured for a loss (2) The total of all deductible and self- we cover under Coverages A or B of this insured amounts under all that other Coverage Part, our obligations are limited as insurance. follows: We will share the remaining loss, if any, a. Primary Insurance with any other insurance that was not bought specifically to apply in excess of Where required by a written contract, this the Limits of Insurance shown in the insurance is primary and noncontributory Declarations of this Coverage Part. as respects any other insurance policy issued to the additional insured. Other- c. Method of Sharing wise, b. below applies. If all of the other insurance permits con- b. Excess Insurance tribution by equal shares, we will follow of the this method also. Under this approach This insurance is excess over any each insurer contributes equal amounts other insurance available to the additional until it has paid its applicable limit of in- insured whether primary, excess, contin- surance or none of the loss remains, gent or on any other basis. whichever comes first When this insurance is excess, we will If any of the other insurance does not have no duty under Coverages A or B to permit contribution by equal shares, we defend any claim or "suit" that any other will contribute by limits. Under this insurer has a duty to defend. If no other method, each insurer's share is based on insurer defends, we will undertake to do the ratio of its applicable limit of insurance so, but we will be entitled to the insured's to the total applicable limits of insurance rights against all those other insurers. of all insurers. GA 094 1 D 01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED BY CONTRACT This endorsement modifies insurance provided under the tollowing: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM This endorsement changes the policy effective on the inception date of the policy unless another date is indi- cated below. Endorsement Effective: Policy Number: c 0.1 0 10410112� =EIBA01730 02 Named Insured: FELIX CONSTRUCTION CO INC Counter'signed by: (Authorized Representative) With respect to coverage provided by this endorsement, the provisions of the Coverage or apply unless modified by the endorsement. SECTION 11 - LIABILITY COVERAGE, A. Cover- age, 1. Who is an Insured is amended -to include as an insured any person or organization with which you have agreed in a valid written contract to provide insurance as is afforded by this policy, This provision is limited to the scope of the valid written contract. This provision does not apply unless the valid written contract has been executed prioir to the 'bodily injury'or"property damage". AA 4171 11 05 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET WAIVER OF SUBROGATION - AUTO This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM This endorsement changes the policy effective on the inception date of the policy unless another date is indi- cated below. Endorsement Effective" [L4/(—)l i _ 04101 �16 cy Number: Named insured- Countersigned by: (Authorized Representative) With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. ® Blanket Waiver of Subrogation of payments we make for "bodily, injury" or "property darnage"arising out of the operation SECTION IV - BUSINESS AUTO CO CI- of a covered "auto" when you have assumed TIONS, A. Loss Conditions, 5. Transfer of liability for such "bodily injury"' or "property Rights of Recovery Against Others to Us is damage" under an "insured contract", pro- amended by the addition of the following: vided the "bodily injury" or "'property damage" We waive any right of recovery we may have occurs subsequent to the execution of the"in- against any person or organization because sured contract". AA 4172 09 09 Amok- WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule BLANKET WAIVER OF SUBROGATION IF YOU ARE REQUIRED BY A WRITTEN CONTRACT OR AGREEMENT, WHICH IS EXECUTED BEFORE A LOSS, TO WAIVE YOUR RIGHTS OF RECOVERY FROM OTHERS, WE AGREE TO WAIVE OUR RIGHTS OF RECOVERY. THIS WAIVER OF RIGHTS APPLIES TO ANY PERSON OR ORGANIZATION FOR WHOM THE NAMED INSURED HAS AGREED BY WRITTEN CONTRACT TO FURNISH THIS WAIVER, BUT SHALL NOT BE CONSTRUED TO BE A WAIVER WITH RESPECT TO ANY OTHER OPERATIONS IN WHICH THE INSURED HAS NO CONTRACTUAL INTEREST. This endorsement changes the policy to which it is attached and is effective on the date issued unless other- wise stated. (The information below Is required only when this endorsement Is Issued subsequent to preparation of the policy.) Endorsement Effective 04/01/2015 Policy No. WC1932485-02 Endorsement No. Insured FELIX CONSTRUCTION CO INC Premium$ Incl. Insurance Company CINCINNATI INSURANCE COMPANY Countersigned by WC 00 0313 0 1983 National Council on Compensation Insurance. Policy No: EPPCJ133C102 you or while performing duties related to d. Your legal representative if you die, but the conduct of your business. However, only with respect to duties as such. That none of these "employees" or "volunteer representative will have all your rights workers" are insureds for: and duties under this Coverage Part. (1) "Bodily injury" or "personal and ad- 3. Any organization you newly acquire or form, vertising injury": other than a partnership, joint venture or lim- ited liability company, and over which you (a) To you, to your partners or maintain ownership or majority interest, will members (if you are a partner- qualify as a Named Insured if there is no other ship or joint venture), to your similar insurance available to that organiza- members (if you are a limited li- tion. However: ability company), to a co- "employee" while in the course a. Insurance under this provision is afforded of his or her employment or only until the 90th day after you acquire performing duties related to the or form the organization or the end of the conduct of your business, or to policy period, whichever is earlier; your other "volunteer workers" while performing duties related b. COVERAGE A. BODILY INJURY AND to the conduct of your business; PROPERTY DAMAGE LIABILITY does not apply to "bodily injury" or "property (b) To the spouse, child, parent, damage" that occurred before you ac- brother or sister of that co- quired or formed the organization; and "employee" or .,volunteer worker' as a consequence of c. COVERAGE B. PERSONAL AND AD- Paragraph (1)(a)above; VERTISING INJURY LIABILITY does not apply to "personal and advertising injury" (c) For which there is any obligation arising out of an offense committed be- to share damages with or repay fore you acquired or formed the organi- someone else who must pay zation. damages because of the injury described in Paragraphs (1)(a) No person or organization is an insured with re- or(b) above;or spect to the conduct of any current or past part- nership, joint venture or limited liability company (d) Arising out of his or her provid- that is not shown as a Named Insured in the Dec- ing or failing to provide profes- larations. sional health care services. SECTION 111-LIMITS OF INSURANCE (2) "Property damage"to property: 1. The Limits of Insurance shown in the Declara- (a) Owned, occupied or used by; or tions and the rules below fix the most we will (b) Rented to, in the care, custody pay regardless of the number of: or control of, or over which a. Insureds; physical control is being exer- cised for any purpose by, b. Claims made or "suits" brought; or you, any of your "employees", "vol- c. Persons or organizations making claims unteer workers", any partner or or bringing"suits". member (if you are a partnership or 2. a. The General Aggregate Limit is the most joint venture), or any member (if you we will pay for the sum of: are a limited liability company). (1) Medical expenses under COVER- b. Any P arson (other than your "employee" AGE C.MEDICAL PAYMENTS; or "volunteer worker"), or any organiza- tion while acting as your real estate man- (2) Damages under COVERAGE A. ager. BODILY INJURY AND PROPERTY DAMAGE LIABILITY, except dam- e. Any person or organization having proper ages because of "bodily injury" or temporary custody of your property if you "property damage" included in the die, but only: "products-completed operations (1) With respect to liability arising out of hazard"; and the maintenance or use of that prop- (3) Damages under COVERAGE B. erty; and PERSONAL AND ADVERTISING (2) Until your legal representative has INJURY LIABILITY. been appointed. This General Aggregate Limit will not ap- ply if either the Location General Aggre- Includes copyrighted material of Insurance GA 101 12 04 Services Office, Inc., with its permission. Page 12 of 22 Ask' gate Limit of Insurance, Paragraph 2.b., your behalf at the same location for or the Construction Project General Ag- the same persons or organizations, gregate Limit of Insurance, Paragraph no matter how often or under how 2.c. applies. many different contracts, will be deemed to be a single construction b. A separate Location General Aggregate project. Limit of Insurance, equal to the amount of the General Aggregate Limit shown in the 3. The Products-Completed Operations Aggre- Declarations, shall apply to each location gate Limit is the most we will pay under COW owned by, or rented or leased to you and ERAGE A. BODILY INJURY AND PROP- is the most we will pay for the sum of: ERTY DAMAGE LIABILITY for damages be- {1} Damages under COVERAGE A. cause of "bodily injury" and "property dam- BODILY INJURY AND PROPERTY age" included in the "products-completed op- erations LIABILITY, except dam- ages because of "bodily injury" or 4. Subject to 2.a. above, the Personal and Ad- "property damage" included in the vertising Injury Limit is the most we will pay "products-completed operations under COVERAGE B. PERSONAL AND AD- hazard"; and VERTISING INJURY LIABILITY for the sum of all damages because of all "personal and ad- (2) Medical expenses under COVER- vertising injury" sustained by any one person AGE C.MEDICAL PAYMENTS, or organization. which can be attributed to operations at 5. Subject to 2. or 3. above, whichever applies, only a single location owned by, or rented the Each Occurrence Limit is the most we will or leased to you. pay for the sum of: c. A separate Construction Project General a. Damages under COVERAGE A. BODILY Aggregate Limit of Insurance, equal to INJURY AND PROPERTY DAMAGE Li- the amount of the General Aggregate ABILITY; and Limit shown in the Declarations, shall ap- ply to each construction project and is the b. Medical expenses under COVERAGE C. most we will pay for the sum of: MEDICAL PAYMENTS; AWN- (1) Damages under COVERAGE A. because of all "bodily injury" and "property BODILY INJURY AND PROPERTY damage" arising out of any one "occurrence". DAMAGE LIABILITY, except dam- ages because of "bodily injury" or 6. Subject to 5. above, the Damage to Premises "property damage" included in the Rented to You Limit is the most we will pay "products-completed operations under COVERAGE A. BODILY INJURY AND hazard"; and PROPERTY DAMAGE LIABILITY for dam- ages because of "property damage" to any (2) Medical expenses under COVER- one premises, while rented to you, or in the AGE C.MEDICAL PAYMENTS; case of damage by fire or explosion, while rented to you or temporarily occupied by you which can be attributed only to ongoing with permission of the owner. operations and only at a single construc- tion project. 7. Subject to 5. above, the Medical Expense Limit is the most we will pay under COVER- d. Only for the purpose of determining which AGE C.MEDICAL PAYMENTS for all medical General Aggregate Limit of Insurance, expenses because of "bodily injury" sustained 2.a., 2.b.,or 2.c., applies: by any one person. (1) Location means premises involving The Limits of Insurance of this Coverage Part ap- the same or connecting lots, or ply separately to each "coverage term". premises, whose connection is inter- rupted only by a street, roadway, SECTION IV - COMMERCIAL GENERAL L11- waterway or right-of-way of a rail- ABILITY CONDITIONS road. 1. Bankruptcy (2) Construction project means a loca- tion you do not own, rent or lease Bankruptcy or insolvency of the insured or of where ongoing improvements, al- the insured's estate will not relieve us of our terations, installation, demolition or obligations under this Coverage Part. maintenance work is performed by 2. Duties in the Event of Occurrence, Offense, you or on your behalf. All connected Claim or Suit ongoing improvements, alterations, installation, demolition or mainte- a. You must see to it that we are notified as nance work performed by you or on soon as practicable of an "occurrence" or Includes copyrighted material of Insurance GA 101 12 04 Services Office, Inc., with its permission. Page 13 of 22 STANDARD GEN-E R.AL CONDITIONS OF THE CONSTRUCTION CONTRACT MY OF FORZWORTH � S OF THE �� �� ~���'~��I�~~~~��=~'^~ ~,GNTRA~~T OF CONTENTS Page Article I—Definitions and ............-....... .D �.�� �J�������M��..........-..~.......~...`.~.^.~.~..~..~....^.~...~_...~..~.~.~..............~...^.-^`..,~^.`.....~..~.......-.~..~-...^.� 1.02 ...~.....~.~~~~~~....� /�r�����—���������'����5�.......-..............~_..~_...-..............^..^........._......_...._........._.............-......._....� 2.01 Copies of ........~ ....... ..^^^.~^..-..^..~~...-~^....~-~...^^.,.-.^..^..~^~~.� 2.02 Commencement of C8mtractTirne;Notice to .......----.................7 2,03 Starting the .,.~.,,~~._,,,...,~,~._..~.........,._..,.........~.-....~.....~.__.,......,._,..,..~..8 2.04 Before Starting Consiruction...~.~.^...^..~.~.-....._.......~......^,....._..~.......... ....~...._.~........^..~._..~^......� 2.05 Preconstruction Coo.ferenr#e.~~. ...........~.~'_..............^...-~.._~..8 2.06 Public ........~~~....~~~...~...~...�~......~.~.^_..~__~�.~~~.�....~~.......-..~...~.~~.~__~..� 2.07 Initial Acceptance of Sebedules.,.^.. ~.~.~8 Article 3—Contract Documents: bztent� Reiise .~.. ..~.~ 8 3.01 3.02 RekreBce StsjxWds.-^...~.~..... ~_..^..~_..~...� 3.03 Reporting and ~~~~~~~~ ...~...~,~~.~...~~~......_..~~_~.� � 104 and Supplementing Contract 10 3^05 Reuse of ....-~~.,......~...~..10 3.06 Electronic ......._.�~~~.....~_..�~~.....�.....~_.~..~_.._.~.-..,.~~.1D Article 4—Availability ofTands; Subsurface and Hazardous Reference�����.....�.....^..�...�.�..�..�.�.......�...........�.....�~~.^���~~...�..~.......~.....~...�..^.^�� 4�01 Availabilir Yjr of J'ar3CLS ^~.....~~~�.~.�~.....~...~~.~.~~.~~~~~-..~...._..�.~.._.........~~~~....,,.,,_,�~�~,�� 4.02 Subsurface and Physical Ccmdifions.........~~..�.........^.~...^._~.....~~...^...~.~�._,~..,..,,.......,.,,,,_~,~,,12 4.03 Differing Scb0urike or Physical Conditions—......._..........~........... -............~.....~.~~._-.~.,~...._,�� 4.04 ....... ..�..�.���.��....~..�........��..�..�.�13 4,05 Reference: ,.., 14 4.06 Ha7ardous Environmental Condition at Site_...~.~~............._........~.._~...._..^......_.-^....._.....~..14 � Article 5—Bonds and Insurance..~_ .~~.. 16 5.01 Licensed Sureties and Insurers....._......~~~.-.�~_~_~........,.�...~~_.,,,.,,,~, 16 5.02 Performance,Payment,and Maintenance B(�n&s..,.-..--.........~,..~^ 16 5.03 Certificates of ............ ~~,~~,,,~_~ 16 5.04 Contractor's Insumance_....... .............�.....~~~~~_ 18 M5 Acceptmice of Bonds and Option,to 19 ` Article 6—00ntructoj.-'s Responsibilities,.~..,.,~,.~~~,,~.,,,.~,,`~,,,~,~~,,,,,,~,~,~~~,,~~^, 19 6.01 ~_~,~ 19 MYmFFMWORTz STAMAMo CONSTRUCTION SPECI�FCATI.ON DOCJ JMENTS � 6.02 Labor; Hours~~^~.~~.-~ ........~...--~~~~~~~^~~`-^~ --'-~^~'~~^~`^^20 6.0� Servic6s, and .^..-~_~^~~~..~....._~.~~~~-..~.�~.~~..................-.~~~~_~~.20 6.04 _........~......_...,.~,_,,,,_^,,, 2.1 6.05 S ub06tutes andmOr-E quals"'.-^....,....,~.,,^.~,~,~,,,_,,~,,^,.,,,,~,~,,,,_,~~,,',,,,,,~,__,,.,~~,_,,,.__~^^~,,2.1 6.06 Conceming SubconiTactors, Suppliers,and O%hens..__.....~~~...._,,~...~..~. _~~~~.~~~._-~~.�4 6]07 Wage Rates ..~~._. ~~,,,~~~~,,,,_~,~,~,~_~,, .,,25 6J08patent-Fees and Royalties-_- ..... ._~^._.~~.~-~.~~~~^`~~^`~~^~~^~^�-^^~~~~~^^~^~~~~~~~~^^^26 6.09 Permits .............. ,~,_,,,,._.,,,,,,,,,,__,,,~,~.~,_,,_,^,,,,^,,,,�� 6.10 Laws and .���....�.....~....~....�..~.....-...^.27 6.11 ..... ...........���.�.������. ................... .�.���,��..�..�.�.�� 6.12 Use of Site and Other .~.-..~_..,~.~~...~~~~~-~^^_^_~28 6.13 Record Docutnents......~.... ~.......,.~~~.....,~..~......~._..,,~,....,~~,,~_.,,^~~,__,.,,,,~,,,,~__~~,,,,,,~^�� 6.14 Safety and Protection.........._~^...~...^......-,._~.........._-~^^.~~.`... ..........^~~-^`^.~^..^^-``^-^^^^--^~29 6.15 Safety ............... ~,~,,~,,~,,_~,,,,_~.�,~~~,�,__~,~��,_,,_~_,~~�� 6.16 Hazard Comuntmication Programs.~...-~...~......-..................,....,...~..,_,...~.~~.,,,,_-~.,,,,.,_,,,^^,�� 6.17 Emergencies and/or Rmlification_~........._-.......................... ..._~..-.....~_...-.,._..._.....~_~--~�� 6.18 SubPictals..~.~^- .............-..,.....,..........-....~........~.~...-...._.......... .,..~.....~......~..,,-._.,~.,.__-'�� 6.19 Continuing the ~... ~._~32 � 6.20 Contractor's General Warranty and KJuarautee ...................-..-.......... ..~~-.._..-.~...._.~.......�� 6.21 ~ ~..,~~.33 � 6.22 Delegation of Pro&asionaTDesign Services.-,......^........_-........__.-..,....-.....-.......~..__..........34 623 Right t0Audit..,.. ....~......-_....._.�� 6.24 . .......`...���.��.��.����.�� ,kJticle 7-Other Work at the Site.~~~._ ...... ~.~..~~~3 5 7.01 Related Work at Site......, ......... .~.._.,..^.....35 7.02 Coor&nation...^......~..........-,..~.~........~...... ...-.^.,~.....~. ........ ............___........~..3 6 Article 8_City's ........ ....... ~~-~.,~3 6 8.01 Communications to ContrGct0r~-.~...~....,.......... .......,-......._-.._-.....~............~..................,.~.3 6 8.,02 Fuz7iiSh Data._.._~.._..,~.,.....,-^--...~.__...... ........~~,.,-._..~......._....~..,~....~~~...~~...........36 8.03 Pay,When Due ._~.. ....... 3 6 8]04 Lands and ............ 36 8.05 ...............,..^-^.........-.~.....~~ ............. .......36 8.06 Inspections, Tests, and Approvals., ~_ 3 6 8^07 Limitations on City's ....... -37 8.08 Undisclosed Hazardous Environmental Conditio8_.._.....~........,...-.......... ~.-...~-.....-,.. .......37 � 8.09 Compliance with ~~.. .-.~_ .~~....~_~~~37 � ^ � � Article 9-City's Observation Statm:,s During Construction,....... ....._._......~-....-.~._............__._......__.37 9.01 City's Project Representative~.~..~_~-~^,...~_~'~,.~.~^..~-~-~~~~._~.^_` 9.02 Visits to Site ....... 37 9.03 AllthrmrizedVarmtimns io Work-....... ..........------...38 9.04 Rejecting Defective Work..~.- ............~.~..................... .~....-..~..~_.-...._.~.�� 9.05 for Work Performed-...~.~._~~..~~~..~~.~~.~..._..,~.~.-~'~~.~-~~-.~~_~_^~,~_38 9.06 Decisions on Requirements of Contract Documcnis w2d Acceptability ofWo%k.~.....................38 CITY OF I-'OKr WORT11 STANDARD CONSTR2CTIOmSPECIFCATION DOCUMENTS Revision,-Decantff 21,2012 Afticle 10-Ch,.mges in the Worley 10.01 Autliorized Changes in the Work........ .........----.38 10002 Unauthonzed Changes in the Work- .......... ....... 10.03 Execution of Change ...... ...... 39 10.04 Extra Work-,... 10.05 Notification to Surety,..... ...... .......... 10.06 Contract Clairris Process... ........ ....... Article 11 -C ost of the W&Iq Allowances;U.mt.Pnice Work;Plans Quantity 11.01 Cost of the Work... 11002 .......---,-43 11.03 Urut Pnce ......... .....44 11.04 Plans Quantity Imcasurement..................... ........ ..... Article 12-Change ofContract:Price;Change c)f COntract ........... 12.01 Change of ........ 12.02 Change of Contract,Time--.....--11- .. ..."..-"-1-1-." ... ... .... ...47 12.03 ........... __--47 Article .13 -Tests and Inspections; Correction,Removal or Acceptance of Defective Work.........,,. .......48 1301 'Notice of Defects ... 13002 Access to Work ......................... 48 13003 Tests ...... 13004 LJncovering ...... ....... 13.05 City.May Stop the ...... 49 13006 Correction or Rem oval of Detective .................... 13.07 ........... ......w 0 50 13.08 Acceptance of'D�efective ........ .....�51 1309 City May Coixect Defective ..... Article 14 Payments to Contractor and Completion....... ...... ....52 14.01 SchedvIe of Values... .......... 14.02 ....... 1403 Contractor"s Warranty of Title ............. ......... .......54 14.04 Partial Utilization.. 14.05 Final ........ ......�55 14-06 Final ........... 55 14.07 Final Payiiient-,,... ....... 14.08 Final Completion Delayed and Paxtial Retainage 56 14069 Waiver of ................ ....w m,. Article 1.5-Suspension of or and Termination----,.......... ......... ...... .......57 15.0.1 City.May Suspend 15-02 City May Terminate for Cause.... .......... 1 15.03 City May Tennin ate For Conv enience....,-, .......... 16001 Metbods and Procedures--..... =OFFORTWORIN YfANDARD CONSTRUC71ON SPECITCAITON DOCM IENTS Revisiow 1 =iw21,2012 Article 17 .........----.......... .......... ........ --62 17.0.1 Giving Notice... ........................---.62 17.02 Computation of'Times.... ................ ....... 17.03 Cumulative Remedies ......... 62 17.04 Survival of'Obfigations.,—.......... .......... ....----63 .17.05 Headings .......... ................ ............. ............. .,,.......-63 MY OF FORTWORn I STANDARD CONSTRUCTION SPECIRIMION D00➢MENTS Revision:Dwnq w. 21„2012 M72 00-I GenerW Conditions Page I of'63 ARTICLE I-DEMNYMNS AND TERMINOLOGY 1.0 1 Dqfined Y s A. Wherever used in, these General Conditions or in, adier Contract Documents, the terms listed below have tile meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the inasculine, fenfinine and neuter. Said terms are generally capitadized or written in italics, but not always, When used in a context consistent with the definition of a listed-de firied term, the term shall have a meaning as defined below whether capitalized or italicized or odien"ise. in addition,to terms specifically defined, terms wiih initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other docinnents or forms. I.. Addenda....-Written or graphic instruments issued prior to the opening of Bids which clarif y, correct or change the Bidding RecItArements or the Proposed Contract Documents. 2. Agmement—The written. instrument which is evidence of the agreement between City an.d Contractor covering the Work. 3. ApI)licMim7fir Payment—The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Docurnents. 4, Asbestos—Any material that contains more than one percent asbestos mid is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Sa&ty and Health Administration. 5. Award-Aulhori7ation by the City Council for the City to enter into an AgTeement. 6. Bid.. -The ofl-.er or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work-,to be performed. 7. Bidder-21be individual or entity who submits a Bid directly to City, 8. Bidding Documents--The Riddhig Requirements and the PTOPosed Contract Documents (including all Addenda). 9. Bidding Requirements--The advertise cent or Invitation to Bid, Instructions to Bidders, Bid security of acceptable forin, if any.,mid the.BidForm with any supplements. 10. Business Dqy---A business day is defined as a day that the City conducts noinial business, generally Monday through Friday, except for federal or to holidays observed by the City. 11.Buzzsmv--City's on.-line,electronic docunient rnwiagement and collaboration system. 12. Calendar Dqy-.-,A day cowsistiaag of 24 hours measured from midnight to the next midnight. C'n"Y Or FORT WORTH STANDARD CONSTRUCTION SPECTMATION MAYME'MrS Revision:lkcmR z21,2212 007200-1 General Condkions Page 2 of 63 13. Change Or r 7A docurnent, which :is prepared and approved by the City, which is signed Ray Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the A greenient. 14. The City of Fort Worth, T exas, a horne-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by :its governing body through its City Manager, his designee, or agents au ttiorized under his behalf, each of which is required by Charter to per.fonn specific duties with responsibility for final enforcerrient of the contracts involvirig the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work- is to be performed. 15. Qy Aftorne)i--The officially appoiated City Attorney of-the City of Fort Worth, Texas, or his duly authorized representative. 16. City Council - 'the duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City i1fanager- The officially appointed and authorized City, Manager of the City of Fort Worth,Texas, or his duly authorized representative. 18. Contract Clairn----A. demand or assertion 'by City or Contractor seeking an adjustnent of Or, Contract Price or C"ontract Titne, or both, or other relief with respect to the terms of the Contract-A,demand for money ors ides by a third party is not a Contract Claim. 19° Con rract-­The entire and iante grat ed 'W�firteljr doewnent between, the City and Contractor concerning the Work, The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations:,representations,or agreements, whether written or oral. 20° Cwttract Docuinents—Those items so desipaated in the Agreement. M items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of'subsurface and physical conditions are not Contract Documents. 21, Contract Price­­-The moneys payable by City to Contractor for com.pletion of the Work in accordance with the Contract Docurnents as stated in the Agreement (subject to the provisions of'Paragr-aph 11,03 in the case of Unit Price Work), 22. Contract Thne--The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and(h)complete the Work so that it is ready for Final A.Cc eptMice. 13. Contrartor---The individual or entity with.whom C ity.has entered into the Agreement. 24. Cost of the YFork.--See Paragraph 11. 01 of these General Conditions for defmition. ti CrT."Y OF FORTWOR711 STANDARD CONSTRIX7TION SPECFCATION DOCIAVIEWIS 0072 00-I (kmeral Condkions Page 3 of 63 25. Dcunage Claims --A dernand for nmoney, or services arising from the Pro ect or Site frorn. a third party, City or Contractor exclusive of a Contract Claim. 26.Dq or day .­A day,unless otherwise defined, shall mean a Calendar Day., 27. Director J'Aviation --The officially appointed Director of the Aviation Department of the City of Fort WorthTexas,or his duly appointed representative,assistant,or agents. 28. Director qj"Parks and C inmunily&rvices­I he ofEcially appointed Director of the Parks and Community Services Departrnent of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents, 29. Director of'Plemning, and Development­­The officially appointed Director of the Planning and Development: Department of the City of Fort Worth, Tex s, or his duly appointed representative, assistant, or agents. 30. Direct or qj' Tremsponation Public Works ­. The officially appointed Director of' the Transportation Public Works Department of" the City of Fort Worth, ` 'exivs., or his duly apponited representative,assistant or agents. 3 1. Director of Water Depw-teem-- The officially appointed Director of the Water Department of,"the City of Fort Worth,Texas,,or his duly appointed representative, assistant,or agents. 32. Drrnidngs--That part of"tae Comma Documents prepared or approved by Engineer which graphically si-iows the scope, extent, and character of the Work to 'be performed 'by Contractor. Submittals are not Drawings as so defined. 33.E;ff&cfive Date (;J'the Agivement -Tbe date indicated in the Agreern...ent on which it becomes effective,but if no such date is indicate(L it means the date on which the Agreement is signed and deli. ed by the last of the two par.artier to si.p an I pi d deliver. 34.Engineer-­The licensed professional engineer or engineering firrn registered in the State of Texas perfornamg professional services f6r the City., 35.Extra Work .- Additional work made necessary by changes or alterations of the Contract Documents or of quantities or fir other reasons :for which no prices are provided in the Contract Documents.Extra work shall be part of flie Work. 36.R d Order A.written order issued by City w1dch requires changes in the Work but which does not involve a change in the("'onir act Price, Contract Time, or the intent of theEngineer. Field Orders are 1paid ftr� Field Order Allowances incorporated into the Contract by funded work-type at the thne of award. 37.I'MaI .A.ccep tune e . The writ-ten notice given by the ('Nty to the Contractor that the Work specified in the Contract Documentshas been completed to the satisfaction ofthe City. CrrY OF FORT WORTH STANDARD CONSTRUMON SPECTCA110N DOCUMENTS Revision:Dw=t=21,2012 0072 00-u Generdl Conditions Pa 4 of 63 38. Final Inspection - Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof-, fully, entirely, and in conformance with the Contract Documents. 39. General]?.equ,ire ie?zl,,Y--Secti'lons of Division I of the Contract Documents. 40. Ha:ardous Frivirownental Condilhvi—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a su.I)stantial danger to persons or property ex.po,sed thereto., 41. lk=ardous Waste—HazardoLJS waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended .fi-om time to time. 42a .L and Regulalions—Anfir and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all goverranental bodies, agencies, authorities, and courts having jurisdiction. 43:)�Liens-....charges, secutity interests, or encumbrances upon Project Rinds, real proper y, or personal property. 44. kfajw-Item-An Itern of work included in the Contract Docum.ents that has a total cost equal, to or greater than 5%of the original Contract Price or$25,000 whichever is less. Or 45. Milestone A principal event specified in the Contract I)ocuments relating to an intennediate Contract Time prior to Final Acceptuice of the Work.. 46, .N6tir-e of'Aivard--nie written riotice lad" City to the Successful Bidder stating that upon timely conipUan.ce by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the.Agreement, 47.N6tice to Proceed.-.-AWritten notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Docurnents. 48-PCRT—Polychlormated iphenyls. 49, . i,troleuiin--Jletroleiiin, il.ncludinp, crude oil or any fraction thereof'which is liquid at standard D conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petrolemn, fuel oiL oil sludge, oil refUse, gasoline, kerosene, and oil mixed with other non-Ha7ardous Waste and crude oils. 50.Plans--See definition of Drawings. CITY'car FORT WORIII STANDAK)(7ONSTRUdl-TON SI?EICJI',(.,,AII014 DOCLWIEN IS Revision-DaunhT21,2012 W 72 W­I Gene a&Conditions Page5 of63 51. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52. Project--The Work to be performed under the Contract Documents 53. Project Representa twee­­The authorized representative of the City who will be assigned to the Site., 54. Public Meeting ­ An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an in.forined view of the Project. 55.Radioactive Material--Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954(42 USC Section 201.1 et seq.)as amended from time to time. 56.R�egular Working Hours – Hours beginning at 7-00 a.m. and ending at 6.00 p.m., Monday tbru Friday(excluding legal bolidays). 57.. Sainple. physical examples of materials, equipment, or worlananship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will bejudged, 58. Schedule of Submittals---A schedule, prepared and maintained by Contractor, of required submittals and the time requirenaents to support scheduled peribmiance of related construction activities. 59. Schedule of Values—A schedule, prepared and rnaintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. 54e-–farads or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be Ivrfomied, including rigbts­of-way, pennits, and easements for access -thereto, and such other lands furnished by City which are designated for the use of Contractx.')r. 61. Specfficationy—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards an d workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Docurnents by attachment or,'if not attached, may be incorporated by reference as indicated in the Table of Contents (Division, 00 00 00) of each Prqiect. ' 62. Subcontractor,­-An individual or entity,having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work.at the Site. Cr[YOF FORTWORTH. STANDARD CONSIRUCIT011T SPECIF'CATION DOCUMEN'T'S Revision::Deceaba-21,2012 007200-.1 General Conditions 63. Mndu als......—All drawings, diag.nu s, illustrations, sc b duIle , and other data or into i anon. which are speci c,ual°l • pu paared or assembled by or for Contractor and submitted by Contractor to illustrate some puartro n of the Work. 64, N Successful idder "llie Bidder srabmitt ng the lowest and most responsive onsive Bid to gorse City makes an.Award. 65. idjrerinterzcle t_The representative of the Contractor who is available at all times and d able to receive instructions ftom the City and to act for the Contractor. 66. Supplementary s Conditt mm-. .-That part of the C:,ontract Documents which carne ds or supplements these General Conditions. ins. lr supplier, distributor, ranateri:ah°nan, car vendor having a 67. Au ar ier° manufacturer, f:°a. ricatcar, suu. direct contract with Contractor or with any, SubconlTactor to furnish materials or equipment to be incorporated in the Work by Cm ontractor or Suibcuan°rtractoro 68. Underground r and F'acih1 s,..._-A]l uunder,7ound pipelines, conduits, ducts, cables, wires, manholes, vaults, tan:k.s,, tuannels, or other su.uch facil.ities or a:ttacbnraents, and any encasements containing such Jhcilit es, including but :uncut limited to, those that convey electricity, gases, steam, liquid pelToleumurn products, telephone or other communications, ca ale television, water, wastewater, storm grater,other liquids or chemicals, or traffic or Bather control systetnns, 69. Unit Price lug r°k...—See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Morking H6urs-.....:plouzrs begi:nninn. at 9:001 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the Csi: y. 7L Work----The entire construction or the v;nnouus scparaately identifiable parts thereof reapuuired to be provided under the Contract Documents, Work includes and is the result of perfo n-nin or providing all labor, services, and docu.arnentation necessary. to produce su.uch clan,. ..coon. including any Change Girder or.Field Girder, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract:Documents, 72. Working Dqy--A working day is defined as a day,not including Saturdays, Sundays, or legal holidays authorized by the City for cont-act purposes, in which weather or rather conditions not wander the control of the Contractor, will peummni:at the pea°fo .arnce ofthe principal u.urnit of work underway for a contirwouus period of not less than 7 hours between.7 a.m.and 6 p.m., A. "lase words and terms discussed in Paragraph 1.02.,ld th:urouugh:l, are not debased bust, when used in the Bidding l .ecpuu.i.rernents or Contract Documents,have the indicated meaning. B. .Latent of C;enain.Terms orw.A(Ijeclives.° i a;ra°Y OF FO °u.wwcala.na. STANDARD CONSTRUCTION n ION PllC;°aa°''cAr r()N DOCUMENTS n S Revision-T ' ft 2L20 12 007200-1 General Conditions Pager of 6-1 1. The Contract Documents include the terms "as alloNVed," "'as approved," "as ordered," "as directed"' or terms of like effect or import to autliorize an exercise of judgment by City. In addition, the adjectives `'.reasonable,"" "suitable," "acceptable," `proper,"" "satisfactory," or adjectives of like effect or imp,-)rt are used to describe an action or determination of City as to the Work'It is intended that such exercise of professional judgment action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement itidicating otherwise),. C. Dqfective: 1. The word "defective," when moditfing the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not confonn.to the Contract Documents;or b. does not meet the requirements of any applicable, inspection, reBerence standard, te.A or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install,Perform, Provi&.%- 1" The word "Purnish" or the word "Install" or the word 'Terfbrin" or the word "Pro"vide'" or the word "'Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment and everything necessary to perforni the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known. technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meanhig. ARTICLE 2—PRELIMINARY MATTERS 2.01 Copies of.D,ocuments City shall fbmish to Contractor one (1) original executed copy-and one (1) electronic copy of the Contract. Documents, and four (4) additional copies of the Drawings, Additional copies will be ftirnished upon request at the cost of reproduction. 2.02 Commencement of Contract.Time,.Notice to Proceed The Contract Time will cornnience to run on the day indicated in the Notice to Proceed.A Notice to Proceed may be given.at any time within 14 days after the Effective Date of the Agreement. MY OF FORT WORTH CoNr q, STANDARD . SRUCTION SPECTFCAMN DOCTAMN'rIS Revision:DeLvdx,01,2012 00 72 00-1 &.nezal Condffions Page 8 of 63 2.03 &zzrfing the Work Contractor shall start to peribn.-n. the Work on the date when the Contract Time commences to run. No Work shall be done at the Site pnor to the date on which the Contract'lime commences to run. 2.04 Before,Sta)1ing,Conytruction Bcueline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conf&rence Before any Work at the Site is started, the 0.)ritractor shall attend a Pireconstruction Coifference as specified in the Contract Docuinents. 2.06 Public Meeting Contractor may not mobili7e any equipment, matenals or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance qj',5chedWes No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents, ARTICLE 3—CONTRACT DOCUMENTS: MTENT,ANTEND TNG,REUSE 3.01 Intent A. 'Rae Contract Documents are complem.enUtry; vV.hat is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete pro.ject (or part thereof) to be constructed in accordwice with the Contract Docui-nents. Any labor, documentation, services, materials, or equipment that reasonably may be infei-red fi�om. the Contract Documents or ftou. prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in fbim., -foi-mat and style.. Some Specification sections may be written in vai-ying degrees of strearnlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "i.n conformily with,'ry "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in Vrar]OU,S parts of a section or articles within a part depending on the f.brinat of the MY OF FORT MATH STANDARD CONSTRUCTION SPE0FCATION DOCUMENTS Revision:Decark=21,2012 0:0 72 00-I General Conditions Pad 9 of 63 section. Tbe Contractor shall not take advantage of any varialion of form, format or style ff' l making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessadly Innited to." and elsewhere within each Specification section is provided as an aid rmd corivenjence to the C'ontractor.The Clontractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Prqject whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 RejirenceStandard T A. Standards, Specifications,Codes, Laws., and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, orFxiizalioL4 or assod I ador4 or to Laws or regulations, whether such reference be specific or by jinplication, shall mean the standard, specification, mantial, code, or Laws or regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids:), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction. of a Supplier, shall be effective to change the duties or re )onsibifities of City, Conf ractor, or any of their subcontractors, consultants, agents, or employees orn those set forth in the Contract fr th Documents.No such provision or instruction shall be ef&ctive to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the perfbrinance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3 03 Reporting andResol-ving,Discrepancies A �p ortin, g Discrepancies,,- L (."c)ritroeto),',YRevi�nvof"C'e),nti-act.DocumentgBefcrp-eS'Icj)-ti."yigTVork, Before undertaking each partof the Work, Contractor shall carefully study and compare the Contract Documents and check and verify . pertinent figizres therein against all applicable field measurements and conditions. Contractor shall p:ro:inptly:report in wTiting to City any conflict, error, anibiguity, or discr,ep,-mcy which Contractor discovers, or has actual knowledge of, and shall obtain a written. interpretation or clarification from City before proceeding widi any Work. affected thereby. I Contractor's Re,vie ii, 9f Contract Documents, During Performerice of Work- If, dwing the perforniance of the WorkXontracfor discovers any conflict, error, arnbiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , 0)) any standard, specification, manual, or code, or(c) any instruction of report it to City in wiiting. Contractor shall not any Supplier. then Contnictor shall promptlyr proceed with the Work affected t-hereby (except in an emergency as required by Paragraph CrIFY OF"FOECI'WORTH STANEWU.)CONSTRUCTION SPErFrATION DOWYMNI'S Revidom.ax=bea-21,2012 00 72 W-I General CondiObns Page 10 of'63 6.17.A.) with an ameri&nent.or supplement to the Contract Documents has been issued by one of die methods indicated in Paragraph 104. 3. Contractor shall not be liable to City for faflure to report any conflict, error, anabiguity, or discrepancy in the Contract Documents unl.ess Contractor had actual knowledge thereof. B. Resolving'Discr alas nd es: 1. Except as n.my be other wise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documerits and the provisions of any, standard, specifacalion, manual, or the instruction of any Supplier(whether or not specifically incorporated by reference in the Contract Docurnent),, 2. in case of discrepancies, figured dimensions shall govern over scaled dirriensions,Plans shall govem over Specifications, Supplementary Conditions shall govem over General Conditions and Specifications, and qwualifies siiiown on the Plans shall govem over those showia in the proposal, 3.04 Aniending ., anfl,�upplenienling Contr act Documents A. The Contract 'Doc-urnents may The amended to provide for additions, delelions, and revisions in the Work or to rnodil�the terms and conditions fliereof by a Change Order. B. The requiremenLs of the Contract Documents may be supplemented, and minor variations and deviations in th.e Wor-k not involvi ig a change in ("ontract Price or Contract Time, may be authorized,by one or more of the fbIlowing ways: 1, A Field Order; I City's review,of a Submittal (suject to the provisions ofParayyaph 6.18.,C); or I City's "Titten hi ter pretation or clarification. 3 105 Reuse qfDocuinents A.. Contractor and any Subcontractor or Supplier shall not- L have or acquire-any fifle to or o'wnership rights in any of the Draivings, Specifications, or other docurnents (or copies of 6ny thereoD ire tired by or bearing the seal of Engineer," hicluding electronic rnedi,a editions; or 2m reuse any such.Dra,"rin&n, Specifications, other documents, or copies thereof'on extensions of the Pr( Ject or wiy otheir project Nvithout written consent of City and specific written verification or adaptation by Engineer. MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATIONI DOCUMENTS Revisiorr.DxcnA-z 21,2012 007200„n Oevml Conditions Piqge I I of 63 B. The prohibitions of -this Paragraph 3.05 will sundve final payment, or termination of the ConlTact. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Eectronir—Dato A. T.Jnless otherwise stated in the Supplementary Conditions, the data fi lmished by City or Engineer to Conb,actror, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies hicluded, in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Efles in electronic media fomiat of text, data., gaphics, or other types are furnished only :for the convenience of the receiving party. Any conclwsion or informaltion obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies,the hard copies goveni. B. Wlien transferring documents in electronic media fomial, the transferring party makes no represeritations as to long term compatibility, mability, or readability of documents resulting frorn the use of software applriUEOTI packages, operating systems, or computer hardware diff-wing from those used by the data's creator. ARTICILE 4®-AVAILABMITY OF LANDS;SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS;REFERENCE POINTS 4.01 A adab ility qf L ands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or,restrictions not of general application 1but specifically related to use of th.e Site with which Contractor must cornply in perfbrm.ing the Work. City will obtain irk a firnely manner and pay lbr easements for permanent structures(.:)r,permanent changes in existingilicilifies., L The City Mm, obtained or anticipates acquisition. of and/or access to right-of-way, and/or easements. Any outstanding dght-of-w' ay ancVor easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. Tile Project Schedule submitted by the Contractor in accordance with the Contract Docurnerits must consider miy outstanding right-of-way'.and/or e&sernents. 2. 'I"he City has or miticipates removing and/or relocating utilities, and obstruction's to the Site. Any outstanding removal or relocation of utilities or obstnictions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. 'the Project Schedule submitted by the Contractor in accordance with the Contract:Documents must consider any outstanding utilities or obslructiOTIS T.0 be removed,adjusted,and/or relocated by others. B. Upon reasonable wriften request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be perfimiled, crr'y of FoR:r wowni STANDARD CONSTRUCTION SIECIrCAXION DOCUM111119 RcOsiorr[kcrinber21,2012 007200--1 Ckneral Cmiditions Flage 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction f4cilities or storage of materials and equipment. 4.02 5ubswfare and PitysicalConditions A. &7,pe.,)rts andDrenvings,- The Supplementary Coi.-iditions identify- l.. fliose report's known to City of explorations and tests of subsurface conditions at or cyan figuotLs to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site(except Underground Facilities). B. Dmiletl Relim7ce, h.Y Contractor on Technical Data Authorize d,° Contractor may rely upon the accuracy of the "technical. data" contained in. such reports and drawiligs, but such reports and drawings are not Contract Docurnents. Such "technical datze' is identified, in. the Supplementary Cond�itions. Contractor, may not make any Contrad Claim against City., or any of their ofEcers, directors,mernbers,partners, employees,agents, consultants, or subcontractors with respect to: 1. the completeness of such. repoits and drawings for Conlractor's purposes, including, but not Urnited to, any aspects of .e means, meffiods, techniques, sequences, and procedures of comstruclion to be ern ployed by Contractor, and safety precautions and prograrns incident thereto;or 2. other data, interpretations, opiniOrls, and inkmnation contained in such reports or shown or indicated in such drawings;or I, y 'ontractor interpr e tation of or conclusion drawn from any "technical data!' or any suct.1 an other data, interpretations:, ooh-rions,or infonnation, 4.03 DIffe ring Sub su face or,Physical Contfitionv A. Mdce:, if Contractor believes drat any subsurface or physical condition that is uncovered or revealed either: L is of such a nature as to establish that any"technical data" on which Contractor is entitled to rely as provided in:Para.graph 4.02 is in ateTially inaccurate;or 2, is of such anavare as to require a change in the Contract Documeats; or 3. difBers materially from that shown or indicated in the(.",ontract Documents; or 4. is of unusual nature, and differs rnaterially f.iotn conditions ordinarily encountered and geneTally recognized &5; inherent in work. of the ebaracter provided f6r in the Contract DocLunents; CTrY OF,FORTWORIT I STANDARD C'ONSTRUCTION SPECIFCATION DOCUMENTS Revision:fkambff 21,2012 007200-1 General Conditions Page 13 o£6.3 J. then Contractor shall, promptly after becorn ing aware thereof and belbre firm her disturbing the subsurAce or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17A),notify City in writing about such condition. B. Possible Price arml Tirne,44justntents Contractor shall not be entitled to any ac�justment in the Contract Price or Contract Time if- 1. Contractor Imew of the existence of such conditions at the time Contractor made a final commitment to City witli respect to Contract Price and Contract'.11me by the submission of a Bid or becoming bound under a negotiated contract;or 2w the existence of such condition could reasonably have been discovei,,ed or revealed as a result of the examination of the Contract Doemnents or the Site;or 3. Contractor failed to pive the writtren notice as i ph 3 p -equiredbyParagra 4�03_& 4..04 Undirgmund fi"a,cilities ,A. "hown or ln&caterl: The in nnation and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguows, to the Site is based on information and data furnished to City or Engin,eer by the owners of such Underground Facilities, including City, or by ofliers. Unless it is othermse expressly provided in the Supplementary ConditionrS: 1. ("ity and Engineer shall. not be responsible for, the accuracy or completeness of any such inforrnation or data provided by others, mid 2a the cost of all of the followin will be included in the Contract Price, and Contractor shall have full responsibility.fbr: a. reviewing and checking all such information and data; 'b. locating all Undcq°groijnd Facilities shown or indicated in the Contract Documents; cu coordination and. adjustment of the Work witli the owners of such Underground Facilities,including City, during const-Uction;and da the safety arld protection of all such UDderground Facilities and repaiiing any darnage thereto resulfing from the W6rk. B. Not 5hownorIndicated., L If' an Underground Facility w.hich conflicts with the Work, is uricovered or revealed at or contigujous to the Site which, -was nat shown or in.dicated, or not, shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoraffig aware thereof and before further disturbing conditions of thereby or perfon-rning any CTTY OF FORTWORTH STANDARD CONMAX,71ON SPIFICIFCA TIT N DOCIUMEMS Revmion: u,2.01.2. 0072 W-I General Cmd�floms Page 14 of 63 Work in connection therewith, (except in an emergency as required by Paragraph 6.17,,A), identify the owner of such [fridergTound Facility and give notice to that owner and to City. City will review the discovered Underground Facility and Clete line the extent, if any, to which a change may The required in the Contract Documents to reflect and document the consequences of the e xistence or location oftlie Undergrotmd, Facility. Contractor shall be resp)nsible for the safety and pratection of such discovered Underground Facilft),,. 2. If City concludes that a.change in the Contract Documents is required, a Change Order may be issued to reflect and doCLUnelltr such consequences. I Veri-ficatiori of existing utilities, stnwtures, and service lines shall include natification of all utility companies a minimuin of 48 hours in advance of consiruction including exploratory excavation.ifnecessary. 4.05 Reji�rence P oints, A. City shall provide enghieering surveys 1,0 establish reference points for const'l-auction, which in City's judgunera are necessary to enable Contractor to proceed with, the Work, City Will provide construction stakes or other customary method of marking to establish. fine and grades for roadway and utility,construction, centerlines and benchmuk's for bridgework-. Contractor shall protect and preserve the establisbed ref6rence points and properry monuments, and shall make no chan-es or relocations. Contractor shall report to Cit C", y whenever any reference point or property monument is lost or destroyed or requires relocationbecause of necessary charades in gnades or locations. '11ie City shall be responsible f6r the replacement or relocation of reference paints or property monuinents,not carelessly or willfully destTOYed by the Contractor. T-he Contractor shall notify(.1ty in advance and MU'i sufficient time to avoid delays. B. Mienever, in the opinion of the City, any reference point or monarnerrt has been carelessly or wfllfully destroyed, disturbed, or removed by the Contractor or any of his employees, the fall cost for replacing such points plus 25% will be charged against flae Contractor, and the full ,,L amount will be deducted frorn payment due the Contractor. 4.06 H(zardbus Eniial-onnieyitai'C'0)17(iition tit S.ite A. Re ,pora and "Me Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Enviromnental Conditions that have been identified at the Site. & Limited Reliance by Conh-actor on Technical'.Dcaa Authorize Contractor may rely upon the accuracy of the "technical data" contai�ned, in ,,wch reports and drawings, but such reports and drawings are riot Contract Documents. Such "technical data" is identified in flie Supplementary Conditions, Contractor may riot make any Contract Clairn against City, or any of their officers, directors, members,partners, ernlAoyces, agents, consultarits,or subcontractors with respect 1,0: 1. the completeness of such reports and drawings for Contractor's pm°poses, including, but not limited to, any aspects of ffie rneans, methods, tecluiiques, sequences and procedmes of MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMM VIS Rrvision-Demitw21,7012 00 72(X) Chaeral Conditions Pape IS of 63 construction to be employed by Contractor and safety precautions and progranis incident thereto; or 2. other data,, interpretations, opinions and inforniation contained in such reports or shown or indicated in such drawings;or 3. any Contractor interpretation of or conclusion (hawn from any "technical data" or ar.-uy such other data,interpretations,opinions or infonnation. C. Contractor shall not be responsible for any Hazardous Environniental Condition uncovered or revealed at the Site which was not shown or,indicated in)Drawings or Specifications (-n-identified. in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any material.s brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else far whom Conbuctor is responsible. D. If Contractor encounters a Hazardous in. yonniental Condition or if Contractor or anyone for whom Contractor is responsible creates a Ha7ardous Environmental Condition, Contractor shall immediately: (i)secure or otherwise isolate such condition; (H) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (Iii) notify City(arid prornptly thereafter conflinn such notice in writing). City may consider the necessity to reWn a quahfied expert to evaluate such condition or take correction action, if any., E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition mid any affected area is or has been rendered suitable fbr -the resumption of' Work,; or (H) specifying any special conditions under which such Work may be resurned, F. If after receipt of'such va•.tten notice Contractor does not agree to resume such Work based on a reasornable belief it is i,msafe, or does not agree to resume such Work under such special conditions, -then City aiay order, the portion of the" Work that is in the area affected by such condition to be deleted fiorn the Work. City may have such deleted portion of the Work pertbrtned by City's own forces or others, G. To the fidlest extent permitted b);.Lm4,s and Regulatioru, Contractor shall indcmn�fy and hold hannIess Qyfirom and against all clahns, costy, losses, and dw. nages (including but not limited to all fe,eu wid chare, I Y�T, es qfengh,Teers archilects, allorne and otherprqfiusionals and all court or arbitration or other ch'spure resolution costs) arising out of'or relating to a Bazardous Environmoval Condidon created' by Contractor or ly wijone fir whom Contractor is re,Yj roar,zvib1e. Nothing in this ,Pair agral)h 4.06,Via" shall obligate Contractor to hideinn,f y any hufhpidual or entio;from, and agwinst the consequencey of thew individual's or enfi�,Y's own negligence, H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CrrY Of FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMEM.S Rrvi.Aom Dm=nbtr21,2012 007200 1 Genenal Conditions Page 16 of 63 AR11CLE 5—BONDS AND INSURANCE 5.01 Lirense&Suer efies eyrul bisurers All bonds and insurwice required by the Contract Documerils to be purcliased and maintained by Contractor shall be otuined ftom sunray or insurance companies that are duly licensed or authorized in -the State of Texas to issueboi,)ds or insurance policies for -the firnits and coverages so required. Such surety and insurance: companies shall also meet such additional requirements and qpalifications as may be provided in tbe Supplenientai7 Conditions. 5.02 Peyfi)rinance,J)qvment, err&. "darts a'Iance Bonds A. Contractor shall bimish perfonnance and payment bo�nds, in accordance with Texas Govem.raent (.'ode Cliapter 2253 or successor statute, each in an arnount equal to die Contract Price as security for the faithful performance and payiment of all of Contractor's obligations under die Contract Documents. B. Contractor shall furnish inahAenarice bonds in. .m amount equal to -the Contract Price ass secufity to protect the C ity against any defects hl any portion of the Work described in -the Cont�ract Documents. Maintenance bonds shall rernain hi effect foz-, two (2) years after the date of Final Acceptance by the 0 rO `, C. All bonds shall be in the f6m.n. prese6bed by the Contract Documents except as provided otherwise by Laws or Regulations, amd shall be executed by such surefies as are named in die list of"Companies Holding Certificates of Authority as Acceptable Sureties on Federal :Bounds and as Acceptable Reinsuring, Companies" w, published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, (J.S. Department of the Treasury. AH bonds signed by an agent or attorney-iri-fact rnust 'fib e accompanied by a sealed and dated power of attomey Which shall show-that it is effective on-the date the agent or attorney-in-fact signed.each.bor.0. D. If the surely an any bond fumkhed by Contractor is declared banlaupt or becomes insolvent or Its ri 0.�i.t to do business is tenninated in the State of7exas or,it ceases to meet the requirements of Paragrapb 5.02.C, Contractor shall promptly noti City wid shall,, within 30 days after-the event glving rise to such notification, provide another bond and surety, 'both. of which i shall comply with the requirements of Puagraphs 5.01 and 5.02.0. 5 :erfijicates of Insurance Contractor shall deliver to ("ity, with. copies to each additional insured an:d loss payee identified in the Supplementary Conditions, certificates of nsurance (and other evidence of insurance requested Eby City or any other additional insured)which Contractor is required to purebase and mAntain L The certificate of insurance shall docurnent the City, and all identified entities named in the Suj',�plementwy Conditions as"Additiona] hisured"on all liability policies. M'OFF01UNVOR111 ST�kNDARD CONSIRUCTION SPT.('jKATKN DOCT RAENTS Revisionl-1)njrbcr21,2012 Do 2 00..I General Coaditions Page 17 of'63 ANN 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement,Nvhicb shall be identified in the certificate of insurance provided to the City. 3. The certihcate shall be signed by an agent. authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete hisurance carrier names as listed in the current.AM.Best Property,&O.Lsualty Guide 4. The insurer's for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimurn rating of A.-, VII in. the current A. A Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights, of Recovery) in favor of the City. In addition.:, the Contractor agrees to waive all rights of subrogatiOnr against the E`hghreer (if applicable), and each additional insured identifi.ed in the SUPPle rent ary Conditions 6. Failure of the C hy to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall nat be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7.. If insurance policies are riot, written for specified coverage firmts, • Umbrella or Excess Liability insurance :ffir° any diffierences is required., Excess Liability shall hallow form of the primary coverage. 8. Unless atherwise stated, all required insurmwe shall be written on the"occurrence basis". If coverage is im de.written. on a,claims-made basis,the retroactive date shall be coincident with or prior to the date of the effective date ofthe agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. Die inswrance coverage shall be maintained for the duration of the Contract and for three (3) years fofloWffig Firkal Acceptance provided under the Contract Doctmients or for die warranty-period, wbicbever is longer. Am annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9,. Policies shall have no exclusions by end(.)rsemer)1s, which, neither, nuffify or amend, the required lines of coverage,nor decrease the limits of said coverage unless such endorsenaents are approved in writing by the Chy. In.the event a Contract has been bid or executed and the exclusions are detennined to be unacceptable or the City desires additional in'sunince coverage, and the City desires the cont-actor/engineer to obtain such coverage, the contract pace shall be adjusted by the cost of the prernitun for,such additional coverage plus 10%. 10 .ny seff-insured retention (SIR), in excess of' $25,000,,00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. in MY OF FORTWORTH STANDARD CONSTRUCrION SPEMATIGN DOCUMENTS Revision-DavxylxT24 2012 007200.1 General Conditions Page 18 of'63 lieu of traditional in.swrance, aftemative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11.Any deductible in. excess of$5:,000,00, f.br any policy that does not Provide coverage on a first-dollar basis, must bee acceptable to zand approved by the City. 1.2. City, at its sole discretion, reserves the right to review the insurance require"ments and to inake reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in stabjtory law, court decision or the clairris history ofthe indumry as well as, of the contracting party to the Ci.ty. The (.,ity shall be required to provide prior n.cAice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon.%witten.request anid without expense,to receive copies of policies and endorsements thereto mid may make any reasonable requests f6r deletion or, revision or modifications of particular policy tei-ins, conditions, limitations, or exclusions necessary to conform the policy and endorsematits to the requirements of the Contract. Deletions, revisions, or modifications shall 'not be required where policy Provisions are established by law or,regulations binding upon either Puty or the widenvriter onzu-iy such policies, 14. CiLty sliall not be responsible fi3r the direct payment of insurmice prernium costs for Contractor's insurance, 5.04 Contractor's Insurance A. TT'orkem Conipensatzonanci Ernj7IqyPrs, Liab&Iy, Contractor shall purchase and maintain such insurance cover,age with liTnits consistent mrith statutory benefits outlined in the 71'exas Workers' Compensation Act (T", as I.,abor Code, Ch. -4.06, as amended), and minirrium limits for Employers' Liability as is appropriate fix die Work being Perfbnned and as will provide protection from clahs set forth below )vhich rnay arise oi,.it of or result ftom. Contractor's perfbmi,mce cry" the Work nand 0)ntractor's otlier oUgations under the Contract Doctunents, whether It is to be perfomied by CODIractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by aDy of thern to perfinm at-iy offfie'Work, ear by anyone for whose acts any of them maybe hable� 1. clairm, wider workers' compensation, disability benefits, and other sirnilar employee benefit acts; 2. claims for, damages because of bodily injury, occupational sickness ox-disease, or death, of' CODIractor's employees. B. Conimercial General Liability Coverage shall. include but n.(.-)t be limited to covering liabilit kD Y (bodily injury or property dw.nage) arising froyn: preanises/operatiorLs, independent contractors, products/completed operations,persorial jnjuj�y, and liability unde.r an insured contract. Insurance shall be provided on gn occun-eirlce basis, and as comprehensive as the current ffisufance Services Office (ISO) policy. 'This insurance shall apply as primzy msurance with respect to any other C.TrY OF FORT WORTH STANDARD CONSITUCY10N SPECIFCATION DOCUNIENTS Revision,Decerntm-21,2012 0027W-n, General Conditions Page 19 of 6:m AMN insizance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that wou Id after ofnulliti premises/operations, products/conipleted operatiomg, contractual, personal injin-y, or advertising in ury, which are norMally contained with.the policy,unless the City approves such.exclusions in wrifing. For construction, projects that present a, substmatial corn.pleted operation exposure, the City may require the contractor to maintain completed operations coverage for a minfinum of no less than three (3) years following the completion of the pr(Iject (if identified in the Supplementary Conditions). C. Arutomohile Liability, A commercial business auto policy shall provide coverage on "any auto"', defined as autos owned, 'hired and non-owned and provide indemnity for clainis for damages becau.se bodily in tuy or death of any person and or property. daniage arising out of the wark, J maintenarice or use of any motor vehicle by the Contractor, any SubcotAractor or Supplier, or by anyone directly or indirectly ernployed by any of them to perfonn any of the Work, or by anyone for whose acts any of thern may e liable. D. Railroad Protective Liability, If any of the work or any warranty work is within the limits of railroad rigjit-of-Way, the Contractor shall comply the requirernerLts identified in the Supplementary Conditions, E. Nol cafion of Policy Caivvllation: Contractor shall inunediately motif City upon cancellation I Y or other loss of insurmace coverage. Contsactor shall stop work until replacement insurance has been procured,".rhere shall be no time credit for,days riot worked pursuant to this seefion., 5.05 Acceptance of Bo nds,and Insurtnice; Option to Rqlace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and inaintained by the Contractor in accordance with .Article 5 on the basis of non-co nforniance with the Contract Documents, the City shall so noffy the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested),, Contractor shall provide to the City such additional info nnation in respect of kisurance provided as the City may reasonably request. If Contractor does not purchase ar maintain all of the bonds and insurance required by the Contract Documents, the City shall notity the Contractor in ivriting of such failure pnor to the start of the Wor1c, or of such failure U-) maintain prior to array change in the required coverage. ARTICLE 6—CONTRACTOR'S RESPONSIBILITTES 6.01 Supervision and Suj°aerinlenderxe A. Contractor shall mpervise, inspect, and divect the Work cornpetmtly and efficiently, devothig such attention,thereto and applying such skills mid expertise as may be necessary to perform the Warkin accordance with the Contract Documents. Contractor shall be solely responsible for the means,inethods,techniques,sequences,and procedures of construction. MYOFFORTWORTH STANDARD CONSIRUCIION SPECIFCATION DOCU MENTS Rvvisiow Deumba 2n,,2.0n2 General Conditions Page 20 of 63 B. At all times durincy the progress of the Work, Contractor shall assign a competent, English.- speaking, Superintendent who shall riot be replaced without written notice to City.. The Superintendent will be Contractor's representative at the Site and shall have autlaority tou act on behalf of Contractor. All cornii-nunication given to or received from the Superintendent shall be binding on Contractor. G. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; TK�rking, Hours A. Contractor shall pnwide competent, suitably qualified personnel to perform constniction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as othenvise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherw ise stated in the Contract Documents, all Work at the Site shall be performed during Re&njlax, Working lJours. Contractor will not pem. iit the performance of Work beyond Regular Working I-Iours or for Weekend. Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 000111 L fo.r beyond Regular'Working our reqUest must be made by:noon at least-two (2) Business Days prior I for Weekend Working Hours request must be made by noon of the preceding"Fliursday I for legal 'holidays request must 'be made 'by noon two Business Days prior to the legal holiday. 6003 Fervices,M.,iteriak arOEquilmient .A., Unless otherwise specified in the Contract Docuinents, Contractor shall provide and assurnefull responsibility for all services, materials, equipment, labor,transportation, construction equipment and machinery, tools, appliances, fue.1, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the perforniance, Contractor required testing, start-up, and completion of the Work. R All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise pr°ovided. in the Contract Documents. All g special.warranties and Viaxaritees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall fumish satisfactory evidence (including reports of required tests),as to the source,kind, and quality of materials and equipment. crryol"FORTWOKIN STANDARD CONSTRUMION SPFCITCATIOIN DOCUMENTS Revisiom r.k=nbxx21,,201,2 W 72 00 1 Gemn I Condid.ons Page 21 of 63 C. All materials and equipinent to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier,except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Wor.k shall be the latest model at the time of hid, unless otherwise specified, 6.04 PnJectSchedule A, C retractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. (,'ontractor shall submit to City for acceptance (tea the extent indicated in Paragraph 2.07 and the General Requirernents) proposed a4justments, in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment �far the duration of the Contract in accordance with the schedule specifi cation 0132 16. 3. Proposed a.4jusirnents in the Prqject Schedule that will change the Contract Time shall be submitted in accordance with the requiremenis of Article 1.2. Adjustments in Contract Time may only be made by a Change Order. 6.05 &bstitutes and "Or-F4,uals" A.. Whenever an itern Cal f material or equipment is specified or described in the Contract Documents by,ushig the narne ofa proprietwy item or,the naine of a particulal- Supplier, the specification or description is intended to establish the (ype, flinction, appearance, and quality required. Ualess the specification or description contains or is followed by words reading that nolike, equivalent, or "or-equal" itern or no substitution is pennitted, other items of material or equipment of other Suppliers may be sulnnitted to City,fbr review under the circumstances described below, 1. "Or-ID.jual"Items: If in City's sole discretion an item of material or equipni.ent proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Wofle. will be required, it may be considered by City as an "or-equal" item, in which case review and approved. of the proposed itern may, in City's sole discretion, be accoinplisbed without compliance with some ar all of the requirements -for approval of proposed substitate items, For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an itern so rearmed if a. the City detenrfines that: 1) it is at least equal in materials of' construction, quality" durability) appearance, strength, and design characteristics; c,rry o§F,oR:r wom.0 STANDARD COIUMIJ MOIR SPECINX]ION DOCTMENTS Revision,DwrgxT21,2012 00,r2 00-I G venegal Conditions or� ` Page 22 of 6.3 2) it will reliably perform at least eqwdly well the function and achieve the results imposed by,the desip concept of the completed Project as a fusictioning)vhole;and 3) it has a proven record of perfi)rmance and availability of responsive service;and b. Contractor certifies that,if approved and hicorporated into the Wbdc: 1) there will be no increase in cost to die City or increase in Contract Time;and 2) it will. conformi substantially to the detailed requirements o the itern rearmed in tine Contract Documents. 2, Subsfituie Items: a. If in('.,ity's sole discretion m item of material or equipment proposed by Contractor does not quaffy as an "or-equal" itern under Paragraph 6.05.AA, it may be submitled as a proposed substitute item. b. Contractor shall subroit sufficient information, as provided below to �,,fflOW Cjt�yr to detennine if the item of rnaterial or equipment proposed is essentially equivalent to that named and an. acceptable substitute therefbr. Requests R.)r review of prcliosed substitute items of material or equipment will not be accepted by City :from anyone other dian Contractor. c. Contractor shall make written application-to City R.-)r�review of a proposed substitute it ern of material or equipment that Contractor seeks to fiirnish or 1.,Ise, The application shall comply with,Section 0125 00 and: I) shall certify that th.e proposed substitute hern will: a) perfomi adequately the functions and achieve the results called for by the general design; b) be similar in substance to that�pecffled; c) be suited to the sarne use as that specified; and 2) will state: a) the extent, ifany, to'wbich, the use of the proposed subsfirate item will prejudict Contractor's achievement of fmal completion.oil tirne; b) whether use of the proposed substitute item in the Work will, require a cbange in any of the Contract'Doemnents (or in the provisions of any other direct contract with City for other Work. on the Project) to adapt the desit4i to the proposed substitute item-, CITY OF FORT WOR:rH STAIMARD CONSIRUCTION SPECYCATION DOCITMENTS Revision:Decanbcr2l,2012 0072 00-1 General Conditioro Page 23 of 63 AMNI c) whether incorporation or use of the proposed substitute item in connection with the or is suNect to payment of any license fee or royalty; and 3) will identify: a) all variations of-the proposed substitute item from that.specified; b) available engineering,sales,maintenance,repaii,and replacement services;and 4) shall contain. an iternized estituate of all costs or credits that will restflt directly or b.Airectly from use of such substitute item, including costs of redesign and Damage Claims of other cantTactors affected by any resulting change. B. Substitute Construction Methody or Procedures., If a specific means, metho(L tecitnique, sequence, or procedure of construction is expressly reqWred by the Contract Documents, Contractor may ffirnish or unlit e a substitute means, mefliod, tecbnique, sequence, or procedure of constructionapproved by City, Contractor r5haU submit sufficient infoIrmation to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called fior by the Contract Documents. Contractor shall make Witten application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. Citys Emduadon: City will be allowed a reasonable time within which to evaluate each proposdoor submittal made pnt to Paragraphs 6.05A and 6,05.13. City may require ontrato fumish additional data about the proposed substitute. City will be the sole judge of acceptability.No "or-equal"or substitute will be ordered, installed or utilized until City's review is complete, Much will be evidenced by a Change Order in the case of a sabstitute and an accepted Submittalfbr an"or-equal."City will advise Contractor in writing of its deterinication. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special perfbnnance guarantee, warranty, or other sizety with.respect to any substitute. Contractor shall indemnify and hold harmless City and myone directly or indirectly engdoyed by themftom and against any and all claims, damages, losses and expenses (including altorneysfees) ca1sing out oj'the use of s ubstihdted nnaterials or equij)meilt. E. City's Cost Reiinbw-sernent: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05A2 and 6.05.13. Whetlier or not City approves a substitute so proposed or submitted bvy Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute, Contractor may also be required to reirriburse City for the charges for making changes, in the Contract Documents (or in the provisions of any other direct contract with C.ity)resulthig from the acceptance of each proposed substitute. F. C"ontractor"s Expense: Contractor shall provide aH data in support of any proposed substitute or &W-equal"at Contractor's expense. CITY M4'FORT WOMH STANDARD CONSIMUCTION SFECTCATION DOCUMENIS U)72 W-4 GeneraA Condhions Pape 24 of'63 G� (7it); Suhstitute Rehnbu"einent: Costs (savings or char ge) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order, H. 'fare.Exlenyioru:No additional time will be gpmited fbr substitutions, 6.06 Coiice?°n ass g,5ijbcontracloi,�, X Suppl I iery, am]Others A. Contractor shall perforni with his own organization, work of a value not less than 35%, of the value embraced on the Contract,unless otherwise approved by the City., B. Contractor shall not einploy any Subcontractor, SuPplier, or other individual or entity, whether filitially or &s a replacennent, against whorn City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to fumish or perfon-n any of the Wor,k against .horn Contractor has reasonable objection (excluding those acceptable to City as indicated in:paragraph 6.06.Q. The City may from time to time require the use of'ceftain, Subcontractors, Suppliers, or offier individuals or entities on the projec and wifl provide such reqK,-drements in the Suppleinenuiry Conditions. D. BwMess Diversiy Enterprise 0-dina'race ( ()mphance: It is City policy to ensure the Ul and equitable participation by Minority and Small, Business Enterprises (NIBE)(SBE) in the procurernent of goods and services on a contractual basis. Ifthe Contract Documents provide for a NME and/or SBE goal, Contractor is required to comply witf the intent ofthe City's Business Diversity Ordinance(&s aniended)by the ffillowing: L Contractor shall, upon request by the C'ity, provide cornplete and accurate inforniation regarding, actual work performed by a NIBE and/or SBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted NME without written consent ofthe City. Any w*isfified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedtwes outlined in. the Ordinance. 3. Contractor shall, upon request by (".'it; , allow an audit andA.)r examination. of any books, records, or files in the possession, of flea Contractor that will substantiate the actual, work performed by an.N/IBE and/or SBE. Material misrepresentatioil of any nature may be grounds for termination of tf.ie Contract in accordance wftlr Paragraph 15.02,.A. Any such. misrepresentation may be grounds for disqualification, of Contractor to bid on future contracts with.the City fbr a period of not less than Ili.=years. E. Contractor shall be fially responsible to (.,ity fbi­ all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities perfomilng or ffirnishing my of the Work just as Contractor is responsible f6r, Contractors own acts and ornissions. NcAhing in the Contract Documents: C.TTY OF FORTWORI If STANDARD CONS TRIA72"ZON SPEC",11CA"TION DOCUMENT'S Revisiom DwernhT21,2012 007200-1 Generdl Conditions Page 25 of63 1, shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity;nor 2u shall create any obligation on the part of City to pay or to see to the payinent of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities perfonning or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall co. . nunicate with C#.y through Contractor. 11, All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Warge Rates� The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code(as amended), including the payrnent of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such P revailing wage rates are included in these Contract Documents. B. Pen altyfor Violation A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon deinwid made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs,pursuant to Texas Govenunent Code 2258,023° C. Complaints of Violations and City Defe"nination of Good Cause, On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Govermnent Code, by a Contractor or Subconti-actor, the City shall make an initial determination, before the 3 1 st day der the date the City receives the information, as to whether good cause exists to believe that the violation. occurred. The City shall notif�' in Writing the Contractor or Subcontractor and any aMded worker,of its initial deterinination. "Upon the City's detearihiation that there is good cause -to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the Ul amounts claimed by the claimant or claimants as the diMrence between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation., CTrY OF FORT WORTH STANDARD CONSTRU M- ONSPECTFCATI(M DOCUMENTS' Revision:De=Aw21,2012 0072 00-,I (31."-nval C011(fitions Page 26 of 63 D. ,Irbitration Required if Nolation Not Resolved An issue relating to an alleged violation of Section 2258.023, 'I'exas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordmice with the T as General Arbitration Act (Article 224 et seal,, Revised Statutes) if the Contractor or Subcontractor and any affected worker does :not resolve the issue l)y agreement before the 15th day after the date the City makes its initial detei.-Mination pursuant to Paragraph C albove. If the persons required to arbitrate wider this sectiorr do not agree on an arbitrator before the I I.th day after the date that arbitration is required, a district co ft shall appoirft an arbitrator on the petition of x-iy of the persons. The City is not Apaurty in the arbitration., The decision and award of the arbitrator is final and bindhig on all parties and may be enlbrced in any court of core pe tent jurisdieflon E Records to he Maintained The Contractor and each Subcontractor shall, for a period of three(3) years following the date of acceptance ofthe work maintain records drat show (i) d.i.e name and occupation ofea.ch worker employed by the Contractor in the construction of the Work provided for in this Contract; and (H)the acmal per dieni wages paid to each worker, n.e records shall be open at all reasonable hours for inspection by the City,. The provisions of1laragraph 6.23, Right to Audit,shall pertain to this inspeaion,, F. Prog7ess Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied VAth the requirements of Chapter 2258,,1'exas Government Code. G. Posfing q f Wage Rales. The Contractor sball po,..�l prevailing wage rates in a conspicuous place at all times. H Subcontractor Compliance. 'Me Contractor shall include in its subcontracts and/or shall otherwise reqUire all of its Subcontractors to comply with Paragraphs A tjuough G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all icense fumes and royalties and assume all costs incident to the use in the perf6rYnance of the WorIc or the incorporation iin the Work of my invention, design, process, product or° device which is the subject of' patent ri,,�mts or copyrights held by others. If a particular inventior-i, design, process, product, or device is specified in the Contract Documents for use in the perfonnance of the Work.and if, to the actual. Imo wledge of City, its use is subject to patent rights or cop'Yrig)i:Ls calling for th.e payinent of any license fee or royalty to ot`hers, 'the existence of such rights shall be disclosed by City in 11i.e Contract Documents, 1"ailnLre of the City to disclose such inforination does not relieve the (","ontractor from its obligations to pay for the use of said fees or royahies to others, & 11) thefidlest extent I)erinined by Laws and Regulationv' Contractor shall indennfify and hold hwwdess 0i U 0 , �T �y,fi-ont cmd agaimt all clain rosty, 1,sse,, and damages (mcluding°but not linfited to all fees and chcv:geu qj'engineers, w•chitects, atiorneys, emd other professionals and all court or arhilralion or other di!pute resolution costs) a),,Wng out of or relating to an irVi1ngenzent ql' Y pastern rights or copyrights hwident to the use in the perf rniance of the Work-or resulting om CM Or FORT WORM STAMDARD CONSTRUCT]ON SPEC MCATION E)OCU9V 041 S Revision:De.%=4=21,2012 007200-1 &..neml Conditions Page 27 of 63 the incorporation in the Work qj"any invention, desigm.,process,product, or device not spec fled in the Contract Documents. 6.09 Permits and Utilities A.. C6nlractoy- obtained permits, and ficenses, Contractor shall obtain and pay for all construction pennits and licenses except those provided for in the Supplementaay Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtainhig such permits and licenses, Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Eff"ective Date of the Agreement, except for permits provided by the City as specified in 6.091. City shall pay all charges of utility owners for connections f-br providing permanent service to the Work. B. Cc obtained permits and licenyes. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the peimut. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit, The following are permits the City will obtain if required: L Texas Department of"Transportation Permits 2. U.S.Army Corps of Engineers Per mils 3. Texas Commission on Environmental Quality Permits 4. railroad.Company Permits C. Ouatamfing permits and licenses. The City anticipates acquisition of and/or access to pernlits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. 'fhe Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding pemiits and licenses, 6.10 Laws and Regrulatimu A.. Contractor shall give all notices required'by and shall comply with all Laws and Regulations applicable to the performance of the Wark. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitorit),g Contractor's compliance with any Laws or Regulations. B. If Contractor perforras any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all clairns, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all "IfION tl CrI Y OF FORT WC'R711 STANDARD CONSTRUCTION SPECIFCArION DOCUME,'ITTS Revision:D%xin fell,2012 00 72 00-1 Gtmeral Conditions Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work, However, it shall not be Contractor's responsibility to make c'ertain that the Specifications and Drawings are in accordance witl.i. Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations tinder Paragraph 102. C. Changes :�i Laws or Regulations not known at the tirne of opening of Bids having an eff-ect, on the cost or time of performarice of the Work may be the subJect of an adjustinent in Contract Price or ContractTirne. 6.11 21zres A. On a contract awarded by ffie Ci y, an organLmtion which qualifies for exemption pursuant to Texas T&-, Code, Subchapter H, Sections 151.30.1-335 (as amended), the Contractor may purchase, rent or lease all inaterials, supplies and equipment used or conswned in the perforniance of-di.is contract by issuing to his sijI.,)pIier an exen iption, certi ficage in liell of the t'U, said exemption certificate to comply with State Comptroller's Ruling .007. .�.Uiy such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply wfth the provision of State Comptroller's Ruling .011, and any other, applicable rulings pertaining to the Texas Tax Code, Subehapter H. B. Texas Tax permits andinformation may be obtained frorru. 1. Comptroller of'P,tiblic Accounts Sales Tax Division (.','apitol Station Atisthi,"'17..787.11; or 2. 6.12 I.Yye�qf,5fte anel Othey-Areas A. Limitation on Use ql',;ite emcl Othey-Aretiv• 1. Contractor shall confhe construction eqijiprnen� the storage of materials and equiprnen and the operations of workers to d.�e Site and other, areas pen-nitled by Laws and Regijbitions, and shall not unreasonably encumber the Site and other areas witli construction equipment or other materials or equipment. Contractor shall assimieflill responsibility for any d,,,iimage to any such land or area, or to the owner or, occuparit thereof; or of any adjacerit land or areas resulting from the perf6rniance of the Work. 2. At any tirrie when, in the Judgment of the C i� y,the Contractor has obstructed or closed or is carrying on operations in a. portion (::)f a. street, right of-way, or easement greater than is necessary for proper execution of ffie Work,the City may require the Contractor to finish the section. on'which. operations are in progress before wofl<, is cornmenced on any additional area of the Site. CRNTYL OF FORTWORTH STANDARD CONSMUCTION SPECIFCATION DOCUMENTS RrvWon,rXrwikxr2T,2012 0072 V)-I Geneml Conditions Pkgxe 29 of 63 3. Should any Daurae Chnin be made by any such owner or occupant because of the performance of the Work,Contractor shall promptly attempt to resolve the Damage Claim. ZD 4. Pursuant to Paragraph 621, Contractor shall indeinnif); and hold harmless City,fironi and against all claims, costs, losses, and darn ages arising out f or , ng to y laim or q rclad an c action, legal or equitable, brought by any such owner or occupant against City B. Removal of Debris Durbig Perfonnance cif' the Work.° Durffig the progress of the Work. Contractor, shall keep the Site and other area-, :Free from accurn.ulations of waste materials, rubbish, and other debrils. Removal and disposal of such waste materials, rubbish, and other debris shall confonn to applicable Laws and Regulations. C". Site Mbinterumce Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor, fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropmate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic conununication), and die costs of'such direct action, plus 25 % of such costs,shall be deducted.Eroin the monies due or to become due to the Contractor. D. Final Site Clecadng: Prior to Final Acceptance of the W6rk Contractor shall clean the Site and the Work.,and make it ready fbr utilization I)y(,'ity or adJacent property owner—At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and suiplus materials and shall restore to original condition or better all property disturbed by the Woik. E. Loading Structures: Contxact.or shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subJ ect any part of the Work or adjacent property to stresses or,pressures that will endanger it. 6.13' RecordDocurnents A. Contractor shall maintain in a safe place at the Site or hi a place designated by the Contractor and approved I)y the City, one (1) record, copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clafifications in good order and annotated to show changes made during construction. These record doctunents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work,these record documents, any operation.and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor, shall include accurate locations.tear buried and imbedded items. 6.14 Sq;��ty and Protertion A. Contractor shall be solely respomsible for initiating, inaintaining and supervising all saffety, precautions and progranis in connection with the Work. Such responsibility does not, relieve Si.ibcontractars of their responsibility for the safety of persons or property in the performance of their work, nor for compliwice wide applicable safety Laws and Regulations. Con actor she M-Y OF FORTWORIN STANDARD CONSTRUCMN SPECTFCXrK)Iq rDOCI TAIENTS Rcvision,Dxarrlw2l,2012 007200-1 Cknwal Conditions Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection n to pre-vent damage, injury or loss to-, L all persons on the Site or who may be affected by the WorIq 2m all the Work and rnateri,,.�s and equipment to be incoiporated fhereiri:, whether in storage on or off the Site;and 3, other property at the Site or ad"jacent therel:o, �including trees, shrubs, lawns, walks, pavernents, r(�)adways, stnich.ires, utilities, and Underground Facilities not designated for removal,relocation, or replacement in the course of construction. B. Contractor shah comply with all applicable Laws and Regulations relating to the safet� of 'Y persons or property, or,to the protection of persons or property fi-ors darnage, injury, or loss; and shall erect and maintain all necessary safegiiards for such safety and protection.. Contractor shall notify owners of adjacent property and of UndergTound Facilities and other utility owners when prosecation of the Work may affect them, and shall cooperate with them in the protection,, removA relocation, and replacement oftheir property. C. Conti-actor shall comply with the applicable requirements of City's safety prograrns,1f7airy, D. Contractor shall inform City of the specific requirements of Con.tractor's safety program, if any, with.wwh.ich(Ity's employees amd representatives must comply W"I'Lle at the Site. E. All darnkge, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14AA caused, directly or indireefly, in. whole or in part, by Contractor, any Subcontractor, Supplier, or any other individiaal or entity directly or indirectly employed by any of 1.1tem to perfonn arty of the Work,,or anyone f:orwhose acts any of them array be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities Bor safety and for protection of the Woric shall continue until such time awn all fl:)e'Work is completed and Ct)f].'Las accepted the Worl,(,. 6.15 &f�,Ok Rel.wresentafive Contractor shal.] i ifbrm City inwrifing of Contractor's desi&Tated safety representative at the Site. 6.16 Hcmard(.,ommunication Contractor shall be responsible f(.-)r coor(Enaling any exchange of material safeol data sheets or other �n hazard cornmunicafiori infonnation required to be made available to or exchan I ged between or among employers in.accordance with L,aws or,Regulatioms. 6.17 Emergencies erndlor Rcct�ficatim^i A. In emergencies affecting the safety or protection of persons or the Worb-,or property at the Site or adjacent thereto,, Contractor is obligated to act to prevent threatened damage, injury, or buss® Contractor shall gjrve Ci,twy Prompt wrillen notice if Contractor believes that any significant CITY OFFORTWORM, STANDARD CONSTRUCTION SPEC IFCA'17JON DOCUMENTS R:rv�.,�ion. 007200­1 General Conditions Pape 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are .required as a result thereof If City detennines that a change in the Contract Documents is required because of the action talcen by Contractor in response to such an einergency, a Change Order may be issued., B. Sbould the Contractor fail to respond to a request frorn, the It to rectify any discrepancies, omissions, or correction rnecessary to conforin with the requirements (.-)f the Contract Documents, the City shall give the Cantractor written notice that such work or changes are to be perf6rnaed. The miitten notice shall direct attention to the discrepant condition and request the Contractor to take rernedial actio n.to correct the condition. In the event the Contractor does not talce positive steps to fulfill this written request or does not show,just cause for not taking the Proper action, within 24 hours,the City may take such remedial action.with City forces or by contract. 'Me City shall deduct an amount equal to the entire costs far such rernedial action, plus 25%, from any fiinds due or become due the Co ntTactor on the Project. 6.18 Submittals A. Contriactor shall submit required Suhtnittals to City for review and acceptance in accordance with the accepted Schedule of Submittals(as required, by Paragraph 2.07). Each submittal will be identified as City may require. .1. Submit number of copies specifi edin the General Requirements. 2. Data shown on the Submittals will be complete with respect to qmntlties, dimensions, specified pert"brinance and design criteria, materials, and siniflar data to show City the services, materials, arid equipment Contrador proposes to provide and to enable City to review the infomiation.fbr the limited purposes required by Paragraph 6.1.8.0. I Submituds sub.nutted as herein provided by Contractor and reviewed by City for confonnance with the design concept shall be executed in canfornifty with the Contract Documents unless otherwise required by City. 4, When Submittals are submitted f.br the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirernents shown on the Drawings and. Specifications. 5. For-Information-Only subininals upon which the City is not. expected to conduct review or take responsive action may be so identified in,the Con.tractT,,.)c)cunients.. 6. Subinit required number of Samples specified in the Specifications. T Clearly idetitify each Sample as to material, Supplier,pertuient data sucli as catalog ma—sabers, the use for -which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.1 8.C. CTrY Or,FOR:r WORTH STXNDARD CONSTRucnoiq SPECIFCATION DOCUMEIM Revision"Dwaniff 21,2012 00 72 CK)-I Genewal Comfitions Page 32 of 63 B. %.ere a Submittal is required 1), the Contract Docurnents or the Schedule of"Submituils, W�y 'Y x-elated Work Performed prior to (."J.Iy's review and acceptance of the pertinent submittal will be at the sole expense mid responsibi I ity ofContractor. C. Oois.Revieiv: 1. City will Provide timely review of required Submittals in accordance with the Schedule of Submittals accepta,ble to (.1ty. City°'s review and acceptance will be on.ly to determbie if the items covered by the submittals will, after installation oar incoiporation in the Work, confonn, to the info Tmation given in the Contract Docin-nents mid be compatible with the design concept of the completed Prcject as a functioning whole as indicated bY the Contract Doew-nents. 2. City's review and acceptance will not extend to means, melbods, techniques, Sequences, or procedures of consmiction (except where a Particular means, method, technique, sequence, or Procedure of construction is specifically and expressly called for by the Contra,ct Documents) or to sal ty precautions,or programs incident thereto.The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item fluictiOD& 3. City's review and acceptance shall not, relieve Contractor from, res-ponsibifil'y for any variation "route the requirements of the Contract Documents unless Contractor has complied with. aie reqUiremenis of'Section 01 33 00 mid City has given written acceptance of each such variation by specific maitten notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relleve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Cotifinuhig 1rh e or Except as other"Pise provided,, Contractor shrall carry on the Work and adhere to the Prqject Schedule during all disputes or disapeernents with City. No Work shall be delayed or postponed pending resolution of any dispute:s or disagyreememis, except as City and Contractor may otherwise agree in writing. 6.20 (7ontractor's General Rwra),q)i and Guarantee A, Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documenis and ww ill. not be defective,, (.'.1#y and its officers, directors, members, partiers, employees, agents,, consultants, and subcontractors shall be entitled to rely on representa6m of Conti-actor's warranty arad guarantee. B. Contracto•'s)APan-anty and&niararitee hereunder excludes defects or damage caused.by: 1. abuse, modification, or improper rnaintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or erfity f(.-)r whom Contractor, is responsible; or, CHY OFFORTWORTH STANJ)A:RD CONS'TRUCTION SPECIFCATION DOCUMENIS Rrvisiow Dxwka2l,2012 Geneill condibow Pkge 33 d63 2. normal wear and tear under norrmd usage. C. Contractor's obligation to perfoi[m, and complete the Work in accordance with the Contract Documents shall be absolute. None of the fbIlowing will constitute an acceptance of Work that is not in.accordance with the Contract Documents or a release of Contractor's obligation to perf6rm the Work in accordance with the Contract,Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the'Work or any part thereof by City;' 5. any review and acceptance of a Submittal by City; 6. any fii.spection,test,or approvd by others;or 7. any correction of defective Work by City. D e CODtractor shall remedy any defects or darnages in the Work and pay for any d" age to other -work or property resulting therefrom -which shall appear within a period, of two (2) years from the date of Final Acceptance of the 'Work unless a longer period is specified and shall famish a good and sufficieDt maintenance bond, coniplying with the requirements of Af.ticle 5.02.B, "Ibe City will give notice of observed defects with.reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to iudemini !, of harmless and defendl, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. jM_IN'DE.MNlFICATIQN_ EEQX'I$l ON IS SPECIFICALIN LNJE�MELD _CTWF EVEN IF IT IS ALI.,E(,,,FD OR EEQ T LL OR SOME OF'IRF DAMACYFS BEING NVERE CAUSED SOUGHT . IN W--ROIE QE 2i PART. BY An ACT. ONFISSR"";� ILIZ I, fAjL,Vj IL: [ .,QE_IEM_=. This indemnity provision is intended to include,withoui limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnity and hold harmlem, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property oft e City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. M. LN_DRM. NTVICATT.(YN PROVISTON IS CITY OF ORT WORTH SIFANDARD CONSIRUCTION SPECIFCA'I"10H DOCUMENTS RcvWon:Dm=l xr2l,2012 0072(X)-n GAenual Comumfitiomms � ElE ELIL I MEN 1E 11 15 C" . yr O . .. „ :. 6.22 Delegation of l'lrgf ss anal esig n,5emic s A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents f'br a portions of tine Work or unless such services are required to carry out Contractor's responsibilities fear cornstrrnctiorn ..means, methods, techniques,sequences arid.procedures, B. if 'professional design services or certifications by a design 'professional related to syslerns, materials or egrriprrnent are specifically required of Contractor by the Contract Documents,, C:'ity will specify all perfo arnce sand design criteria that such services must satisfy. Contractor ,shall cause such services or certifications to be 'provided. by a 'proper'ly licensed. professional, whose signature and seal shall appear on all drawings, calculations, specifications, cerfi fications, and Submittals prepared by such professional. Submittals related to the Work, designed or certified by such professional, i'f'''pre'paced by others„ shall 'bear such professional's ti-ern approval when submitted to City, Ca City shall 'de entitled to rely upon the adequacy, accorrarey arnd completeness of the services, l r,, certifications or approvals" perforn°r°ned by such design prof.sasioual,s, provided City has specaified to Conntn°actor performance and design criteria that such se'r'vices rust satisfy. D. Pursuant to this Paragraph 6.22, C:aity"s reviews and acceptance of design calculations and. design drawings vd11 be only foal°the limited purpose of"checking f r confomrance with per°fcnrwnnannn.ce and design criteria given and.the design concept expressed in the Contract Documents. City's review d acceptance of Submillals (except desigp, calculations and design drawings) will 'be only for the parpc)se stated in,"Paragraph ME'". 623 Righl trr Audit A. The Contractor agrees that the City shall, n,mtil tlw.e expiration � e piration o f three l ) years after : final payment right nine d photocopy any d irectl y, pert"Ie t boo " documents, paps rs and records of he Contractor involving transactions relatirg. to this Contract. Contractor agrees that the City shall have access during regular Working Hours to all necessary Contractor fiucilities and shall be provided adegruate and appropriate work, space in order to conduct audits in co'Mpliaoce with. the provisions of this Paragraph. The City shall give Contractor reasonable advance notice o'firnternded audits. & Contractor furtber°agrees to include in.all.l its subcontracts hereunder a provision to the e ct that the subcontractor agrees that the City shall, the expiration oithree (3) years after fuaal payment under this Contract, have access 4 to and die right to ax.arnine and lo'tocop ,an directly eilinewt boAs" documents, papers, and records of such.Subcontractor, involving transactions to tile su bcontract and frrlher, that City shall have access during Regular orkirg Hours to all Crrr or n"ORT wrouum STANDARD d°.°orrs'nrRnr'"TroN sP C-nrC A,"ncsrr nroCrrMnMNTS Revision-n" mm�2, 012 0072 M­I General Conditions Page 35 of 63 Subcontractor facilities, and shall be provided adequate and a propr ate w rl c space in carder to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effecf as of the time copying is performed. 6.24 Nbndiscrindnafion A. 'Ib.e City is responsible for qperating public Transportation Progranis and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and, the Federal Transit Administration (FTA.),, without discriminating against any person in the United States on the basis of race, color, or national origin,, B. 77de Tq,' CMI Rights,Act of 1964 as anien&d: Contractor shall comply with the requirements of the Act and the Regulations as her defted in the Supplementary Con6ions fear any project receiving Federal assistance. ARTICLE 7—OTIHR WORK AT TBE ME 7,01 Related Work at Site A. City may perform other w(.)Yk related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Docurneas, then written notice thereof will be given to Contractor pnor to slafting any such other work-;and B. Contractor shall afford each other contractor w.ho is a party,to such a direct contract, each utility owner, and City, if City is performing other work with (Ity's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and. properly coordinate the Work with theirs. Contractor shall do all cutting, fiffing, and patchffig of the 'Work that may be required to properly connect or otherwise make its several parts come togelher and properly integrate with such other work. Contractor shall not endanger aAy work-of others by cutting, excavating, or otberwise altering such work; provided, however, that Contractor may cut or-alter others' work- with the written consent of City and the others whose affected. work will be aff C. If the proper execution or results ofany part of Contractor's Work-depends upon work per fiormed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing airy delays, defects, or deficiencies in such other work- that render it unavailable or unsuitable fear the proper e.xccution and results of Contractor's'Work.Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the warIc provided by others,, (..','rrl(OF FORT WORM-1 STANDARD CONSTRUCTION STIECIFCATION DOCIMIMS Rrevid,ow Dxeid=21,2012 00 72(X)-I General Conditions Page 36 of 63 V 7.02 Coordination A. If City intends to contract with, otfierss for the perfon. nance of other work on the Project at the Site, the following will be scat fart in Supplementaiy Conditions: 1. the individual or entity who will have authority and responsibility for coordination ofthe activities anion the various contractors will be identified; 2. the specific matters to be covered by suc ti.autliority and responsibil:ity will be itemized.;and 3. die extent of such authority arid responsibilities will be provided. B. Urfless otherwise providedl, in die Si4pplernentary Conditions, City shall have authority for such. coordination. ARTICLE 8—CITY'S RESPONSIBILITIES 8.01 Comniunications to Contractor Except as otherwise provided, in the Supplemenum-y Conditions, Cit shall issue all co mmimications y to Contractor. &02 Furnish Data City sha firnely furnish the data required under the Contract Documents., 8.03) Pay When Due City shall make pwyinents to Conti-actor in accordance with Article 14,; 8.04 Landy and)S'asements; Rej.iorts and Yiul�,, City's duties with respect to providing hmds and easements and providing engineering surveys U.) establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 ref rs to City-s idenfif ing and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings ofphysical conditions relating to exisfing surfhce or subsurface structures at or configuous to fl-)e Site that have bee-n utilized by City in preparing t1te Contract Docurnents. 8.05 Chmia ,e Orders y shall execute Chmige Orders hi accordance with.Pxugmph 10.01 8.06 Ins pectiony, Am, and,417provaly City's resl3onsibility Nvith respect to certain inspections,tests, and approvals is set forth in Paragrrapb 13.03. Cr1Y OF FORTW(W.H-1 STANDARD CONSTRUMON SPECIFCATION DOCIMUM Revision:I)emyntm-21,2012 0072M­I Geneml Condirions Pap 37 of 63 8.07 Limitations on ity's,Respon.5ibilifies A. The City shall not supervise, direct, or have contTol or authority over, nor be responsible for, Contractor's means, methods, tecImiques, sequences, or procedw-es of coilstruction, or the safety precautions and programs incident thereto, or for any failure of C nti-actor to comply with Laws and Regulations applicable to the perf-brniance of the Work. City win not be responsible for Contractor's failur°e to perform the Work in accordance with the Contract Doemnents. B. C Ity will notify the Contractor ofapplicable safety plans pursuant to Para.yraph'6.14. 8.08 Eli close dHa.-cirdous,Ey?viroiimentaI C6ndifion City's responsibility with respect to an undisclosed I-lazardous Environmental ConditiGn is set forth in Paragraph 4.06., 8.09 (7onililiance with, 1 roA grain Wiffle at the Site, City's employees md representatives shall comply with the specific applicable safety programs of wbich City has been infonned pursuant to requirements of Contractor's saf Paragraph,6.14, A"WFICTE 9—CITY'S OBS"ERVXHONSTATUS DURING CONSTRUMON 9.01. Catty s,Prqject Represe),Ttalive City will provide one or more Project Represen.tative(s) during the construction peiied. The duties and responsibilities and the lu' wtafions of authority of City's representative during construction are set forth in the Contract Documents. The Project, Representative(s) will be as provided in the Supplementdry Conditions. 9.02 Visits to Site A. City's Project Representative will make visits to the Site at intervals appropHate to the various stages of construction as City, de necessary in. order to observe the progress that has 'been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Representative will detennine, in general, if the Work is proceeding in accordance with the Contract Doctunents. City's Project Representative will not be required to make exhaustive or continuous inspections on'-the Site to check the quality Or quantity of the Work.. City's Project Representative's efforts will be directed toward providing City a greater degree of confidence that the completed Work. will confonn gencially to the Contract Documents. B. City's Project RepresentAtive's visits and observatioris are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth hi Paragraph UT CrrY OF FORTWOKUI STANDARD CONSTRUCHON SEC„UCATION DOCUWNTS Revision,Damber21,2012 00 72 M-I Genend Conditions Page 38 of 63 9.03 Awhofized Ver•iations in Mork City's Project Representative may authorize minor variations in the Work ftorn the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioriing whole as indicated by the Conti-act Documents. These may be accomplished by a Field Order and will be binding on City rmd also on Contractor,who shall perfbrm the Work.involved promptly, 9.04 Rejecfing Dc.,fecfive Work City wifl have authori y to reject Work wbich City's Project Representative believes to 'be defective, or will not produce a completed Project that con1brins to the Contract Documents or that will prejudice the integrity (.:)f the design concepj of the corn pleted Project as a fiinctioning Mole as indicated by the Contract Docurnen-Ls. City will have authority to conduct special inspection or testing of the Wa d.. as provided in A.i.ticle 13, whether or riot the Work. is fabricated, installed, or coinpleted, 9,,05 Determination5car Work Perfonnecl Contractor will determine the actual quantities and classi-fications of Work perfimm.ed. City's Project Representative will review with Contractor the preliminary, determinations on such matters before rendering a written recornin.endation. City's written decision will be final (except as inodified to reflect cbanged factual conditions ormore accurate data'). 9.06 L)ecisio?ivon.Require)^nent.vof"Conti°(irlDocumr!titycjncl.4cce),tabihty(i l"Ff'o,.?)-kr ,A. City will be the initial, interpreter of the requirements of flie ContraCtr Docurnerits, and Judge cal"the acceptability of the Work..thereunder. B. City will render a wfitten decision on any issue referred. C. City's written decision oil the issue refixred will be final and bindh-ig on the Contractor, subject, to the provisions of Paragraph 10-06. ARTICLE 10—MANGESIN TBIE WORK; CIAIMS; EXTRA,WORK 10,0 1. Author izeel Changes in the Mork A.. Without invalidating ffie Contract and without notice to an surety, City may, at an time or ftorn Z� Y 'Y time to, lime, order Extra Work. Upon notice of su cli Extra Work, Contractor sMl promptly proceed with the Work, involved which Nvill, be perkumed under the applicalale conditions of the Contract Documents (except as oflierwise specificallY provided). Extra Work- shall be memorialized by a Change Orc..Ier wi.i.ich may or may not precede an order of Extra work.. B. For minor changes of Work not requiring changes to Contract Time or Contl_aCt Price, a Field Order may be issucd by the City. CTNOF FOWr WORTH STANDARI)CONSTRUCTION SPECUCK]ION DOCIMEN'IS RvLsiom Da.mbff 21,2012 00 72[K)­I General Confflbons Pape 39 of-'63 10.02 Unauthoyl-zed Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is :not reqyired by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.0 4, except: 'in the case of an emergency as pr,ovided in Paragraph 6.17. 10.0'l ExecutionofChange0r4lers A. City and Contractor shall execute Tprol)rj ate Change Orders covering: 1. changes in the Work which are: (i) ordered t)y City pursuant to Paragraph 10.01A, (H) required because of acceptance of'defective Work.under Paragraph 1.3.08 or City's correction of defective Work under Para�raph 13.0,9,or(iii.)agreed to by the parties; 2. changes in the Oho ntractPnice or Contract Tit which are agreed to by the parties, including any undisputed surn or amount of tonne ibr Work aclually perlbrmed, 1.0.04. Extra PM(jrk- A. Should a difkrence arise as to what does or does:snot constitute Extra Work or as to the payment thereof. and the City insists upon its performance, the Contractor shall proceed with the work after making written request for yo.itten ordem and shall keep accurate account of the actual remonable cost thereof C nbact (.Iairns regarding Extra Work shall be made pursuant to Panagraph 10.06. B. The ContTactor shfdl fimijsh the Clty such bistallation records of all deviallons from the o:riginral Contract Docwrnents as may be necessary to enable the City to prepare for- permanent record a corrected set of phims showing the actual installation. C. The compensation agreed upon for E`xtra Work whether or not initiated by a Chmge Order shalt be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Exlra Work, whether said cost,-, are known, unknow,n, foreseen or unforeseen at that b.me, including without bmitation., any costs for dela,y, extended overhead, ripple or impact cost, or any other eff. Lt on changed or inichanged work as a result of the change or Extra Work. 10.05 Nbt flcation to,surety If the provisions of any bond require DLOtice to be giveii to a surety of y Change afiecting the general scope of the Work or the provisions of the C(miract Documents (inLClu&ig, but not, Mifted. to, Cont.-act Price or C"ontrkt Time), the gi.ving. of any such notice 'will be Contractor's responsibility, The amount of each applicable bond will be adjuqed by the Contractor to reflect the eff6ct of any such change., Crry 0FL FORII JV()IRIII STANDARD CONSTRUMION SPIECTCA"TION DOCUMEND3 Revisiow Dw=ta21,2M2 00 72 00­I General Conditions Page 40 of 63 10.06 Cc)ntract Claims Process A2 City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be refeiTed to -the Cit�y for, decision. A decision by Gry shall be required as a condition precedent to arly exercise t)y Conh-actor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Moure., 1. Written notice start ig the gernes) nature of each Contract Claim shall be delivered by the Contractor to ('.Ility no later than 15 days after,the start of the event giving rise thereto. The reaTonsibility to substantiate a Contract Claim shall rest with the par-ty making the Contract Claim. 2. Notice of the amount or extent ofthe Contract Claim,with supporting data shall be delivered to the City on or before 45 days from.the start ofthe event,giving rise thereto (unless the City allows additional time f.br C ntructor to submit additional or Ynore accurate data in support of such Contract Claim). 3. A Contract Claim,for an. adjustment in Contract Price shall be prepared in accordwice with the provisioms of Paragraph 1,2 01.' 4. A Contract Claim for aru adjustnent in C ontract Time shall be prepared in accordance with the provisions of Paragraph 12.02., 5. Each Contract Claim shall be accompwiied 1-.)y Contractor's w1itten statement that the adjixslinent claimed is the entire adJustrnent towhich the Contractor believes it is entitled as a result of'said event. 6. The City shall submit any resTonse to the C onlractor within 30 days after receipt of the clahnant.'s last submittal (unless Contract allows additional time). C. (.,",ity's Action. City will review each Contract Claim sand, within 30 days after receipt of the last submittal of the ContTactor, if any,take one oftkie following actians in writing: 1. deny the Contract Claim.in whole or in part; 2. approve the Contract Clahn; Car actor th ty is unable to resolve the Contract Claim if, in. the Gly's noti�( the Contr, at tlie Ci sole discretion, it mrould be inappropriate for the Clty to d(,:) so 1"or purposes of further resolution of the Contract Claim,such notice shall be deerned a denial. (J]"Y OF FORT WORTH STANDARD C0NS'TR.Uc'n0N SPECEFCAT10114 DOCUMENTS Rev)L-Aion-De=kff 21,2012 00 72.00-,I General Conditions Pag 41 of 63 D, City's written action under ParagTaph 10,,06.0 will be final and binding, unless City or Contractor irivoke the clispute resolution procedure set forth in Article 16 within '30 days of such acLion or denial. E. No Contract ('"lairn for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11—COST OF THE WORK;ALLOWANCES;UNTr PRICE WORK;PLANS QIJANTUY MEASUREMINT H.01. Cost of the Work A. Coohs.Included., The t.errn Cost of the Work means the sum of all costs, except those excluided in Miragraph. 11.0 1.13,necessarily incurred and 1.mid by Contractor in the proper performance of the Work. When the vahie of any Work covered by a Change OTd,er, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Para W-laph 1.1.01„1 , and shall include but not be limited to the follom4ng items: 1. Payroll costs for employees in flie direct eniplc.)y of Contractor in. the performance of the 'Work under schedifles of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed fWl time on the Worl.c. Payroll costs for employees not employed fall time on the Work shall be apportioned on the basis of their tinte spent on the Work. PayToll costs shall include; a, salaries with a,55%inarkup, or b® salahes and wages plus the cost of fringe benefi-its, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirenrient benefi ts, bonixses, sic.k.leave, vacation. and hobday pay applicah.le thereto. The expenses of perf6miing WorIc outside of Regular, Working Hours, Weekend Work-ing Flours, or legal holidays, shall be included ki the dbove to the extent authoyized by City. 2. Cost of all materials and equipinent furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services �requir,ed in connection therewith., 3. Rentals of all constriction. equipmerit and, machinery, and the parts thereof whether rented ftom to or others in accordance with rental agreements approved by City, and the costs of transportaticm, loading, urgoading, assembly, dismantling, mid removal thereof, All S13Lch costs shall be in accordance with the to of said rental agreernent- The rental of any such eqlipuient, machinery, or parts shall cease when the�use fliereof is no longer necessary for the Wof.k. C17Y Ora FOPTWORT11 STANDARD CONSTRUCTION SPECTCATION DOCITMENTS Rcvisdon—lXamber2l,2012 00 72 V)..I Gene ml Conditions P q.qre 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. if required by City, Contractor shall obtain competitive bi&- from subcontractors acceptable to City and Coatractor and shall deliver such. bids to ("Ifty, who will then determine' which bids, if any,will be acceptable. If any subcontract provides that the Subconliactor is to be paid on the basis of Cost of the Work.plus a f.be, the Subcontractor's Cost of the Woric., and fee shaH be detennined ffi the saxne manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11..01.m 5. CosLs of special corisultants (including but not limited to engineers, architects, tes-titig laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs includhig the fbIlowing- a., The proportion of necessary trwisportatiort, travel, and subsistence expeDses of Contractor's employees incLuTed fti discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machin cry, appliances, office, and teanporary facilities at the Sitq, and hand tools riot owned by fi'le workers, which are 'consurned h-I the per,ibnnance of the Work., and cost, less market value, of such items used but not consumed which remain the properly of Contractor. c. Sales, consurner, use, and other SiMilar taxes related to the Work, and for which Contractor is liable n.ot covered under Paragraph 6.1], as imposed by Laws and Regulations. d. Deposits loq, foir causes other .than. negligence of Con tract or, any Subcontractor, or anyone directly or indulectly employed by my of them or for whose acts any of Ihein rnay' be liable, and royalty Payments and fees for penmits and licenses, e. Losses and da,mages (and related expenses) caused by damage to the Work, not conipensated by insurance or otherwise, sustained by Contiactor in connection with. the peribrinance of the Work., Provided such losses and dainages have resulted from causes other than the negligei.ace of Coj,-itractor, wiy Subcontractor, or one directly or indirectly emploYed by any of therm or for, whose acts any ofthern may be liable® Such losses shall include settlements macle with the written consent and approval of City. No such losses, &anages, and expenses shall be included,in the Cost of the Work for the purp6se of'determin.inp Contractor's fee. f 'The cost ofutilifies, fuel, and swiltary facilities at die Site., & Minor expenses such as telegrams, loiiag distance telephone calls, telephone and communication services at the Site, express and courier senices, and siniffar petty cash items in connection with the Work. Clrry Or.FORT WORTH STME)ARD CONSTRUCTION SPECUCATION DOMWINTS Revision:r.Xx4xY.Axr2I,2012 007200­1 Geneial Conditions Page 43 of 63 h. 'Me costs of prerniurns for all bonds and insurance Contractor,is required by the Contract Documents to purchase and maintain. .1 B. Costs&clude&The term Cost of the or shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietor'ships), general managers, safety managers, engftieers,, architects, estimators, attorneys, auditors, accountalats, purchasirig and contracting agents, expediters, timekeepers, clerks, and other personnel ernployed by Contractor, whether at the Site or in Contractor's principal. or branch office for general adrr Linistration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 1 1.01 A.I or specifically covered by Paragraph 11.0 I.AA, all of which are to be considered adininistTative costs covered by the Contractor's fee, Z Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to ffie negligence of Contractor, any Subcontractor, or anyone directly or in,idirectly employed by any of them or for whose acts miy of them may be liable, including 'but riot limited to, the correction of defective Wofl.-� dis7osal of materials or equipment wrongly supplied.,and making g<:x:)d any dam.age to property. 5. (:D her overhead or general expense costs,of any kind. C. Contractor's I-Tee., When all the Work is perfonned on the basis rah"`cost-pros, Contzactor's fee shall 'be detennined as set forth in the Agreement. When the value of any Work covered 'by a Change Order for an adJustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be deterriiined as set forthi in Paragraph 12..OI.0 D Documentation: Whenever the Cost oft e Work for airy pinpose is to be deterzruTied pursuant,to Paragraphs ILOLA and 11.01.B, Contractor will establi-sli and maintain records thereof in accordance with generally accepted accouraffig practices and submit in a form acceptable to City an iternized co.A breakdown together with supporting data. 11.0.2, Allowances ,A. S�ecifzedAllowance.,, It is understood, that Contractor has included. hi the Contract Price all allowances so named! in the Contract Documents and shall cause the Work so covered to be perforTned.for sucb,sums acrd bysuch persons or entifies as may be acceptable to City., B. Pre-bidAllowances.- I. Contractor agrees that: CI.TY OF FORT WORTH STANDARD CONSTRUCTION SPECTCATIOX DOCUMENTS Revisdom Daxu�21,2012 (X)72 00-I Gexiera I C'ondifions Page 44 of63 F F rIV a, the pre-bid allowances include the cost to Contractor a matenals and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, lab(,:)r, installatioru, overhead, profit, and other expenses containplated fbr the pre-bid allowances have been included in the allowances:, and no demand for additional payment on account of any of the foregoing will 1hre valid. C. (,ontingc,,nqy Allowance,,- Conlractor agrees that a contingency allowance, if any, is for �ffie sole use of'City. D., Prior to final payment, an appropriate Change Order will.be issued to reflect actual aniounts due Contractor on account, of' Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Uhit Price Work A. Where the Contract Documents provide that all or part of"the Work is to be Unit Price Work, initially the Contract.Pnce will The deemed to in.clude for all Unit .'rice Work an amount equal to the sum of' the imit price fbz­ each separately identified item of I hift Price Work, times the estimated quarifity of each itern as indicated in the Aggeement. B. The estimated quantities of iteins of Unit Price Work are not guaranteed and are solely for,the PLUI.)ose of coniparison of Bids and determining an J I nitial Contract Price. Determinations of the actual quanfities and classifications ofUrnit Price Work:perf6rined by Contractor will be made by City subject to the provisions of Pw�agraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Conti-act Documents, or reasonably inferred as requited f.br a functionally complete installation, but not identified in. tine listing of unit price iterns, shall be considered incidental to tMit pl-•ce work listed and the cost of incidental work included as part ofthe unit price. ,D, Ciry x-,nay make an a4justment in the Contract Price in.accordance with.Paragraph 12.01 if" 1. the quantity of anyite.in of LJnit Price Work performed 1by Contractor differs materially and significantly fiorn the estitnated quantity of such itern indicated in die.Agjeernent;and 2. there is no corresponding adjustiient witli respect to array otber item of'Work. E. Increased or Decrecued Qidwvifies., 'The City reserves the rig ,].-A to order Extra 'oi& in accordance with Paragraph 10.01., L If the changes in quantities or the alterations do not significantly clmnan ge the character of work Laider the Contract Documents, the altered work, will be paid for at the Contraret 'Unit price. CTrY OF micr WORTI I STANDARD CGNSTRUC710N SPECIT-V: TION DOCUMENTS Revision:Db=�m 21,2012 007200--1 General Conditions Page 45 or 63 2. If the changes in quantities or alterations signific,-intly change the character of work, the Contract will be amended.by a Change Order. 3. If no it prices exist, this will be considered.Extra Work-and the Contract gill be a,mended 'by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a® the character of work for any.1tern as altered differs materially in kind or nature from that in the Contract or 'b. a l jour Item of work varies by more than 25%ftoin the originall Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the orighial quantity stated in the Contract, -then either meaty,to the Contract may request an adjustment to'the unit price on the portion of the work.-that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the it price. 1L04 PC ~au .ti Alfeasuren7ent A. Plans quantities may or may not represent the exact quantity of work' performed or material rnoved, handled, or placed dUTing the execution of-the Contract. The eslimated bid quantities are desip,iated as final payment quantities, unless revised by the governing Section or this Aiticle B. If the qunifity measured as out➢ ned under"'Price and Payment Procedures"var"es by more than 25% (or as stipulated -ander "Trice and Pa)qment M—ocedures" for specific Iterns) from the total estimated quantity, for an individual Item originally shown in -die Cantract Documents, an a4justment may be made, to the quantity of authorized work done f.br, payment purposes., The party to the Contract requesting the adJustment will provide Eeld measurements and c,-dculations showing the final quari.tity for which,payment will be made.Payment for revised quarifity willbe made at the writ price bid:tsar that.henna, except as provided f6r in Axticle 10. C. When quantities are revised,by a change in design approved by the ('.,ii-,y,b,y Change Order, or to � I t� I correct: an error, or to correct an error on the plans, the plans quantity will 'be increased or decreased b t y the anoun niaavolved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity- multiplied by the unit price bid for an individual Item is less than $250 mid the Item is not originally a plaris quantity Item, then the Item may be p,,.,U*d as a plans quantity Item if the Chy and Contr-actor agree in vinting to fm the final quanfity as a plans quantity. (,717Y OF FORT 4'a"ORT11 STANDARD CONSTRUCNON SPECTFCA71M rX)('IJM ENTS RLvisio=U=iben-21,2012 Grnenfl Condftiows Page 46 of'63 E. For call out work.or non-site specific Contracts, the plans qpanti� y measurement requirements are not applicable. ARTICLE 12®CHANGE OF CONTRACT PRICE; CHANGE' OF C0'NTRkCT'TIEMM, 12.01 Ckmge to`W 1'rice A. The Contract Price may only be changed 1)y a Change Order. B., The value of any Work covered by a Change Order will be determined as follows. 1. where the Work, involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the qumitities of the iteins involved (subject tcu the provisions of Paragraph 11.03); or 2. where-the Work, involved is not covered by unit prices contained in the Contract Docinnents, by a mutually aggreed lump sum or unit prik-,e (which may include an allowance for overhead and profit:not necessarily in accordance with Paragraph 12.01 w(.,'.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the or involved is not covered by un.it prices contained in the Cobtract Documents and agreement to alamp sum or unit price is not reached under Paragrapb 12.01.B 2, on to basis of the Cost of the Work. (detennined as provided in Paragraph 11.01) p1m, a Contractof's fee for overhead and profit(detennined as provided in ParagTaph 12.01.Q. C. Contractor's Fee,� The Contractors addifianal fie tbr overbead and profit shall be determined &,; follows: L ai-nutuallyacceptatile-fi.xed-ii.®e; oi,.° 2w if a fixed fee is not agreed upon.,then a lie based on the following percentages of the various ponions fdie Cost fthe Work: a. for costs incujTed under Paragraphs 1:1.01 A,'1, ILOLA,2. and 11.01A.3, the Conlractor's additional f.` e shall be 15 percent except fbr: 1) rer).tal fees fbr Contractor's own equipment usingstandw-d rental rates; 2) bonds and insurance.: bm f6r cosis fticurred under Paragj#h 11.01 A.4 and 11.0 a w. . , the Contractor's fee shall be five percent(5%); 1) wh(..�,re one or more tiers of'subcontracts are on t1w basis of Cost. of the Work. plus a fee mid no fixed f e is aV! eed upon, the intent of Pzuagraphs 12.0l.C.2.a and bnns the Work, at whatever, 12.0l.C.2.b is diat the Subcontractor who actually perf CITY OF FORT IWORIE STANDARD CONSTRUCTION SPECTCATION DOCUMENTS Revisiom Drcmntall,�2012 007200-1 GenersJ Conditions Page 47 of 63 tier,will be paid a fee of 15 percent of the costs incurred.lay such Subcontractor Under Paragraphs 11.01A.1 and 11.01A.2 and that any higher tier Subcontractor, and Contractor,will each be paid a fee of five percent(511/o) of the amount paid to the next lower tier Subcontractor,however in no case shall the cumulative total of tees paid be in excess of'25%; c. no fee shall be payable on the basis of costs eternized tinder Paragraphs 11.0 1 A.6, and I LOLB; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will 'be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an arnount equal to five percent (5%) of such net decrease. 12.02 Change qj'Conlract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay imless the Extra'World contemplated or claimed delay is shown to be on the critical path of the Project, Schedule or Conti-actor can show by Critical Pat.. Method analysis how the Extra Work or claimed delay adversely aff6cts the critical path. 12.03 Delq);s A. Wliere Contractor is reasonably delayed in the perfiormance or completion of any pail of th.e Work within the Contract Time due to delay beyond the control of Contractor,the Contract'rime may be extended in an amount equal to the time lost due to such delay if a Corrtt°act Claim, is made therefbn Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnon-nal,weather conditions, or acts of God. Such an adjustment shall be Cont-actor's sole and exclusive remedy for the delays described i1i this Paragraph. R If Contractor is delayed, Clity. shall not be liable to Contractor for any claims, coasts,, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection,with array other prqject or anticipated pro ect. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control. of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the conti,-ol of Contractor, D. nee CoM.Tactor shall receive no compensation for delays or bindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City,to lrrovide infbmiation or material, if any, hick is to be fumished by the City, MY OF FORT W(,.)Rn-I STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Dwanber2l,2012 0072 M-I General Candkions Pk;n.-48 of 63 IF ARTICLE 13®TESTS AND IN SPEC""FIONS" CORRECTION,REMOVAI,OR ACCEPTANCE OF DEFECTIVE NVORK 13.01 Notice qf))efecls Notice of all defective Work of' which City b.&s actual kntywledge will 'be given to Contractor. Defective Work may be rqjected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and goveminental ag,encies with jurisdictional interests will have access to the Site and the Work. at reasonable times f6r their observation, inspection, mid testing. Contractor shall provide there proper and safe conditions for such access and advise them of Contractor's safety procedures and,progranis, so that they may comply therewith as applicable. 13.03 eats and Ins])ectimu A. Contractor shall give City timely no-.)fice of readiness of the Work for all r,equil°ed inspection.s, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or teq�, s. B. If Contract Documents, 1,,aws or Regulations of arry public body baving jurisdiction require any of the or (oar .mart thereo to be ffispectecl tested, or approved, Contractor shall assuine fall responsibility for arranging and obtaining such independent inspections, tests, retests or appn)Vrals, pay all costs in connection. therewith, and furnish City the required certificates of bispection or approval; excepting, however, those fees specifically identified hi the Supplementary C ndffions or any Texas Department of Licensure and Regulation CIDIR) inspections,which shall be paid as described in,the Supplernenvuy Conditions. C. Contractor shall be responsible for ananging and obtaining and shall pay all costs iri Connection with any inspections, tests, re-tests, or, approvals required for (,Ity's acceptance of rnaterials or equiPI-nerit to be incorporated in the Work.; or acceptance of materials,mix designs, or equipilent sub �tted. 1-br approval pnor to Contractor's purchw;e thereof fi.)r incorporation in tlie 'Work. Such inspections, tests, re-tests, or q,)provals shall be pertbrnined by organizations acceptable to City� D. City may arrange for the services of' an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("'Testing") f(..)r any part of the Wr ork., as deten-nined solely by city. 1. City will coordinate such Testing to the extent possible,with Contractor; 2. Should any Testing under tiiis Section 13.03 D result in a 'Tail". "did not pass" or other s:lrrn.11ar negative result, the Contractor shaU 'be responsible fbr paying for any and all retests. Contractor's cancellation without cause of City initiated I I esting shall be deemed a negative result,and require a retest. C�rrY OF FORT WORIII C0NS,rjZjjrj"j(,YNr SpECffC STAM:ARD A'TION DOC,A ENTS Revisiom Demvbr2l,2012 0072 CO-I General Conditions Page 49 of 63 3, Any arnounts owed. for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward.all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any,Work (or the work of others) that is to be inspected, tested, or approved. is covered by I Contractor without written concurfence of City, Contractor shall, if requested by City, uncover such Work for observation. F. 1-Tricovering Work as provided hi Paragraph 1.3.03 E shall be at Contractor's expense. (31, Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.031). 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Docurnents or specific instructions by the City, it must, if requested by City, be uncovered fior City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be obsened by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available f.br observation, iiispection, or testing as City may r uim, that portion of the Work, in question, fin misb ing all necessary labor, material,and.equipmei.A. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, COSIS, losses, and darnages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of' or relating to such uncoveri.ng, exposure, observation, inspection' and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of wark of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case (.�ontractor shall still be responsible fbr all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be def.'ective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Tftne, or both, directly attributable to ,such uncovering, exposure, obseir°vafion,inspection,testhig,replacernen and reconstr Uction, 13.05 (_7JV May 5top the Mork, If the Work is defective, or Contractor fails to supply sufficient skilled work.ers or suitable materials or equipment, or fails to perform the Work in such a way,that the completed Work will con.f6rri, to the Contract. Documents, C',;ity may order Contractor to stop the Work, or any portion fliereof, until the cause for such order has been elirninated; however, this riogt of City to stop the Work- shall not give rise to any duty on the part of(,.ity to eNercise this right for the benefit of Contractor, any CMY OF FORT WOK114 STAN DARD CONSTRUCTION SPECTICA]ION DOCUMENTS Revisiow Damla2l,2012 Geneyal Condidons Pagp 50 of'63 Subcontractor, any Supplier,any other individual or entity, or my stirety for, or employee or agent of any of them. 1.3.06 Con ection or Removal ofDqfeclive FfZork A. Promptly after receipt of written notice, Contractor shc-d] correct all defective Work pursuant to an acceptable schedule, whether or not fibricated, installed, or completed, or, if the Work has been rejected by City, remove it ftorn the Project and replace it with Work, that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and dainages (including but not limited to all fees and charges of,"engineers,, architects, attomeys, and other professionals and an court or arbitration or other dispute resolution costs) arising out of."'or relating to such correction or remo�val (including but riot firnited to all costs of'repair or replacernent of work of others). Failure to require the rQUoval of any defective Work shall not constitute acceptance of sucb. WoTk. B. When correcting defective Work under the terms of this Paragraph 13.06 or Para,,r°aph 1.3.07, Contractor shall take no action. that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If'within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special &marantee required by the Contract Documents), any Work. is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Lzivs and Regulations as contemplated in Paragraph 6.10.A is found to be deductive, Contractor shall promptly, without cost to City and in accordzmce witli City's written instructions: L repair such defective land or are&s;or 2. correct such defective Work; or 3. if the defective Work-. has been rejected by City, remoye it frorn di.e Project and replace it with Work-that is not defective, and 4. satisfktofily con-cet or repair or remove and replace any darnage to other Wofl.(,to the woik of others or other land or areas resulting therefrom. Ba IfTontractor does not promptly comply wwith the to of City's wriften instructions, or in an emergency where delay mrould cause serious risk of loss or Iarnage, City may have the defective Woik-, corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and darnkges (including but not linaited to all fees and charges of engineers, al-cMtects, allomeys, and odier pi--ofessionals and all court oT otbar dh,,pute resolution costs) arising out of or relating to such correction or rep,-u r or such removal and replacement(including bust mast limited to all costs of repair or replacement.of work of'others) will be paid by Contractor. CM, OF FORTWORTH sins'AN'DARDCONSTRtl(,'�rIONSP:]--,Cll,'C°ATIONI)OC�fi\,rE.,lql'S Revision:Dermbx2l,2012 007200--1 Genwal Cofjditrons Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work,the correction.period for that item,may start to run from an earlier date if so provided in.the Contract Docinnents, D. Where defective Work (mid damage to other Work resulting thereflorn) has been corrected or removed and replaced under this Paragraph .13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional, warranty coverage be required. Contractor may dispute this requiremient 'by filffig a Contract Claim,pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragrapti 13.07 are in addition to any other obligation or warranty. The provisions of this P'aragXaph 13.07 shall not be construed as a sul5stitute for, or a waiver of the provisions of any applicable statute of Unlitation or repose. 13.08 Acceptance qlDej&ctive Work if instead of'requiring correction or removal and replacement of defective Work, City pref4s to accept it,, City may do so. Contractor shall pay all clairrus, costs, losses, and damages (includhjg but not lirnited to all fees and charges of engineers, architects, attomeys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and detem. 1hiiation to accept such defective Work and for the diminished value of the or to the extent not otherwise paid by Contractor. Lf ziny such acceptai.,iice occurs prior to Final Acceptance,,a Change Order-will be issued incorporating the necessary revisions in the Contract Docurnents with respect to the Work, zmd City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. H.0 Ci�y Mtly Cbrrect Dc,,fiecttve Work A. IfContractor fails within a reasonable firne after vvritten, notice from Cit�y to correct. defective Work, or to remove and replace rejected Work as require'dby City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in. accordance with the Con.tr,act Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City inay, after seven(°7)days W�fitteD notice to Contractor,correct,or reniedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend. Contractor"s services related thereto, and incorporate in the Work all,materi'als and equipment incorporated in the Work., stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City,, City's representatives, agents, consultants, employees, and CiVs other contractors, access to the Site to ellable City to exercise the rights and remedies under this Para graph C. All claims, costs, losses, and damages (including but not limited t(,:) all fees and charges of engineers, architects, attorneys, and other professi6nals and all court f..-).r other dispute resolution CrrY OF FORT WORTH STANDARD CONSTRUCHON SPECIFCATION DOCUMENTS Rryision,DmeyAw 218 X012 00 72(X)-I General Conditions Page 52 of 63 costs) inciirred or sustained by City in emxcisirig the 'figlits andremedies undez. this Paragraph 13009 will be charged against Contractor, and a Change, Order will be issued incorporating the necessary, revisions in. the Contract Documents wiUi respect to the Work; and City shall be entitled to ail appropriate decrcase in the Contract Pnce. D. Contractor shall not be allowed an extension dal"the Contract Time because of any delay in the perfimnance of the Work. attributable to the exercise of Cirty's rights and remedies under this Paragraph 13.09. ARUCLE 14--PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule ref Values .Phe Schedule of Values fbi-hemp sum contracts established as providedin Paragrapli 2.07 will serve as the basis fbr progress payinents and will be incorporated into a fbrm.of Ap plication a` r, Payment acceptable-to City.Progress pa) ynients on account of Unit Price Work will be based an the niunber of units completed. 14M Progress Pc�anenls A.. Apj2licationsfor Pa)nnenis," L Cwt actor is responsible f6r providing all inforniation as required to become a v endor of�the 2. At least 20 days before the date established, in the General Requirements fi)r each progress payment, Contractor shall submft to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date ol'the Application and accomparded.by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on flit basis of materials and equipm.ent not i. Corporated in the Work but delivered and suft6bly stored at the She or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, b3voice, or other documentation warranting that City has, receiVed the materials and equipmen,t free and clear of all Liens and evidence that the materials and equipment are covered by appropriate instrance or other ayrangernents to protect City's interest thereffi, all of' which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit ofContractor, stating that previoixs progress payments received on account of the Work have beery applied on account to discharge Contractor's legitimate obligations associated with prior Applications`r Payment. 5. ":lire amount of' retairiage with respect to pro press slipulated in the �ress payments will be a Contract Documents. FF CITY OF FORT WORM STANDARD CONSTRUMIDN sr ECIFCA'110N DOCINENTS Re:vjsjon DecemIn'21,2012 Cienem�Conditiorm, if 53 of 63 B. Revknv qJ'Applicatioin: 1. City will, after receipt of each Application for Payment either indicate in miting a recornimendation. of payinent or return the Application to Contractor indicating reasons for refusing payment,. In the latter case, 0.)ntractor may make the necessary corrections mid resubmit the Application. 2. City's processing of any payment requested hi an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompan3ring data and schedules,that to the best of City's knowledge- a. the Work has progressed to the point indicated; bm the qtWity of the Work is generally in accordance with the Contrad,Documents (subject to an evaluation of the Work as a firactioning whole prior to or upon Final Acceptance, the results of an�y subsequent tests called for in the Co,ntract Documents, a final determination of quantities and classifications for Work perf6rm.ed under Paragraph 9.05, and any other qualifications stated in the recommendation). Processing any such paynient will not thereby be deemed to have represented that: aa� inspections made to check the quality or the qu antity of the Work-, as it has been perfonned have been exhamstive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work, beyond the resporisibilities specifically ""N; assigned to City in the Contract Document;;or bm there may not be other inafters or issues between.the panties that might,entitle Contractor to be paid additionally by("Ity or entitle City to witl cold payment to Contractor,or c. Contractor has complied with Laws and Regulations applicable to Contractor's perfl)rrnance of the Work. 4. City may refuse to process the whole or any part of any P aynient because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Woric,is defective, or the completed Work has been dzimaged by the Contractor or his subcontractors,requiring correction or reel aceinent; ba discrepand es in quantities contained in previous applicationsfor payment; c. the Cnnu-act Price has been reduced by Change Orders; d.- City has been required to correct defective Work or complete Work, in accordwice with Paragraph 13.09;or CITY OFFORI WM 1-1, STANDARD CONSTR UCIMN SPECTCATICYN DOCIA.W.H.91S Revision:DmLmber2l,2012 00 72(A)-I CienerO Condifians Page 54 of 63 e., City has aaaal ImmAdedge of the occurrence of &icuy of ttw events enumerated in Para,gyaph 15.02A., C. Retainage: 1. For contracts less than $400,000 at the lime of execution, retainage shall be ten percent (10%). 2. For contracts greater than. 4il0,00 0 at the time of eoxecution, retainage shall be five percent (5%), D. Liquidated.D(anciges,, For each calendar day that any work shall remain. uncompleted after the l ed time specified in the Contract Docu ments, the sum per day specif in the Agreement, will be deducted ftm the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City, E. Pa Ment: Contractor wil.] be paid pursuant to the requireintmLs of this Article 14 and payment 'Y will become due in accorddnce with the Contract Documents. F. Beduction in PcTyment: 1. City may refuse to make payment of the amount,requested because, a. Liens have been ffled in connection with the- Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such.Liens; 1). there are other items entitling.City to a set-offagainst the aniount recommended; or c. City Ims acwal kliowledge of the occurrence of any of the events enumerated in Para,gaphs 14.02.B.4 a through 14.02.B.4,e or Paxagraph 15.02.A. 2. If(,Nty reftises to rnake payment fthe arnount requested, (,'ity will. p .,jve Contractor wriften notice stalting the reasons for such action and pay CODIractor any a,mou:nt remahiing after deduction of the amount so withheld., City shall pay CODIMetor the wnOLIIII so withheld, or any adjustment thereto agreed to by City and Contractor, wh.en Contractor remedies the reasons for such action. 14.03 Contractors Wanwn�y of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any. Application R)r Payrnea , whelher incorporated in the Project or not, will. pass to City no later than the time of paymen:t free and c.1t.-ox of all I-Aens. CnY OFFORTWORTH STANDARD CONSTRUCTION SPECIFCATION DOCII WENTS Revision-DcxmiNT21,2012 00 72 M-I Gmreran conditions Pap 55 of 63 14004 Partial UiVization A. Prior to Final Acceptance of all the Wo�rk, City may use or occupy any substantially,completed part of the Work which has specifically been identified in tlie Contract Documents, or w1lich City determines constitutes a separately functioning and usable part of the or that can be used by City for its intended purpose without siVifficant interference with Contractors perfoimwice of the remainder of-die Work. City at any tirne may notify Contractor in writing to per ,t City to use or occupy any such part of-die Work which City detennines to be ready for its intended use,sulject to the following conditions: 1. Contractor at any time may notify City in.writing that Contractor considers any such pail. of the Work ready for its intended use. 2. Within a reasonable thne after notification as enumerated in Paragraph 14.05A.1, City and Contractor shall make an inspection of that pait of -die Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor hi writing giving the reasons therefor. 3. Partial Utilization will not constitite Final Acceptance by City. 14.05 Final ImIjection A. Upon wTittennGtice fxom Contractor that the entire Wark, is complete in accordance with the Contract Docianerits: 1. within 10 days,City will schedule a Final hispection with Contractor. 2. City will nofify Contractor in. writing of all particulars in wtdch flus inspection reveals that the Work is incomplet6 or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made aga�inst the Contractor between said date of notification.(•-.)f the City and -the date of Final Inspection. Should the City determine that-die Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14006 Final Accelvance TJpOn completion by Contractor to City's satisfaction, of any additional Work identified in flielFinal hispection,City will issue to Contractor a letter of Final Acceptance. MY Or FORT WORTH SIANDARIA colt siit(j('.,rioNsj'Ecrf,,cAi,joiq i)oCiJmEWrs Revision:Dv=*ff 21,2012 007200-1 Generaq Conditions Page 56 of'63 14.07 Rna1Pa)qnen1 A. Aj)p1ieafion for PqynierYt: L Upon Final Acceptance, andinthe opinion of City, Contracto r n"mymake an application for, final payment follc�wing the procedure tbr progress payment,, in. accordance witil. d-le Contract Documents. 2. The final APplication for Paynient shall be accornpanied(except as previously delivered) by: a. all documentation called for in the Contract Documents, hicluding but not limited to fl°ne evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any,to final payinent; c. a list of all pending or released Dainage Claims against City that (,I�ontractor believes are unsettled; and d. affidavits of paymerws and complete and legally e5ective releases or waivers (satisfactory to (.,ity) of all. Lien iigbts aHsing out of or Liens filed in connection with the Work. Orr"', B. Pqynient Becomes.Due., 1. After City's acceptance of the Application for N37nent and accompanying docwnentation, requested by Contraclor, less previous, payments made and any sum City is entitled, including but not limited to liquidated,damages,will becoine due and Payable 2. After all Da,mage Claims have been resolved: a. directly by the Contractor or'; b. Contractor provides evidence that the Marriage Claiin. has been, reported to Contractor's insurance provider for resolution. 3. Tlie making of flie final payment by the City shall not efieve the Contractor of any guarantees or other requireineas of the Contract Documents which specifically contirwe thetvaller. 14.08 Final Cc)nplet-io Dela ors dern.dP(irtiaI RelainageReleiise A. If'final completion of the Work.is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's f" al Application R)r Payment, zmd vdthout terInh),ating die Contract, make payinent of the balance due fbr that, portion of the Work.. fully COMPleted and accepted. It the rernaii)ing balance to be held by (".7ity fbr Work.not ffilly completed or corrected is less than the retainage stipulated in Paragraph 14.02.(,',, and if bonds have been furnished as required in Paragraph 5.02, the written. consent of the surety to the payment of the balance due for that CrTYOFFORTWORTH .q)ANDARi)coiqsTRucTx.)N sPP.'(,"iFcA,rTON DOCUMFNTS, Rrvision:Dmzda-21,2012 007200-1 General Condffiorm Page 57 of 63 Am% portion (,:)f the Work fully completed mid accepted shall be submitted by Contractor to City with the Application for such pa)qnent. Stich payment shall be made under the to and conditions governing firial payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release,, 1:°or a Contract that provides for a separate vegetative establishment and maintenance, and test and perforTmance periods following the completion of all other construction in the Contract Documents for all Work.locations,the City may release a portion of the aniount retained provided that all other workis completed as determined by the City. Before the release, all sub-i-nittals and final quantrities must be completed and accepted for all other work. An arnount sufflicient to ensure Contract compliance will be retained. 14.09 Waiver of Claims Tie acceptalice of final payment will constitute a,release of the City from all claims or liabilities under the Contract for arrything done or furnished or relating to the work under the Contract Documents or any act or neglect of'City related to or connected-with the Contract, ARTICLE 15—SUSPENSION OF WORK AND TE RMINATION 15.01 City May Susj,,end Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may f.by the date on which Work will be resurned. Contractor shall resume the Work on D the date so fixed, uring temporary suspension A of the Work covered %)/ by these Contract Documents, for any reason, the City will make no extra payment :for stand-by time of construction equipment and/or construction crf"'ws. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined.by mutual consent of the Contractor and City that a,solution to allow construction to proceed is not available within a reasonable period (..)f turns, Contractor may request an extemsion in Contract 1'irrw, directly athibutable to wiysuch suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all inaterials in such a manner that fli.ey will not obstruct or im ede the pu u blic nnecessarily P nor become damaged in any way, and he shall 'take every precaution to prevent darnage or deterioration oft e work performed; he shall provide suitable drainage about the work., and erect temporary structures where necessary. D. Contractor may be refinbursed for the cost of moving his equipment off the job and returning the necessary equipment to the Jot) when it is determined by the City that construction. may be resumed. Such reirnbursenient shall be based on actual cost to the Cor.itractor of moving the, equipment and no profit will be allowed..,'Reimbursement may not be allowed if the equipment is moved to mother consiruction project for the City. MY OF FORT WC.. CONSTRUCTION SPECTIVNIMN DC)CUMENTS Revision:Dr=m1a21,2012 00 72(K)-I Ocnezal Conditions Page 58 of'63 aw 15.02 CityMcryTenn mate fir("ause A. The occurrence of any one or amore of the Ulowing events by way of" example, but not of' limitation,may,justify temiffiation for cause: 1. Contractor's persistent ffihire to perform the Work iri accordance with the Contract Docwnenti (includbig, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipnient, 'thilure to adhere to the PrqJect Schedule established under Paragraph 2.07 as adjusted Eoin firne to time pursuant to Paragraph 6.04, orlrMlure to adhere to the City's Busffiess Diversity Enterprise Ordinance #20020-12-2011 established under Paragraph 6.06.D); 2. Contractor's disregard ofl'.,aws or Regulations of any public body havingjurisdiction; 3. Contractor's repeated disregard of the authority of(',Ity;or 4. Contractor's violation in. any substantial way of"any provisions of the (",ontract, Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction.of%Oich has been directed in writing by the City; or & Substantial indication that die Contractor has made ali unauthorized assigm-nent of' the Contract or zaq fi.inds due ffirerefiom for the beriefit of any creditor or for any other purpose; or 7. Substantial evidence that die Contractor 1.ias become insolvent or banidupt or othemdse financiatly unable to carry on.the Work.satisfactorily;or. 8, Contractor commences legal action in a court of conipetent jurisdiction against the City. & If one or snore of the events identified irl Paragrap 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a c(:)nfererice with Contractor and Surety to address tp Contractor's failure to peribi"11i t1w Work. Conference shall be held riot later than 15 days, after recelpt of notice. I. If the City, the Contractor, and the Surety do not agree to allow the Conti-actor to proceed to perf6nn the construcfio)n Contract„ the C'ity may, to the ex lent perrm.11fed by Laws and Regulatiom, declare a Contractor defiault and. fonnally terminate the Contractor's right to complete the Contract. Contractor defaultshall not be declared earlier than 20 days after the Contractor and Surety have received notice of conf rence to address Contractor's failure to perforni.the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perforin the Work:. If Surety does not corninence perfonnance thereof'with in 15 consecutive caleDdar' days after date of an additional written notice demanding Suretys perfonnance of' its CITY OF FORTWORM STANDARD CONSTRUCTION SPECIFCATION DOCUME,2,lTsp J,te%dsion-lkwnta2l,2012 007200-1 General Caunditions Page 59 or'6: obligations, then C"ity, without, process or action at la:w, may take over aj.iy portion of tl.ie Work and complete it as described below., a. If City completes the Work, City may exclude Coritractor and Surety from the site an.d take possessiori of the Work, and all inaterials and equipment, incorporated into the Work stored at the Site or for which City his paid Contractor or Surety but which are stored elsewbere; and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall ziotk- entitled to receive any further payment until the Work is finished. If the unpaid balance o"f the Contract Price exceeds all clafins, costs, losses and drain es sustained by City. arising out of or resulting from completing the 'Work, such excess will be paid to Contractor, If such clainis, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City., Such claims, costs, losses and damages incun.-,ed 1)3, City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed 4. Neither City. , nor any bf its respective consultants, agents, officers, directors or employees shall be in hny way liable or accountable to Contractor or Surety for the method by which the coniple'don of the said Wbrk, or any partion thereof, may be accomplished or for the pnce paid therefor. 5. City, notwilbstanding the method -used in completing the Contract, shall not f6rfeft the right to recover damages from Contractor or Surety for Contractor's failure to timely complet the entire Contxact. C6ntractor shall neat be entitled to any clairn on account of the method -used. by City in completing the Contract, 6. Maintenance of the Wark shall continue to be Contractor"s and Surety's responsibilities as provided fear in the band requirements of the Contract Documents or any special guarantees PTOVided for under the Contract Docunlents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.B, Contractor's services iAU not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure wit1iin no more than 30 days of receipt of said notice. D. Wbere Conblad&s services have been so tenninated by City A . , the to will no affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of'moneys due Contractor by City will not release Contractor from liability. E. Lf mid to the extent that Contractor has provided a perfonnance bond under the provisions of Paragraph 5.0 2,the termination proctAures of that bond shall not s-upersede the provisions of this Aiticle. CITY OF FORT WORTH STANDARD CONSTRUCIIM SPE(71FCATION DOCUMEMS) Rmision-De.=NT 21,2012 1 00 12 00­I Gen.enal Conditim Page 60 off'63 15.03 (,"icy Ad?i)ATey ?7(iteP"orCom�enieiic e A. City may, witliout cause and without prejudice to my other riglit, or remedy of'City,tern-linate the Contract. Any terminabon shall be eff cted by inailing a notice of' the termination to the Contractor specifying the extent to which performance of Work under the contract is terini nated, and -the date upon which such termination becomes effective. Receipt of the notice shall be deerried conclusively presu�med and established when the letter is placed in the United States Postal Service Mail by the City,. Furtlier, it shall be de6nied conclusively presurned mid eslablished that such termination is made with just cause as therein stated; and no proof in any claim, dernand or suit shall be required of t.h.e City regarding such discretionaryaction, B. After receipt of a notice of termination, and except as otherwise directed by the (.1ity, the Contractor shall: 1. Stop work:. under the Contract on the date and to the extent specified in the notice of tmnination; 2. place no fu.1her orders or subcontracts f6r materials, services or facilifies except as inay be necessary for completion of such portion of the Wor k.under the Contract as is riot ter Minated; 3. tenninate all orders and subcontracts to the extent float they relate to the perfim-nance of the Woirl.(,.terminated by notice of ten-nination; transf er title 'to the City and deliver in -the manner, at the turves, and to the extent, if any, 4. directed by the City: a. the fabricated or im.fabricated pails, Work in: prop-ess, completed Work, supplies and other material produced as a part of, or acquired in connection with the perfomiance of the Wor1c..terniffiated by th,e notice of tem.lination;and b. the completed, or pwidally completed plans, drawings, information and other property which, if thLe Contract haul been corripleted, would have been required to be fbmished to the City. 5. complete perfbju.mnce of si-ich. Work as shall not have been terminated by the notice of termination; and 6. .,take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its CODtTad which is In thie possession of the Contractor and in which the mmier hws or'May acquire the rent. C. At a time not, later than 30 days after die terMination,date specified in.the notice of terrnination, the Contractor may submit to the Clky a IiSt ceitifi.ed as to quantity al'id quality, ofany or all items oftermination inventory not previously disposed of, exclusive of items the disposition of -which has been directed or authorized by City. CITY OF I`ORTWORTH STANDARD CONSTRITC71024 SPECTCATION DOCUNIENTS Revision:D=cmh-r21,2012 0072 00-I General Condifions Page 61 of 63 D Not later than 15 days thereafter, the City shall accept title to such items provide that the list. submitted shall be subJect to verification 'by the City upon removal of the items or, if the items are sU.)red,within 45 days frorn the date of submission of the list and any necessary adjustments to correct the list as submitted,shall be made prior to final settlement. E. Not later than 60 days after the notice of tennination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the C#y.. Unless an extension, is made in .. itltn within such 60 day period by the Contractor, and granted by the City,any and all such claims shall be conclusively deemed waived. F hi such case, Contractor shall be paid for(without duplication of any iteins): 1w cornpleted and acceptable or executed .m accordance with the Contract Documents prior to the effecdve date of termination, includhig fair and rewonable sums for overhead and profit on such Work; 2. expenses sustained pr.i(,.)r to the effective date of termin ation b2 perf-brming services and furnishing labor., materials, or equi�pment as required by the Contract Documents in connection With uncompleted Work,plus fair and reasonable sums fbr overhead and profit on such expenses; and 3. reasonable e<penses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the ten ninatrion of tfse Work,the City shall detzrrnine, on the basis of in.fon-nation available to it, the amount, if any, due to the Conti-actor by reason of the termination and shall pay to the Contractor the arnounts detennined. Contractor shah not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resultirig ftom such temiination. ARTICLE 16—DISPITIT RESOLUTION 16.01 Methocis andProceclures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such, decision becornes final and binding, Ilie request for mediation shall be subinitted to the other party to the Contract.Timely subimission of the request shall stay the effect offaragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be conunenced within 60 days of filing of the request. C. If the Contract Claim. is not resolved by mediation, City's action under, Paragraph 10.06.C. or a denial pursuant to Paragraphs 10.06.C3 or 10.06.1)shall become fmal and binding 30 days after tern nination of the mediationuffless, Mthin that time period, City or Contractor: C11"YOF FORDWORTH STANDARD CONSTRUMON SPFCIFCATION la)CU RevWon,D=iibm2l,2012 00 72.00-I Cytimrfl Condkions Page 62 of'63 0 r" L elects in writing to invoke a: y otiier dispute resolution ]pir-Ocess provided for in the Supplementary Conditions; or 2. agrees with the oflier party to submit the ContTact Claim to another dispute resolution process;rear 1 gives written notice to 0-:v.-, other party of the intent to submit the Contract Claim to a court of competent.jurisdiction, ARTICLE 17—MISCELLANEOUS 17.01 Givingg Notire A.., Whenever any provision of the Contract'Documents requires the giving of'written notice, it will be deemed to have been validly given 1f, 1. delivered in person to the individual. or to a meniber of the finn or to an. officer of the corporation for whomit is interided; or 2. delivered at (.-)r sent by registered or certified inail, postage prepaid, to the last 11,)usiness address known to the giver of'the notice, B., Busbiess address changes must be promptly,made in writing to the other party. C. VA--n fl-.-ke Contract Docu scats specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation qfTinnes When any period of time is referred to in the Contract Documents by days, it will be computed to exclude t1 .first and include the last day of such period. If the last &ky of any sudh period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become -die last day of the period. 17.0'31 Cumulah'veReine4lies The duties and obligations imposed by these General Conditions and the rights and rernedies available hereunder to the parties hereto are in. addition to, and are not to be consti Lied in. any way as a limitation of, any rights and remedies available to any or all. of them Which are othenvise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. Ill e provisions of thils Paragraph w.H.] be as effective as if r peat: d. specifically in the Contract Documents in connection with each partictflar duty, obligatiori, right, and remedy to which they apply. CrrY OfFORTWORMI STANDARI)("ONSTRUMON SPECIFCATION DOCUMNTS Rrvision:Dmanlxr2l,2012 (k 72 00-I Genend CondWons Page 63 of 63 17.04 Survival of Obligations .All representations, lade nu-iffications, waiTanties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, conipletion, and acceptance of the or or ternfination or completion of the Contract or tennination of the services of Contractor. 17.05 1-kadings Article and paragraph heading are inserted for convenience only and do not constitute parts of these General Conditions. MYOFFORMORTIT. SIAMARD CONSTRUMON SPECTCATICM DOCUMENTS Rryision,Dumbpr21,2012 0073 00-z SUPPLEMENTARY CONDITIONS Pa�e I of SECTION OA73AA SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions Ibcsc Supplementary Conditions modify and supplement Section OO 72 OO-Gcocrul Conditions,and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented rernainin full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used iothese Supplementary Conditions which are defined in the General Conditions have the meaning assigned 10 them io the General Conditions,unless opcuifiuullynoted herein. Modifications and Supplements TbeibDop/ioc,are instructions that modify or supplement apecifiuparagraphs io the General Conditions and other Contract Documents. SC-3.03B.2,"Resolving Discrepancies" � Plans govern over Specifications. SC-4.01A Easement limits shown oo the Drawing are approximate and were provided tn establish u basis for bidding, Upon receiving the final easements descriptions, Contractor shall compare them 10 the lines shown oothe Cootru1Druwinaa. SC-4.0lA.l.,"Availability oYLands" T6efbDowbu-isu list of known outstanding rigbt-of-p/ay, and/or easements 1obeacquired:N/A The Contractor understands and a- Teea that the dates listed above are ea1boa1eo only, are not guaranteed, and do not bind the City. If Contractor considers the Guu} euaeooeo1a provided to differ materially from the representations on the Contract Drawings, Contractor abaO n/idbio five (5) Business Days and before proceeding, with the Work, notify City in writing associated with the differio�eumcnueo1line locations. 8C-4.OlA.2,"Availability ofLands" Utilities ur obstructions 10 ba removed,adjusted,and/or relocated The ibDowbzg,ia list of utilities and obstructions that have not been removed, adjusted, orrelocated:N/A SC-4.02A.,"Subsurface and Physical Conditions" � The following are reports of explorations and tests of subsurface conditions at the site of the Work: CITY Or FORT WORTH Walsh Ranch Pump Station Project STANDARD CONSTRUCTION SPECIFICATION uDcoxxsmTa Project No.nzz94 007300-2 SUPPLEMINTAR YCONDITIONS Page 2 of 4 A Geotecbnical Investigation,Report No.14272,dated hme 2014,prepared by Globe Enghi.eers,.Inc.a consultant of the City,provides additional infaimation.on subsurface conditions in the vicinfity,of the proposed pump station.. The following are drawings of physical conditions in or relating to existing surface and subsurface structures(except Underground Facilities)which are at or contiguous to the site of the Work:NONE SC-4.06A.,"Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: NONE SC-5.,0,3A.,"Certificates of Insurance" The entities listed below are"additional insureds as their interest may appear"includirig their respective officers,directors,agents and employees., (1) city (2) Consultant: CP&Y,hic. (3) Other: NO SC-5.04A.,"Contractor's insurance" The limits of habiJityBor the insurance required by Paragraph GC 5.04 shall provide the following coverages for not less than the following amounts or greater where required bylaws and re g ulations: 5.04A.Work,er°s'Compensation, u mder Paragraph GC-5,04A.. Statutory litnits Employer's liability $100,000 each accident/occurrence $100,000 Disease-each employee $500,000 Disease-policy Ifinit SC-5.0413.,"Contractor's Insurance" 5.04B.Commercial General Liability,tinder Paragraph GC-5.041 .Contractor's Liability Insurance under Paragraph GC-5.04B.,which shall be on a per project basis covering the Contractor with minimum limits of $1,000,000 each occurrence $2,000,000 aggi.-egate limit The policy must have an endorsement(Amendment—Ag? k .,regat�e Limits oflmsurance)ma ilia the General Aggregate Limits a 1-1, . separately to each job site. -)ly The Commercial General LiabUit- ra y Insuramce policies shall provide"X","C",and"Ll"cove ge's Verification of such coverage must be shown in die Remarks Article of the Certificate of Insurance. SC 5.040.,"Contractor's Insurance" 5.04C. Automobile Liability,tuider Paragraph GC-5.04C. Contractor's Liability,Insurance under Paragraph GC-5.04C.,which shall be in an amount not less ilim the f0flowing amounts,, CTrY OF FORT WORT1.1 Walsh Ranch Pump Station Project STANDAU)CONSTRUTCUON SPECIFICATION DOCUMENTS Project No.02.294 ooB00'3 SUPPLEMENTARY CONDITIONS y ��- a.-p3uf4 (l) Automobile Liability-u commercial business policy shall provide covrru�eoo"Any��uto", de�oeduo autos owned,h�rdand oou-ormned. $1,000'000 each accident on a combined single limit basis. Split limits are acceptable if limits are at }east: $250,000 Bodily Injury per person/ $500,000 Bodily Injury per accident $100,000 Property Damage SC-5.04D.,"Contrudor`mInsurance" The Contractor's construction activities will require its employees,agents, subcontractors, equipment,and material deliveries to cross railroad properties and tracks: NONE SC-6.04.,"Project Schedule" Project schedule shall be tier 2 for the pnojrct SC-6.07.,"Wage Rates" SEE WAGE RATE TABLES IN APPENDIX BC-6.0Q.,"Permits and Utilities" SC-60yA.,"Contractor obtained permits and licenses" � The following are known permits and/or licenses required 6y the Contract tobu acquired bI the Contractor: NONE SC-6'O00. "City obtained permits and licenses" The toDuwin��rknown yuroz�oand/or bceoycurrgn�edby�zCoo�uc to8eucgu�cdby the C�y: TCB()Construction Plant Approval Oocor Electrical Service Agreement and Easement SC-6'0yC."Outstanding permits and licenses" The following iau list of known outstanding permits and/or licenses 1obeacquired: NON-E SC-6'24B.,"Title VI, Civil Rights Act of1964umamended" During,,tbe performance of this Contract,the Contractor, for itself, its asoigooera and successors in interest (hereinafter referred 1ouo the "Contractor")agrees aofollows: l. Compliance with Regulations: The Contractor shall comply with the Regulation relative to nondiscrimination io Federally-assisted programs nf the Department ofTruusyortatiou(zereioafter, "DOT") Title 49, Code of Federal Regulations,Part 2 1, as they may be amended from time to time, (hereinafter referred to as the Regulations),which are herein incorporated by reference and made a part of this contract. Z Nondiscrimination: The Contractor,with ro��dto���or�por��oo�dby�dzu���ecun�act. shall not discriminate outhe grounds of race,cu]u�or national origin, 6o the selection and retention of �~—' subcontractors, including procurements of materials and leases of equipment. The Contractor shall not � participate either directly ur indirectly iothe discrimination prohibited by4yCFBL section 2l.5 of the CITY OF FORT WORTH Walsh Ranch Pump Station Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.02294 007300-4 ST.JPFIL,FNE---NTAP,.Y'COND�TIOI'4S Page 4 of 4 Regulations,including employment practices when the contract covers a program set forth in Appendix B of the Regulations,, 3. Solicitations for Subcontractors,Including Procurements of Materials and Equipment:In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract,including procurements of materials or leases of equipment,each potential,subcontactor or supplier shall be notified by the Contractor of the Contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race,color,or national.origin. 4.. Information and Reports:The Contractor shall.provide all information and reports required by the Regulations or directives issued pursuant thereto,and shall permit access to its books,records, accounts,other sources of information and its facilities as may be determined by City or the Texas Department of Transportatio.n.to be pertinent to ascertain,compliance with such Regulations,orders and instructions.Where any information.required equired of a contractor is in the exclusive possession of another who fails or refuses to fin-nish this information the contractor shall so certify to the City,or the Texas Department of Transportation,as appropriate,and shall set forth what efforts it has made to obtain the information, 5. Sanctions for Noncompliance: in the event of the Contractor's noncompliance with the nondiscrimination provisions of this Contract,City shall impose such contract sanctions as it or the Texas Department.of Transportation may detennine to be appropriate,including,but not limited to. a. withholding of payments to the Contractor under the Contract until the Contractor complies,and/or b° cancellation,termination or suspension of the Contract,in whole or in part. 6. Incorporation of Provisions:The Contractor shall include the,provisions of paragraphs(1)ibrough (6)in every subcontract,including,procur-ements of materials and leases of equipment,unless exempt by the Regulations,or directives issued.pursuant thereto. The Contractor shall take such action with respect to any subcontract or procurement as City or the Texas Department of Transportation may direct as a means of enforcing.such provisions including sanctions for non-compliance:Provided, however, that,in the event a contractor becomes involved in,or is threatened with,litigation with a subcontractor or supplier as a result of such direction,,the con-tractor may request City to enter into such litigation to protect the interests of City,and,in addition,the contractor may request the United States to enter into such litigation to protect the interests of the United States. Additional Title VIrequirements can be found in the Appendix. SC67.02.,"Coordination" The individuals or entities listed below-have contracts with the City for the performance of other wofic,at the Silt:NONE SC-9.01.,"City's Project Representative" The fallowing firm is a consultant to the City responsible for construction mariagernent of this Project: City Staff will perform construction.management on this pronject. SC-13.03C.,"Tests and Inspections"-NO SC-16.01C.1,"Methods and Procedures".-NO END OF SECTION ary OF FORT WORTH Walsh Ranch Puirnp Station Project STANDARD C ONSTRUMION SPI,:'CIFICATION DOCUMENTS Project No,Q2294 0lom)-z SUMMARY OF WORK � Page zof5 SECTION 011100 SUMMARY{}fWORK PARTI - GENERAL 1.1 S0NEVL4,RY A.SecdooIou]udea: l. Summary of Work to be performed in accordance with the Contract Documents B.Related Specification Sections include, but are not necessarily limited to" l. Division Q -BiddiogRcguir«mcota, Contract Forms, and Conditions of the Contract 2. Division l - General Requirements 3. Technical Specifications 1.2 ADMINISTRATIVE REQ0HtZMONTS A.YPodk Covered bv Contract Documents ]. Work imto include furoiabio�uD labor, oou1cdula, uodcguipo��ot, uodp�rfhro�io� all Work necessary for this construction project uadctai]ediotbeI]runvbogmoud �pcuiƒ5uu1iooa ' 2. Walsh Ranch Pump Station Project BidItronl0esxriptions u. : includes the lump sum price for all labor and materials for all site grading, silt fence, stockpiling of topsoil, sedimentation and erosion control best management practices ua well us secdio�,hydro-ooulcbiogand re-vegetation ofthe site. b. Bid : includes the price per square yard for all reinforced concrete driveway and sidewalk installed at the pump station site. Price includes all labor,materials, excavation, aubgTadc preparation,flexible base material, concrete, reinforcement, tbooa, expansion joints,materials and compaction testing by independent lab, and all incidentals necessary to install the reinforced concrete sidewalk and driveway per plans and specifications. c. : includes the per linear foot price to install, compact, and test 0"flex b�t�u� �d3`" II\�AC Type "I7" necessary torep�zthe existing driveway in accordance with the repair details. Interface between existing asphalt and asphalt repair shall bemade byu straight and clean auvvcu1. Price shall include all labor, materials, and incidentals paid by the linear foot,regardless of the width of the repair necessary. _,dab, . CITY OF FORT WORTH Walsh Ranch Pump Station Project STANDARD CONSTRUCTION sPECIFIcATIONDOCoMENT8 Project 02294 011100-2 SUNBIARY OF WORK Page 2 of 5 d. Bid tom#4..-Trench and Excavation Trench and excavation safety shall include a trench safety plan,prepared by a licensed engineer in the state of Texas,and all labor,equipment,and materials necessary to implement the plan during the construction of the pump station.,piping, conduit, and all trenches in excess of 5' depth, Trench safety,shall be paid per linear foot of trench protected,or perimieter of structure shored,per spec,ifications and details. e. Bid to #5—30"Buried Water pipe and Fitti : Price per linear foot to �Water �drntirms install buried 30"water pipe(ductile iron or steel)and fittings. Price includes all trenching,excavation,bedding,backfill, compaction and compaction. testing, concrete blocking and restraints,pipe markers,.polyethylene wrap, pressure testing, disinfection,and cathodic protection and isolation system as designed for the specific pipe selected by the contractor. Incidentals shall include fl anged and mechanical Joint mechanical restraints,retainer glands, closure pieces,,hardware,gaskets,COLIplings,and sleeves. Price includes all labor,materials, equipment,and incidentals necessary to perform the installation.and test the installation.in accordance with specifications. �f. Bid Item#6—36"Buried Water Pipe auLd Fittins: Price r I e pe in ar foot to install buried 36"water pipe(ductile iron or steel)and fittings. Price includes all trenching, excavation,bedding,backfill,con.ipaction and compaction testing,blocking and restr"its,pipe markers,polyethylene wrap,pressure testing, disinfection,and cathodic protection and isolation system as designed for the specific pipe selected by the contractor. Incidentals shall include flanged and mechanical.joint mechanical restraints,retainer glands, closure pieces, hardware, gaskets,couplings,and sleeves. Price includes all labor, materials, equipment,and incidentals necessary to perforin,the installation and test the installation.in accordance with specifications. g. Bid item#7.—30"'Buried Gate Valve Nvith Vault: Price per each 30"buried gate valve installed,to include excavation,bedding and bacUll; installation of concrete base, installation of valve with spur gear and hardware, installation of two 2"tapping saddles,curb stops,risers,and corporations; installation of polyisocyanurate pad,installation of concrete manhole base,riser,and top section, installation of 32"diameter manhole ring, frame, and lid. Price includes all labor,materials,and equipment necessary to install the buried gate valve and vault in accordance with details and specifications. h. Bid Item#8®36"Buried Gate Valve with Vault: Price per each 36"buried gate valve installed,to in 'lude excavation,bedding'and backfim.ll; istallation of concrete base, installation of'valve with spur gear and hardware, installation of two 2"tapping saddles,curb stops,risers"and corporations; is tall.ation of polyisocyanurate pad,instaJIation of concrete manhole base,riser,and top section, installation of 32"diameter manhole ring,frame,and lid® 36"Gate valve shall include an internal bypass with isolation valve­4"diameter minimum size. Price includes all labor,materials, and equipment necessary to install the buried gate valve and vault in accordance-with details and specifications. MY OF FORT WORTH Walsh Ranch Purnp Station Project STANDARD CONSTRUCTION SPECIFICAITON IIXX7JNffi'T.q"I"S Project 02294 01 1100-3 SUMMARY OF WORK � Pag e 3nf5 . installed,to include the excavation, bedding, and backfill; installation of anchor tee, gate valve with box and riser,fire hydrant lead, fire hydrant riser, retainer tD gland(s), fire hydrant, hardware, gaskets, blocking and thrust restraint. — Bid Item 49—Firg_�HdranL&s�: Price per each fire hydrant assembly i Installation mf one 3O=diameter, flanged by flanged ozug meter and flanged coupling adaptor ioureinforced concrete vault,per plan details. Price shall include excavation, bedding, and backfill, installation of meter and cathodic isolation gaskets; installation of precast or uuat bo place reinforced concrete vault with ulornimozo uuucaa bu1cb, ladder, and ladder-up safety support; installation of2'"conduit and meter cable from meter tmpump atodmu building, and mounting of meter register u1location identified on plans. k. Bid Lump sum price shall include the labor,materials, and equipment necessary to place a reinforced concrete foundation along with a tilt-wall construction building with built up roof, in accordance with plans and specifications. Lump sum price shall include structural excavation; subgrade preparation, compaction and testing', ug{rcgu1c buac installation, compaction, and testing; reinforced concrete placement, finishing, and testing; concrete pump bases; delivery and installation of roll-up and personnel access doors,roof scuppers and downspouts, and roof access ladder; and coordination with mechanical and � electrical trades for all floor,wall, and roof penetrations for fans, louvers, vents, pipin�� uoodui� �rouodio�and other peoc�adooa. I.uoopauooprice abuD include preparation of signed and sealed shop drawings of the tilt wall pump station building. l. : Iocop aoon price to furnish and install m 15,000 gaDooAS2NM stamped hydro- pneumatic tank, complete with support collars,taps, shutoff valves, pressure relief valves, air-volume control equipment, site glass and freeze protection. Hydro-pneumatic tank shall bc coated ioaccordance with the apcuifiva1iooaand disinfected prior to placing into service. Site work shall include ezuuvu1ioo and foundation preparation, reinforced concrete foundation, anchor bolts, and all labor and ozu1eriula to properly act and install the tank. no. : I.uozp sum price for the labor, materials, and equipment necessary to deliver and install all mechanical piping, titLloga, valvea, bardnmre, gaugeo, 00pportm, rLu'wiUzinuodadjuueoltothc poroD station building, including all of Line^D`° abmwo on the plans. I.uoop sum prices shall also include buried piping from suction header to discharge header, piping from discharge header to hydro-pneumatic tank, along with pump station floor drain piping, o. Lump sum prices for the labor, materials and equipment necessary to perform surface preparation, priming and paio1io�mf�lloo�uhuoival�i�bz�� ��bo�a,vulvca, and equipment uo��eDuaull � . noo-oa�'an�edatnzcturaloopyoda, bungera,Joista, roof decking, and connections denoted ou the plans, CzTroF FORT WORTH Walsh Ranch Pump Station Project qT^mmAnnrnmsrn//rr/nn SPECIFICATION DOCUMENTS Project 02294 011100-4 S1,34MARY OF WORK Page 4 of'5 0. Lump sum price for the i d lien 15 ump Station labor,materials,and equipment necessary to install fans, louvers,heaters, supports,and all heating and ventilation equipment and controls. Lump sum price shall include all required coordination with other trades, and testing and startup of the equipment. p. ffid Item Ll 6_–F'mn .Station Electrical and Instrunitnkt—ion: Included in this lump sum bid item is the labor,materials,and equipment necessary to install the Oncor service transformer and metering reinforced concrete pad, all r,inderground duct banks conduit,conductors,hand holes,and pull boxes; all electrical conduit,conductors,cable trays,enclosures,junction boxes, instrumentation, and equipment within the pump station building; all required connections to existing equipment and instrumentation;motor control center, generator docking station,and automatic transfer switeb;new communications tower,tower foundation,anteruia.,and coaxial cable;all site and pump station lighting; grounding system,and all miscellaneous supports, fittings, clam.ps, connectors,hangers,etc.required:for proper installation, as required by code. Work includes all instrumentation,pro gTarnming,and control coordination not specifically called out in the HS Q scope of services, Work shall include all testing and startup of equipment. q. Bid Item#17–Insiall Owng Su -y' _L_�LiedlgLke Pq r p S m,e : Lurrip sum price to install an owner supplied skid mounted duplexjockey pump system with VFD panels within the pump station building,as shown on the plans and specified within the contract documents. n Bid Rem #18--.Install ON"i.er SVVLjt ;�jElMip M.qtor�Ln us e: Lump sum price to install two owner supplied purnping it assemblies, each consisting of a pump, motor,and base,as shown an the plans and specified within the contract doctiments, s® Rid Item#19–11SQ ,.Le fiqr SQADA..LqqjVn&gt–Allowance for work b�y _Qyg _ �................ City's SC DA vendor to provide SC A PLC in an enclosure,along with various equipment and set-vices,in.accordance with the attached scope of work. B.Subsidiary Work 1. Any arid all Work,specifically governed by documentary requirements for the project,such as conditions imposed b�y the Drawings or Contract Documents in which no specific item:for bid has been provided for in the Proposal and the item is not atypical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, ffie cost of 1whichs.hall be included in the price bidih the proposal.for various bid items C.Use of Premises I. Coordinate uses of premises wider direction of the City. 2. Assturie fall responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys,or other put)lic places or other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents,or as may be specifically authorized in writing by the City, C.Try OF'rolu w0wrff Walsh Ranch Pump station Pivject STA NDARD CONSTRUCTION SPECIF ICNf'ION D0CWJMFYrS Project 02,294 01 1100-5 SUMMARY OF WORK Page 5 of 5 a. A reasonable amount of tools,materials, and equipment for construction purposes may be stored in such space,but no more than is necessary to avoid delay in the construction operations. b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. END OF SECTION CITY OF FORT WORTH Walsh Ranch Pump Station Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project 02294 n1z50u-1 SUBSTITUTION PROCEDURES Pa.ae I of SECTION QI250A SUBSTITUTION PIl0CBI}DRES PARTI - GENERAL 1.1 SUMMARY A. Section Includes: l. The procedure for requesting the approval of substitution of a product that iunot equivalent to a product which is specified by descriptive or performance criteria or defined by reference tolor more of the following: a. Name of manufacturer b. Name ofvendor c. Trade name d. Catalog number 2. Substitutions are not "or-c9oula". B. Ile]u1cd Specification Sections include, but are not necessarily limited to: l. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division l —Gcocro]f(cgoirccucota 3. Technical Specifications � 1.2 A0MINISTRA][IV8REQ0MEMENTS A. IlegoeattbrSobotitutioo- Geocro] l. Within 30 days after award of Contract(unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described iu Specifications by zocuoa of references to oaozeo ofmanufacturers and vendors,trade ouooeo, or cutu]oc,00uzbere. a When this method ofopcci 6bogiaoeed, itieootioteodedtocxc7odefrozu consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or-equals," as determined hyCity. �� Other types of equipment and kinds of material may bc acceptable substitutions under the following conditions: a� (�r��goa]oare unavailable due to strike, discontinued prodocdmo,ofprodoct meeting mpecificdrequirements, or other factors beyond control ofContractor; or, b. Contractor proposes u cost and/or time reduction incentive to the City. 1'} SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Ilegoeatio� Sobad�tioo l. Substitution shall hc considered only: * a. After award ofContract b. Under the conditions stated herein CITY oF FORT WORTH Walsh Ranch pomn Station Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.nzzm 012500-2 SUBSTITUTION PROCEDURES Page 2&4 2. Submit 3 copies of each written request for substitution, including: a. Doctinientation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule,when a reduction is proposed 3) Data relating to clianges in cost b. For products 1) Product identification a) Mantificturer's name by Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literabire clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including,but not necessarily limited to-.' a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past project's utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Availabile field data and reports associated with proposed product 5) Samples a) Provide at request.of City. b) Samples become the property of the City. c,, For construction methods,- 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to i.°eqwre proposed product to comply with color and pattern. of specified product•iftecessary to secure design intent. 1 In the event the substitution is approved,the resulting cost and/or firrie reduction will be docurnented by Change Order in accordance with the Gerieral'Conditiol.1s. 4. 'No additional contract time will be given for substitution. 5. Substitution-will be r,qjected if a. Submittal is not through the Contractor with his starnp of approval b. Request is not made'in accordance with this Specification Section c. In the City's opinion:,acceptince will require substantial revision of the orignial design d. In the City's opinion,substitution will not perform adequatelY the function consistent-with the design intent (.,rry OF F'ORT WOR"TH Walsh Rwich Pump StatAon Project srANDARD CONSTRUCTION SPECIFICATION DOCUMEiNTS Project No.02294 01s5n0-3 SUBSTITUTION PROCEDURES Page 3of4 �— 1.4 QUALITY ASSURANCE A. In making request for substitution or in using an approved product,the Contractor represents that the Contractor: l. Has investicated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which itieintended 2. Will provide same guarantee for substitute item uo for product opezdficd 9. Will coordinate installation ofaccepted substitution into Work, to include building modifications if necessary,making such changes as may be required for Work to be oocop\otc in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise END OF SECTION CITY oFFORT WORTH Walsh Ranch Purnp Station Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.02294 EXEMITA REQUEST FOR S-UBSTHITTION FORM.: M 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 We hereby subnut fbr your consideration the following product, instead of the specified item for the above r(.) ect: SECTION P J PARAGIU-PH SPECIFIE D ITEM Proposed Substitution: Reason for Substitution: Include complete info ..cation on changes to Drawings and/or Specifications which proposed substitution. will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changesto the building design., including engineering and detailing costs caused by the requested substitution? .. .................................. B. That effect does substitution have ,an other trades? C. i5iff"erences-bet . .... w e—e j_i_pr"c_)posed subslibition and specified .. item I ? .. i—np r-o"'-d" u"et cost or product delivery time? . . ......... . . . .. .. .. .. .. E. Mla�'u_hacturer's guarantees of the proposed �wd specified items are: Equal Better (explain on attachment) The undersigned states that the flinction, appearance and quality are equivalent or superior to the speci f ted item. Submitted By: For Use by City S,igmature Recommended ... . .. . ..... . - Recommended as nioted . . .......... .... . ..... . —_ Not recommended 11, . . .......... . R.eceived late Address By__ . . . ...... . . ............ . . . .... .. . Date Date Remarks For Use by City: —Approved .......... Rejected City Date. . . . .......... crry (.)F FoR"r WORT11 I Walsh Ranch Pump Sta6on Project STAINDAM) CONSTRUCTION SPECWICATION DOCUMENTS Pgjecl No' � 02294 01 31 19- 1 PRECONSTRUCTION MEETING Pale I of 2 SECTION 013119 A. Section Includes: 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Technical Specifications 1.2 PRICE AND PAYMENT PROCEDURES fx� A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meetino, administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the C� Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the C� meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH Walsh Ranch Pump Station Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02294 013119 ,2 PRECONSTRUC71'10N MEETM Pace 2 of 2 e. Other City representatives f Others as appropriate 4. C'onstruction Schedule a. Prepare baseline construction schedule in accordance with Section 0.132 .16 and provide at Preconstruction Meeting. b. City will notify Contractor 6f any schedule changes upon Notice of Preconstruction Meeting. 5. preliminary Agenda may include: a° hitroduction of Project Personnel 'b. General Description of Project c Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work- plan and schedule e. Contract Time .f. Nobce to Proceed g. Construction Stakitig h. Progress Payments i. Extra Work and Change Order.procedures J. Field (:h-ders k. Dispoml Site Letter for to Material 11. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control. Testing o. Public Safety and Convenience p. Doctunentation of Pre-Constniction Conditio.ns, q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry. Standards u. Coordination with the Cit�('s representative for operations of exis fing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y., Contractor Evaluation z. Special Conditions applicable t,o the pr(Ject: aa. Damages Clainis bb., Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Dramings .ff. Temporary construction f4cilities gg. ?vf/W.BE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments END OF SECTION' CrTY"OF FORT WORTH Walsh Ranch Pump Station Prpject STANDARD CONSTRUCHON SPKIFICATIGIA I)OCTMIE -'s Pg -oject No. 02294 'M � 013120- 1 PROJECT MEETINGS Pale I of 2 SECTION 013120 M A. Section Includes: 1. Provisions for project meetings throughout the construction period to enable orderly review of the progress of the Work and to provide for systematic discussion of potential problems B. Deviations this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I — General Requirements 3. Technical Specifications 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Schedule, attend and administer as specified, periodic progress meetings, and specially called meetings throughout progress of the Work. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meetings administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. 4. Meetings, gs, in addition to those specified in this Section, may be held when requested by the City, Engineer or Contractor. B. Progress Meetings 1. Formal project coordination meetings gs will be held periodically. Meetings will be scheduled and administered by Project Representative. 2. Additional progress meetings to discuss specific topics will be conducted on an as - needed basis. Such additional meetings shall include, but not be limited to: a. Coordinatinc, shutdowns b. Installation of piping and equipment c. Coordination between other construction projects d. Resolution of construction issues e. Equipment approval CITY OF FORT WORTH Walsh Ranch Pump Station Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02294 013120-2 PROJECr MEETINGS Page 2 of 2 pJ 3. The Project Representativewill preside at progress meetings, prepare the notes of the meeting and distribute copies of the same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. 4., Attendance shall include: a. Contractor's project manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request d. Engineer's representatives e. City's representatives f Others, as requested by the:project .Representafive 5. PreliminaryAgenda, may include: a. Review of Work progress since previous meeting b. Field observations, problems, conflicts c. Items which impede construction schedule d. Review of off -site fabrication, delivery Schedules e. Review of construction interfacing and sequencing requirements with other construction contracts L Corrective measures and procedures to regabi projected schedule g. Revisions to construction schedule h. Progress, schedule, during succeeding Work period i. Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards 1. Pending changes and substitutions m. Review proposed char gesfor: 1) Effect on construction schedule and on completiOD. date 2) Effect on other contracts of the Project n. Review Record Documents o. Review monthly pay request p. Review status of Reqyests for Inforniation 6. Meeting Schedule a. Progress meetings will be held periodically as determined by the Project Representative. 1) Additional meetings may be held at the request of the: a) City b) Engineer c) Contractor T Meeting Location a. The City will establish a ineeting location.. 1) To the extent practicable, meetings will be held at the Site. MY OF FORTWORTH Wsh panch Pump Station Project `i"fANIMRD CONSTRUM'TDN S1'E`,CR`X,,A:F]DOCL t)N AENTS Project No. 02294 0132 16-1 CONSTRUCTION PROGRESS SCHEDULE Page I of 4 SECTION 0132 16 A. Section Includes: 1. General requirements for the preparation, submittal, updating, status reporting and management of the Construction Progress Schedule C� 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance Document B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract Cn 2. Division 1 — General Requirements 3. Technical Specifications 1.2 PRICE AND PAYYIENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Definitions 1. Baseline Schedule - Initial schedule submitted before work begins that will serve as the baseline for measuring progress and departures from the schedule. D 2. Progress Schedule - Monthly submittal of a progress schedule documenting Z5 Cp progress on the project and any changes anticipated. 3. Schedule Narrative - Concise narrative of the schedule including schedule changes, expected delays, key schedule issues, critical path items, etc B. Reference Standards 1. City of Fort Worth Schedule Guidance Document A. Baseline Schedule 1. General a. Prepare a cost -loaded baseline Schedule b. Review the draft cost -loaded baseline Schedule with the City to demonstrate understanding of the work to be performed and known issues and constraints related to the schedule. B. Progress Schedule 1. Update the progress Schedule monthly 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. CITY OF FORT WORTH Walsh Ranch Pump Station Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02294 013216-2 CONSTRUCTION PROGRE&S SCHMULF P%7e 2 of 4 3. Change Orders a. Incorporate approved cliange orders, resulting in a change of contract time, in the baseline Schedule in accordance with City of Fort Worth Schedule Guidance Document. C. Responsibitity for, Schedule 6rupliance I . Whenever it becomes apparent from the current progress Schedule that delays to the critical path have resulted and the Contract completion date will not be met, or when so directed by the City, make some or all of the following actions at no additional cost to the City a. Submit a Recovery Plan to the City for approval revised baseline Schedule outlining: 1) A written statement of the steps intended to take to remove or arrest the delay to the critical path u.1 the approved schedule 2) Increase construction manpower in such quantities and craft- s as will substantially eliminate the backlog of work and return current Schedule to meet projected baseline completion dates , 3) 'Increase the number of working hours per shift shifts, per day, working days per week, the amount of com9truction equipment, or any c:ombin.afion of the foregoing,sufficiently to substantially eliminate the backlog of work. 4) Reschedule activities to achieve maximum practical, concurrency of accomplishment of activities, and comply with the revised schedule 2. If" no written statement of the steps intended to take is submitted when so requested by the City, the City may direct the Contractor to increase the level of effort in manpower (trades), equipment and work. schedule (overtime, weekend and holiday work, etc.) to be employed by the Contractor in order to remove or arrest the delay to the critical path in the approved schedule. a., No additional cost for such work will be considered. D. The Coi,,itract completion time will be adjusted only for causes specified in this Contract, a. Ike que.stsfor an extension o.f any Contract completion date must be supplemented with the following: 1) Furnish justification and supporting evidence as the City may deem necessary to determine whether the requested extension of time is entitled imder the provisions of this Contract. a) Ihe City Ydll, after receipt of such justification and supporting evidence, make findings of fact and will advise the Coritractor, in writing thereof. 2) If the City finds that the requested extension of time is entitled, the Cit)?' ditermination as to the total rumiber of days allowed for the e�tensions shall be based upon the approved total baseline schedule and on all data relevant to the extcrLiion., a) Such data shall be included in the next updating of the Progress schedule. 'b) Actual delays in activides which, according to the Baseline schedule, do not affect any Contract. completion date shown by the critical path in the network will not be the basis for a change therein. MY OF, FORT WORTH Walsh Ranch Pwnp Station Prqject STANDARD CONSTRUCTION SPECIFICATION DOCINFITI'S Projed No. 02294 0132 16-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 4 2. Submit each request for change in Contract completion date to the City within 30 days after the beginning of the delay for which a time extension is requested but before the date of final payment under this Contract. a. No time extension will be granted for requests which are not submitted within the foregoing time limit. b. From time to time, it may be necessary for the Contract schedule or completion time to be adjusted by the City to reflect the effects of job conditions, weather, technical difficulties, strikes, unavoidable delays on the part of the City or its representatives, and other unforeseeable conditions which may indicate schedule adjustments or completion time extensions. 1) Under such conditions, the City will direct the Contractor to reschedule the work or Contract completion time to reflect the changed conditions and the Contractor shall revise his schedule accordingly. a) No additional compensation will be made to the Contractor for such schedule changes except for unavoidable overall contract time extensions beyond the actual completion of unaffected work, in which case the Contractor shall take all possible action to minimize any time extension and any additional cost to the City. b) Available float time in the Baseline schedule may be used by the City as well as by the Contractor. 3. Float or slack time is defined as the amount of time between the earliest start date and the latest start date or between the earliest finish date and the latest finish date of a chain of activities on the Baseline Schedule. a. Float or slack time is not for the exclusive use or benefit of either the Contractor or the City. b. Proceed with work according to early start dates, and the City shall have the right to reserve and apportion float time according to the needs of the project. c. Acknowledge and agree that actual delays, affecting paths of activities Z-1) ZD containing float time, will not have any effect upon contract completion times, providing that the actual delay does not exceed the float time associated with those activities. E. Coordinating Schedule with Other Contract Schedules I . Where work is to be performed under this Contract concurrently with or contingent upon work performed on the same facilities or area under other contracts, the Baseline Schedule shall be coordinated with the schedules of the other contracts. a. Obtain the schedules of the other appropriate contracts from the City for the preparation and updating of Baseline schedule and make the required changes in his schedule when indicated by changes in corresponding schedules. 2. In case of interference between the operations of different contractors, the City will determine the work priority of each contractor and the sequence of work necessary to expedite the completion of the entire Project. a. In such cases, the decision of the City shall be accepted as final. b. The temporary delay of any work due to such circumstances shall not be considered as justification for claims for additional compensation. 1. Submit Schedule in pdf format CITY OF FORT WORTH Walsh Ranch Pump Station Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02294 013216-4 CONSIRUMON PR(X3RESS SCHEDULE Pagor 4 of 4 2. Submit draft baseline Schedule to City prior to the pre-conistruction meeting and bring in hard copy to the meeting for review and discussion. MEMEMMMMUM 1. Submit progress Schedule in pdf fortnat 2. Submit progress Schedule monthly no later than the last day of the month,. C. Schedule Narrative L Submit the schedule narrative in pdf format 2. Submit schedule narrative monthly no later than the last day of the month. D. Submittal Process 1. The City administers and manages schedules through Buzzsaw, 2. Once the prqject has been completed and Final Acceptance has been issued by the City, no further progress schedules are required. A. 17he person preparing and revising the construction Progress Schedule shall be experienced in the preparation of schedules of similar complexity. B. Schedule and supporting documents addressed in this Spec ification shall be prepared,, updated and revised to accurately reflect the performance of the construction. C. Contractor is responsible for the quality of all submittals in this section meeting the standard of care for the construction. industry for similar projects. END OF SECTION MY OF FORT WORT11 WWsh Ranch Pump Station Project STANDARD CONSFRUCTION SPECIFICATION DOCUMENTS Project No. 02294 0133 00 - I SUBMITTALS Pa.-e I of 7 B�Auu_ -M., I . General methods and requirements of submissions applicable to the following Work -related submittals: a. Shop Drawings b. Product Data c. Samples d. Mock Ups B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract C, 2. Division I — General Requirements [RM A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1. Notify the City in writing, at the time of submittal, of any deviations in the C, submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. CITY OF FORT WORTH Walsh Ranch Pump Station Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02294 013300-2 SUBMITTALS Page 2 of 7 B. Submittal Numbering 1. When submitting shop drawings or samples, utiUe a 9-characteT submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 0 1-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a lefter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, 13=3rd submission, C=4th subinission, et.c.). A typical submittal number would be as follows: 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eiglith initial submittal. under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification I. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents I Provide each shop drawing, sample and product data, submitted by the Contractor with a Certification Statement affixed including: a. The Contractors Company name b. Signature of submittal, reviewer c. Certification. Statement 1) "By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and shnilar data and I have checked and coordinated each item with other applicable approved shqp, drawings." D. Submittal Format .1. Fold shop drawings larger than 8 Y2 inches x I I inches to 8 Y., inches x I linches. 2. Bind shop drawings and product data, sheets togetlier. 3. Order a. Cover Sheet 1) Description of Packet, 2) Contractor Certification b. List of items / Table of Contents c. "Product; Data /Sbop Drawings/Samples X'alculations E. Submittal Content I . The'date of submission and the dates of any previous submissions 2. The Project title and number 3. Contractor identification, 4. The names of. a. Contractor MY OF'FORT WORTH Walsh Ranch Pump Station Projed STANDARD CONSTI=TION SPECIFICKrION DOCUMENTS Pro.JectNo. 02294 013300-3 SUBMITTALS Page 3 of 7 b. Supplier �,. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as AST M or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings - M41 a. Custom -prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing, instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing -in diagrams and templates 5) Catalog cuts tv 6) Product photographs 7) Standard wiring diagrams 8) Printed performance curves and operational -range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports CITY OF FORT WORTH Walsh Ranch Pump Station Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02294 013300-4 SIMMUTALS Page 4 of 7 11) Product operating and maintenance instructions and recommended spare. -parts listing and printed product warranties 12) As applicable to the Work H. Samples L As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: I ) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete its of repetitively used products color/texture/pattern swatches and range sets I effect 4) Specimens :four coordination of visua 5) Graphic symbols and units of Work to be used by the City for independent inspection and teqmg, as applicable to the Work L Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on -site construction accomplished which does not carifimn to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conforraity. I Complete project Work, materials, fabrication, and installations in cafiformance with approved shop drawings,applIcable samples, and product data. J. Submittal Distribution Electronic Distribution a. Confirm development of Prqject directory, for electronic submittals to be uploaded to City's Bu72.saw site, or another external FTP site approved by the City, b. Shop Drawings 1) Upload subininal to designated. project directory and notify appropriate Ci.ty representatives via email of submittal poshing. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than I hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated'project directory and notify appropriate City representatives via email of submittal. posting. 2) 'Flard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution. (if required in lieu of electronic distribution) a. Shop Drawings 1) Distributed to the City 2) Copies a,) 8 Copires for mechanical submittals b) 7 copies for all other submittals CUT OFFORT WORTH Mdsh Ranch .I-proSwim Plroject STANDARD CONSTRUMON SPECIFICATION DOC2NME19TS Project Nm (Y.7294 0133 00-5 SUBMITTALS Page 5 of 7 c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relievinc, the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the C� Work with all other associated work and trades, for selecting fabrication processes, C� for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a C departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under I of the following codes: a. Code I 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 CITY OF FORT WORTH Walsh Ranch Pump Station Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02294 0133 00 - 6 SIMMITTALS ARM% Page 6 of 7 1) "EXCEPTION'S NOTED/F.ESUB MIT". This combination of codes is assigned when notations and comments are extensive enough to reqyire a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and cormnents must be incorporated into the final product. b) This resubmittall is to ad(Iress all comments, omissions and non -conforming items that were noted. c) esubmittal is to be received by the City within 15 calendar, days of the date of the City's transmittal requiring the resublilittal. d. Code 4 1) "NOT APPROVED" is assigned when the submitLal does not meet the intent of the Contract Docunients. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different mairufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with -revision triangle orother simijarmetbod a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City, and at the Contractor's expense, based on the City's or City Representative" s then prevailing rates. 2) Provide Contractor reimbursement to the Citywithin 30 Calendar Days for, all such fees invoiced by the City. c. The need for more than I resurbmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract 'Time. 7. Partial Submittals a. City reserves the right to not review submitWs deemed partial, at the City's discretion. b. Submittals deemed by the Ci.ty, to be not complete will be returned to the Contractor', and will be considered Not, Approved" until resubtrutted. c. The City C may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers auiy correction indicated on the shop drawings to constitute a cbange to the Contract Documents, then written notice must be provided thereof to the City at least 7 Working Days prior to release for manufacture. 9. Wben the shop drawings have been completed to the satisfaction of the City the Contractor may carry out the constr,uction, in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be rettimed within 30 ca.lendar days following receipt of submittal by the City. Mock ups CrrY OF FORTWOM11 Walsh Ranch Pump Station Project STANDARD CONSTRUCTION SPECIFICATIONTOCUWzNTS Pn)Ject No. 022,94 013300-7 SUBMITTALS Pale 7 of 7 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. fflummffi� L If specifically required in other Sections of these Specifications, submit Certification for each item required. N. Request for Information (RTI) fi. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawincs and Z� Specifications 1) Identify the conflict and request clarification 3. Numbering of RF1 a. Prefix with "RFF' followed by series number, "-xxx", beginning with "0 1" and ZD increasing sequentially with each additional transmittal. 4. Sufficient information shall be attached to permit a written response without further information. 5. The City will log each request and will review the request. 00011, a. If review of the project information request indicates that a change to the Contract Documents is required, the City will issue a Field Order or Change Order, as appropriate. FX5 01 U43 2 61 A 1 F�# I CITY OF FORT WORTH Walsh Ranch Pump Station Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02294 014523-1 TESTING ANDINSPECTION SERVICES Page I of I SECTION 0145 23 TESTING AND INSPECTION SERVICES "Flma�-1�114 B. Related Specification Sections include, but are not necessarily limited to: 1. Division I — General Requirements I. M'ork associated with t is Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control and Quality Assurance testing on this project. A. Testing 2. Coordination a. When testing is required or needed, notify City Inspector, sufficiently in advance. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) I copy for all submittals submitted to the Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete, bedding, or flex base material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. END OF SECTION CITY OF FORT WORTH Walsh Ranch Pump Station Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02294 01 5000-1 TEMPORARY FACILITIES AND CONTROLS Page I of 2 SECTION 0150 00 TEMPORARY FACHATIES AU10) C*VTV,*f Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Related Specification Sections include, but are not necessarily limited to.- 1, Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I — General Requirements 3. Technical Specifications 19 LIMA Org IM R-70 ONVI I I W I I 4MA I 10 Or-WHOMM-14 8 IM) A I I I &M I V I I I I'll 11,111 1 :�' h I li1I 107-.1111-01111 A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. ZD 2. Water a. Contractor to coordinate with City regarding water needs. City to provide Contractor with water for construction at no cost to the Contractor. 3. Electricity and Lighting ZD 0 a. Contractor shall be responsible for providing for additional power needs beyond what is available at the site. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performine, work or furnishing services at Site. 'D 0 CITY OF FORT WORTH Walsh Ranch Pump Station Projct STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Proiect No. 02294 015000-2 •FEMPORARY FACUrIES AND CONIROLS AM% Page 2 of 2 Temporary Heat and Ventilation a. Provide temporary heat as necessaryfor protection or completion of Work, b. Provide temporary heat and ventilation to assure safe mrorking conditions. B. Sanitary Facilities .1. Provide and maiDtain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of heats. I Enforce use of san.itaryfacilities by construction personnel at job site. a. Enclose and anchor sarfitijy &cifities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off -site at no less than weekly intervals and properly dispose in accordance with, applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout P rcject. 4. Remove facilities at completion of.Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertigK weath. erproofstorage facilities with floor above ground level for materials and equipment susceptible to weather darnage. 2. Storage of materials not susceptible to weather damage may be on. blocks off ground. 3. Store materials in a neat and orderly, manner.. a. Place materials and equipm cirt to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical, service .for equipment space heaters and hearing or ventilation as necessary to provide storage environments acceptable to specified inanufacturers. 5. Fill and grade site for rrempormystructures to provide drainage away from 711 temporary and existing buildings. 6. Remove building from site prior to Final Acceptance,, D. 'Temporary, Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control 1. Contractor is responsible for maintaining dust control. throe-13 the duration of the project. a. Contractor relfilarins on -call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsiblefor protecting Work from damage due to weather. END OF SECTION CITY OF FORT WORTH Walsh Ranch Pump Station qjct STANDARD CONSTR SPECIFIC-NFION DOCUMI Rffs Prqject No. 02294 01 6600-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page I of 2 SECTION 0166 00 PRODUCT STe",.I. 1: . "I I I UKZUL,�, A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract C, 2. Division I — General Requirements 3. Technical Specifications No separate payment will be allowed for this Item. 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 0 ZD 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation. location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements C, 1. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. CITY OF FORT WORTH Walsh Ranch Pump Station Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02294 016600-2 PROD (K.71' STORAGE AND HANDUNG 1EQUMEWNTS Page 2 of 2 a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service compaAy installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjohiing owners, tenwits and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as showm on Drawinp or appz ved by City's Project Representative. S. Provide ofl.'-site storage and protection when on -site storage is not adequate. a. Provide addresses of and access to off -site storage locations for inspection by City's Project Representative. 6. Do not use lawns, grass plots or other private property for storage pttrposes without written permission of owner or other person in possession, or control of premises. 7Store in manufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and dainage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvenients to satisfaction of City's Project Representative,, a. Total length which materials may. be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Representative. PART 2 - EXEC UTION 2.1 FIELD toRl SITE QUALIT"Y CONTROL A. Tests and Inspections 1. Inspect all products or equipmentdclivered -to -the site prior to unloading. B. Non-Conforming'Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactonf for use on the project. 2.2 PROTECTION A. protect all products or equipment in accordance with manu f4cturer's written directions. B. Store products or eqvipmentin location to avoid physical damage to items while in tonage® C. te Proct equipment from exposure to elements and keep thoroughly dry if required lay the manufacturer, END OF SECTION C177Y OF FORT WORIII Walsb Randi Pump Station Prqject STANDARD CONS'TR RUC-110N SPECIFICAnON DOCUMENT'S Project No. 02294 017423 -1 CLEANING ii Pa2e 1 of 3 SECTION 0174 23 CLEANING A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract C) 2. Division I — General Requirements 3. Technical Specifications A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. A. Scheduling C) 1. Schedule cleaning operations so that dust and other contaminants disturbed by 1� cleaning process will not fall on newly painted surfaces. 0 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. A. Storage and Handling Requirements 1. Store clean0 ing products and cleaning wastes in containers specifically designed for C� those materials. A. Cleaning o- Agents 0 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer CITY OF FORT WORTH Walsh Ranch Pump Station Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02294 01,7423-2 CLEANING Page 2 of 3 rglffx��� 3.1 CLEANING 1. Prevent accumulation of wastes that create ha7ardous conditions, 2. Conduct cleaning and disposal operations to comply with laws and safety order's of governing authorities. 1 Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 1 1 storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5° Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies, 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with t1iis project. 8. Remove all signs of ternpordxy construction and activities incidental to construction of required pennanent Work. 9, If project is not cleaned to the satisfliction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. M. Do not burn on -site. B. Intei!,mediiteClemiixigduiingConstruction I . Keep Work are clean so as not to hinder health, safety or convenience of pers(,)nriel in existirig facility operations. 2. At maximuin weekly intenmls, dispose of wast�e materials, debris and nibbish. 3. Confine construction debris daily in strategically located coritaincr(S): a. Cover to prevent blowing by wind b. Store debris away from constniction or operational activities c, Haul from site at a nainimum of once per week 4. Vacua clean interior areas when ready to receivefinish painfing, a. Continue vacuum cleardag on an &9-needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or ur.tsecured items, which may become airborne or trwiiported by flo'"drig water during thestorm. C. Interior Final Cleaning 1. Remove grease, mastic, adhesives, dust dirt, stains, fmgerprints, labels grad other foreign materials from sight -exposed surfaces. 2. Wipe all lig ,liting fmture reflectors, lenses, laMps and trims clean. 3. Wash and shine glazing and mirrors. 4. Polish glossy surfaces to a clear shine. 5 Ventilating systems a. Clean permanent filters and replace disposable filters if units were operated during construction. b. Clean ducts, blower's and coils if units were operated without filters during construction, 6. Replace all bumed out la:,mp&, ('11TY OF FM WORTI f Walsh Ranch Pump Station hajea STANDARD CONSTRUCTION SPECIFICATION DOCUMM"s Project No. 02294 W 01 7423-3 CLEANING Page 3 of 3 7. Broom clean process area floors. 8. Mop office and control room floors. D. Exterior (Site or Right of Way) Final Cleaning ZD 1. Remove trash and debris containers from site. a. Re -seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean sips, fights, signals, etc. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Walsh Ranch Pump Station Project Project No. 02294 SECTION 017719 �01' M 017719-1 CLOSEOUT REQUIREMENTS Page I of 2 A. Section Includes: 1. The procedure for closing out a contract B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 —Biddinort:;, Requirements, Contract Forms and Conditions of the Contract 2. Division I — General Requirements 3. Technical Specifications A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. R�f , A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 01 78 39 2. Operation and Maintenance Data B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 7423. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. CITY OF FORT WORTH Walsh Ranch Pump Station Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02294 0171119-2 CLOsEou'r REQCiREhT- mi-S Page 2 of 2 b. Upon completion of this inspection, the City will notify' the Contractor, in writing within, 10 business days, of any pwliculars in which this inspection. reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undeitik-e the Work required to remedy deficiencies and complete the Work to the satisfaction of the city. 3. Upon completion of Work associated with the items listed in the City's written notice, info rrn the City, that the required Work has been. completed. Upon. receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the prqject. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwbeels h. Other expendable items as required for initial. start-up and operation of all equipment D. Notice of Project Completion L Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a'Notice of Project Completion (Green. Sheet). E. Supporting Documentation I . Coordinate with the City Pro-ject Representative to complete the following additional forrns: a. Final payment Request b° Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. PipeRepart (if requiredr) f. Contractor's Evaluation of City g. Performance Eva] uation of Contractor, F. Letter of Final Acceptance I. Upon review and acceptance of Niice' of'Pro.ject Completion. and Suppoxting Documentation,, in accordance with General Conditions, City will issue Letter of Final, Acceptance and release the Final Payment Request for payment. CITY OF FORT WORTH Walsh Ranch Pump Station Project STANDARD CONSMU TCTION SPECIFICATION DOCUNMN'rs Prx1jcctNm 02294 01 7839- 1 PROJECT RECORD DOCUMENTS Pa2e I of 3 SECTION 0178 39 W1 MA -a 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract C� 2. Division I — General Requirements 1. Work associated with this Item is considered subsidiary to the various Items bid - No separate payment will be allowed for this Item. A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City's Project Representative. I . Thoroughly coordinate changes within the Record Documents, making adequate 0 and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtain-d from the approved Project Record Documents. 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the chancye has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and 0 visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 0 CITY OF FORT WORTH Walsh Ranch Pump Station Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02294 017839-2 PROfECTRECORD DOCI WEN"I'S Page 2 of 3 L Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project, Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the ContractDocuments. L Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor., I complete set of all Documents comprising the Contract, B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1. complete set of all Final Record Drawings in the Contract,. PART 3 - EXECUTION 3.1 MAINTENA:NCE DOCUM'ENTS A. Maintenance of Job Set L immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". I Preservation a. Considering the Contract completion firne, the probable number of occmions upon Which the fob set must be taken out for new entries and for examination, and the conditions under which these activities willbe perfornaed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry, of new data and for review 'by the City, until start of transfier of data to final Project Record Documents. c. Mahitain theJob set at the site of -work. 3. Coordination with Cons tru ' ation Survey a. At aminimum, inaccordance with the intervals set forth in Section 017123, clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record cord any deviations from Contract, DOCUMents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required, c. Date all entries. d. Call attention to the entry by a "cloud" drawn wound the area or are affected. e. In the, event of overlapping changes, use diffierent colors for the overlapping changes. 5. Conversi(,,)n of schernatic layouts, N Cr.rY OF FORT WORM Walsh Ranch Pump Station Project STANDARD MNSTRUCTION SPECIfICATION MC.IJIVENTS Prqjecflqo. 02294 W 01 7839-3 PROJECT RECORD DOCUMENTS Pale 3 of 3 a. In some cases on the Drawings arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within I inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceilinc, plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. c. Call attention to each entry by drawing a "cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the chancre data to the new copy to the approval of the City. CITY OF FORT WORTH Walsh Ranch Pump Station Project STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS Project No. 02294 03 3000- 1 CAST -IN -PLACE CONCRETE Page I of 22 SECTION 03 30 00 A. Section Includes: 1. Cast -in place concrete, including formwork, reinforcement, concrete materials, mixture design, placement procedures and finishes, for the following: a. Slabs -on -grade, driveways, and sidewalks b. Suspended slabs c. Blocking d. Cast -in -place manholes e. Concrete vaults for meters and valves f Concrete encasement of utility lines B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I — General Requirements 1.2 PRICE AND PAYMIENT PROCEDURES A. Cast -in -Place Concrete 1. Measurement and Payment a. This Item is considered subsidiary to the unit price bid for Reinforced Concrete Driveway/Sidewalk and the lump sum price for Pump Station Foundation and Pre -Cast Building. R910F,q—*JX7 tTj1ffW A. Definitions 1. Cementitious Materials a. Portland cement alone or in combination with I or more of the following: 1) Blended hydraulic cement 2) Fly ash 3) Other pozzolans 4) Ground granulated blast-fumace slag 5) Silica fume b. Subject to compliance with the requirements of this specification B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this C)C) Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation (AASHTO): a. M182, Burlap Cloth Made from Jute orKenaf. 3. American Concrete Institute (ACl): FORT WORTH WATER DEPARTMENT Walsh Ranch Pump Station Project TECHNICAL SPECIFICATIONS 03-30-00 Project No. 02294 033000-2 C�LST-IN-PLACE- CONCRETE a. ACT 117 Specification for To] erkmces for Concrete Con struction and Materials b. ACT 301 Specifications for Structural Concrete. c. ACT 305.1 Specification for Hot Weather Concreting d. ACT 306.1 Standard Specification. for Cold Weadier Concreting e., ACT 308.1 Standard Specification for Curing Concrete f ACT 318 Building Code Requirements for Structural, Concrete g. ACT 347 Guide to Formwork for Concrete 4. American Institute of Steel Construction (AISQ: a. 303, Code of Standard Practice for Steel Buildings and Bridges. 5. AS"..... International (AST )-. a. A36, Standard Specification for Carbon Structural, Steel. b. A 153, Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware, c. A] 93, Standard Specification. for Alloy -Steel and Stainless Steel Bolting Materials for iiigh-'remperature Service and Other Special Purpose Applications. d. A615, Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement. e. A706, Standard Specificatiori for Low, -Alloy Steel Deformed and Plain Bars for Concrete Reinforcement., f C3 1, Standard Practice for Maldng and Curing Concrete Test Specimens in the Field. g. C33, Standard Specification for Concrete Aggregates. h. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. i. C42, Standard Test Method f-or Obtaining and Testing Drilled Cores and Sawed Beams of Concrete. j. C94, Standard Specification for Ready -Mixed Concrete, k. C 109, Standard Test Method for Compressive Strength ot"llydraufic Cem. ent Mortars (Using 2-inch or f 50-milimeter] Cube Specimens) 1. C143, Standard Test Method for Slump of Hydraulic -Cement Concrete. m. C 1. 7 1, Standard Specification for Sheet Materials for Curing Concrete. n. C 150, Standard Specification for Portland Cement. o. C 172, Standard Practice for Sampling Freshly Mixed Concrete. p. C2 19, Standard Terminology Relating to Hydraulic Cement. q. C231, Standard Test Mefliod for Air Content of Freshly Mixed Concrete by the Pressure Method. r. (260, Standard Specification for Air-Entrainnig Admixtures :for Concrete, s. C309, Standard Specification for Liquid Men'ibrane-Fonning Compounds for Curing Concrete. t. C494., Standard Specification -for Chemical AdMixLures for Concrete. u. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. v. C881, Standard Specification for Epoxy -Resin -Base Bonding Systems for Concrete. w., C989, Standard Specificationfor Ground Granulated Blast-Funnace Slag for Use in Concrete and Mortars. FORTWORTH WATER DEPARTIMENT Walsh Ranch Pump Stafion h-oject TECHNICAL SPEC"IFICATIONS 03-30-00 Project No, 02294 033000 -3 CAST -IN -PLACE CONCRETE Page 3 of 22 x. C1017, Standard Specification for Chemical Admixtures for Use in Producing Flowing Concrete. y. C 1059, Standard Specification for Latex Agents for Bonding Fresh to Hardened Concrete. z. C 1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic - Cement Concrete. aa. C 1240, Standard Specification for Silica Fume Used in Cementitious Mixtures. bb. E1155, Standard Test Method for Determining FF Floor Flatness and FL Floor Levelness Numbers. cc. F436, Standard Specification for Hardened Steel Washers. 6. American Welding Society (AWS). a. D1.1, Structural Welding Code -Steel. t.1:1 b. DIA, Structural Welding Code - Reinforcing Steel. 7. Concrete Reinforcing Steel Institute (CRSI) a. Manual of Standard Practice 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Included 1. Design, fabrication, erection and stripping of formwork for cast -in -place concrete including g shoring, reshoring, falsework, bracing, proprietary forming systems, tn prefabricated forms, void forms, permanent metal forms, bulkheads, keys, blockouts, sleeves, pockets and accessories. a. Erection shall include installation in formwork of items furnished by other trades. 2. Furnish all labor and materials required to fabricate, deliver and install reinforcement and embedded metal assemblies for cast -in -place concrete, including steel bars, welded steel wire fabric, ties, supports and sleeves. 3. Furnish all labor and materials required to perform the following: a. Cast -in -place concrete b. Concrete mix designs c. Grouting 1.5 SUBMITTALS B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. A DMEENEL11=1 1. For each concrete mixture submit proposed mix designs in accordance with ACI 318, chapter 5. 2. Submit each proposed mix design with a record of past performance. FORT WORTH WATER DEPARTMENT Walsh Ranch Pump Station Project TECHNICAL SPECIFICATIONS 03-30-00 Project No. 02294 033000-4 CAS r-Tq-PLACE, CONCRETE Page 4 of 22 3. Submit alternate design mixtures when characteristics of materials, Project condi- tions, weather, test results or other circumstances warrant. adjustments. 4. Indicate an-iounts of mixing water to be withheld for later addition at Project site. a. Include this quantity on delivery ticket. C. Steel Reinforcement Submittals for Information L Mill test certificates of supplied concrete reffiforcing, indicating physical and chem- ical analysis. F�Jwsvay��g A. Manufacturer Qualifications 1. A firm e�perienced in manufacturing ready -mixed, concrete products and that com- plies with A,.S'FM C94 requirements for production facilities and equipment 2. Manufacturer certified according to NRMCA's "Certification of Ready Mixed Concrete Production Facilities" B. Source Limitations I . Obtain each type or class of cernentitious material of the same brand from the same manufacturer's plant, obtain aggregate from 1. source and obtain ad: mixtires trough .1 source from a single inanufacturer. C. ACI Publications L Comply with the following unless modified by requirenien'ts in the Contract Docu- ments: a. ACI 30.1 Sections I tJJJ()JJrgli 5 b. ACI .117 D. 'Concrete Testing Senice 1. Contractor to engage a qualified independent testing agency to perform material evaluation tests. 1.8 DELI'VERY, STORAGE, AND HANDLING A. Steel Reinforcement 1. Deliver, store, and handle steel reinf7orcenientto prevent bending and damage. 2. Avoid darnaging coatings on steel reinforcement. B. Waterstops 1. Store waterstops under cover to protect from. inolistuxe, sunlight, dirt, oil and other containihants,, ®1 PRODUr CT TYPES AND MATERIALS A. Manufacturers 1. In other Rut 2 afticles where titles below introduce fists-, the following requirements apply to Product selection: FORT WORTH WATER DEPARIMEN'T" Walsh Ranch Pump Station Project TECHNICAL SPECIFICATIONS 03-30-00 Projecl No, 02294 033000-5 CAST -IN -PLACE CONCRETE Pa.-e 5 of 22 a. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, products specified. b. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. MI8MMMMzIIqz= 1. Rough -Formed Finished Concrete a. Plywood, lumber, metal or another approved material b. Provide lumber dressed on at least 2 edges and I side for tight fit. Chamfer Strips a, Wood, metal, PVC or rubber strips b. 1/4-inch x3/4-inch, minimum Rustication Strips a. Wood, metal, PVC or rubber strips b. Kerfed for ease of form removal 4. Form -Release Agent a. Commercially formulated form -release agent that will not bond with, stain or adversely affect concrete surfaces b. Shall not impair subsequent treatments of concrete surfaces c. For steel form -facing materials, formulate with rust inhibitor. 5. Form Ties a. Factory -fabricated, removable or snap -off metal or glass -fiber -reinforced plastic form ties designed to resist lateral pressure of fresh concrete on forms and to prevent spallingzn of concrete on removal. b. Furnish units that will leave no corrodible metal closer than I inch to the plane of exposed concrete surface. c. Furnish ties that, when removed, will leave holes no larger than I inch in diameter in concrete surface. d. Furnish ties with integral water -barrier plates to walls indicated to receive dampproofing or waterproofing C�I C. Steel Reinforcement I. Reinforcing Bars a. ASTM A615, Grade 60, deformed 1. Smooth Dowel Bars a. ASTM A615, Grade 60, steel bars (smooth) b. Cut bars true to length with ends square and free of burrs. 2. Bar Supports a. Bolsters, chairs, spacers and other devices for spacing, supporting and fastening zn C reinforcing bars and welded wire reinforcement in place C� b. Manufacture bar supports from steel wire, plastic or precast concrete according zn to CRSI's "Manual of Standard Practice," of greater compressive strength than concrete and as follows: FORT WORTH WATER DEPARTMENT Walsh Ranch PLIMP Station Project TECHNICAL SPECIFICATIONS 03-30-00 Project No. 02294 033000-6 CAST-N.-PLACE C01.qCRE11' WEEM 1.) For concrete surfaces exposed to view -where legs of wire bar supports contact forms, use CRSI Class I plastic -protected steel wire or CRSI Class 2 stainless -steel bar supports. 2) For slabs -on -grade, provide sand plates, horizontal runners or precast concrete blocks on bottom where base material will not support chair legs or where vapor barrier has been specified. 1® Steel Shapes and Plates: ASTMA36 2. Headed Studs: Heads welded by full-fiision process, as lun.iished by TRW Nelson Stud Welding Division or approved equal F. Expansion Anchors 1. Available Products a. Wqj it Bolt Wej-it Corporation, Tulsa, Oklahoma b. Irwilc Bolt H, Hilti Fastening Systems, Tulsa, Oklahoma, c. 'rrubolt, Ramset Fastening Systems, Paris, Kentucky G. Adhesive Anctiors and.Dowels 1. Adhesive anchors shall consist of threaded rods anchored with an adhesive system into hardened concrete, or grout -filled mmairry. a. The adhesive system shall use a 2-component adhesive mix and shall be injected with a static Tnixing no following mainifacturer's ins ructions. b. The embedment depth of the rod shall provide a minimimi allowable bond strength that is equal. to the allowable yield capacity of the rod, unless otherwise specified. 2. Available Products a.. HiltiHITHY150Max b. Simpson Acryiic-"rie c,. Powers Fasteners AC 100+ Gold 3. TI.ireadedRods: ASTMA193 a. Nuts: ASTMA563 hex carbon steel b. Washers: ASTMF436 hardened carbon steel c. FinistrHot-dip zinc coating, ASTMA153, Class C 1. Provide metal inserts reqtdred for anchorage of materials or equipment to cancrete construction -where not supplied by other trades: a, in vertical concrete surfaces for transfer of diyect she loads offly, provide adjustable wedge inserts of malleable cast iron complete witI bolts, nuts and washers. 1) Provide %-inch bolt size, unless otherwise indicated. b. In horizontal concrete surfaces and -,A),henever inserts are subject to tension forces, provide threadedinserts of malleable cast iron ftumished with fall depth bolts. 1) Provide'/4-inch bolt size, unless otherwise indicated. 1° C"oncrete Materials 1. Ceinentitious Material FORT WORTH WATIER DEPARTMEN'F Walsh Ranch Pump Station Project 'T"ECT-7.1'41CAL SPECIFICA710114S 03-30­00 Proied No. 02294 033000-7 CAST -IN -PLACE CONCRETE Page 7 of 22 a. Use the following cementitious materials, of the same type, brand, and source, throughout Project: 1) Portland Cement a) ASTM C150, Type I/11, gray b) Supplement with the following: (1) Fly Ash (a) ASTM C618, Class C or F (2) Ground Granulated Blast -Furnace Slao, (a) ASTM C989, Grade 100 or 120. 2) Silica Fume a) ASTM C1240, amorphous silica 3) No al -Weight Aggregates a) ASTM C33, Class 3S coarse aggregate or better, graded b) Provide aggregates from a single source. 4) Maximum Coarse -Aggregate Size a) %-inch nominal 5) Fine Aggregate a) Free of materials with deleterious reactivity to alkali in cement 6) Water a) ASTM C94 and potable J. Admixtures 1. Air-Entraininc, Admixture 0 a. ASTM C260 2. Chemical Admixtures a. Provide admixtures certified by manufacturer to be compatible with other ad- mixtures and that will not contribute water-soluble chloride ions exceedinc, those permitted in hardened concrete. b. Do not use calcium chloride or admixtures containinc, calcium chloride. c. Water -Reducing Admixture 1) ASTM C494, Type A d. Retarding Admixture 1) ASTM C494, Type B e. Water-Reducinc, and Retarding Admixture 1) ASTM C494, Type D f. High -Range, Water -Reducing Admixture 1) ASTM C494, Type F g. High -Range, Water -Reducing and Retarding Admixture 1) ASTM C494, Type G h. Plasticizing and Retarding Admixture 1) ASTM C1017, Type 11 K. Waterstops 1. Self -Expanding Butyl Strip Waterstops a, Manufactured rectangular or trapezoidal strip, butyl rubber with sodium bentonite or other hydrophilic polymers, for adhesive bonding to concrete, 1/4- inch x 1 -inch. b. Available Products 1) Colloid Environmental Technologies Company; Volclay Waterstop-RX C, FORT WORTH WATER DEPARTMENT Walsh Ranch Pump Station Project TECHNICAL SPECIFICATIONS 03-30-00 Project No. 02294 033000-8 Z CASTAN-PLACII., CONCREETE REHM 2) Concrete Sealants Inc.; Conseal CS-231 3) Greenstreak; Swellstop 4) Henry Company, Sealants Division; Flydro-Flex 5) JP Specialties, Inc.; Earthshield Type 20 6) Progress Unlinuted, Inc.; Superstop 7) T CMiraDRI; Mirastop L. Curing Materials 1. Absorptive Cover a. AASHTO M1 82, Class 2, buirlap cloth made from jute or kenaf, weighing approximately 9 ounces/square d when dry yu 2. Moisture-Retairling Cover a. ASTM C171, polyethylene film or white burlap -polyethylene sheet 3. Water a. Potable 4, Clear, Waterborne, Meirtbrane-Fonning Curing Compound a. ASTM C309, T'ype 1, Class.B, dissipatfiig b. Available Products 1) Anti -Hydro International, Inc.; AH Curin, g Compound #2 DR WB 2) Burke by Edoco; Aqua Resin Cure 3) ChemMasters. Safe -Cure Clear 4) Conspec Marketing & Manufacturing Co., Inc.,, a Dayton Superior Company; W.B. Resin Cure 5) Dayton, Superior Corporation; Day Chem Rez Cure (.1 11-W) 6) Euclid Chemical Company (The); Kurez DR VOX 7) Kaufman products, Inc.; Thinfilm 420 8) Lambert. Corporafion; Aqua Kure -Clear 9) L&M Consixuction Chemicals, Inc.; L&M Cure R 10) Meadows, W. R., Inc.; 11.00 Clear 11) Nox-Crete Products Group, Kinsman Corporation; Resin Cure E 12) Symons Corporation, a Dayton Superior Company; Resi-Chern Clear Cure, 13) Tamnis Industries, Inc.; Homcure WB 30 14) Unitex4 Hydro Cure 309 15) US Nfix Products Company; US Spec Max.cure Resin Clear 16) Vexcon. Chenricals, Inc.; Certi-'Vex Envioc are 100 M. Related Materials L Bonding Agent a. ASTMC1059, Type U, hon-redispersible, acrylic emulsion air styrene butadiene 2. Epb�).Xyr Bonding Adhesive a. ASTM C881, 2-compon.ent epoxy resin, capable oftum. id can and bonding to damp surfaces, of class suitable for application temperature and of gradre to suit requirements, and asfollows. 1) Types I and H, non -load bearing 2) IV and'V,, load bearing, for bonding 3) Hardened or freshly mixed concrete to hardened concrete 3. , Reglets FORT WORTH WATE,R DEPARTMENT Walsh Ranch Pump Station Project TEMPUCAL SPEOMATIONS 03-30-00 Project No, 02294 033000-9 CAST -IN -PLACE CONCRETE Page 9 of 22 a. Fabricate reglets of not less than 0.0217-inch thick, galvanized steel sheet b. Temporarily fill or cover face opening of reglet to prevent intrusion of concrete or debris. 4. Sleeves and Blockouts a. Formed with galvanized metal, galvanized pipe, polyvinyl chloride pipe, fiber tubes or wood 5. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages a. Sized as required b. Shall be of strength and character to maintain formwork in place while placing concrete N. Concrete Mixtures, General Prepare design mixtures for each type and strength of concrete, proportioned on the basis of laboratory trial mixture or field test data, or both, according to ACI 301. a. Required average strength above specified strength 1) Based on a record of past performance a) Determination of required average strength above specified strength shall be based on the standard deviation record of the results of at least 30 consecutive strength tests in accordance with ACI 318, Chapter 5.3 by the larger amount defined by formulas 5-1 and 5-2. 2) Based on laboratory trial mixtures a) Proportions shall be selected on the basis of laboratory trial batches prepared in accordance with ACI 318, Chapter 5.3.3.2 to produce an average strength greater than the specified strength fe by the amount defined in table 5.3.2.2. 3) Proportions of ingredients for concrete mixes shall be determined by an in- dependent testing laboratory or qualified concrete supplier. 4) For each proposed mixture, at least 3 compressive test cylinders shall be made and tested for strength at the specified age. a Additional cylinders may be made for testing for information at earlier ages. C� Cementitious Materials a. Limit percentage, by weight, of cementitious materials other than portland ce- ment in concrete as follows, unless specified otherwise: 1) Fly Ash: 25 percent 2) Combined Fly Ash and Pozzolan: 25 percent 3) Ground Granulated Blast-Fumace Slag: 50 percent 4) Combined Fly Ash or Pozzolan and Ground Granulated Blast-Fumace Slag: 50 percent 5) Portland cement minimum, with fly ash or pozzolan not exceeding 25 per- cent 6) Silica Fume: 10 percent 7) Combined Fly Ash, Pozzolans, and Silica Fume: 35 percent with fly ash or pozzolans not exceeding 25 percent and silica fume not exceeding 10 per- cent 8) Combined Fly Ash or Pozzolans, Ground Granulated Blast -Furnace Slag, and Silica Fume: 50 percent with fly ash or pozzolans not exceeding 25 percent and silica fume not exceeding 10 percent FORT WORTH WATER DEPARTMENT Walsh Ranch Pump Station Project TECHNICAL SPECIFICATIONS 03-30-00 Project No. 02294 033000-10 CAST -IN -PLACE CONCRETE Pace 10 of 22 3. Limit water-soluble, chloride -ion content in hardened concrete to: a. 0.30 percent by weight of cement if concrete will have no exposure to chlorides (typical.) b. 0. 15 percent by weight if concrete will be exposed to chlorides c. 1.0 percent by weight if concrete will have no exposure to chlorides and will be continually dry and protected. 4. Admixtures a. Use admixtures according to manufacturer's written, instructions. b. Do not use admixtures which have not been incorporated and tested in accepted mixes. c. Use water -reducing high. -range water -reducing or plasticizing admixture in concrete, as required, for placement and workability. d. Use water -reducing and retarding admixture when required by high temperatures, low humidity or other adverse placement conditions. e. Use water -reducing admixture in pumped concrete, concrete for heavy -use industrial slabs and parking structure slabs, concrete required to be watertight, and concrete with a water-cenientitious materials ratio below 0.50. f. Use corrosion -inhibiting admix -hire in concrete mixtures where indicated. 0. Concrete Mixtures 1. Proportion normal -weight concrete mixture as follows: a® Minimum Compressive Strength: 4,000 psi at 28 days b. Maximum Water-Ceimentitious.N4aterials Ratio: 0.42 c. Slump Limit: 3 - 5 inches,. When high rate water reducer is used, 6" max. d. Air Coment: 4 — 7% P. Fabricating Reinforcement 1. Fabricate steel rein.1orceirtent according to CRSI's "Manual of Standard Practice." Q. Fabrication of. mbedded Metal Assemblies L Fabricate metal assemblies in the shop. Holes shall be made by drilling or punching, Holes shall not be made by or enlarged by burning. Welding shall be in accordance with AWS DLI. I Metal assemblies exposed toearth, weather or moisture shall be hot dip galvanized., .All other metal assemblies shall be either hot dip galvanized or painted with an epoxy paint, Repair galvanizing after welding with a Cold Galvanizing compound insialled in accordance with the manufacturer's instructions. Repair painted assemblies after welding with same type of paint, R. Concrete Mixing 1. Ready -Mixed Concrete: Measure, battle, mix, and deliver concrete according to ASTM C94, and filmish batch ticket bif-.'onnatiorl. a. When air temperature is between. 85 and 90 degrees Falu.enheit, reduce mixing and delivery time from 1-1/2 hours to 75 j,,n in utes; when air temperature is above 90 degrees Fahrenheit, reduce mixing and delivery time to 60 minutes. FORTWORITI WATER DEPAR.TMENT Walsh Ranch Pump Station Project TECHNICAL SPECIFICATIONS 03-30-00 Project No. 02294 033000 - 11 CAST -IN -PLACE CONCRETE Page 11 of 22 � 0 I I Design, erect, shore, brace, and maintain formwork, according to ACI 301, to support vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until structure can support such loads. 2. Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117. a. Vertical alignment 1) Lines, surfaces and arises less than 100 feet in height - I inch. 2) Outside comer of exposed comer columns and control joints in concrete exposed to view less than 100 feet in height - 1/2 inch, 3) Lines, surfaces and arises greater than 100 feet in height - 1/1000 times the height but not more than 6 inches. 4) Outside comer of exposed comer columns and control joints in concrete exposed to view greater than 100 feet in height - 1/2 000 times the height but not more than 3 inches. b. Lateral alignment 1) Members -I inch. 2) Centerline of openings 12 inches or smaller and edge location of larger tl CD openings in slabs - 1/2 inch. 3) Sawcuts, joints, and weakened plane embedments in slabs - 3/4 inch. c. Level alignment 1) Elevation of slabs -on -grade - 3/4 inch. 2) Elevation of top surfaces of formed slabs before removal of shores - 3/4 inch. 3) Elevation of formed surfaces before removal of shores - 3/4 inch. d. Cross -sectional dimensions: Overall dimensions of beams, joists, and columns and thickness of walls and slabs. 1) 12 inch dimension or less - plus 1/2 inch to minus 1/4 inch. 2) Greater than 12 inch to 3 foot dimension - plus 1/2 inch to minus 3/8 inch. 3) Greater than 3 foot dimension - plus 1 inch to minus 3/4 inch. e. Relative alignment 1) Stairs a) Difference in height between adjacent risers - 1/8 inch. "D b) Difference in width between adjacent treads - 1/4 inch. c) Maximum diff&ence in height between risers in a flight of stairs - 3/8 inch. d) Maximum difference in width between treads in a flight of stairs - 3/8 inch. 2) Grooves a) Specified width 2 inches or less - 1/8 inch. b) Specified width between 2 inches and 12 inches - 1/4 inch. 3) Vertical alignment of outside comer of exposed comer columns and control joint grooves in concrete exposed to view - 1/4 inch in 10 feet. 4) All other conditions - 3/8 inch in 10 feet. FORT WORTH WATER DEPARTMENT Walsh Ranch Pump Station Project TECHNICAL SPECIFICATIONS 03-30-00 Project No. 02294 033000-12 CAST -IN -PLACE CONCRETE Page 12 o�f 22 3. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, as follows: a. Class B, 114 inch for smooth-foffned finished surfaces. b. Class C, 1/2, inch for rough-formied finished surf aces. 4. Construct forms tight, eriougli to prevent loss of concrete mortar. 5. Fabricate forms for easy removal without harnmering or prying against concrete surfaces. Provide crush or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for in. iclined surfaces steeper than 1.5 horizontal to I vertical. a. Install keyways, reglets, recesses, and the like, fore removal., b. Do not use rust -stained steel forma -facing material. 6. Set edge farins, bulkheads, and intemiediatre screed strips for slabs to achieve required elevations and slopes in finished concrete surfaces. Provide and secure units to support, screed strips; use strike-offternplates or corripacting-type screeds. 7. Construct fbrmwork to cambers shown or specified on the Drawings to allow for stnictural deflection. of the hardened concrete. Provide additional elevation or camber in form work as required for witicipated fonnwork deflections due to weight and pressures of concrete and construction loads. 8. Foundation Elements: Form the sides of all below gTade portions of beams, pier caps, wa!lls, and columns straight and to the lines and grades specified. Do no earth form foundation elements unless specifically indicated on the Drawings. 9. Provide temporanr openings for cleanouts and inspection ports where interior area of formwork- is inaccessible. Close operiLings with panels tightly fitted to forms and s6curely braced to prevent loss of concrete mortar., ccate temporary openings m forms at, inconspicuous locations. 10. Chainf6r exterior, comers and edges of permanently exposed concrete. 11. Form openings, chases, offsets, sinkages, keyways, reglets, blockbig, screeds, and bulkheads required in the Work. Detennine sizes and locations from trades providing such items. 12. Clean. forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, and other debris just before placing concrete. 13. Retighten forms and bracing before placing concrete, as requifired, to prevent mortar lealcs and inaintain, proper alignment. 14. Coat contact surfaces of forms widi form. -release ag gent, according to manufactureir's written instructions, before placing reinforcement, xnclwrijag devices, and embedded items. a. Do not applyform release agent where concrete surfaces are scheduled to receive subsequent firdshes which may be affected by agent. Soak contact surfaces of untreated forms with. clean water. Keep surfaces wet prior to placing concrete. B. Embedded Items 1. Place and secure anchorage devices and other embedded items required for adjoiningwork that is attached to or supported by cast -in. -place concrete,, Use setting drawings, templates, diagTaims, instructions, and directions, furnished with items to be embedded. FOR'r WORTH WATER DEF1A1UMFNT Walsh Ranch Pump Stat.ion Project TECT-INICAL SPECIFICATIONS 03 30-,00 Prqject No, 02294 033000-13 CAST -IN -PLACE CONCRETE Page 13 of 22 a. Install anchor rods, accurately located, to elevations required and complying with tolerances in RISC 303, Section 7.5. 1) Spacing within a bolt group: 1/8 inch 2) Location of bolt group (center): V2inch 3) Rotation of bolt group: 5 degrees 4) Angle off vertical: 5 degrees 5) Bolt projection: ± 3/8 inch D. Install reglets to receive waterproofing and to receive through -wall flashings in ZD z:1 outer face of concrete frame at exterior walls, where flashing is shown at lintels, shelf angles, and other conditions. ZD C. Removing and Reusing Forms 1. Do not backfill prior to concrete attaining 70 percent of its 28-day design compressive strength. 2. General: Formwork for sides of beams, walls, columns, and similar parts of the Work that does not support weight of concrete may be removed after cumulatively curing at not less than 50 degrees Fahrenheit for 24 hours after placing concrete, if ZD concrete is hard enough to not be damaged by form -removal operations and curing and protection operations are maintained. a. Leave formwork for beam soffits, joists, slabs, and other structural elements that supports weight of concrete in place until concrete has achieved at least 70 percent of its 28-day design compressive strength. b. Do not remove formwork supporting conventionally reinforced concrete until concrete has attained 70 percent of its specified 28 day compressive strength as established by tests of field cured cylinders. In the absence of cylinder tests, supporting formwork shall remain in place until the concrete has cured at a temperature of at least 50 degrees Fahrenheit for the minimum cumulative time periods given in ACI 347, Section 3.7.2.3. Add the period of time when the surrounding air temperature is below 50 degrees Fahrenheit, to the minimum listed time period. Formwork for 2-way conventionally reinforced slabs shall remain in place for at least the minimum cumulative time periods specified for 1 -way slabs of the same maximum span. c. Immediately reshore 2-way conventionally reinforced slabs after formwork removal. Reshores shall remain until the concrete ha's attained the specified 28 day compressive strength. d. Minimum cumulative curing times may be reduced by the use of high -early strength cement or forming systems which allow form removal without disturbing shores, but only after the Contractor has demonstrated to the satisfaction of the Engineer that the early removal of forms will not cause excessive sag, distortion or damage to the concrete elements. e. Completely remove wood forms. Provide temporary openings if required. f. Provide adequate methods of curing and then-nal protection of exposed concrete if forms are removed prior to completion of specified curing time. 2'01 . Reshore areas required to support construction loads in excess of 20 pounds per square foot to properly distribute construction loading. Construction loads up to the rated live load capacity may be placed on unshored construction provided the concrete has attained the specified 28 day compressive strength. h. Obtaininc, concrete compressive strength tests for the purposes of form removal is the responsibility of the Contractor. FORT WORTH WATER DEPARTMENT Walsh Ranch Pump Station Project TECHNICAL SPECIFICATIONS 03-30-00 Project No. 02294 033000-14 CAST4.N-PLACE C(".)N(-,TX-TE Page 14 of 22 ARN i. Remove fonns only if shores have been aiTanged to permit removal of fonns without loosening or disturbing shores. 3. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delanimated, or otherwise damaged form -facing material will not be acceptable for exposed surfaces. Apply new form -release agent. 4. When forms are reused, clean surfaces, remove fins and laitance, and tighten to close Joints. Align and sec urejoints to avoid oft..sets. Do not use patched forms for exposed concrete surfaces unless approved by Engineer. D. Shores and Reshores I . The Contractor is solely responsible for proper shoring and reshoring. 2. Comply with ACI 318 and ACI 301 for design, installation, and removal of shonng and reshoring, a. Do not remove shoring or reshoring until measurement of slab tolerances is complete, 3. Plan sequence of removal of shores and resbore to avoid dainage to concrete. Locate and provide adequate resboring to support construct -ion without excessive stress or deflection. 1. General: Comply with CRSI "s "Mannal of Standard Practice" for placing reinforcement. a. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing conerete. 2. Clean reinforcement of loose .mist and mill scale, earth, ice, and other foreign., materials thit would reduce bond to concrete. 3. Accurately position, suppod secure reinforcement against displacement, Locate and support reinforcement with bar supports to maintain minimum. concrete cover. Do not tack weld crossing reinforcing bars. , a. Weld reinforcing bars according to.AWS D 1.4, where ind icated. Only steel confonning to ASTM. A706 may be welded. 4. Installation tolerances a.. To and bottom bars in slabs, girders, bearns andjoists: 1) Members 8 inches deel.-) or less. 1--,3/8 inch 2) Membersmore than 8 inches dee-l.):±112, inch b, Concrete Cover to Formed or Finished Sutlkces�; ±3/8 inches for ri.lembers 8 inches deep or less; -1:1/2, inches for members over 8 inches deep, except that tolerance for cover shall not exceed 1/3 of the speciiied cover. 5. Concrete Cover a. Reinforcing in structural elements deposited against the ground: 3 inches b. Reinforcing inf-brmed beams, columns and girders, 1-1/2 inches c. Grade beams and exterior face of fonned walls and cola rail to weather or in contact with the ground: 2 inches d. Interior faces of walls: I inches e. Slabs: 3/4 inches FORT WORTFI WATER, DEPARTMENT Walsh Ranch Pump Station Project I TECT-WIC'AL, SPECIFICATIONS 03-30-00 Project No, 02294 033000 -15 CAST -IN -PLACE CONCRETE Page 15 of 22 6. Splices: Provide standard reinforcement splices by lapping and tying ends. Comply with ACI 318 for minimum lap of spliced bars where not specified on the documents. Do not lap splice no. 14 and 18 bars. 7. Field Welding of Embedded Metal Assemblies a. Remove all paint and galvanizing in areas to receive field welds. b. Field Prepare all areas where paint or galvanizing has been removed with the specified paint or cold galvanizing compound, respectively. F. Joints 1. General: Construct joints true to line with faces perpendicular to surface plane of concrete. 2. Construction Joints: Install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Engineer. a. Place joints perpendicular to main reinforcement. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of strip placements of floors and slabs. b. Form keyed joints as indicated. Embed keys at least 1-1/2 inches into concrete. c. Locate joints for beams, slabs, joists, and girders in the middle third of spans. Offset joints in girders a minimum distance of twice the beam width from a beam -girder intersection. d. Locate horizontal joints in walls and columns at underside of floors, slabs, beams, and girders and at the top of footings or floor slabs. e. Space vertical joints in walls as indicated. Locate joints beside piers integral with walls, near comers, and in concealed locations where possible. f. Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. 3. Doweled Joints: Install dowel bars and support assemblies at joints where indicated. Lubricate or asphalt coat 1-1/2 of dowel length to prevent concrete bonding to 1 side of joint. G. Waterstops 1. Flexible Waterstops: Install in construction joints and at other joints indicated to form a continuous diaphragm. Install in longest lengths practicable. Support and protect exposed waterstops during progress of the Work. Field fabricate joints in waterstops according to manufacturer's written instructions. C) 2. Self -Expanding Strip Waterstops: Install in construction joints and at other locations indicated, according to manufacturer's written instructions, adhesive 0 bonding, mechanically fastening, and firmly pressing into place. Install in longest lengths practicable. H. Adhesive Anchors 1. Comply with the manufacturer's installation instructions on the hole diameter and depth required to fully, develop the tensile strength of the adhesive anchor or reinforcing bar. C) 2. Properly clean out the hole utilizing a wire brush and compressed air to remove all loose material from the hole, prior to installing adhesive material. ZD I. Concrete Placement FORT WORTH WATER DEPARTMENT Walsh Ranch PLIMP Station Project TECHNICAL SPECIFICATIONS 03-30-00 Project No. 02294 033000-16 CAST -IN -PLACE. CONCRETE MIMEMM 1. Before placing concrete, veril)( that installation. of f6rmwork, rein. forcement, and embedded items is complete and that required inspections have been performed. 2. Do not add water to concrete during delivery, at Project site, or during placement unless approved by Engineer. 3. Before test sampling and placing concrete, water may be added at Project site, subject to limitations of ACI 301. a. Do not add water to concrete afteradding high -range water -reducing admixtures to mixture. b. Do not exceed the maximum specified water/cement ratio for the mix.. 4. Deposit concrete continuously in 1 layer or in horizontal layers of such thickness that no new concrete will. be placed on concrete that has hardened enough to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction. joints as indicated. Deposit concrete to avoid, segregation. a. Deposit concrete in horizontal layers, of depth to not exceed form. work design pressures, 15 feet maxitrunn and in a manner to avoid inclined construction joints. b. Consolidate placed concrete with mechanical vibrating equipment according to AC1301. c. Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators vertically at uniformly spaced. locations to rapidly penetrate placed layer and at least 6 inches into preceding layer, Do not insert vibrators into lower layers of concrete that have begun to lose plasticity. At each insertion, limit duration of'vibration to time necessary to consolidate concrete and complete embedment of reinforcement and. other embedded items without causing mixture constituents to segregate, d. Do not perrnit concrete to drop freely a3ry distance greater than 10 feet for concrete containing a high range water reducing admixture (superplasticizer) or 5 feet for other concrete. Provide chute or tremie to place concrete where longer drops are necessary. Do not place concrete into excavations with standing water. If place of deposit cannot be pumped dry,'pour concrete through a tremie with its outlet near the bottom of the place of deposit. e. Discard pump pruning grout and do not use in the structure. 5. Deposit and consolidate concrete for floors and slabs in a continuous operation, within limits of constTuction.joirfts, until placement of a panel, or section is complete° a. Consolidate concrete during placement operations so concrete is thoroughly worked around reinforcement and other embedded items and into comers. bm Maintain reinforcement in position on chairs during concrete placement. c. Screed slab surfaces with a straightedge and strike off to correct elevations, d. Slope surfaces uniformly to drains where required. e. Begin initial floating using bull floats or darbies to form a uniform., and open - textured surface plane, before excess bleedwater appears on the surface. Do not further disturb slab surfaces before starting finishing operations. 6° Cold - Weather Placement: Comply with.ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength, that could be caused by frost, freezing actions, or low temperatures. FOR]'WOR'. I'll WATER DEPARTMENT Walsh Ranch Purnp Station Project ,rECHNICAL SPEC TFICATIONS 03-30..00 Project No. 02294 03 3000-17 CAST -IN -PLACE CONCRETE Page 17 of 22 a. When average high and low temperature is expected to fall below 40 degrees Fahrenheit for 3 successive days, maintain delivered concrete mixture temperature within the temperature range required by ACI 301. b. is not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. c. Do not use calcium chloride, salt, or other materials containing antif�eeze agents or chemical accelerators unless otherwise specified and approved in mixture designs. 7. Hot -Weather Placement: Comply with ACI 305.1 and as follows: a. Maintain concrete temperature below 95 degrees Fahrenheit at time of placement. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. b. Fog -spray forms, steel reinforcement, and subgrade just before placing concrete. Keep subgrade uniformly moist without standing water, soft spots, or dry areas. J. Finishing Formed Surfaces L Rough -Formed Finish: As -east concrete texture imparted by form -facing materi with tie holes and defects repaired and patched. Remove fins and other projectio that exceed specified limits on formed -surface irregularities. a. Apply to concrete surfaces not exposed to public view. 2. Related Unformed Surfaces: At or. of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike off smooth and finish with texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces, unless otherwise indicated. I K4W51M1MT4*Tff*#TJ%= I . Fillffig In: Fill in holes and openings left in concrete structures, unless otherwise C� indicated, after work of other trades is in place. Mix, place, and cure concrete, as specified, to blend with in -place construction. Provide other miscellaneous concrete filling indicated or required to complete the Work. t� 2. Curbs: Provide monolithic finish to interior curbs by stripping forms while Z� concrete is still green and by steel -troweling surfaces to a hard, dense finish with comers, intersections, and terminations slightly rounded. 3. Equipment Bases and Foundations: Provide machine and equipment bases and foundations as shown on Drawings. Set anchor bolts for machines and equipment C, at correct elevations, complying with diagrams or templates from manufacturer fumishing machines and equipment. 1. General: Protect freshly placed concrete from premature drying and excessive cold C� or hot temperatures. Comply with ACI 306.1 for cold -weather protection and ACI 305.1 for hot -weather protection during curing FORT WORTH WATER DEPARTMENT Walsh Ranch Pump Station Project TECHNICAL SPECIFICATIONS 03-30-00 Project No. 02294 03 30 00 - 18 CAST -IN -PLACE CIONCUTE EMEM I Fornied Surfaces: Cure formed concrete surfaces, including underside of beams, supported slabs, and other similar surfaces,. If forms remain during curin. g period, moist cure after loosening forms® If removing forms before end of curing period, conthirue curing for the remainder of the curing period. 3. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure unformed surfaces, including floors and slabs, concrete floor toppings, and other surfaces. 4. Cure concrete according to ACT 308.1, by I or a combination of the following methods: a. Moisture Curing: Keep Surfaces continuous y moist for not less than 7 days with the following materials: 1) Water 2) Continuous water_ fog spray 3) Absorptive cover, water saturated, and kept continuously wet., Cover concrete surfaces and edges with 12-inch lap over adjacent absorptive covers 1). Moisture -Retaining -Cover Curing: Cover concrete surfaces with moisture - retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches, and sealed by waterproof tape or adhesive. Cure for not less than 7 days. hrinnediately repair any holes or tears ' during curing period using cover material and waterproof tape. 1) Moisture cure or use moisture -retaining covers to cure concrete SLirf.a,CCS to receive floor coverings. 2) Moisture cure or use moisture -retaining covers to cure concrete surfaces to receive penetrating liquid floor treatments. 3) ;ure concrete surfaces to receive floor coverings with either a moisture - retaining cover or a curing compound that the manufacturer certifies will not interfere with bonding of floor covering used on Project, c. Curing Compound: Apply uniformly in continuous operation by power spray or roller according to inanufactur&s written instructions. Recoat areas subjected to heavy rarin-fal I within 3 hours after initial. application. Maintain continuity of coating and repair damage during ctning period. A. Concrete Surface Repairs I. Defective Conci.-ete: Repair and patch defective areas when approved by Engineer. Remove and replace concrete that cannot be rel.taired and patched to Engineer's ap'proval, 2. Patching Mortar: Mix dry -pack patching mortar, consisting Of I part portland cernent to 2-1/2 pang fine aggregate passing a No. 16 sieve, using only enough, water4br handling and placing. 3. Repairing Foiraed Surfaces. Surface defects include color and texture irregularities, cracks, spalls, air bubbles, honeycombs, rock pockets, fins and other projections on the surface, and stains and other discolorations that cannot be removed by cleaning. FORT WOTU'lir WATER, DEPARTMENT Walsh Ranch Pump Stafion Project TECHNICAL SPECIFICATIONS 03-30,00 Project No, 02294 033000-19 CAST -IN -PLACE CONCRETE Page 19 of 22 a. Immediately after form removal, cut-out honeycombs, rock pockets, and voids more than 1/2 inch in any dimension in solid concrete, but not less than I inch in depth. Make edges of cuts perpendicular to concrete surface. Clean, dampen with water, and brush -coat holes and voids with bonding agent. Fill and compact with patching mortar before bonding agent has dried. Fill form -tie voids with patching mortar or cone plugs secured in place with bonding agent. b. Repair defects on surfaces exposed to view by blending white portland cement and standard portland cement so that, when dry, patching mortar will match surrounding color. Patch a test area at inconspicuous locations to verify mixture and color match before proceeding with patching. Compact mortar in place and strike off slightly higher than surrounding surface. c. Repair defects on concealed formed surfaces that affect concrete's durability and structural performance as determined by Engineer. 4. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, for finish and verify surface tolerances specified for each surface. Correct low and high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use a sloped template. a. Repair finished surfaces containing defects. Surface defects include spalls, pop outs, honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch wide or that penetrate to reinforcement or completely through unreinforced sections regardless of width, and other objectionable conditions. b. After concrete has cured at least 14 days, correct high areas by grinding. c. Correct localized low areas during or immediately after completing surface finishing operations by cutting out low areas and replacing with patching mortar. Finish repaired areas to blend into adjacent concrete. d. Repair defective areas, except random cracks and single holes I inch or less in diameter, by cutting out and replacing with fresh concrete. Remove defective areas with clean, square cuts and expose steel reinforcement with at least a 3/4- inch clearance all around. Dampen concrete surfaces in contact with patching concrete and apply bonding agent. Mix patching concrete of same materials and mixture as original concrete except without coarse aggregate. Place, compact, and finish to blend with adjacent finished concrete. Cure in same manner as adjacent concrete. e. Repair random cracks and single holes I inch or less in diameter with patching mortar. Groove top of cracks and cut out holes to sound concrete and clean off dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding agent. Place patching mortar before bonding agent has dried. Compact patching mortar and finish to match adjacent concrete. Keep patched area continuously moist for at least 72 hours. 5. Perform structural repairs of concrete, subject to Engineer's approval, using epoxy adhesive and patching mortar. 6. Repair materials and installation not specified above may be used, subject to Engineer's approval. 3.3 FIELD QUALITY CONTROL A. Testing and Inspecting: Contractor will engage a qualified testing and inspecting agency to perform field tests and inspections and prepare test reports. FORT WORTH WATER DEPARTMENT Walsh Ranch Pump Station Project TECHNICAL SPECIFICATIONS 03-30-00 Project No. 02294 033000-20 CAST-I.N-PLACE CONCRETE Page 20 of 22 B. Inspections L Steel reinforcement placement 2. Headed bolts and studs 3. Verification of use of'required design mixture 4. Concrete placement, including conveying and depositing 5, Curing procedures and maintenance of curing temperature 6. Verification of concrete strengift before removal of shores and forms from beuns and slabs C. Concrete Tests: Perform testing of composite samples of fresh concrete obtained according to AsTM C172 according to the following requirements: 1. Testing Frequency: Obtain 1 composite sample for each days pour of each concrete mixture exceeding 5 cubic yard, but less than 25 cubic yard,, plus 1 set for each additional 50 cubic ard or fraction thereof 2. Slump: ASTl C143; 1 test at point of placernentfor each composite sample, but not less than I test for each day"s pour of each concrete mixture. Perforin. additional tests when concrete consistency appears to change. 3. Air Content: AS" M C23 1, pressure method, for normal -weight concrete; I test for each composite sample, but not less than I test for each day's pour of each concrete mixture., 4. Concrete Temperature: A STM C 1064; 1 test liourly when air temperature is 40 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and I test for each composite sample. 5. Compression, "Test Specimens: ASTMOL a. Cast and laboratory cure 4 cylinders for each composite sample. 1) Do not transport field cast. cylinders until they have cured.fbr a mininium of 24 hours. 6. Compressive -Strength Tests: AST M C39'; a. 1"est 1. cylinder at 7 days. b. Test 2 cylinders at 28 days. c. Hold 1. cyllinder for testing at 56 days as needed. 7. When strength of field -cured cylinders is less than 85 percent of comp ion laboratory -cured cylinders, evaluate operations and provide corrective procedures for protecting and curing in -place concrete, 8. Strength of each concrete inixture will be satisfactory if every average of any 3 consecutive compressive -strength tests equals or excee& specified compressive streno� i and no conapressive-strength, test value falls below specified compressive strength by more than 500 psi. 9. Report test results in writing to Engineer, concrete naanufkturer., and Contractor within 48 hours of testing. Reports of compressive -strength tests shall contain Protect identification name and number, date of concrete placement.,, name of concrete testing and inspecting agency, location of concrete batch in Work, design compressive strength at 28 days, concrete mixture proportions and materials, compressive breaking strengt1i, and type of breakfor both 7- and 28-day. tests. FORT WORTH WATER Di: PARTMEN'r Walsh Ranch Pump Station Project TT.',CIT.NX'AE. SPECIFTCATIONS 03­30-00 F'To*t Nu02294 03 30 00 - 21 CAST -IN -PLACE CONCRETE AOD' Page 21 of 22 10. Additional Tests: Testing o, and inspecting agency shall make additional tests of CD C, concrete when test results indicate that slump, air entrainment, compressive strengths, or other requirements have not been met, as directed by Engineer. Testing and inspecting g agency may conduct tests to determine adequacy of concrete ZD by cored cylinders complying with ASTM C42 or by other methods as directed by ZD Engineer. a. When the strength level of the concrete for any portion of the structure, as indicated by cylinder tests, falls below the specified requirements, provide improved curing conditions and/or adjustments to the mix design as required to obtain the required strength. If the average strength of the laboratory control cylinders falls so low as to be deemed unacceptable, follow the core test procedure set forth in ACI 301, Chapter 17. Locations of core tests shall be approved by the Engineer. Core sampling and testing shall be at Contractors ZD zn V expense. b. If the results of the core tests indicate that the strength of the structure is inadequate, any replacement, load testing, or strengthening as may be ordered by the Engineer shall be provided by the Contractor without cost to the City. 11. Additional testing g and inspecting, at Contractor's expense, will be performed to ZD determine compliance of replaced or additional work with specified requirements. 12. Correct deficiencies in the Work that test reports and inspections indicate does not comply with the Contract Documents. D. Measure floor and slab flatness and levelness according to ASTM El 155 within 48 hours of finishing. E. Concrete Finish Measurement and Tolerances All floors are subject to measurement for flatness and levelness and comply with the following: a. Slabs shall be flat within a tolerance of 5/16 inches in 10 feet when tested with a 10 foot long straightedge. Apply straightedge to the slab at 3 foot intervals in C, both directions, C, lapping g straightedge 3 feet on areas previously checked. Low spots shall not exceed the above dimension anywhere along the straightedge. Flatness shall be checked the next work day after finishing. b. Slabs shall be level within a tolerance of ± 1/4 inch in 10 feet, not to exceed 3/4 inches total variation, anywhere on the floor, from elevations indicated on the Drawings. Levelness shall be checked on a 10 foot grid using a level after removal of forms. c. Measurement Standard: All floors are subject to measurement for flatness and levelness, according to ASTM E1155. C� 2 Tiered Measurement Standard a. Each floor test section and the overall floor area shall conform to the 2-tiered measurement standard as specified herein. 1) Minimum Local Value: The minimum local FF/FL values represent the ab- solute minimum surface profile that will be acceptable for any I test sample (line of measurements) anywhere within the test area. 2) Specified Overall Value: The specified overall FF/FL values represent the minimum values acceptable for individual floor sections as well as the floor as a whole. FORT WORTH WATER DEPARTMENT Walsh Ranch Pump Station Project TECHNICAL SPECIFICATIONS 03-30-00 Project No. 02294 033000-22 CAST­R_PLACE CONCRETE Page 22 of 22 3. Floor Test Sections a. A floor test section is defined as the smaller of the following areas: 1) The area bounded by column and/or wall lines 2) The area bounded by construction and/or control joint lines 3) Any combination of column lines and/or control. joint lines b. Test sarnple measurement lines within each test section shall be multidirectional along 2 orthogonal lines, as defined. by AST.M. El 155, at a spacing to be determined by the City's testing agency. c.. The precise layout of each test section shall be determined by the City's testing agency, 4. Concrete Floor Finish Tolerance a. The following values apply before removal of shores. Levelness values (FL) do not apply to intentionally sloped or cambered areas, nor to slabs poured on metal deck or precast, concrete. 1) Slabs Overall Value F1`45/FL30 Minimum, Local Value 1730/rL20 5. Floor Elevation'rolerance Envelope a. The acceptable tolerance envelope for absolu�te elevation of any point on the slab surface, with respect to the elevation shown on the Drawings, is as follows: 1) Slab -on -Grade Construction: ± % inch 2) Top surfaces of formed slabs measured prior to removal of supporting shores: ± 1/4inch 3) Top surfaces of all other slabs: ± % inch 4) Slabs specified to slope shall have a tolerance from the specified. slope of 3/8 inch in 10 feet at any point, up to 'X inch from theoretical elevation at any point. A. Defective Work. 1. Imperfect or damaged work or any material damaged or detertnined to be defective before final completion and acceptance of the entire job shall,be satisfactorily re- placed at the Contractor's expense, and in conformity with all of the requirements of the Drawings and Specifications. 2. Perform removal and replacement of concrete work M' such manner as not to impair the appearance or strength of the structure i.n any way. 1. Upon completion of the work remove from the site all forms, equipment, protective ,coverings and any rubbish resulting therefrom. 2. After sweeping floors, wash floors with clean water. 3. Leave finished concrete surfaces in a clean condition, satisfactory to the City. END OF SECTION FORT WORTH WATE,DEPARTMENT Walsh Ranch Pump Station Project TECHMCAL SPECTFICATIONS 03-30-00 Project No. 02294 08 10 10 Hollow Metal Doors, Frames and Hardware Page I of 5 SECTION 03 10 10 HOLLOW METAL DOORS, FRAMES, AND HARDWARE svmmm� �1111 I A. Provide all labor, materials, tools, and equipment to install fabricated steel doors, panels, frames, and frame assemblies. Access door to be provided at Walsh Ranch Pump Station to be a 3' wide by 8' tall door. B. Provide all labor, materials, tools, equipment, and services for all finish hardware, as required. A. Manufacturer: Minimum of five years experience in fabricating hollow metal doors. 1. ANSI A 115 -Series on door and frame preparation 2. ASTM A366 — Steel Sheet, Carbon, Cold -rolled, Commercial Quality. 3. ASTM A653 — Standard specification for steel sheet, zinc coated (galvanized) or zinc -alloy coated (galvanealed) by the hot -dip process. C. Obtain each type of respective hardware (hinges, closures, stops, weather- stripping, etc.) from a single manufacturer E. Acceptable Products: Subject to the requirements specified herein, internally reinforced doors and accompanying frames shall be equivalent 'D to the following, or approved equals: 1. Ceco Door Products — Medallion Series 2. Curries Company 3. Republic Steel 4. Approved Equal CITY OF FORT WORTH TECHNICAL SPECIFICATIONS 08-10-10 Walsh Ranch Pump Station Project Project #02294 08 1010 Hollow Metal Doors, Frames and Hardware Page 2 of 5 Aw Product Data: Manufacturer's descriptive literature and installation. instructions. B. SI.-iopDrawings: Subn-a.tinaccordaii[cew.it-hIt.emOI300"Sub mittals". Furnish illustrations and schedule of door and frarae sizes, hardware schedule, and indicate types, materials, construction, fulishing, anchoring, accessories, and location and preparation for finish hardware. C. Templates: Furmsh necessary templates and template data to manufacturers of iterns that will be fitted with firlish hardware., 1.04 DEUVERYAND ST0RAG'T:',. A. Deliver, store, and handle hollow :metal door and frarne to in such a manner as to prevent damage and deterioration. Provide hidividual cardboard containers for doors. Store doors and fiames upright in, a protected dry area. B. Furnish bardware with required screws, bolts, and fastenings necessary for installation, pac1caged insame packages with hardware, including instructions. 1.05 REGULATORY.RE QUIREMENTS A. Fire Rated Door Assemblies: Installed door and fraine assembly to conforin. to ANSI NFP A 80 for fire -rated class pe'r 113C. Door and frame tested, listed, and labeled in accordance with P.A. 252 and the applicable International Building Code (.1BQ' by an indepeDdent testing agency acceptable to authoritieshaving Jurisdiction. 2. Fire rated exterior doors shall. have a rate of use temperature range of 450 degrees F. rated up to 90 ininutes of fire exposure across door flak kness, PARX 2. PRODUCTS 2.01 BASICIMATERIALS —DOORS AND FRAMES A. Sheet Steel: Cold -rolled, ASTN4 A366, galvanized or galvanealed in accordance with AKM A.653. B. Intenial Reinforcing: ASTM A366, cold rolled steel C. Fillers for In:te,.rn!allylteii-,b,t"orced I )oqrs: Mineral wool or fiberglass CIT'"YOF FORTWORTH I TECT-DITCAL SPECIFICATIONS 08-10-10 Walsh Ranch Pump Station ProJm-t. ProJect #02294 08 10 10 Hollow Metal Doors, Frames and Hardware Page 3 of 5 D. Urethane Core: Liquid urethane, expanded in place, self -bonding, self - hardening, and self -extinguishing. I E. Anchoring Devices: Zinc -plated where exposed; zinc -plated or galvanized where concealed. pxl� A. Fabricate hollow metal work rigid, neat in appearance, and free from defects, warp, or buckle. p 11 11 �liIIIIIIIIIIIIIIIIII �11111111111111111 1111 � CHUN 1 111111 1= C. Clearly identify work that cannot be factory assembled and assure proper assembly at the site. R I I INNER 1! 11 N I M � momsymmm A. Exterior: Combination type with integral stop and trim, formed to profiles and shapes detailed, Level 3 Extra Heavy Duty — Commercial, 14 gage zinc coated steel. Reinforce with 18 gage steel liners for hardware or anchor attachment. For frames set in masonry, jamb anchors shall be at least 10 inches long and adjustable. C. Close comer and connection joints tight with trim faces mitered and t') continuously welded, flush and smooth. KIZAMWAIMEWAAMON A. - Form faces sheets with 16 gage, hot dipped galvanized or galvanealed steel, with no visible joints or seams. Door thickness to be B. Comply with ANSI A250, SDI 100-98 Level 3 Extra -Duty, Commercial grade. C. Provide internal stiffeners of 22 gauge steel, spaced at 6 inches O.C. Fill gauge space between stiffeners with sound deadening material. CITY OF FORT WORTH TECHNICAL SPECIFICATIONS 08-10-10 Walsh Ranch Pump Station Project Project 402294 081010 Hollow Metal doors, rames and Hardware Page 4 of 5 D. Fully weld all door edges, including top, with no visible seams on faces and edges. The top of the door shall not be left with inverted channel. 2.05 HARDWARE PREPARATION .A. Machine, mortise, reinforce, drill, and tap doors and frames in accordance with.A.NSI Al 15 and hardware templates. B. Minimum gauges for hardware reinforcement: I . Hinges. 10 gauge 2. Locksets and Flushbolts: 14 gauge 3. Closures: 12 gauge 2.06 HARDWARE MATERIALS A. Fasteners and hinges — all stainless steel B. Weather-strippirig C. Floor mounted doors stops D. Lock — keyed lock. PART 3 - EXECUTION 3.01 INSTALLATION A. Hollow Metal Frames I Exercise care in setting frames to maintain scheduled dire nsion.s. Hold head level and maintain jarribs plumb and square, 2. Secure anchorages and connections to aqjacent coristruction. 3. Leave frame spreader bars intact until frames are set square and plumb, and anchor's are securely attached. 4. Weld field splices and grind smooth 5° Fill frames with. grout. B. Doors CITY OF FORT WORTH TECHNICAL SPECIFICATIONS 08-M-10 Walsh Ranch Purnp Station Project Project #02294 08 10 10 Hollow Metal Doors, Frames and Hardware Page 5 of 5 1. Install in accordance with approved shop drawings z:1 2. Maintain specified edge clearances z:1 A. Immediately after erection, areas where prime coat has been damaged shall be sanded smooth and touched up with the same primer as applied in the shop. Remove rust before touch up is applied. B. After hardware is installed, test and adjust doors for smooth operation with no binding of warping. C� C. Remove hardware, with the exception of prime -coated items, tag, and reinstall after finish paint work is completed. 3.03 PAYMENT Labor, materials, and equipment required to install lockable door, door frame, and hardware shall be included in the lump sum price for bid item #11, "Pump Station Foundation and Pre -Cast Building". CITY OF FORT WORTH TECHNICAL SPECIFICATIONS 08-10-10 Walsh Ranch Pump Station Project Project #02294 08 10 11 Overhead Coiling Doors Page 1 of 4 SECTION 08 10 11 A. Provide all labor, materials, tools, and equipment to install overhead coiling door as shown on drawings and described in these specificatiol C� B. Provide all labor, materials, tools, equipment, and services for all finish hardware, as required. C. Coiling metal door shall be eight foot tall, twelve foot wide with manual C� chain actuator, installed in a new reinforced pre -cast concrete pump station. A. Manufacturer: Minimum of ten years experience in fabricating overhead coiling doors. Furnish coiling metal door as a complete unit produced by one manufacturer. B. Provide setting drawings, templates, instructions and directions for installation of inserts and anchorage devices. Coordinate delivery with rn other work. C. Obtain each type of respective hardware (hinges, closures, stops, weather- stripping, etc.) from a single manufacturer D. Warranty: Two years E. Wind Loading: Design and reinforce overhead coiling door to withstand ID In 20 pound per square foot (85 mph) wind loading pressure, unless otherwise indicated. F. Acceptable Manufacturers: SubJect to compliance with requirements, provide products from one of the following manufacturers: C� 1. Ceco Corporation 2. Overhead Door Corporation 3. Atlas Door Corporation 4. The Cookson Company 5. Raynor Manufacturing Company 6. RCM Corporation 7. Or approved equal CITY OF FORT WORTH TECHNICAL SPECIFICATIONS 08-10-11 Walsh Ranch Pump Station Project Project 4 02294 08 1011 Overhead Coffing Doors Pape 2 of 4 1.03 SUBMITTALS .A. Product Data: Manufacturer's descriptive literature and installation, instructions. B. Shop Drawings: Submit, in accordance with Item 01300 "Submittals". Furnish il"Justrations and schedule of sheets, jambs and frame sizes, hardware schedule, and indicate types, materials, constnxtion, finisbing, anchoring, accessories, and location and preparation.for finish hardware. C. Templates, Fumish necessary tern laces and template data to manufacturers of items that will be fitted -with finish hardware, D. Operation and maintenance manuals 1.04, DE1W-!,.RYAND STORAGE A.. Deliver and store door, frmw and components in such a manner as to prevent damage and deterioration. B. guar ni sh hardware with required screws, bolts, and fastenings necessary :for installation, packaged in same packages with hardware, including instractibrLs. PART 2 PRODUCTS 2.01 BASIS OF DESIC.N A. Provide utdts equal to heavy duty, "620 Series Service Doors" as produced by Overhead Door Corporation. 2.02 DOOR CURI'AIN MATERIALS AND CONS17RIA."ITION A.. General: Provide coniiplet e operating door assemblies including curtains, gid ' des, counterbalance inechmism, hardware, chain opelrart.ar, and installation accessories, B. Door ;curt afii: Fabricate overhead coiling door curtain off".. ":quo 22 gauge galvanized steel Mth interlockix.ig flat profile slats designed to with.Lstand. required wiud loading, of continuom leng;th for Midth. of door without splices,, C. Endlocks: Malleable iron castings galvanized after fabrication, secured to curtain slats vd.th galvanized rivets. Provide locks ona],teniate slats for curtain ah,0 ,nEfIeDt and resistance against lateral inovern.ent. CITY OF FORTWORTH TECIDITC'AL SlIECIFICIATIONS 08-1 0_1 I I Walsh Ranch Pump Station Project Proj ect # 02294 0810 11 Overhead Coiling Doors 01,00, Page 3 of 4 D. Bottom Bar: Manufacturer's standard unit equal to two galvanized steel angles. Provide flexible vinyl or neoprene gasket as a weather seal and ID cushion bumper. E. Curtain Jamb Guides: Fabricate curtain jamb guides of galvanized steel angles, or channels and angle, with sufficient depth and strength to retain curtain loading. F. Weather Seals: Provide manufacturer's standard vinyl or neoprene head, jamb, and sill weather stripping. G. Chain Hoist and Holder: A chain hoist and holder shall be provided on wall with provision for padlocking C), H. or The hood shall be mum 24 gauge galvanized steel, supplied with internal hood baffle weat-'#-er sezl. A. Counterbalance doors by means of adjustable steel helical torsion spring, mounted around a steel shaft and mounted in a spring barrel and connected to door curtain with required barrel rings. Use grease sealed bearings or self-lubricating graphite bearings for rotating members. t� t) B. Counterbalance Barrel: Fabricate spring barrel of hot -formed structural quantity carbon steel, welded or seamless pipe, of sufficient diameter and wall thickness to support roll -up of curtain without distortion of slats and limit barrel deflection to less than 0. 03 ) " per foot of span under fall load, designed for 20,000 cycles. ZD C. Brackets: Provide mountinc, brackets of manufacturer's standard design, either cast iron or cold -rolled steel plate with bell mouth guide groove for curtain. 2.04 FINISH A. Slats, hood, curtami, guides, and other stated components shall be galvanized steel in accordance with ASTM A525 and receive inhibitive, roll coating process, including bonderizincy, baked on prime paint, and ID t� C� then baked on polyester top coat. Non—alvanized ex osed ferrous =1 p surfaces shall receive on coat of rust -inhibitive primer. B. Color: Provide color as indicated by Owner in manufacturer's standard factory finish system. CITY OF FORT WORTH TECHNICAL SPECIFICATIONS 08-10-11 Walsh Ranch Pump Station Project Project # 02294 08 10 11 Overhead Coiling Doors Page 4 of 4 2.05 LOCKING Aw See-urity locking shall be by door mmufacturer's cylinder operated bolt at bottom of curtwn, or apprgyred , alternative locking arrmigem.ent. 2.06 INSTALLATIONCOMPONENTS A., Provide all items necessaTy for a complete, durable and proper installatior4 including but not limited to flisteners; adhesives, industry standard insta:llalion components, and/or standard or optional installation PART 3 - EXECUTION 3.01 INS'nkLIATION A. Install access doors in accordance with door manufacturer's printed instructions. B. Fwsten access doors and track assemblies securely in place with exposed surfaces located level and flush with substrate. C. Install. door and operating equipment complete with necessary hardware: jamb, head and hood anchors, hiserts, bangers, and equipment supports in accordance with final shop drawings, manufacturer's instructions, and as specified herein. D. Satisfactorily repair any damaged door assembly components and touch- up factory applied primer. 102 ADJUSTMENT A. Upon completion, of installation, adjust door Panels and operating hard)vare to operate sinoodfly. Remove and, replace darnaged or deforined carnponents. 3.03 PAYMEN'r Work to fabricate, deliver and install ovefhead coiling door and hardware shall be considered hiciden'tal to bid item #11, "Pump Station Foundation and Pre -Cast Building". CITYOF FORT WORTH TIECTMICAL SPECIFICATIONS 08- 1 0_1 I Walsh Ranch Puinp Stiation Project ProJect # 02294 09 10 10 Painting Page I of 11 SECTION 09 110 PAINTING MMMMM� �111- I This item provides requirements for furnishing labor, materials, and equipment txx- prepare surfaces and apply protective coating to new equipment, PUMPS, PUMP bases, above ground piping, fittings, and valves, pipe supports, structural steel, roof decking, roof joists, and other areas denoted for field painting. Contractor shall submit list of equipment/materials to be shop painted, field painted, or shop primed and field painted. All paint shall be especially adapted for use around water facilities, and shall be applied in conformance with the manufactured published specifications. I Work performed and materials used must comply with the requirements of the Steel Structures Painting Council's Vol. No. I "Good Painting Practices", and Vol. 111001 No. 2 "Systems and Specifications", and these technical specifications. Where a conflict exists between these technical specifications and the Steel Structures Painting Council's specifications, the technical specifications shall govern. A. Wherever a product is designated by trade name with provision for an equal, the product specified must be used unless a written request for substitution is submitted to the Engineer. The request for substitution must include the manufacturer's complete technical data sheets on the proposed product with a certified ingredients analysis and sufficient information, including applicable case history information, for making a complete comparison between specified and proposed products. B. Consideration will be given only to those coating systems which have been used at water utilities for at least five (5) years. The request for substitution must include a list of at least 5 applications in the Dallas/Fort Worth, Texas metropolitan area. Furnish the Owner's name, the Owner's representative, and the name of the product used. A. Product Data and Shop Drawings: Submit product data, shop drawings, C� rD certificates, and instructions on all protective coating items as specified herein and in accordance with Division. 01 — General Requirements. CITY OF FORT WORTH TECHNICAL SPECIFICATIONS 09-10-10 Walsh Ranch PLIMP Station Project Project 02294 091010 Painfing Page 2 of 11 B. Product Data: Complete data on each type and kind of paint, and primer shall be submitted for review. Favorable review shall be obtained from the Engineer before the paint is delivered to thejob site. This procedure must be followed whether or not the paint that the Contractor proposes to use is named mi the specifications. SubmitW, data shall show where and .for what uses each paint product is to be used. Data submitted on each type and kind of paint, product shall include information to show the product meets the detailed requirements of these specifications, C. Manufacturer"s Instructions: The manufacturer's published instructions, for use as a guide in specifying and applying the manufacturer's proposed paint, shall be submitted to ' the Engineer. Manufacturer's published instructions shall meet the following requirements: I n The instructions must have been written by the manufacturer for the purpose and with the intent of giving complete instruction. for the use and application of the proposed paint in the locality and for the conditions for which the paint is specified or sho,,Nm to be applied under this contract. 2., All limitations, precautions, and requirements that may adversely affect the paint,, that may cause unsatisfactory results after painting application, or that may case the paint not to serve the purpose for which it is intended, thatis, to protect the covered material from weathering and corrosion, shall be clearly and completely stated in. the instructions. These limitations and requirements shall include, but not belimited to the following: a. Surface preparation. b. Methods of application C. Number of coats d. Thickness of each coat e. Total thickness f. Drying time of each coat, including primer 9. Drying time of final coat before placing into service h. Time allowed between coats' L Primer required to be used j. Compatible topcoats k. Weather limitatioms during and after application L physical properties of paint, including percent solids M. Application equipment settings &Fy OF FORT WORTH TEICITNICAL SPECIFICATIONS 09-10.40 Walsh Ranch Purnp Station Project Project 02294 N I 09 10 10 Painting Page 3 of 11 A. Delivery: Have paint delivered to the job site in original unopened containers. B. Storage: Store material in an approved location which meets the C� manufacturer's storage requirements. Recommended storage temperatures shall be maintained. At the end of the project, the Contractor shall turn over to the Fort Worth Water Department a gallon of each type and color of paint used in the field painting The material shall be delivered in unopened labeled cans, just as it comes from the manufacturer. Provide the manufacturer's literature describing the materials and giving directions for their use. A typewritten inventory list shall be furnished to the Fort Worth Water Department at the time of delivery. A. General: In accordance with requirements set forth by regulatory agencies applicable to the construction industry and the manufacturer's printed instructions and appropriate technical bulletins and manuals, the Contractor shall provide and require use of personal lifesaving equipment for persons working on or about the project site. B. Head and Face Protection and Respiratory Devices: Equipment shall include protective hardhats which shall be wom by all persons while in the vicinity of the work. In addition, workers engaged in or near the work site during sandblasting shall wear eye and face protection devices and air purifying, half -mask or mouthpiece respirators with appropriate filters. Barrier creams shall be used on any exposed areas of skin. C. Ventilation: Where ventilation is used to control hazardous exposure, all equipment shall be explosion -proof. Ventilation shall reduce the concentration of air contaminants to the degree a hazard does not exist. Air circulation and exhausting of solvent vapors shall be continued until the coatings have fully cured. MUMEMMIN AVft- A. All bronze, stainless niess steel, galvanized steel, or aluminum metal surfaces shall not to be field painted, including ladders, aluminum conduit, C� aluminum or stainless steel electrical enclosures, junction boxes, etc. CITY OF FORT WORTH TECHNICAL SPECIFICATIONS 09-10-10 Walsh Ranch Pump Station Project Project 02294 091010 Painting Page 4 of 11 B. For equipment that has been shop coated (overhead and personnel. doors and frames, louvers, fans, motors), unless otherwise directed, perform touch. up painting of any damaged surfaces as required to protect the surface from corrosion. 2.02 COLOR SCHEDULE A. Final color selection shall be made by the Engineer from color charts submitted by the Contractor; colors selected shall be a manufacturer's .standard color. l3. Equipment, Pumps, and Valve.Bodies: PLUnps, pump bases, exposed piping, fittings, pipe supp orts, valve bodies shall be field painted the color selected by the Fort Worth 'Water Department. C. Exposed Movitig Parts or Givards L All exposed moving parts such as couplings, shafts, etc. shall be field painted OSHA red® 2. All. guards and shields such as belt guards, chahn guards, etc. shall be field painted OSI IA. orwige. D. Purnp Station Bjfflding 1. Roofjoists and exposed roof deck shall be field painted the color selected by the F.orl"Worth Water Depaiftnent. 2.03 TEST EQUIPMENT The follwmng ieces, eq�u ment will be used by the Contractor to detemihie V of I ip film thickness and the presence of flaws: A. Electronic Digital Readout Grage., 0.40 mBsfilm, thickness gage inctuding a set of'Department of Cominerce, Bureau of Standards Film Tbickness Calibration SUmdards from 0 to 8 tnils and 10-25 mils or equivalent. B. Wet Sponge Holiday Detector: I..,ow voltage flow detector. C. 'Wet Film Thi6kriess Gage D. Sling psychometer to measure Inunidity at time of application. C117 OF FORTWORTH TECHNICAL SPE(AFI('Xr]0NS 09-1110- 10 Walsh Ranch Pump Station Prc-)ject Prqject 02294 09 10 10 Painting Page 5 of 11 Paint shall arrive on the job ready -mixed, except for the tinting of undercoats and possible thinnin1g. A. Ferrous Metal, Interior, Non -Immersed General: All interior above ground ferrous surfaces subject to dry non-abrasive conditions shall be painted in accordance with the following provisions. This includes, but is not limited to: pumps, fittings, exterior of valves, pipes, roof joists, exposed roof deck pipe hangars, and miscellaneous metals such as structural steel in pump stations. Personnel access door may be shop coated or shop primed and field coated. 2. Surface Preparation: SSPC SP-6 Commercial Blast Cleaning 3. Coating: (Epoxy Polyamide) 00011, Minimum Coverage Manufacturer or Equal Primer, 4.0 mils DFT Tnemec 66-1211 Epoxoline Primer Valspar 89 Series High -Build Epoxy Finish Coat, 5.0 mils DFT Tnemec 66 Color High -Build Epoxy Valspar 89 Series High -Build Epoxy B. Ferrous Metal, Exterior, Non -Immersed I General: All exterior ferrous surfaces subject to non-abrasive conditions shall be painted in accordance with the following ID provisions. This includes, but is not limited to: exterior of equipment, valves, pipes, pipe sleeves, brackets, structural steel, etc. 3. Coating: (Aliphatic -Polyurethane System) ID Minimum Coverage Manufacturer or Equal Primer, 5.0 mils DFT Tnemec 66 Color High Build Epoxoline Valspar 89 Series High -Build Epoxy Z:) Finish Coat, 4.0 mils DFT Tnemec 73 Color Endura-Shield Valspar V40 Series Urethane CITY OF FORT WORTH TECHNICAL SPECIFICATIONS 09-10-10 Walsh Ranch Pump Station Project Project 02294 09 10 10 Painting Page 6 of 11 "JOIN C. Non -Ferrous Metal,, Interior: 1 W General.- All non-ferrous surfaces where painting is required shall be painted in accordance with the following provisions,, 2. Surface Preparation: SSPC-SP1 Solvent Cleaning 3. Coating: (Epoxy-Polyamide System) Minimum COvera2e Manufacturer or Equal Finish Coat, 5.0 is DFT Tnemec 66 Color high Build Epoxoline Valspar 89 Series High -Build Epoxy PART 3 - EX-E-CUTION 3.01 W0l'ZK CONDITIONS A. Weather: No coating or painting shall be applied: a. Wben the surrounding air temperature, or the surface to be coated is below fifty (50) degrees F. b. To wet or damp surfaces, or in rain, snow, fog, or mist. C. When the temperature is less than 5 degrees F above the dew point. 2. If preceding conditions are prevalent, coating or painting shall be delayed or postponed until, conditions are favorable. The days coating or painting shall be completed in time to permit the film sufficient drying time prior to damage by atmospheric conditions, Comply with the manufacturer's recommendations as to weather conditions under which coating systems can be applied.Do not apply" finish coat in conditions where the wind is blowing at or above 10 niph, or gust above 15 mph. B. Surface: If surfaces to be painted cannot be put in proper condition for painting by customary cleaning and sanding operations, notify the Engineer's representative or assume responsibility for and rectify any unsatisfactory finish resulting from applization. to an unsatisfactory surface. Do not proceed with surface reparation or coating application p until adverse conditions are corrected to provide acceptable surface, The (�'J'rY OFFOR1WORTH TECHNICAL SPECIFICATIONS 09-10-10 Walsh Ranch Pt.imp Station Pro ' jecl Project 02294 09 10 10 Painting Page 7 of 11 paint supplier shall inspect and certify all surfaces prior to coating application. Do not apply paint to a wet or damp surface. C. Equipment: The Contractor's coating and painting equipment shall be designed for application of the materials specified and shall be maintained in good working order comparable to that described in printed instructions of the coating manufacturer. Clean equipment thoroughly before and after use with the appropriate cleaning solution indicated by the coating manufacturer. All gages and controls on spray equipment shall be in proper working order at all times and the gages must be operational and 4D readable. A. Solvent Cleaning: Remove oil, grease, soil, and other contaminants by use of solvents, emulsions, cleaning compounds, steam cleaning, or similar materials and methods which involve a solvent cleaning action in accordance with Steel Structures Painting Council Surface Protection Specifications (SSPQ SP-1. B. Grinding: Remove weld splatter and rough edges and grind rough welds Z:� so that all surfaces are in proper condition, in the opinion of the Engineer, to receive the specified coating. Use a source that provides compressed air, free of detrimental amounts of water and oil. The compressor shall, as a minimum, be capable of delivering a pressure at the blast nozzle of at least 90 psig; the blast nozzle shall be of the venturi type. 4D 2. Use grit of 16140 mesh. Keep grit clean, dry, and free of clay particles and other extraneous matter. Blast only those areas that can be primed the same day. Areas which are not painted the same day must be re -blasted again on t day the prime coat is applied. Remove grit from surface by brus or industrial vacuum. I 4. All immersed iron and steel surfaces shall be blasted to "near white" metal in accordance with S SPC SP- 10, "Near to Blast Cleaning". The blast cleaning shall prod -Lice an anchor pattern of 2-1/2 to 3 mils. CITY OF FORT WORTH TECHNICAL SPECIFICATIONS 09-10-10 Walsh Ranch PLIMP Station Project Project 02294 09 10 10 Painting Page 8 of 11 5. All non -immersed iron mad steel surfeces shall be commercial blast cleaned in accordance with SSPC SP-6. The blast cleaning shall produce an anchor pattern of 1- 11,2, to 2 mils. 6. Concrete surfaces to be blasted should be prepared by using a bnLsh-aff blast cleming unless otherwise specified. This blast shall lightly abraid the surf6ce without entirely removing the surface or exposing the underlying aggregate. D. PoNver'I"ool Cleaning: Subject to review 1::)y the Engineer or his representative, any above metalwork iwhich Sp-6 or SP- 10 blasting cannot be accomplished shall be cleaned in accordance with SSPC Sly- 4, Power Tool Cleaning, removing mill scale, loose rust, loose paint, and other foreip-i matter. E. Shop Nining: Where metalwork, equipment, valves, and the litre are shop pffined, the primer used must be compatible with the coating system -to be applied in the field. All information shall be fumished regarding the shop prime coat and, if not compatible with succeeding coats, the shop prince coat shall be removed by blast cleaning at no additional cost to the Owner. 3.03 PROTECTION A. Protect surfaces �and installations requiring no painting or finishing by use of dr'op cloths, masking, or other approved precautionary measures. repair or replace, at no extra cost, Water Department's property, and work - of other trades daniaged, marred, or stained by painting and finishing operations, B. Prior to surface preparation and painting operations, remove, mask, or otherwise protect hardware, hardware accessories, machined surfaces, plates, liht fixtures, and sinular iterns not to be painted but which are in con tact with painted sttrl'aces. C. The Contractor shall notify the Fort Worth Water Department at least 48 hours in a,&,ance of spray painting. 3.04 MIXING ANDTFINNING A. Mix and thin paints in strict accordance -with man ufaciiirer's directions. B. At the time of application, paint most show no signs of hard settling, excessive skinning, or other deterioration. 3.05 COXIING APPLICATION CITY OFFORTWORTH TECHT,HCAL SPECIFICAl""IONS 09-10-10 Walsh Ranch Pump Station 11roject PmJecl 02294 09 10 10 Painting Page 9 of 11 A. Manufacturer's Representative: The coating manufacturer will be responsible, through an authorized representative, to provide technical assistance to the paint contractor as needed. B. Workmen: Employ workmen skilled in structural steel, piping, and mechanical equipment painting. Coating g materials, abrasive grit, and equipment used in painting C� and blasting are subject to inspection at any time by the Engineer's representative. 2. Remove blasting grit and dust from the surface to be painted before paint application is begun. 3. Dust, dirt, oil, grease, and any foreign matter that will affect the adhesion durability of the finish must be removed by washing with clean rags dipped in an approved solvent and wiped dry wit clean rZ rags. C� 2. Double -lap all welds. Apply prime coat by brush to all weld areas, then apply prime coat to entire surface, including weld areas, by spray, roller or method selected. Coat areas with a uniform film, free of sags, runs, or brush marks. Where multiple coats of paint are specified, apply each coat in a different color which compliments the following coat and is different than the preceding coat. Each coat must be free of 1� shadows and uniform in appearance. 4. Except where otherwise specified, thin paint only as necessary for workability of coating material in accordance with manufacturer's C� printed instructions. Use only an appropriate thinner as recommended by the paint manufacturer. 5. When paint is being applied to interior of wet well or any other C� closed areas, provide for adequate ventilation. CITY OF FORT WORTH TECHNICAL SPECIFICATIONS 09-10-10 Walsh Ranch Pump Station Project Project 02294 091010 Painting Page 10 of 11 6. Comply -with reebmniendations of the paint manufacturer in regard to drying time for each coat, technique of spray application, ventilation, paint thinning, and safety precautions. The Contractor must fully inform all members of his field crew of these recommendations, 7. Where inspection shows that the specified thickness is not developed, apply additional coats in accordance e with manufacturer's surface preparation and cure schedule requirements to produce the required film thickness. 8. Repair and recoat irnproper applications as recommended by the manufacturer or as required by the Engineer's representative. 9. Factor f=,'shed items shall be protected against damage during transit, storage, and erection. The following items shall receive final finish at the factory: a. Electrical panels b ' Pressure gages C. Instrumentation d. Similar equipment with standard factory finish 10. The following items shall not be painted, unless otherwise specified. a. Alurninxim., brass, bronze, chrome, copper, stainless steel b. Nameplates and serial numbers C. Grease fittings d. Valve operator stems e. Buried or encased piping or conduit f. Concrete floors, interior, walls, and slabs, 9. Glass h. Fiberglass doors, grating, and handrail E. Cleaning: Upon completion. of worl�,, remove all staging and scaffoldIDI& Dispose of unused grit; containers, and rubbish, in a suitable manner. Remove overspay, paint spots, oil, or staiii.s on ad acent surfaces. Leave the entire job clean and acceptable. i 1 Nsp E cr oN AND TESTINCi .A. Inspection 1. Surface preparation, coating application, and repairs are subject to inspection by the Engineer's representative, The standards CITY OF FORT WORTH TECHNIC,'AL SPECIFICATIONS 09-10-40 WaNh Ranch Pump Station Project Project 02294 091010 Painting Page 11 of 11 published by the Steeland Painting, e used as f acceptance or rejection of . + painting,or coating application. Particular attention will be given hard to reach areas, bolted connections, supports, anchor bolts, and threaded joints. 2. r magnetic -type detector,provided f + f be used to determine the acceptability of the paint application. a. Examination and approval of surface preparation prior to any coating. b. Examination and approval of each coat prior to application of the next coat. C. Inspection of the completed coating for runs, oversprays, roughness, and any evidence of improper application. 1. The Contractor will conduct all tests in the presence of the Engineer's representative. 2. Should any paint system fail to pass a test, the Engineer will specify corrective measures. The paint system will then be retested by the Contractor, in the presence of the Engineer's representative. The work to be performed under Bid Item 414 — "Pump Station Painting" shall be paid by the lump sum. CITY OF FORT WORTH TECHNICAL SPECIFICATIONS 09-10-10 Walsh Ranch Pump Station Project Project 02294 SECTION 10 10 10 PART1 GENERAL 1.01 DESCRIPTION OF WORK 10 10 10 Engineered Precast Concrete Building Page 1 of 5 A. A pre -cast concrete buildincr shall be supplied in accordance with project plans an4 C, specifications. The Buildmicr Manufacturer shall furnish and install a building of pre -cast wall C, C, panels and steel joist built up roof system for the new Walsh Ranch Pump Station, placed on a cast in place reinforced concrete foundation. B. The pre -cast concrete building components shall be delivered to the jobsite and installed by the Building Manufacturer. The Building Manufacturer shall provide all lifting cables and hardware needed to off-load and erect the structure. C. The building; shall house a new water pump station, equipped with power and control equipment, pumping equipment, and piping, valves, and fittings. A. Shop drawings shall be submitted in accordance with the requirements of the project showing dimensions, sizes, thickness, materials, fmishes and methods of assembly. Submit Manufacturer's technical data for all building hardware and equipment. All work shall be fabricated and erected in accordance with the Manufacturer's drawings. Shop drawings shall be signed and sealed by a recristered encrineer in the state of Texas. Signed and sealed shop drawings shall be submitted to the Fort Worth Development Department. Shop drawings shall be prepared in conformance to the requirements of the current building code adopted by Fort Worth (currently 2009 E3C). 111111111111 111111111`1111111111111111111111 93�M C. Specific data submittals for the following: 1. Precast Panels, including mix designs, reinforcing layouts, anchor plate layouts, etc. 2. Roofing system 3. Door and Door Hardware coordination 4. Light Fixture equipment and coordination 5. Electrical equipment and coordination 6. Heating and ventilation equipment and coordination D. Provide erection drawings locating and defining; all wall panels furnished by the manufacturer. Show all major openings, sections and details, connections, weld plates, edge and support C, conditions of the wall panels. 11111 11111114111 �� I 1 0 A. The Precast Concrete Building Manufacturer shall have a minimum of five (5) years experience in buildincr fabrication. In addition, the Manufacturer shall have made no less than ten (10) J= buildings similar to the one on this project. Evidence must be submitted to verify that these Z:1 requirements are met prior to being deemed an acceptable manufacturer. C, CITY OF FORT WORTH TECHNICAL SPECIFICATIONS 10-10-10 WALSH RANCH PUMP STATION PROJECT PROJECT #02294 101010 Engineered Precast Concrete Building Page of 5 B. The structure shall be manufactured in C n a PI or APA certified plant.it 2 C. Panel tolerances shall be in conformance with applicable standards for wall panel production D. 'fhe Engineer shall have the right to inspect or test any materials during fabrication in the factory. At the option of the Engineer, certified tests of materials may be accepted in lieu of field tests. Tests shall include concrete cylinder tests to venh( concrete compressive strength. E. Welder Qualifications shall iii accordance with.AWS D I. I and DIA. F, The building shall be rrianufactu.red by Speed Fail Crete or approved equal. 1.04 DESIGN CRITERIA A. Structural design calculations for the building shall be prepared and sealed by a registered professional Engineer in the State of Texas, and shall be submitted for approval prior to fabrication. 1. The building shall be dt-sied to meet. the Fort Worth and International Building Code loading requirements for the Fort Worth regional area. 2. Cornply itli AC,I 318, latest revision, for concrete design, 3. Building panels shall be reinforced as necessary for lifting and erection stresses, plus nonpal design loads for pariels installed in. wall and roof system. 4. Minimuni live loading requirements, 20 psf roof live load, 25 psf Mild load B. The building wall panels shall have minimum interior dimensions a-, shown on plans and shall be constructed of steel -reinforced pre-car;t concrete. C. The buildhig shall be such that the walls are cast at manufacture and deliver'ed to the project site. The walls shall be permanently attached to the Ibundafion with welded connections. D. The building exteri6r finish shall be tan cok.)r, with. light to niediurn sandblast. E. The building shall have ground pads on each comer. The panels shall have cast in place lift pofilts. PART 2 PRODUCT/ MAfERIAJ..,S 2.01 CONCRE"IT" A. Concrete used in the manufactme of the various structural components of the pre -cast con.crete building shall be ffictory batched and shall meet the following requirements: B. Portland cement shall be type I, H or M confi,)rtning to ASINC-150. C. Fine aggregate shall consist of'riatuTal sand confonning to ASTM specification C-33. D. Coarse aggregate shall consist, of 112" maximum well p gaded crushed stone conforming to ASTM,specification C-33. E. Air entrainnient achnixture shall conformi to ASTM C260. The air-entrailled contant shall be not less then 4 percent nor greater than 7 percent. F. A stiperplasticizer shall be used and shall conform to ASTNI C494 type F or G. Concrete shall be placed at a slurnp ofbetween, 5 and 8 inches. CrrY OF FORTWORTH TE.'CIINICAL SPECIFICATIONS 10-10-10 WALSH RANCI I PUMP STATION PROM.7 IROJE(Tr W2294 10 10 10 Engineered Precast Concrete Building Page 3 of 5 G. The concrete used for the structural components shall attain a minimum 28-day compressive strength of 5,000 psi. H. Panel joints will be sealed on the exterior and interior with approved polyurethane caulk. 2.02 STEEL RErNFORCING A. Welded wire fabric shall conform to AS TM A185. Reinforcing steel shall be new billet steel meeting the requirements of ASTM A615. B. All reinforcement shall be free from loose rust, oil, and contaminates which reduce bond. Any foreign material shall be removed by suitable means prior to installation. C. Provide supports for reinforcement including chairs, bolster bars, and other devices for spacing and securing reinforcing in accordance with CRSI requirements. Legs of all supports in contact C, with exposed -to -view surfaces shall be plastic coated in accordance with CRSI, class 1. PAII90101 L `'I A. Doors shall be in locations indicated on the drawinas. B. Coilina Door — a 12' wide by 10' tall overhead coiling door with manual chain actuator shall be C, C, provided. Building Manufacturer to coordinate for placement of steel curtain jambs and overhead coil. See specification 0 8 10 11, "Overhead Coiling Doors" for requirements. C. Personnel Access Door: The building shall be outfitted with a 3' wide by 8' tall, 14 gauge steel door frame with 16 gauge door. Building Manufacturer to coordinate with door vendor for Z:p 1;1 placement of door frame and hardware. See specification 08 10 10 "Hollow Metal Doors, Frames, and Hardware" for requirements. A. The electrical and instrumentation equipment, conduit, lighting, receptacles and wiring shown on the drawings shall be furnished and installed at the job site by the Contractor. Building C C manufacturer shall coordinate with Contractor for location of wall penetrations, supports and anchorages. A. The Electric heaters, fans, and louvers shall be furnished and installed by the Contractor. Building manufacturer shall coordinate with Contractor for location of wall penetrations, C� louvers, fans, supports, and anchorages. A. Building manufacturer to provide steel roof joists, roof decking, and miscellaneous structural steel angles and wall panel embeds as required to erect walls, secure roof joists to walls, and secure roof deck to joists. B. Design of the bar joist supported built up roof shall be a component of the signed and sealed shop drawings provided by the Building Manufacturer, and shall be prepared by a registered C� In 1-� engineer in the State of Texas. Roof design and loading criteria shall comply with 2009 I.B.0 code requirements. CITY OF FORT WORTH TECHNICAL SPECIFICATIONS 10-10-10 WALSH RANCH PUMP STATION PROJECT PROJECT #02294 101010 Engineered Precast Concrete Buflding Page 4 of 5 C. Roof steel joist design, fabrication, storage, handling and priming shall comply with guidelines of the Steel Joist :Institute. D. Field welding shall be performed by a qualified operator in accordance with American Welding Society (AWS) "Standard Qualification Procedure" and shall comply with the requirements of the Steel Joist Institirte for the type of joist used. E. Steel roof joists shall be shop primed and field painted in accordance with specification 09 10 10, "Painting". Touch up painting shall be performed at a required areas. F. Metal decking shall be in accordance with the guidelines from the Steel Decking institute an4 shall be galvanized steel in and listed in the Factory Mutual Approval Guide for Class I fire rated construction. Shop prime and field paint. G. Steel decking configuration, thickness, depth and width shall comply with the Steel Decking Institute's "Roof Deck Specifications". Minimum 22 gauge thickness. A. Roofing sub -contractor shall submit a current certification letter from. the specified roofing manufacturer and be selected and approved by the Building Manufacturer. Building Manufacturer shall provide copy of �ertification letter to Owner. B. Materials and roofing systenis shall be provided which have been tested, listed and labeled by LJL for the specified class or rating of the roof. C. The roof shall be an APP modified bitumen systern. with 20 year No Dollar Limit non -prorated warranty, equal to U,,S. Ply Inc. DuraFlex. 1-3BDW4S/.DW4M. The system shall be mineral surfaced torclo-down three ply APP modified bitumen system. D. Roof insulation. shall consist of 3" thickness holy-isocyanurate insulation board attached to the roof deckhag followed by layers of perlite board, base sheets, felts and m(,-.-)dified bitumen. membrane, Insulation may be tapered to provide additional slope as required, E. Roofing fasteners and pressure plates shall be corrosion resistant. F. Roof flashing shall be placed at all curbs, walls, and pipe penetrations as requi . ired by the specified roofhig manufacturer to prevent leak -age., , Roof scuppers, roof flashing, and downspouts shall be 24 gauge, pre -finished galvanized steel with Kynar 500 finish, and shall be placed as shown on the drawbigs., Domnspout joints shall be soldered. G. Coordinate with plumbing sub -contractor for roof penetrations for sewer vent piping. PART 3 EXECUTION 3.01 DELIVERY, STORAGE & HANDLING A. The building components shall be stored, delivered, and handled in such a manner as to prevent cracking, distortion, or any other- physical damage, B. The Building Manufacturer shall provide all cables and lifting hardware for use in off-loading and setting the building components. MY OF FORT WORTH TECHNTCAL SPECIFICATJONS 1040-10 WALSH RANCH MW STATION PROJFCT PROJECT #02294 10 10 10 Engineered Precast Concrete Building Page 5 of 5 MENEWERM A. The BuildinaC, Manufacturer shall warrant the assembled building for a period of two years, beginning on the date of final completion. C, B. The Roof Manufacturer shall provide a twenty year warranty of the roof against wind damage, defects, and leakage. C, END OF SECTION CITY OF FORT WORTH TECHNICAL SPECIFICATIONS 10-10-10 WALSH RANCH PUMP STATION PROJECT PROJECT 402294 10 1500 Aluminum Access Hatches and Appurtenances Page 1 of 2 SECTION 10 15 00 AND APPURTENANCES Furnish and install aluminum access hatches and ladders at locations shown on the drawings. A. Bilco, FlyeZDt, Watkins, Halliday B. Approved Equal Shop drawings shall comply with Division 1, General Requirements. Include all construction details, finishes, sizes, shapes, thickness of materials, and details of joining with other work. ZD MUGNMNMM�M 7777 alains7v CC LS 111 MaLCI Mrl I Wis or a period of two years, beginning on the date of shipment. Warranty information shall cover hatches, ladders, and ladder -up. rwlyll� ' A. Bilco Type "J" single -leaf aluminum with channel frame with opening C� ZD dimensions as shown on drawings, or equal. Hatch shall be pad lockable. B. Door shall be aluminum '/4-inch diamond pattern plated, reinforced to withstand a live load of 3 ) 00 pounds per square foot with minimal deflection. Channel frame shall be 1/4-inch aluminum with an anchor flange around perimeter. A drainage coupling shall be located in the frame. C. Construction: Fabricate cover with latching device havinc, inside and t� outside handles. Assemble hatch with heavy forged brass inside hinges, C, stainless steel pins, and automatic hold -open arm with release handle. D. All hardware to be stainless steel. CITY OF FORT WORTH 10 15 00 Walsh Ranch Pump Station Project TECHNICAL SPECIFICATIONS Project No. 02294 MIUM Aluminum Access Hatches and Appialernances Page 2 of 2 E. 1iistallation shall he in accordance with manufacnirer's instruction:. Manufacturer shall guarantee agairLst defects in material or workmanship for a lieriod of five years. 2.03 ALUMINUM LADDER Mininnim illowable ladder width shall he 16". Rung spacing shall be 12", center to center. Top rung shall be placed 12" from the top hatch elevation. Bottom rangs shall be placed a m.aximurn, of 12" firom the valve vault finished floor. Approved ladder shallbe compatible with Bilco Ladder -Up Model LU-4. 2.04 LADDER SAFETY POST The ladder safety post sly allbe Bilco Ladder -Up Model LU-4, or approved equzd,. Install on fixed ladders below access hatch covers. Ladder sul be designed with telescoping section which locks automatically When extended and extends at least I 36-inclies above the top of the hatch opening. PART 3 ® EXECLUION 3.01 IN SPEC7110N A. Verify that work of other trades wliicli affects or a4joins the work specified iinder this section has been. completed or is prepared to receive the work.specifled berem. B. Examine surface to receive hatches for fc)rei&m material. or iinevenness whichwo,uld prevent pauper installation of the work. specified herein. C. Do n.ot proceed with installatiori. witil all defects are coiTected. 3.02 INSTA11,A] 1ON' Installation shall be perfonned by an. experienced contractor in strict accordance with reviewed shop draNvings. 3.03 CIJ-"'1',ANTNG AND 1UEPLACEM13NF A. At the completion of the workl, and tbroiighmit the project warnuty, all hatches must be :flee frarn operating and other defects. B. Any defect resulting frorn the manufacture, transport, or installation must be rectified vdthout any additional cost to the Owner. ENT) OF SECTION CRTOFFORT WORM-1 10 15 00 Walsh Ranch I -lump Station. Projecl- TECHNICAL SPECIFICATIONS Pro.ject No. 02294 103000 Hydropneumatic Tank and Accessories Page I of 5 SECTION 10 30 00 This specification shall govern the furnishing of all materials, labor and equipment to fabricate, deliver, and install a 15,000 gallon hydropneumatic pressure tank and accessories, as shown on the plans and details. The tank shall be designed, constructed and stamped in accordance with the latest edition of the ASME Boiler and Pressure Vessel Code, Section VIII, Division 1. Welding procedures, welders, and welding operators shall be qualified in accordance with Section IX of the ASME Boiler and Vessel Code. Tank manufacturer shall have been in the ASME Vessel manufacturing business for a minimum of five years. protection against transient pressures. B. The hydropneumatic tank is connected to the booster pump station discharge piping for pump control. An automatic air balance control system is provided to maintain 50% air in the tank C. The tank will be equipped with necessary safety valves and other appurtenances. D. A water level probe (electrode) controls the operation of the air compressor to maintain the proper air balance. A. Wendlend B. Bulldog Steel Products C. TIGG Corporation D. Highland Tank E. RECO USA F. Approved Equal Shop drawings shall comply with Division 1, General Requirements. Include dimensioned drawings, design calculations, design and material notes and t� t� certifications, schedule of openings, weld attachment details, and protective Z:� coating system schedule. Submit copies of radiographic test reports and hydro - test. CITY OF FORT WORTH 10 1500 Walsh Ranch Pump Station Project TECHNICAL SPECIFICATIONS Project No. 02294 103000 Hydropneumadc Tarflc and Accessories Page 2 of 5 1.05 WATURAN17Y Manufacturer shall guarantee against deBects.m. material and workmanship for a period of two years, beginning on the date of sbipment. Warranty inflorination shall cover all hydropneumatic tank accessories. 2.01 HYDROPNEUMAnCTANK A.. Volume ­ Tank shall be sized to provide a minim, UM. of 15,000 gallons of capacity. Tank shall be oriented bonzontally; with dimensions of 10' diameter by 24' shell length. Tanks shall be welded steel, qylindnical in sbape, with semi -elliptical heads. B. Pressure Rating - Tank shall be rated at 125 psi design pressure. Tank shall be hydro -tested to 200 psi pressure, Working pressure shall range from 65 to 85 psi working pressure. average water temperattre varies from 50 degrees F to 90 degrees R Metal thickness shall be sized to provide .1 /16" corrosion allowance and to withstand maximum working pressures -with a four to one safety factor. the tank mianufcturer shall ftirnish two copies of Form U-I./U-IA, Manufacturer's Data Report for Stress ure'Vessels. C., Nameplate - A stainless steel ASMIE , nameplate shall be penalmiently attached to the tank.. Nwneplate shall indicate name offabricator, serial nearaber, year tank .was fabncated, nonainal diameter, nominal capacity, design pressure, inaxinnun operating pressure, and maxim. -Urn operating temperature. D. The tank shall be proNided with two (2) NEMA grounding connectiows, -with two (2) holes each. 2.02 AIRVOLUME CONTROIL A. A-n air volume control sy'slein shall be prmided consisting of an oil -less a.ir compressor, a solid state liquid level switch with a time delay relay, and a pressure svyitcb, The air compressor and controls shall be fully integrated into the unit and shall be installed on the tank centerlijae away from the tank inlet. Iliese features shall be rriowited togetlier on a common skid and installed on the top or side of the tank -with a weatherproof cover. B. Air volurne control system shall be Air.Rite Model 610EP air charging system, as manufactured b�y Whiteivater Manufacturing Company, or equal. Unit shall be equipped with a 120V motor. Provide 2" pipe nipples on the top of the tank for momiling unit and for electrode control and air inlet. In CrIT OF FORT WORTH 101500 Walsh Ranch Pump Station.Project TECITNICA1, SPECIFICATIONS 1:11roject No. 02294 103000 Hydropneumatic Tank and Accessories Page 3 of 5 addition, provide (2) 2" taps w/ isolation valves on the tank end for an 91ternate air -volume control system location. Threads shall be sufficiently sealed with Loctite and Teflon tape to prevent air leakage. C A. Provide indication oft liquid level with a sight gauge and gauge -glass C C� C� protector. Site glass shall be Conbraco site glass or approved equal — six foot length. B. Liquid -level sight gauge shall be provided with means of shutting of air and CC water discharge in the event of gauge glass breakage. Provide bronze ball valves (Apollo-70-1 00 series or approved equal) for isolation and shutoff valves. C. Liquid level gauge shall be provided with an enclosure that will protect t gauge and provide freeze protection. Enclosure will be equipped with ea access for viewing the site gauge. A. Manway: Provide one elliptical manway for inspection and cleaning, minimum size of 14" x 18" B. Cradles: Tank manufacturer shall provide two painted steel cradles for attachment to the reinforced concrete foundation. Manufacturer shall provide recommendations on anchor bolt sizing and placement. C. Lifting Lugs gs — Provide minimum of two lifting lugs for vessel unloading and placement. [P. Drain — provide one 2" threaded coupling for draining the tank. Provide C� isolation ball valve (Apollo 70-100 or approved equal). E. Air Volume Control —provide 2"'threaded coupling on top of tank alon centerline. Provide two. additional taps on the tank end for an alternate location to mount the unit. Provide ball valves for isolation purposes (Apollo 70-100 or approved equal) and bronze check valve. F. Pressure Relief — provide 2" threaded coupling for pressure relief valve. C) Provide Conbraco Series 19 (or approved equal) 2" bronze safety valve with brass trim and Teflon seat. Valve shall be set at 100 psi. G. Pressure Gauge —provide 0-100 psi pressure gauge, 4" diameter. CITY OF FORT WORTH 10 15 00 Walsh Ranch Pump Station Project TECHNICAL SPECIFICATIONS Project No. 02294 103000 flydropneurnatic Tank md.Accessories Page 4 of 5 H. Water Inlet — provide 6 ' 7' flanged connection for water inlet/outlet — tank bottom entry, Flanges shall be 150# flanges designed for compatibility with AWWA flanged gate valves. PART 3 - EXECUTION 3.01 PAINTING AND PRO"FECTIVE COATINGS A, Interiorshall be blasted to SSPC-10 standards and painted in accordance with AWWA D102, inside system #1 (two coat epoxy). All coatings shall be NS-60 certified. B. Exterior shall be blasted to SSPC-6 standard and painted in accordance with AWWA D102, outside systena, #5 or #6. All coatings shall be NSF-60 certified, C. Submit detailed painting schedule with shop &awings. Tank shall be finish coated upon arrival at the site. 3.02 INSTALLATIUN A. Installation shall be perforined by an experienced contractor in strict accordance with reviewed, shop (Irawings and manufact urer'sinstnicfionss and recommendations. Ail necessary piping, fittings, valves, concrete -foundatiows, anchor bolts, grouting, etc., shall be provided to ensure a cone fete and satisfactory installation of the tank and equipment. B. All brackets, bolts, nuts, washers, and other hardware shall be 11'.'ype 304 or 316 stainless steel unless otherwise pcm:dt1e;d by the lmgineer. C. All equipment contaiiiing niovnig parts shall be inslahed level and pltmab, unless otherwise indicated on the drawings, Equipment shall be anchored securely in order that noise and vibration. be minimized and to prevent damage during operation. D. UpQn completion of installation, the Contractor shall in the presence of the Engineer, perfonn a preliminary test of the air balance control systern, to insure the flinctioning of ail component Iyarts to the satis-faction of the Engineer. 3.03 CLEANING, DIRNFECTY)N, AND B.CTER 1LOGICAI., TEES". ING A. The tank shall be cleaned and disinfected in accordance with AV*rWA C652(fiatest revision). CITY' OF IFORT WORTH 10 15 00 Walsh Ranch Pump Station 11ro Ject TECENICAL SPECIFICA37ONS Project No. 02294 103000 Hydropneumatic Tank and Accessories Page 5 of 5 B. Coordinate with City for disinfection procedures and schedule. City will perform bacteriological testing of the tank prior to placing tank in service. C� Upon completion of the installation, furnish operation and maintenance manual, prepared specifically for this installation, including all required cutsdrawings, equipment lists, descriptions, field and acceptance testing, etc. Include instructions to maintenance personnel in the proper operation and maintenance of the equipment. 142"30194WOM CITY OF FORT WORTH 10 1500 Walsh Ranch Pump Station Project TECHNICAL SPECIFICATIONS Project No. 02294 MWZMT-�.- PART 1 GENERAL 1.01 SCOPE OF WORK A. CONTRACTOR shall procure the services of an I&C Subcontractor to furnish, install, calibrate, test, and place in operation instrumentation and control system equipment necessary to perform specified functions in accordance with the requirements of the Contract Documents. The system includes, but is not necessarily limited to, the following equipment and work: 1. Primary sensor/transducers, field instruments, sensor cables, and associated mounting hardware. 2. Local Control Panels/Terminal Panels and enclosures as shown on the Contract Drawings. Panels and enclosures are scheduled in Section 13650, Control Panels and Enclosures; and front of panel elevations are shown on the Contract Drawings. 3. Removal of existing HSQ, Inc. programmable Installation of new off -the -self programmable controller system, referred to as "Remote _ • • _.processors,• mmunications modules, radio equipment, input/output modules, interconnecting cables, converters, power supplies, enclosures, programming, and configuration as shown on the Contract Drawings and as specified herein. 4. The Owner shall retain salvage rights to all material and equipment removed in the course of this work. All materials and equipment retained by the Owner shall be delivered to a point designated by the Owner. Any material or equivalent not retained by the Owner shall be removed from the site and disposed of by the General Contractor in accordance with applicable regulations and laws. 5. The Pump Station will be monitored and controlled from the Fort Worth central SCADA office. I&C Subcontractor shall be responsible to coordinate with Owner to establish ! verify communication from the WalshRanch Booster Pump Station through the West TRWD radio tower to Fort Worth central SCADA office via the downtown Fort Worth master radio. B. Items specifically excluded from the I&C Subcontractor scope include the following: 1. Programmable Logic Controller (PLC) programming, testing of PLC logic, Human Machine Interface (HMI) graphics development, HMI software configuration, database development, report development, and startup/training activities associated with the configured portions of the PLC/HMI/ system. 'These services will be supplied by the Application Engineering System Supplier (AESS), under separate Contract. C. The Process and Instrumentation Diagrams (P&ID's) and the Specifications of this Section and the other Division 13 Sections illustrate and describe the overall instrumentation and control system functional and operational requirements. FTWH14329.03 13600-1 AUGUST 2015 WALSH RANCH BOOSTER PUMP STATION PROJECT I&C SYSTEM GENERAL REQUIREMENTS D. The CONTRACTOR shall retain ultimate responsibility under this Contract for contr7 system and equipment coordination, installation, operation and guarantee. T CONTRACTOR shall furnish and install all labor, equipment, materials, appurtenance specia4,items and services not provided by the I&C Subcontractor but required e complete and operable control systems. The control equipment covered by t I Contract Documents is intended to be new standard equipment of proven ability manufactured by reputable concerns having extensive experience in the production such equipment. The control equipment furnished shall be manufactured and install in accordance with the best practice and methods, and shall operate satisfactori when installed to meet the requirements of the Contract Documents., M E. The CONTRACTOR, I&C Subcontractor and manufacturers of the equipment sped i herein shall be required to review and satisfy all relevant requirements of ot Sections of the Contract Documents and the requirements of the Contract Drawing The CONTRACTOR, manufacturers, suppliers, fabricators and/or subcontracto furnishing and/or installing equipment, services and specialties associated with th Section shall fully coordinate their efforts to avoid potential claims that are based failure to review relevant Contract Documents, including the Contract Drawings. F. The city of Fort Worth staff shall remove two (2) Jockey Pumps, associated V panels, high and low pressure switches from service at another job site and deliver the Westside Plant. The CONTRAC70R shall be responsible for transporting the Jockey pumps, assoc�ated VFD panels, high and low pressure switches from t Westside Plant and reinstalling, at the Walsh Ranch pump station. The CONTRACT shall coordinate with the electrical contractor for installation of the VFD panel pressure switches, and wiring,, 1.02 REFERENCE STANDARDS A. General: Throughout the instrumentation specifications, the terms "system supplier" and "I&C Subcontractor" are used interchangeably. The two terms refer to the same entity. Comply with all service installation standards of the serving utility companies, 1. All equipment, components, and materials required shall be furnished by the sing�e supplier who shall assume the responsibility for adequacy and performance of all items. 2. The CONTRACTOR shall require the supplier to identify those system components which are not off -the -self components or not of his manufacture. 3. The CONTRACTOR. shall supply to the ENGINEER the I&C Subcontractor's quality assurance plan, and for components which are not off -the -self components or not of his manufacture, the component manufacturer's quality assurance plan. The plans shall include but not necessarily be limited to: method of testing, raw material criteria, methods of documentation, station control, "Burn In", the final tests, serialization coding, and packaging. B. Qualifications of I&C Subcontractor: 1 Shall be a financially sound firm having at least five years continuous experience in designing, implementing, supplying and Supporting instrumenta tion and control systems which are comparable to the instrumentation system in terms of hardware, software, cost, and complexity. FrWH14329.03 13600-2 AUGUST 2015 WALSH RANCH BOOSTFR PUMP STATION PROJECT I&C SYSTEM GENERAL REQUIREMENTS 2. Shall have in existence at the time of bid advertisement, an experienced engineering and technical staff capable of designing, implementing, supplying, and supporting the instrumentation system and handling the submittal, testing, and training requirements. 3. Shall have a thorough working knowledge of water and/or wastewater treatment processes and control philosophy in accordance with standard practices of the water and wastewater treatment industries. 4. Shall have a demonstrated record of prompt positive response to field failures. 5. Shall have a record of prompt shipments in accordance with contract obligations required for previous projects, 6. Shall have a demonstrated experience record of successful instrumentation and control system equipment installations. 7. Shall have been the I&C Subcontractor on a minimum of three potable water pump station projects, each with complexity equal to or greater than that of the Walsh Ranch Booster Pump Station. CONTRACTOR shall provide a list of qualifying installations, including the name and telephone numbers of the plant superintendent at each facility. Include lists of five installations that have been operating satisfactorily for a period of five years from the suppliers of each of the following major equipment a. Control Panels. b. Programmable Logic Controllers. c. Radio Telemetry Systems. C. I&C Subcontractor's Responsibility: 1. CONTRACTOR shall retain the I&C Subcontractor to assume the responsibilities specified below. However, execution of these specified duties by the system supplier shall not relieve the CONTRACTOR of the ultimate responsibility for the control equipment. a. Detailed design, engineering, fabrication, assembly, wiring, integration, testing, and debugging of the instrumentation and control system in accordance with the Contract Documents, the reviewed submittal drawings, and all referenced standards and codes. b. Preparation, assembly, Submission, and correction of all instrumentation and control system submittals in accordance with the Contract Documents. c. Proper integration and interfacing of the instrumentation and control system hardware, field devices, and panels including required interfacing with package control systems furnished by other equipment suppliers, with existing equipment, and with the electrical system. d. Supervision of the installation of the instrumentation and control system, instruments, panels, consoles, cabinets, wiring, and other components required. e. Calibration, testing, and startup of the instrumentation and control system. t Handling of all warranty obligations for the control system components. FTWH14329.03 1](00-3 AUGUST 2015 following organizations have generated standards that are to be used 2 guides in assuring quahty and rehability of components and systems; govern nomenclature, define parameters of configuration and construction, in addition te, specific details in this Specification and the Contract Drawings: a. ISA, Instrument Society of Automation, b. API, American Petroleum Institute., c. UL, Underwriters Laboratories. d. AMA, American Water Works Association. Nuclear Regulatory Commission. f. NEMA, National Electrical Manufacturers Association. gOSHA, Occupational Safety and Health Administration. h. ANSI, American National Standards Institute, L MIL, Military Standards. j. NFPA, National Fire Protection Association. k. SAM, Scientific Apparatus Manufacturers Association. 1. IEEE, Institute of Electrical and Electronic Engineers., m. NEC, National Electrical Code. n. FM, Factory Mutual. A. CONTRACTOR. shall be responsible for scheduling and coordinating the system installation with regard to all other work on the site and in accordance with the provisions of the Division I General Requirements. Said coordination shall be documented on the project schedule. B. Schedule the mandatory coordination meetings as described herein, Routine progress and coordination meetings will be scheduled by the ENGINEER. CONTRACTOR shall be required to provide the services of a representative of the I&C Subcontractor to attend a minimurn of three (3) meetings. C. The meetings shall be held at the Ownees designated location and shall inclu attendance by the Owner, the Engineer, the Contractor, and the AESS Proje Engineer, if applicable, Other Division 13 specifications may require addition meetings, Prepare and distribute an agenda for this meeting a minimum of one we before the scheduled meeting date. Meeting shall be scheduled a minimum of o week before the requested meeting date. I 1. A project kickoff coordination meeting shall be held within two weeks after submitting the Project Plan. The purpose of the meeting shall be to discuss the IC Subcontractor's Project Plan, to summarize the IC Subcontractor's., understanding of the project; discuss any proposed substitutions or alternatives; schedule testing and delivery deadline dates;provide a forum to coordinate hardware and software related issues; and request any additional information required from the Owner. The meeting will last up to one business day, 2. A submittal review coordination meeting shall be held after the Hardware, Panel Drawing, and Loop Drawing Submittal package has been reviewed by the Engineer and returned to the IC Subcontractor. The purpose of this meeting FTW1114329,03 13600-4 AUGUST 2015 WALSH RANCH BOOSTER PUMP STATION PROJEcr I&CSYSTEM GENERAL REQUIREMENTS shall be to review comments made on the submittal package; to refine schedulea deadline dates; coordinate equipment installation activities; and provide a forum for any further required coordination between the I&C Subcontractor and AESS. The meeting will last up to one business day. 3. A startup planning coordination meeting scheduled 30 to 120 days prior to startup. The purpose of this meeting shall be to provide an initial forum for startup coordination between the I&C Subcontractor, Electrical Subcontractor, General Contractor and AESS. The meeting will last up to one-half business day. D. Regular on -site meetings when the I&C Subcontractor staff isatthe plant site. E. Representatives at the meetings shall have the competence and authority to make any and all necessary decisions. Decisions and statements made at the meetings shall commit the CONTRACTOR and system supplier to agreed procedures and schedules. 1.04 I&C SUBCONTRACTOR PROJECT PERSONNEL A. The I&CSubcontractor shall provide the following project p8rSonn8!: 1. Project Manager: a. The project manager shall coordinate and schedule all work and assure that the project schedule ismet. b. The project manager shall act as the liaison with CONTRACTOR for the installation of the instrumentation and control system equipment and shall assist in all matters required for proper coordination and interfacing of the equipment and processes. 2. Field Engineer: e. The field engineer shall have the responsibilities esfollows: (i) Provide advice and technical consultation relative to installation techniques and procedures for equipment furnished. /ii\ Provide installed system checkout, calibration, adjustment, and start up including tuning ofevery control loop. /iii\ Provide maintenance services during the field test as specified in Section 13602, Instrumentation and Control System Start -Up, Commissioning, and Field Testing. (iv) Have involvement in the onsite system training of plant personnel. /v\ Provide resolution of control problems encountered during initial startup and testing of all instrumentation and control equipment. b. The field engineer shall have a minimum of five years of experience in systems engineering and start up and shall have a thorough working knowledge of the hardware supplied for the instrumentation and control system. A. Pre -Submittal Conference: 1. CONTRACTOR shall arrange and conduct e pre submittal conference on the control system within 14 days after the Notice to Proceed. pTW*1+329.03 13600-5 »&GusTaozs wxLSaRANCH BOOSTER PUMP STATION PROJECT z&cSYSTEM GENERAL REQUIREMENTS B. Shop Drawings: 1. General: a. Make shop draw,ing submittals in accordance with the requirements of the Contract Documents. b. Preparation of shop drawings shall not commence until after the pre submittal conference specified below, c. Manufacture of the instrumentation and control system shall not commence until related submittals have been approved by ENGINEER. d� Shop drawings shall be submitted by specification section number, as generally outlined in Paragraph 1.5A3, Submittal Requirements, listed below. e. Review of shop drawings by ENGINEER will bfor conformance with Contract Documents and Wth regard to functions specified to be provided. FT'WH14329.03 13600-6 AUGUST 2015 WALSFi RANCH BOOS-M.R PUMP STATION PROJEK7 I&C SY5FM GENERAL REQUIREMENTS f. All shop drawings and diagrams shall be developed using AutoCAD Release 14. Hard copies shall be submitted for review. Record Drawings and Final O&M Manuals shall include all AutoCAD Drawing Files as well as the hard copies of the drawings and diagrams. C. Submittal Requirements: 1. Product information for all sensors/transducers and field instruments. Include the a. Manufacturer's product name, standard catalog product data and complete model number. b. Instrument tag number from Contract Documents. c. 3 Description of construction features, including housing material and NEMA rating. d. Performance and operation data. e. Dimensioned installation and mounting details, instructions, and recommendations that are speciUctothis project. t Identification of all wiring interconnections and points of connection. g. Service requirements. h. Calibration information. i. Alist ofranges and setpointsthat includes each device. j. Any instrument not listing a range in Division 13 shall be coordinated during the submittal review process. Ranges that are specified, may be changed due to the actual tank sizes, flow and pressure of equipment provided. This wU/be atnoextra cost during the submittal review and approval process. k. Programmable Controller System Information: (i) System Description: (a) Detailed block diagram showing system hardware configuration and identifying manufacturers and model numbers of system components. (b) Software language and organization. /cl Format, protocol, and procedures for remote communications and local communications with input/output modules and peripheral devices. (d) On-line and off-line capabilities for programming, system utilities, and diagnostics. [e) Input/output point listing with B[) module cross reference identification, card rack, slot and terminal point references. (f) List oƒspare parts and test equipment. i. Equipment Hardware: /)l Manufacturer's standard catalog product data for all system components, including the radio equipment. (//) Layout drawings showing front, rear, end, and plan views to scale of all processing equipment, I/{) components, power supplies, and peripheral devices. (iii) Construction details, features, and procedures. prWn1*329.03 13600-7 xusuSrzoz5 wmLs*RANCH BOOSTER PUMP STATION PROJECT z&CSYSTEM GENERAL REQUIREMENTS (1v) Interconnection diagrams including termination details, cable identification lists, and cable lengths. (v) Plans showing equiprnent layout in control panels., Cvi) Installation requirements, instructions, and/or recommendations, m. Software Description: (i) Standard technical documentation covering all aspects of thit prograrnmaHe controller software functions and capabilities, including instruction set description and programming procedures related to control, monitoring, logging, and alarming functions. (H) Docurnentatiori describing memory type, size and structure and listing 1/0 and Data Table memory and size of memory available for programs, (M) Existing Control System Modifications: (1v) Documentation covering all aspects of the modifications to the control software functions, including database entry, graphic screens and control strategy development related to control, displays, monitoring, logging, and alarming functions of the pump station provided under this contract. n. Panels, Consoles and Cabinets Information: (1) Layout Drawings, include the following: (ii) Front, rear, end and plan views to scale. (111) Dlmensional information. (1v) Tag number and functional name of components mounted in and on panel, console, or cabinet. (v) Product information on all panel components. Include information as specified above for the field sensors/transducers and instruments. (vi) Nameplate location and lergend including text, letter size, and colors to be used. (vii) Location of anchoring connections and holes, (viii) Location of external wiring and/or piping connections. (ix) Mounting and installation details. (x) Subpanel layouts and mounting details for all items located inside control panels. o. Panel schematic and internal point-to-point Wring and/or piping diagrams, include the following: (I) Name of panel, console, or cabinet. (1l) Wiring sizes, types, and nurnbers. (M) Piping sizes, types, and numbers. (1v) Terminal strip and post numbers for all interconnections, (v) Color coding. (vi) Functional name and manufacturer's designation for components to which wiring and piping are connected. (a) Electrical wiring diagrams in accordance with NFPA 79 standards, No "typical"' wiring diagrams will be acceptable and FrWH14329.03 13600-8 AUGUST 2015 WALSH RANCH BOOSTER PUMP �.,' 7ATION FIROJECT I&C SYSTEM GENERAL REQUIREMENTS no tables or charts to describe wire numbers will be acceptable. All wires shall be labeled and shown on the submittal drawings. Diagrams shall include all interconnections between field devices, panels, control stations and motor controllers. (b) Plan Showing equipment layout in each area. (c) Stock lists or Bill of Materials for each panel including tag number, functional name, manufacturer's name, manufacturer's model number, and quantity for all components mounted in or on the panel or enclosure. (d) Heat gainiloss calculations for each panel or enclosure to verify that there is sufficient dissipation of generated heat to maintain interior panel temperatures within the maximum and minimum operating temperature of all panel components with ambient temperatures as specified in Paragraph 1.7.D of this Section. (e) Instrument loop diagrams. for all analog display and control loops prepared using ISA standard symbols in accordance with ISA standard S5.4, include the following: (1) Functional name of loop. (2) ISA tag numbers as shown in the Specifications and on the Contract Drawings. (3) Functional name and manufacturer's name and model, product or catalog number for each item in the loop. (4) Location of each item. (5) Signal type and calibrated range, scale, or setpoint for each item. (6) Transmitter output drive and receiver input impedance. Show total loop impedance and reserve. (7) Identification of loop and instrument energy sources. (8) Identification of all interconnections. Include wire numbers, sizes and types, cable numbers, conduit numbers, intermediate junction box identification and location, terminal numbers, and grounding (f) All drawings, diagrams, loop sheets, etc., shall be developed using AutoCAD Release 14. Hard copies shall be submitted on sheets of paper with a MINIMUM dimension of 11" x 17" and with a MINIMUM text height of .05". AutoCAD Drawing files shall be provided with the Record Drawings and Final O&M D. Control System Operation and Maintenance Manuals: 1. Furnish O&M Manuals for the instrumentation and control System in accordance with the requirements of the contract documents, Operation and Maintenance Data; and the supplemental requirements below: 2. The O&M Manuals shall include the following: FTlw*1*32903 13500-9 AusuSrzU1s f. The O&M Manuals shall be printed on heavy, first quality paper. Large manuals shall be submitted in three ring binders with a table of contents and index tabs to identify the various devices. ne table of contents shall reference the applicable Specification Section(s) for each item and shall be included in each volume of multi -Volume manuals. Comply with the rpquirernents of Operation and Maintenance Data. E. Record Drawings and Documentation.- 1. CONTRACTOR and system supplier shall revise all system shop drawings and submittals to reflect as -built conditions in accordance with the requirements of Record Documents; and the Contract, Documents and the supplemental requirements below. 2. Three copies of all revised shop drawings and documentation (including the AutoCAD Drawing Files) shall be submitted to the ENGINEER to replace out -dated drawings and documentation contained in the System O&M Manuals, Half-size FTWH14329,,03 13600-10 AUGUST 2015 WALSH RANCH BOOSTER PUMP STX'FTON PROJECT T&C SYSTEM ENE II.. REQUIREMENTS black line sets shall be provided for all drawings larger than 11x17. Speci instructions for out -dated drawing removal and replacement shall be provid with the record drawing submittal. I 3. Full-size black line prints of wiring diagrams applicable to each control panel shall be placed inside a clear plastic envelope and stored in a suitable print pocket of container inside each control panel. Reports: 1. Seven (7) copies of the following reports shall be submitted to the ENGINEER: a. Installation Inspection, Field Calibration, and Field Testing Reports as specified in Section 13602. Instrumentation and Control System StarUp, Commissioning, and Field Training. A. Contractor shall make all arrangement for transportation, delivery and storage of the equipment and materials in accordance with the requirement of the Contract Documents, requirements of the system supplier, and requirements of equipment B. Instrumentation and control system equipment shall be packaged at the factory prior to shipment to protect each item from damage during shipment and storage. Containers shall be protected against impact, abrasion, corrosion, discoloration and/or other damages. Clearly label contents of each container and provide information on the required storage conditions necessary for the equipment. Keep OWNER and ENGINEER informed of equipment delivery. All equipment shall be handled and stored in accordance with manufacturer"i; instructions and relevant organization standards. Equipment shall be protected from weather, moisture and other conditions which could cause damage. Items which require a controlled environment for storage such as panels and microprocessor units shall be stored in a climate controlled warehouse or facility. System supplier shall notify CONTRACTOR in writing with copies to OWNER and ENGINEER of the storage requirements and recommendations for the equipment prior to Shipment. A. Power Supplies: 1. All electrically equipment and devices shall besuitable for operation on 115 Volt (p|us/minus1O96), OD Hz power. If a different voltage or closer regulation are required, a suitable regulator ortransformer shall be provided. 2. Appropriate power supplies and surge protection as specified in Section 13650, Control Panels and Enclosures, shall be furnished by CONTRACTOR, for all two wire transmitters. Power supplies shall be mounted in control panels or enclosures. 3. Design all power supplies fora minimum of 130% of the maximum simultaneous current draw. pTw*14329.03 13600-11 Au5usTzuzs WALS:RANCH BOOSTER PUMP STATION pxozecT I&cSYSTEM GENERAL REQUIREMENTS 1. The control systern shall be designed to use 4 to 20 mA do analog signals, unless otherwise specified. I Signal converters and repeaters shall be provided where indicated and/or where required. Power supplies shall be sized adequately for signal converter and repeater loads. 3. Signals shall be isolated from ground. 4. Signa�s shall not have a transient dc voltage exceeding 300 volts over one millisecond nor a dc component over 300 volts. 5. The system will be used in a water treatment plant type environment where there can be high energy AC fields, DC control pulses�, and vary,ing ground potentials between the sensors/t�ransducers and the system components. The system design shall be adequate to provide proper protection against interferences from all such possible situations. C. Miscellaneous: 1. All instrumentation and control systern components shall be heavy duty types, designed for continuous service in a municipal to or wastewater treatment plant environment. 'The system is to contain products of a single manufacturer, when possible, and to consist of equipment models which are currently in production. 2. All instrumentation and control system components shall be designed to automatically return to accurate measurement within 60 seconds upon restoration of power after a power failure or when transferred to standby power supply. 3. Surge protection shall be provided for all power supphies, field instruments, and all other control systern components to prctect. against damage by electrical surges, 4All field mounted instruments and system components shall be designed for installation in humid and slightly corrosive service conditions. All field mounted instrument enclosu res, Junction boxes, and appurtenances shall conform to NEMA 4X requirements unless otherwise specified. 5. All relays with interconnections to field devices shall be wired through terrninal blocks. Relay base terminals are not an acceptable alternate. 6. All panel mounted instruments, switches, and other devices shall be selected and arranged to present an organized and coordinated appearance. All front of panel mounted devices shall be of the same manufacturer and model line. 7All components furnished including field and rear of panel instruments shall be tagged with the item number and nomenclature indicated on the Contract, Documents and/or approved Shop Drawings. 8. Ranges and scales specified herein shall be coordinated to suit equipment actually furnished. 9. Field mounted devices shall be treated with an anti -fungus spray. 10. Field mounted devices shall be protected from exposure to freezing temperatures and overheating due to prolonged exposure to high ambient temperatures and direct sunlight. 11. All field instruments and wiring shall be tagged and labeCed as described in Section 13650, Control Panels and Enclosures, FTWFi14329M 13600-12 AUGUST 2015 WAi,S?-,i RANCH BOOSTER PUMP STA71ION PROJECr MC SYSTEM GENEM. REQUIREMENTS "O"I'S$ D. Environmental Conditions: The control system shall be designed and constructed for continuous operation under the following temperature and humidity conditions: a. Indoor locations for control panels and instruments: (i) Ambient Temperature: OF to 110F. (ii) Relative Humidity: 98 percent maximum. b. Outdoor locations for instruments: (i) Ambient Temperature: OF to 120F. (ii) Relative Humidity: 100% maximum System Designs: 1. Range, scale, and setpoint values specified in other Division 13 Sections are for initial setting and configuration. Modifications to these values may be required based on actual equipment furnished and as necessary to implement proper and stable process action which are determined as systems are placed in operation. These modifications shall be done by the CONTRACTOR at no additional cost to the OWNER. 2. For any items where ranges, scales, and setpoints may not have been specified, CONTRACTOR shall submit a recommendation to the ENGINEER for review and addressed during the submittal review process. Failsafe Type Circuitry: 1. The control logic circuitry for all personnel safety, all equipment protection, and all alarms shall be designed and constructed to employ failsafe type circuits. Failsafe circuitry begins at the field device and continues through to the final alarm point, including all hardware and software portions. Failsafe circuitry requires the "opening" of normally closed contacts and the de -energizing of control relays when an abnormal condition occurs. 2. The CONTRACTOR shall be responsible for the coordination between all subcontractors, including vendor supplied systems, to ensure the failsafe principle is used. ++END OF SECTION++ FTWH14329.03 13600-13 AUGUST 2015 WALSH RANCH BOOSTER PUMP STATION PROJECT I&C SYSTEM GENERAL REQUIREMENTS w w FTWH14329.03 13600-14 AUGUST 2015 WALSH RANCH BOOSTER PUMP STATION PROJECT I SYSTEM GENERAL REQUIREMENTS 0 . I � I &11: 11111HJ�_ U I �11;: :� 1111 E' PART GENERAL 1.01 REQUIREMENTS AND RESPONSIBILITIES A. CONTRACTOR shall be responsible for providing all labor, materials, equipment, aT4 dentals necessary to perform and coordinate the syst em check-out and start-up, commissioning, and field testing of the instrumentation and control system. CONTRACTOR shall retain the services of the I&C Subcontractor to supervise and/cy perform the requirements of this section. As part of these services, the I&C Subcontractor shall include for those equipment items not manufactured by him the services of an authorized manufacturer's representative to check the equipment instal- lation and place the equipment in operation. The manufacturer's representative shall be thoroughly knowledgeable about the installation, operation, and maintenance of the equipment. A. CONTRACTOR and/or the instrumentation and control system supplier, and other instrument suppliers as applicable, shall perform the following: 1. Check and approve the installation of all instrumentation and control components and all cable and wiring connections between the various system components prior to placing the various processes and equipment into operation. 2. Conduct a complete system checkout and adjustment, including calibration of all instruments, tuning of control loops, checking operation functions, and testing of final control actions. All problems encountered shall be promptly corrected to prevent any delays in start-up of the various unit processes. B. CONTRACTOR shall provide all test equipment necessary to perform the testing during system checkout and start-up. C. CONTRACTOR and/or system supplier shall be ' responsible for initial operation of the instrumentation and control system and shall make any required changes, adjustment or replacements for operation, monitoring, and control of the various processes and equipment necessary to perform the functions intended. FTWH14329.03 13602- 1 AUGUST 2015 WALSH RANCH BOOSTER PUMP STATION PROJECT I&C START UP, COMMISSIONING AND FIELD TESTING D. CONTRACTOR shall furnish to the ENGINEER certified calibration reports for field instruments and devices specified in Section 13620 as soon as calibration is completed. 1. Receipt of any calibration certificate shall in no way imply acceptance of any work or instrument. 2. The calibration certificate forms shall be prepared and furnished by CONTRACTOR and shall contain the information shown on the sample calibration certificate included at the end of this section. All calibration data pertinent to the individual instruments shall be provided on the calibration certificates. I Each calibration certificate shall be signed and dated by an authorized representative of CONTRACTOR. Three copies of each completed cercate shall be submitted to ENGINEER. E. CONTRACTOR shall furnish to ENGINEER two copies of an installation inspection report certifying that all equipment has been installed correctly and is operating properly. The report shall be signed by authorized representatives of both CONTRACTOR and the system supplier. 1.03 COMMISSIONING A. Following the instrumentation and control system checkout and start-up, CONTRACTOR, under the supervision of the system supplier, shall perform a complete system test in the presence of the ENGINEER to verify that all equipment and software is operating properly as a fully integrated system, and that the intended monitoring and control functions are fully implemented and operational, 1. Commr ssioning can only begin when all instruments and control panels are installed, wired and previously tested by the CONTRACTOR, in accordance with Paragraph 1.02 of this section. 2® All spare parts must be on site and accepted prior to Commissioning. 3. CONTRACTOR shall submit to the ENGINEER a schedule for Commissioning, including a proposed start date, at least three weeks in advance. B. Commissioning shall include, as a minimum, the following checks: 1. All wiring shall be checked at each termination point for correct wire size, type, color, termination and wire number. 21. All instruments and devices shall be checked to verify compliance with the specifications and approved shop drawings. The calibration of analog devices shall- be verified including the zero and span® 3. Analog wiring shall be checked for correct polarity and ground continuity at each termination point in the loop, 4. All analog loops shall be verifled at each terrnination point at 0%, 25%, 50%, 75%, and 100% signal levels. C. CONTRACTOR shall provide the following documentation for use during the Commissioning effort. 1. Complete panel schematic and internal point-to-point wiring interconnect drawings. FrWH14329.03 13600-2 AUGUS7 2015 WALSH PANCH B005-MR PUMP STMON PROJECT I SYSTEM GENERM REQUIREMENTS 2. Complete electrical control schematics in accordance with JIC standards. 3. Complete panel layout drawings. 4. Complete field wiring diagrams. 5. Complete instrument loop diagrams. 0. Completed Calibration Certificates for a// field and pane/ devices that require adjustment orcalibration. 7. CONTRACTOR shall provide one set of Commissioning documentation for the OVVNER's personnel, One set for the ENGINEER's use, One set for field use, and the required number ofsets for the Contractor's use. 8. The drawings corrected and modified during Commissioning shall form the basis for the "As -Built" record drawing requirement. D. All RTU hardware and software shall be thoroughly tested to verify proper operation as an integrated system. System testing shall include, as a minimum, the following: 1. All digital inputs shall be activated at the field element to verify proper response to the status change on graphic displays, reports, and in automatic control 2. All analog inputs shall be tested at the field transmitter over a full range to verify proper response on graphic displays, reports, and in automatic control algorithms. 3. All digital and analog outputs shall be forced to verify proper control operation. 4. Communications, including RTU data highway, computer local area network, RTU remote 1/0, and serial communications shall be tested between all components, including existing equipment. 5. Alarm displays and printing shall be tested for all analog and digital alarm points. 6. All automatic control algorithms shall be completely tested over various ranges and input conditions to verify proper operation. Graphic displays shall be observed to verify proper response to automatic control operations. 7. All historical data collection, trending, computation, totalization and reporting functions shall be checked and tested to confirm proper operation and accuracy of the data. E. Any, defects or problems found during the Commissioning effort or field test shall be corrected by the CONTRACTOR and then retested to demonstrate proper operation. F. Following testing and demonstration of all system functions, the Instrumentation and Control System including field sensors/transducers and instruments shall be running and fully operational for a continuous 48 hour period. The Field Test specified below shall not begin until the Continuous 48 hour proving run has been successfully' completed and OWNER and ENGINEER agree that the Field Test can begin. 104 FIELD TEST A. The Field Test shall begin following completion of System Check-out and Start-up, Commissioning, and the 48 hour proving run as specified above and shall continue until a time frame has been achieved wherein the system (both hardware and software) availability meets or exceeds 99,7 percent for 60 consecutive days and no system failures have occurred which result in starting the Field Test over again. rrwx1+32eo3 13600'3 AususT2nzs *wB* m«mcn BOOSTER PUMP STATION pmmccT I&Cs,sTsM GENERAL REQUIREMENTS During the Field Test the system shall be available to plant operating personnel for use in normal operation of the plant. B. F ' or the purpose of the Operational Availability Demonstration, the system will be defined as consisting of the following systems and cornponents: 1® Local Control Panels. 2. RTU communications system and existing computer monitoring equipment at the central station (Westside Purrip'Station). 3. All RTU system components including processors, communications modules, and 1/0 modules. 4. Primary Sensors/Transducers and Field Instruments. 5. Analytical Instruments. C. The conditions listed below shall constitute system failures which are considered critical to the operability and maintainability of the system. The Operational Availability Demonstration shall be terminated if one or more of these conditions occur. Following correction of the problem, a new 60 consecutive day Field Test shall beg�n. 1. Failure to repair a hardware or software proNem within 120 consecutive hours from the time of notification of a system failure. 1 Recurrent type hardware or software problems, if the same type of problem occurs three times'or more. 3. Software problem causing a RTU processor to halt execution. D� The following conditions shall constitute a system failure in determining the system availability based on the equation sped -fled in Paragraph E below: 1. Loss of communications with devices on the local area network. 2. Failure of one or more input/output components,. 3. Failures of any type affecting ten or more input/output points simultaneously. 4. Failure of any type affecting one or more regulatory control loops or sequential control algorithms thereby causing a loss of the automatic control of the process variable or process sequence operation. 5. Failure of a RTU or computer power supply. 6. Failure, of two or more primary , sensors/transducers, field instruments, or anafyzer.s simultaneously., E. The system availability shall be calculated based on the following equation: A = MTBF / (MTBF+MTTR) x 10011/6 where: A ® system availability in percent MTBF = average time interval between consecutive system failures MTTR = average time required to repair system failures FTWH14329a03 13600-4 AUGUST 2015 WASH RANCH BOOSTER PUMP STATION PROJECr I&C SYSn-M GENERAL REQUIREMENTS F. Time between failures shall be the period between the time that a reported system failure has been corrected and the time of subsequent notification of the CONTRA& TOR that another system failure has occurred in terms of operating hours. G. Time to repair shall be the period between the time that the CONTRACTOR is notified of a system failure and the time that the system has been restored to proper operation in terms of hours, minus an allowance for the following dead times which shall not be counted as part of the time to repair period. 1. Actual travel time for service personnel to get to the plant site up to a maximum of 6 hours from the time the CONTRACTOR is notified of a system failure. 2. Time for receipt of spare parts to the project site once requested up to a maximum of 24 hours. H. Completion of a 60 consecutive day period without any restarts of the Field Test and with a system availability in excess of 99.7 percent will constitute acceptance of the Instrumentation and Control System by the OWNER. I. All parts and maintenance materials required to repair the system prior to compJetion of the FIELD TEST shall be supplied by the CONTRACTOR at no additional cost to the OWNER. If parts are obtained from the required plant spare parts inventory, they shall be replaced to provide a full complement of parts as specified. An instrumentation and control system Malfunction/Repair Reporting Form shall be completed by the plant personnel and/or ENGINEER to document failures, to record CONTRACTOR notification, arrival and repair times and CONTRACTOR repair actions. Format of the form shall be developed and agreed upon prior to the start of the Field Test. � a 011 OX41 2614 as K0 0 �. FTWH14329.03 13600-5 AUGUST 2015 WALSH RANCH BOOSTER PUMP STATION PR03ECT I&C SYSTEM GENERAL REQUIREMENTS Tag Number/Loop Nurnber: Loop Description: Instrument Location: Manufacturer: Model Number: Adjustable Range: Calibrated Range: Remarks: Installation Per Manufacturers Requirements? Yes No Installation Per Contract Documents? Yes No If "No", explain: wwmI� •� Input (Units) Output (Units) Accuracy I Switch Test: Switch Point Switch Point Setting Deadband Upscale Downscale 0 I hereby certify that the above information is correct and accurate, to the best of my knowledge, and that the instrument indicated above has been supplied, installed, calibrated, and tested in accordance witl"i ttie manufacturer's recommendabons and the Contract Documents, unless otherwise noted, Receipt of this Calibration Certification shall in no way imply acceptance of any work or instrument supplied as a part of tl"iis Contract. CONTRACTOR's Signature: Q ate...... ---- WAD SH RANCH BOOSTER PUMP STATION PROJECT" I&C SYSTEM GENERAL REQUIREMENTS PART 1 GENERAL 1.01 RESPONSIBILITIES AND REQUIREMENTS sectionA. This describes - functional requirementsof all instrumentation,control, monitoring - r processes. This s- r . also describe •rk related to th,.- control systems such .demolition of existing equipment,r equipment,and installation of wire and conduit related to the control B. The following system descriptions are provided assist the CONTRACTOR in assembling necessary sensors,control r or devices and telemetry to provide a complete andrr^.r - -r- r r - by ♦ means itemscomplete. Therefore, if it is found during the course of the contract that individual of equipment,by - of characteristics peculiar to their design,require sensors, devices or connectionsnot r• noted in thesedocuments,thesefeatures shall ■- provided • additional r o the OWNER. C. z functional description cr - r instrumentation and control systems is provided checkoutorder to give the CONTRACTOR an understanding of the system function and to aid in the of - installation. The CONTRACTOR shall notuse the functional description as a basis for providing a system having equipment of lesser quality or fewer component parts than specified herein or • on - Contract Drawings. CONTRACTOR shall not- that the functional description attemr • set forth complete system. D. The CONTRACTOR shall retain ultimate responsibility under this Contract for system control d equipment coordination,operation r guarantee, and the specialtyCONTRACTOR shall furnish and install all labor, equipment, materials, appurtenances, - and services notprovided by :C Subcontractor but -r ^r for complete and operable control systems.The control equipment cr -r by specification - r^r to be standard equipment of proven ability as manufactured by -ru .r ■ extensive experience the production of equipment.The control equipment ^r shall be manufactured and installed in accordance best s.ctice anr methods,and shall operate satisfactorily installed as shownand specified in the Contract Documents. E. The CONTRACTOR, . r r r d manufacturers of - equipment sr- -r herein shall be required to review and satisfy all relevantrequirements of other sectionsof - Contract Documents and the requirements of - Contract Drawings. The CONTRACTOR, -suppliers,rs and/or subcontractors furnishing and/or g equipment, r specialties associated with this FTWH14329.03 13605-1 AUGUST 2015 WALSH RANCH BOOSTER PUMP STATION PROJECT I&C SYSTEM GENERAL REQUIREMENTS A.. Related work specified elsewhere that shall apply to all equipment, materials, labor and services furnished under this Section shall include, but not be limited to, the following: 1. Division 13, Special Construction: a. Section 13600, Instrumentation and Control System General Requirements,, b. Section 13610, Programmable Controlier System. c. Section 13620, Primary Sensors and field Instruments. d. Section 13650, Control Panels and Enclosures,. A. General'. The system shall provide all of the functions described hereinafter for each loop. Major equipment items are identified in each loop. However, the CONTRACTOR shall provide all items of equipment, whether indicated, specified or not, that are necessary to effect the required loop performance at no additional cost to the OWNER. If a, is not described or shown in the Contract Documents but is required to make the control loop function as specified, the CONTRACTOR shall provide that component at no additional cost to the OWNER. Display and control loops are shown in process and instrumentation diagrams (P&ID) form in accordance with the Instrument Society of Arnerica (ISA) standard S5.1 except as modified by the contract documents. , B. Pie LOOP specifies the functional performance of the named piece of equipment arTd includes an abstract of the funcdons of any interlocks to •be provided, The pred I se definition of the interlock function is described in the Loop Description. The elementary diagrams prepared: by the CONTRACTORI'S I&C Subcontractor shall show the interlock and identify the assoc�ated equipment, Co Tag Numbers. A shorthand notation has been used on the P&IDs and in the loop descriptions to identify process areas, loops, and components. Areas of System as defined in these Contract Documents, have been assigned loop numbers as foRows, Consider the following example- Example- Tag number: HS-201A (HOA) NOTATION EXPLANATION HS ISA designation - HAND SWITCH 201 Loop number of Area or System A Suffix designating individual unit of multiple units in same Loop series (Hand Switch A, in this case) (HOA) Function Identifier ® HAND -OFF -AUTO selector switch D. Discrepancy: If a discrepancy its between the written loop specifications and the components shown on 'the diagrams of the P&JD Drawings, the written loop FrWl--n4329.03 13605-2 AUGUST 2015 WAL-cd-i RANCH BOOSTER PUMP SSTATTOIN PRO)ECT 1&C,5Y,5n--M GENERAL REQUIREMENTS specification takes precedence. However, if a component is shown on the P&ID Drawings and is not referenced in the written loop specification, but is required to provide proper operation of the system, the CONTRACTOR shall provide such components without additional costs. And conversely, if a component is described in the written loop specification and is not shown on the P&ID Drawings, but is required to provide proper operation of the system, the CONTRACTOR shall provide such components without additional costs. The CONTRACTOR shall immediately notify the ENGINEER of any such discrepancies. E. Set Points (Trip Point): A particular nomenclature has been used to define the actior of discrete devices about their set points. When RISING isspecified with a set point, it means that the contacts actuate for all process variable values above that point. Conversely, when FALLING is specified, it means that the contacts actuate for all process variable values below that point. F. All set points (trip points) noted in the loop specifications are for reference only, a shall be field adjusted during testing and start-up. All set points (trip points) shall set utilizing procedures as recommended by the manufacturer of the equipment bei monitored and shall be field verified for proper system operation. G . Signal Compatibility. Discrete signals from or to systems and components n provided under this Division shall be dry contact signals rated for 10 amps at 1 volts. Dry contacts for switching 4-20 mA shall be rated 2 Amp. and be gold or go flashed. The CONTRACTOR shall coordinate the discrete signal requirements with t I&C Subcontractor and the suppliers of the equipment providing the dry conta signals to ensure system and signal compatibility. A. The following paragraphs describe the basic functionality of the instrumentation a control system for the Walsh Ranch Booster Pump Station and its interface to t existing SCADA control room. The SCADA control room, hereby referred to as "MC for convenience in the remainder of this specification, is comprised of an existing HS 0 3 radio based supervisory -control -and —data-acquisition system with a person I computer based operator interface system. The AESS shall be responsible, und•r. separate contract, to program/configure the MCS to meet the requirements of t Contract Documents as substantially described herein and as shown on the Drawings. 1. LOOP 1050 — VALVE VAULT MOTORIZE VALVE a. There is a local HAND -OFF -REMOTE (H-O-R) switch on the valve operator. In the HAND position the valve is controlled locally by the pushbuttons. In thLz- OFF position the valve is off. In the Remote position the HMI and local RTU shall control the valve. A percent open signal shall be sent to the RTU and the valve will open to that setting. A valve position feedback signal will be sent to the local RTU and HMI for display. FTWH14329.03 13605-3 AUGUST 2015 WALSH RANCH BOOSTER PUMP STATION PROJECT I&C SYSTEM GENERAL REQUIREMENTS ziThe Ground Storage Tank level shall be rneasured by a pressure transmitter located in a tap at the base of the tank. The level shall be displayed at the RTU and at the HMI. High and low level alarm siletpoints shall be entered at the HMI. High and low level alarms shall be generated at the HMI to alert the operator of a problemi. A historical trend shall be displayed on the HMI to provide the operator with historical data. a. The Stand Pipe Tank level shall be measured by a pressure transmitter located in a tap at the base of the tank. The level shall be displayed at the RTU and at the HMI. High and low level alarms shall be generated at the HMI to alert the operator of a problem. A historical trend shall be displayed on the HMI to provide the operator with historical data. a. The Valve Vault High Water Level shall be measured by a float switch to provide a high level alarm. This s�gnal, when in the alarm condition, will latch and notify the operator at the HMI of a fault condition, This signal will remain active until the operator takes action and resets the alarm at the HMI. a. An intrusion alarm shall be provided on the Ground Storage Tank Hatch #1. This signal when in the alarm condition will latch and notify the operator at the HMI of and intrusion. This signal will remain active until the operator takes action and resets the alarm at the HMI. b. An intrusion alarm shall be provided on the Ground Storage Tank Hatch #2. This signal when in the alarm condition will latch and notify the. operator at the HMI of and intrusion. Thils signal will remain active until the operator takes action and resets the alarm at the HMI. c. An intrusion alarm shall be provided on the Electric Valve Vault Hatch. This signal when in the alarm condition will latch and notify the operator at the HMI of and intrusion. This signal will remain active until the operator takes action and resets the alarm at the HMI. 6LOOP 3100 7- CL2 RESIDUAL a. Tl,-ie total chlorine residual shall be measured and a 4-20 mA linear sign proportional to cNorine residUal shall be sent to the RTU. The chlori residual shall be averaged and stored in current milnute, hour, day, mon and previous minute, hour, day, month numbers. The values shall be sent the HMI on a periodic scan and stored for use by the system -for display a r reporting. This data will be saved and backed up on an independent medil on a monthly basis. A historical trend shall be displayed on the HMI provide the operator with historical data. I91NH14329X3 13605-4 AUGUST 2015 WASH RANCH BOOSTER PUMP STAT[ON PROJECI" :I&C SYS-M-M GENERPI REQUIREMENTS a. An intrusion alarm shall be provided on the Pump Station personal access door. This signal when in the alarm condition will latch and notify the operator at the HMI of and intrusion. This signal will remain active until the operator takes action and resets the alarm at the HMI. b. An intrusion alarm shall be provided on the Pump Station roll up door. This signal when in the alarm condition will latch and notify the operator at the HMI of and intrusion. This signal will remain active until the operator takes action and resets the alarm at the HMI. a. A switch will close on Automatic Transfer Switch (ATS) to signal when the ATS is on generator power. This signal will go to the RTU and HMI to notify the operator of the ATS status. a. Two new pumps and one future pump at the pump station will draw water from the Ground Storage Tank (GST) and pump through to the distribution system. The REMOTE, RUNNING, E-STOP, STOPPED, SOFT START FAILURE, and VALVE OPEN/CLOSED status shall be displayed in the HMI. Runtime shall be totaled in the RTU in current minute, hourly, daily, monthly and previous current minute, hourly, daily, monthly totals. The values shall be sent to the HMI on a periodic scan and stored for use by the system for display and reporting. This data will be saved and backed up on an independent media on a monthly basis. There is a local HAND -OFF -REMOTE (H-O-R) switch on the MCC for each pump. In the HAND position the pump is controlled locally by the start/stop pushbuttons. In the OFF position the pump is off. In the Remote position the HMI and local RTU shall control the pumps. The pump will normally be operated in remote manual mode. In remote manual mode, the operator can start and stop the pumps from the HMI. The pump controls shall be interlocked with the GST level to prevent running the pumps when the level is low. Additionally, the pumps will shutdown in an orderly manner should the discharge pressure exceed an adjustable limit. Time delays will be provided to prevent "short -cycling" the pumps. PLC and HMI programming shall include logic and graphics for the control of future Pump #1. The pump discharge check valve shall have an open and closed limit switch that are inputs to the RTU. Two variable speed pumps at the pump station will draw water from the Ground Storage Tank (GST) and pump through to the distribution system. The BYPASS, E-STOP, REMOTE, VFD RUNNING, BYPASS RUNNING, VFD FAULT, LOW PRESSURE ALARM, HIGH PRESSURE ALARM, AND SPEED INDICATION, status shall be displayed in the HMI. Runtime shall be totaled in the RTU in current minute, hourly, daily, monthly and previous current minute, hourly, daily, monthly totals. The values shall be sent to the HMI on a periodic scan and stored for use by the system for display and reporting. This data will be saved and backed up on an independent media on a F NH14329.03 13605-5 AUGUST 2015 WALSH RANCH BOOSTER PUMP STATION PROJECT I&C SYSTEM GENERAL REQUIREMENTS monthly basis. There is a local HAND -OFF -AUTO (H-O-A) switch on the VFD for each pump. The HAND position will start the pump. In the HAND mode, the local VFD potentiometer will control the pump speed, In the OFF position the pump is off. In the AUTO position the HMI and local RTU shall control the pumps by the RUN button on the HMI. In AUTO mode, the pump speed will be. controlled to maintain a constant discharge pressure via loop 4300. The pump controls shall be interlocked with the GST level to prevent running the pumps when the level is low. Time delays ' will be provided to prevent 'Ashort-cycling" the pumps. On the VFD panel, the low suction pressure and high suction pressure switches shall be hard wired to the start circuit of the VFD. The low suction pressure switch and high discharge pressure switch shall signal'the RTU and indicate low and high pressure alarms respectively at the HMI. A pressure transmitter mounted in the pump #1 discharge line of the pumx station to monitor the pressure, This pressure signal shall be displayed on tht RTU panel front and sent to the HMI for monitoring and recording. High and low alarms shall be generated to notify the operator of a problem. A historical trend shall be displayed on the HMI to provide the operator with historical data. The pressure will be used to control the speed of pumps P4 and P5, Loop 4200, when its VFD H-O-A is in the AUTO mode. a. A magnetic flow meter shall measure the flow on the pump station discharge header. A 4-20 mA linear signal proportional to flow shall be displayed on the RTU panel front and sent to the HMI. High and low flow alarm setpoints shall be entered at the HMI. High and low flow alarms shall be generated at the HMI to alert the operator of a problem. Flow shall be totaled in the RTU in current minute, hourly, daily, monthly and previous current minute, hourly, daily, monthly -totals. The values shall be sent to the HMI on a periodic scan and stored for use by the system for display and reporting. This data will be saved and backed up on an independent media on a monthly basis. A historical trend shall be displayed on the HMI to provide the operator with historical data. .1.3. LOOP 4500 — INCOMING LINE POWER QUALITY METER a. The MCC shall have a power quality meter, and shall display power in KW. The power meter shall be connected to the RTU control panel PLC vi; Modbus TCP/IP. The PLC shall periodically poll up to (10) ten data points from the power meter. Actual data points will be confirmed during construction. Power will be displayed on a historical trend on the HMI to provide the operator with historical data, ++END OF SECTION++ FrWH14329.03 13605­6 AUGUST 2015 WALSH RANCH BOOSTER PUMP STATION PPOJECT I&C SYSTEM GENERAL REQUIREMENTS PART1 GENERAL 1.01 DESCRIPTION A. CONTRACTOR shall furnish all labor, materials, design, assembly,� testing, and start-up service operational programmable controller and nsdi shown on the Contract Drawings, This system Terminal Unit, or RTU. The system includes, following: 1. Processor. and components, and shall provide all w required to provide a complete and w, telemetry system as specified and shall hereby be referred to as Remote but is not necessarily limited to the 2. IK]modu|es, chassis, and power supply. 3. Ethernet switch, Ethernet cables, 24VDC power supply, � and 120VAC receptacle. 4. Radio equipment, antenna, cables, power supplies, etc. 5. RTU system and radio system detailed design, assembly, prognamnning/conMgunation, installation, testing, and start-up services. h. Securing of license on behalf ofthe OWNER for placing the radio system into operation. The RTU system configuration as shown on the Contract Drawings was developed to show the major elements. Some variations in the configuration will be considered provided the physical and functional constraints as intended for the various system components are met. Complete RTU system design, 1/0 configuration, module/rack arrangement, construction, and additional coordination shall be required. C. The CONTRACTOR shall furnish and install all additional equipment, labor, materials, appurtenances and services required to accommodate and fully integrate the RTU into the Instrumentation and Control System. D. The CONTRACTOR shall retain ultimate responsibility under this Contract for equipment coordination, installation, operation and guarantee, and the CONTRACTOR shall furnish and install all labor, equipment, materials, appurtenances, specialty items and services not provided by the supplier but required for a complete and operable system. The equipment covered by this specification is intended to be standard equipment of proven ability as manufactured by reputable concerns having extensive experience in the production of such equipment. The equipment furnished shall be manufactured and installed in accordance with the best practice and methods, and shall operate satisfactorily when installed to meet the requirements of the Contract E. Related work specified el sewhere sewherethetsheU apply to �equipment, mater�l� labor ^=� and services furnished under this Section shall include, but not be limited to, the pnm*1*32903 13610-1 xuGusrao15 WxLSHRANCH BOOSTER PUMP STATION PROJECT zmcPROGRAMMABLE CONTROLLER SYSTEM 1. Division 1S® Instrumentation. a. Section 13600, Instrumentation and Control System General Requiremen b. Section 1.3602, Instrumentation and Control System Start -Up, c. Section 13605, Functional Requirements. d. Section 13620, Primary Sensors and Field Instruments. e. Section 13650, Control Panels and Enclosures. I F. The manufacturer of the equipment specified herein shall be required to review and satisfy all relevant requirements of other Sections of the Contract Documents and the requirements of the Contract Drawings. the CONTRACTOR, manufacturer, supplier, fabricator and/or subcontractors furnishing and/or installing equipment, services and specialties associated with this Section shall fully coordinate their efforts t ' o avoid potential claims that are based on failure to review all relevant Contract Documents, including the Contract Drawings. A. Comply with the requirements of Section 13600, Instrumentation and Control System General Requirements. 1v03 EQUIPMENT DELIVERY, HANDLING, AND STORAGE A. Comply with the requirements of Division 01, Instrumentation and Control System General Requirements, PART 2 PRODUCTS 2.01 RTU SYSTEM GENERAL REQUIREMENTS A. Provide a complete remote terminal unit system with Schneider Electric Modicon M340 programmable logic controller, including processor, input/output modules, power supply, radio communication equipment and components as required! to meet the operational requirements of the Contract Documents, RTU equipment shall be housed in a wall mounted, f ' ront access, NEMA 12, carbon steel enclosure as substantially indicated on the Drawings. B. Input/Output (1/0) shall include 20% spare. All points are to be wired to terminals. C. RTU shall be designed for operation.on 120VAC supply power. All required stepdown transformers and power supplies shall be provided as part of the system., An internal UPS battery back-up system shall be provided to supply power in the event of an external power failure. D. RTU enclosure shall be manufactured in accordance with the requirements of Specification 13650, Control Panefs and Enclosures. RTU shall receive 120VAC power from a lighting panel for accessories such as lighting, convenience receptacle, exhaust fan, heater,'etc. RTU shall receive 120VAC UPS power for the actual remote terminal equipment, power supplies, etc. FTVH14329,03 13610-2 AUGUST' 2015 WALSH RANCH BOOSTE-R PUMP STA71ON PROJECT I&C PROGRAMMABLE CONTROLLER SYSTEM E. The RTU panel shall include a convenience outlet The outlet shall be labeled "COMPUTER POWER ONLY". F. The radio shall be mounted in the RTU enclosure. The radio shall be a model MDS SD9-ES 800-960 MHz Serial/Ethernet. This model is compatible with the older model MDS x710 radio networks therefore no equals will be accepted. G. Radio configuration. Configure radio per the manufacturer's instructions and to match existing system configuration. Record and submit all final programmed settings and operating parameters. Radio testing. Run poll test, link test and sync test with manufacturer's diagnostic software and submit results to Engineer for review. Test and record radio RF power level. This test shall also be used to align Yagi antenna for maximum signal strength. All tests shall be witnessed by Engineer or Owners representative. Provide 10 days notice of testing. I. Surge Suppression. Provide a Current Technology Load Guard MSU-45-120 surge suppressor installed in the 120VAC power circuit ahead of the RTU and radio power supplies and all 120 VAC powered instruments. Provide fused terminal strips for feed to RTU and each 120 VAC power instrument. A. The PLC processor shall be a Modicon model BMXP341000, with (1) Modbu STM seria' link communication port, for up to (2) racks, 512 discrete 10 points, 128 analog I# points, and 2048 KB of internal memory. An add on memory card model BMXRM5008MPF with (minimum) 16 M6 of file storage shall be included. A. The PLC communications card shall be a Modicon mode/ BMXF941000 Ethernet Modb USTm/TCP network module. B. Digital outputs shall be Modicon model BMXDRA0805 8 channel relay, or BMXDRA1605 16 channel relay module(s), which provide dry contact closures to complete circuits with "wetting" power located elsewhere, such as the control power transformer of a motor controller. If interposing relays are required, they shall be furnished in accordance with Specification 13650, Control Panels and Enclosures, and supplied as part of the completed assembly of RTU. Contact closures to start and stop equipment shall be "momentary". Refer to the Instrumentation Drawings and the Electrical Drawings for interface connections. C. Analog inputs shall be one of the following types. The analog module must be compatible with the supplied field instruments. If a non-iso)ated input module is provided, an analog isolator may be required. Frwo1*32eu3 13610-3 AumusTZOlS wwLsx RANCH BOOSTER PUMP STATION PROJECT I&C pnommvMMAnLE CONTROLLER SYSTEM 1. Isolated Modicon model BMXAMI0410, 4 channel 4­20mA. 2. Non -isolated Modicon model BMXAMI0800, 8 channel 4-2OmA., D. Analog outputs shall be one of the isolated types that produce 24VDC, 4-,2bmA signals: 1. Modicon model BMXAMO0410, 4 channel 4-20mA 2. Modicon model BMXAM00802, 8 channel 4-20niA E. Provide a minimum of 20 percent spare I/O points of each type in addition to those points dedicated to future equipment. F. All 1/0 points shall be wired from the module to field terminal blocks inside of the RTU. No external field wiring shall be landed directly to I/O modules. G. All 1/0 terminals shall be fused individually. 2.05 SPARE PARTS AND EXPENDABLE MATERIALS A. The following spare parts and expendable materials shall be provided as a minimum. 1. One (1) of each type I/O.modu[e used in the system. 2. One of each type of the following modules used in the system: a. Processor module. b. Memory modules. c. Communications modules. d. Any other type of special function modules. 3. One (1) replacement power supplies for each 'type used in the system. 4. Five (5) spare fuses of each type provided. B. All spare parts shall be individually packaged for protection against impact, moisture, and dirt. Each package shall be clearly labeled as to its contents with a description and part number. 106 ANTENNA TOWER, CABLE, MISC PARTS A. Provide one antenna tower with all appurtenances 1. The tower will be a 22" inch face triangular design tower using 1 7/16" solid rod steel legs tapering to V 6ff spread Using 5/16" solid rod legs, with a continuous 5/8 inch steel bracing in cross pattern. 2. Each section will be joined to the next with a swaged steel double bolted connection for extra strength. 1 The tower will be completely hot dip galvanized after fabrication and available in 10 foot sections. 4. Tower shall be designed and certified to withstand winds of 90 miles per hour, no Ice. All manufacturer recommended parts shall be included. E. Antenna height shall be minh-num 30 feet. 6. Tower ,shall be Rohn Self -Supporting Tower Kit Part number SS040D90. FTWH14329M 13610-4 AUGUST 2015 WALSH RANCH B00,73ER IDUMP STATION DRWECT I&C PROGRMIMABLE C'01TTROU ER SYSTEM 7. The contractor shall provide the foundation design for the tower installation. The design shall be sealed and signed by a registered professional engineer. B. Furnish and install Laird Technologies PC901ON 928-960 MHZ 1,2DBD gain Magi antenna. Antenna cable shall be Times Microwave Systems TMC-LMR-600 Polyethylene, braided, coaxial cable. Yagi antenna shall be configured for vertical polarization. Antenna cable shall be grounded at the floor level with Andrew's ground kit #204989-1. The ground strap shall be connected to the ground mat system. Antenna cable shall have a Poly,phaser model IS-SONX-C2 grounded surge arrestor at the bottom of the RTU. Connectors shall be Thes Microwave Systems TMC-EZ-600, crimp style, Furnish Antenna Cable RTU Radio to Panel Mounted Poly phasor, RF Industries RFW-1973 4 foot length whip. Weatherproof all outdoor connectors with Andrew bits„ 241475-13, 2415498-9 or approved equal. Carefully inspect installed cable for snicks and kinks. Check VSWR (voltage standing wave ratio) after installation and submit test results to engineer for review. Record vakies at RTU cabinet. Cu COAXIAL CABLE LIGHTNING SUPPRESSORS 1. Lightning suppressors shall be furnished for all coaxial cable terminating at antennas. Lightning surge suppressors shall be designed to allow less than 220 microJOUles of throughput energy during an impulse event. Suppressors shall be direct current blocked, have 50 ohms impedarice and have a VSWR of 1.1 or less over a frequiency range up to 1000 MHz, Suppressors shall be bulkhead or surface mounted as required at each site with Type N fernale connectors. Lightning surge suppressors shall be Polyphaser Model IS-B50LN-C2, or approved equal PART 3 RTU CONTROL PANEL PLC INPUT/OUTPI JT LIST 101 PLC INPUT / OUTPUT I IST TAG NUMBER TYPE I NAME ZC-1050 AO VALVE VAUILT MOTORIZED VALVE POSITION COMMAND ZT-1050 AI VALVE VAULT MOTORIZED VAILVE POSITION ZSO-1050 DI VALVE VAULT MOTORIZED OPEN ZSC-1050 DI VALVE VAULT MOTORIZED CLOSED L 1--1100 Al GROUND STORAGE TANK LEVEL LT-1160 AI STAND PIPE LEVEL LSH-2030 DI VALVE VAULT HIGH WATER LEVEL ZAS-2500-1 DI GROUND STORAGE RESERVOIR HATCH #---1 INTRUSION FrWH14329.03 13610-5 AUGUST 2015 WALSn I RANCH B00,51IR PUMP STATION PROIE0' IBC PROGRAMMABLE CONTROLLER SYSTEN S-2500-2 DI GROUND STORAGE RESERVOIR HATCH #2 INTRUSION ZAS-2500-4 DI ELECTRIC VALVE VAULT INTRUSION A -3100 AI RESIDUAL CHLORINE ANALYZER ZAS-4000-1 DI PUMP STATION PERSONAL ACCESS DOOR INTRUSION ZAS-4000-2 DI PUMP STATION ROLLUiP DOOR INTRUSION XS-4100 DI AUTOMATIC TRANSFER SWITCH ON GENERATOR POWER XS-4200-IA DI FUTURE PUMP PI IN REMOTE XS-4200-IB DI FUTURE PUMP P1 RUNNING XS-4200-1C DI FUTURE PUMP P1 STOPPED XS-4200-ID DI FUTURE PUMP P1 EMERGENCY STOP XS-4200-iE DI FUTURE PUMP PI SOFT START FAILURE HS-4200-IA DO FUTURE PUMP P1 START HS-4200-IB DO FUTURE PUMP Pi STOP ZSO-4200-1 DI P1 DISCHARGE VALVE OPEN ZSO-4200-1 DI PI DISCHARGE VALVE CLOSED XS-4200-2A DI PUMP P2 IN REMOTE TAG NUMBER i PE I, I NAME XS-4200-2B DI PUMP P2 RUNNING XS-4200-2C DI PUMP P2 STOPPED XS-4200-2D DI PUMP P2 EMERGENCY STOP _ XS-4200-2E DI PUMP P2 SOFT START FAILURE HS-4200-2A DO PUMP P2 START HS-4200-2B DO PUMP P2 STOP I ZSO-4200-2 DI P2 DISCHARGE VALVE OPEN�@ ZSO-4200-2 DI P2 DISCHARGE VALVE CLOSED XS-4200-3A DI PUMP P3 IN REMOTE XS-4200-3B DI PUMP P3 RUNNING XS-4200-3C DI PUMP P3 STOPPED XS-4200-3D DI PUMP P3 EMERGENCY STOP H14329.03 I3 10-6 AUGUST 2015 WVALSH RANCH BOOSTER PUMP STATIC}N PROJECT I&C PROGRAMMABLE CONTROLLER SYSTEM XS-4200-3E I I PUMP P3 SOFT START FAILURE HS-4200-3A DO PULP P3 START HS-4200-3B DO PUMPSTOP ZSO-4200-3 DI P3 DISCHARGE VALVE OPEN ZSO-4200-3 DI P3 DISCHARGE VALVE CLOSED PIT-4300 Al I DISCHARGE HEADER PRESSURE I FIT-4400 Al _ DISCHARGE HEADER FLOW JIT-4500 TCP/IP INCOMING LINE POWER QUALM METER DATA XS-421.0-IA OI PUMP P4 VFD IN BYPASS XS-4210-IB DI PUMP P4 EMERGENCY STOP _ HS-4210-1 DO PUMP P4 START/STOP XS-4210-IC I DI PUMP P4 VFD IN REMOTE (HAND) XS-4210-ID I PUMP P4 VFD RUNNING XS-4210,-E _ CAI PUMP P4 VFD BYPASS RUNNING If XS-4210-IF CAI PUMP P4 VFD FAULT PAL-4210-1 OI LOW PRESSURE ALARM TAG NUMBER I _ PE NAME PAH-4210-1 .y DI HIGH PRESSURE ALARM SI-4210-1 AI PUMP P4 SPEECH INDICATION % I SC-4210-1 AO PUMP P4 SPEED CONTROL % _ XS-4210-2A, DI PUMP P5 VFD IN BYPASS XS-4210-2B OI PUMP PS EMERGENCY STOP HS-4210-2 DO PUMP P5 START/STOP XS-4210-2C DI PUMP P5 VFD IN REMOTE (HAND) XS-4210-2D DI PUMP P5 VFD RUNNING XS-4210-2E DI PUMP P5 VFD BYPASS RUNNING XS-4210-2F DI PUMP P5 VFD FAULT PAL-4210-2 DI LOW PRESSURE ALARM PAH-4210-2 ` OI HIGH PRESSURE ALARM ! FTWHI-4329.03 I,3610-7 AUGUST 2015 WALSH RANCH BOOSTER PUMP STATION PROJECT I&C PROGRAMMABLE CONTROLLER SYSTEM SI-4210-2 AI PUMP P5 SPEED INDICATION % SC-4210-2 AO PUMP P5 SPEED CONTROL % . ........ . PART 4 EXECUTION 4.01 INSTALLATION REQUIREMENTS 4.02 MANUFACTURER'S REQUIREMENTS A. Certification: 1. Provide a written certification letter, authored and signed by the RTU system factory representative, stabrig that the RTU system has been installed in accordance with the manufacturers recommendations and that the RTU system is functioning properly. I-- + END OF SECT'ION I I.- FTWH14329�03 13610-8 AUGUST 2015 WALSH RANCH BOOSTER PUMPSTATION PR03EC7 I&C PROGRAMMABLE CONTROLLER SYSTEM PART1 GENERAL 1.01 DESCRIPTION 1. CONTRACTOR shall furnish, install, calibrate, test, adjust, and place int'# satisfactory operation all primary sensors and field instruments as shown on the Contract Drawings and specified herein. 2. The Contract Documents illustrate and specify functional and general construction requirements of the sensors and field instruments and do not necessarily show or specify all components, wiring, piping, and accessories required to make a completely integrated system. CONTRACTOR shall provide all components, piping, supports, wiring, accessories, and labor required for a complete workable and integrated system. 9,. CONTRACTOR shall be responsible for installing in -line pressure and flow elements and for providing taps in the process piping systems for installation of other flow, pressure, and temperature sensing instrumentation. B. Coordination: The CONTRACTOR and system supplier shall coordinate with oth-er trades for installation of all items specified herein and required to ensure the complete and proper interfacing of all the components and systems. The CONTRACTOR shall retain ultimate responsibility under this Contract for equipment coordination, installation, operation and guarantee, and the CONTRACTOR shall furnish and install all labor, equipment, materials, appurtenances, specialty items and services not provided by the supplier but required for a complete and operable system. The equipment covered by this specification is intended to be standard equipment of proven ability as manufactured by reputable concerns having extensive experience in the production of such equipment. The equipment furnished shall be manufactured and installed in accordance with the best practice and methods, and shall operate satisfactorily when installed as shown and specified in the Contract Documents. C. Related work specified elsewhere that shall apply to all equipment, rnaterial� labor and services furnished under this Section shall include, but not be limited to, the 1. Division 13L Special Construction. a. Section 13600, Instrumentation and Control System General Requirements. b. Section 13@]Z,Instrumentation and Control System Stah-UP, Commissioning, and Field Testing. [. Section 13605/System Functional Requirements, d. Section 13610, Programmable Controller System. e. Section 13650, Control Panels and Enclosures. � pTw*14329.02 13620-1 AususTzozs 1.02 QUA LrN ASSURANCE A. Comply with the requirements of Section 13600, Instrumentation and Control System General Requirements. B. Acceptable Manufacturers: 1. Furnish primary sensors and field instruments by the named manufacturers or equal equipment by other manufacturers. 2. The named manufacturers have been specified to establish the standard of quality and performance of the equipment to be supplied. 3® Obtain all sensors and field instruments of a given type from the same manufacturer. C. Manufacturers' responsibilities and Services: 1. Design and manufacture the primary sensors and field instruments. in accordance widi the applicable general design requirements specified in Section 13600, Instrumentation and Control System General Requirements; and the detailed specifications herein. 2. Provide field supervision, inspection, start-up and training in accordance with the requirements of Section 13602, Instrumentation and Control System Start -.,Up, Commissioning, and Field Testing; and Section 13603, Instrumentation and Control System Training. D. The manufacturer of the equipment specified herein shall be required to review and satisfy all relevant requirements of other sections of the Contract DOCUments and the requirements of the Contract Di awings. "The CONTRACTOR, manufacturer, supplier, fabricator andjor subcontractors ' furnishing and/or installing equipment, services and specialties associated with this Section shall fully coor6nate their efforts to avoid potential claims that are based on failure to review all relevant Contract Documents, including the Contract Drawings, 1.03 , PRODUCT DELIVERY, STORAGE AND HANDLING A. Comply with the requirements specified in Division 01. B, The primary sensors and field instruments shall not be delivered to the site until all product information and system shop drawings for the sensors and instruments have been approved. 1®0 SUBMITTALS A. Comply with the reqLarements of Specification 13600, Instrumentation and Control System General Requirements. .1.05 MATERIALS OF CONSTRUCTION FOR WETTABLE PARTS A. Provide the following materials of construction for all gauges, switches, chemical seals and transmitters that come in contact kh the following list of process fluids or air., FTW­U4329.02 13620-2 AUGUST 2015 WALSH RANCH BOOSTER PUMP STATION PROY--'.`CT I&C PFUMARY SENSORS AND FIELD INSTRUMENTS DIAPHRAGM PROCESS FLUID and WETTED O-RING/ HOUSING BOLTING PARTS GASKET AIR 316S/S TEFLON 316 S/S 316S/S LIME HASTELLOY C TEFLON HASTELLOY C 316S/S CHLORINE HASTELLOY C TEFLON HASTELLOY C FERRIC SULFATE HASTELLOY C TEFLON 316S/S 316S/S INLF. 316S/S TEFLON 316S/S 316S/S WASTEWATER SERVICE WATER 316S/S TEFLON 316S/S 316S/S POLYMER 316S/S TEFLON 316S/S 316S/S AMMONIA HASTELLOY C TEFLON 316S/S 316S/S FLUORIDES HASTELLOY C 'TEFLON 316S/S 316S/S -A. An effort has been made to denote if a particular device is not being used. However, some devices may be included in this specification which are not a part of the Contract. Conversely, if a device is required and is not specified herein or on the Contract Drawings, the CONTRACTOR shall provide that device at no additional cost and shall notify the ENGINEER for direction in the selection of the device.. PART 2 PRODUCTS 2.01 PROCESS TAPS, SENSING LINES AND ACCESSORIES A, Water Pressure Sensing Lines and Accessories for 1:::1ow and Pressure'Transinitters: I. Tubing Material . .... I ype 30.4 stainless steel; .035 wall thickness or as required by the process. 2. Pressure Rating: 150 psi. 3. Size: 1/2-inch outside diameter, 4. Connections: Type 316 stainless steel compression type, "Swagelok.", as manufactured by Crawford or equal. S. Shut-off Valves: a. 'Type: Ball. b, Pressure RaUng. 150 psi. c. Body, Ball and Stem. Type 316 stainless steel d. Packing: I ligh Density TFE. e., Handle: Nylon with metal travel stops. f. Support Rings: Stainless steei. g. End Connections: Removable "Swageloks", or equal h. Product and Manufacturer: FrWH14329.02 13620-3 AUGUS7 2015 WA01 RANCH BOOSTER PUMP STATION PROJECT 1&(.','PRTMAAY SENSORS AND FlELD INSTRUMENTS (1) 45 series, as manufactured by Whitey. (fl) Or equal. 6. Manifolds: a® Type: 5-valve and ' 3--valve meter manifolds. b. Materials: Type 316 stainless steel body, bonnets and stems; de)rin seats, Teflon packing. c. Manufacturer: Provide manifolds of one of the following: (1) Whitey. (fli) Or equal. 7., Heat Tracing: a. All water sensing lines for instruments shall be heat traced and insulated. b. Electric heat tracing shall be self-limiting type, 120 vac, and shall be rated 5 watts per foot unless otherwise indicated on the drawings. Furnish Thermon PSX-5-1 with braid and overall jacket. Secure heat tape to piping with Thermon aluminum tape. c® Furnish thermostats, power connection boxes, and end -of -line indicator light assemblies per manufacturer's instructions. Thermostats shall be ambient sensing, open at 40degrees F, and shall be Thermon # N-7-E-40, Each thermostat shall be, installed in a Thermon PCA-1 power connection box. End -of -Hine indicator lights shall be Thermon # VIL-6C-I,, d. Insulation shall be '/-z' fiberglass with weatherproof jacket. Insulation shall be removable and shall be secured onto itself with Velcro. Furnish O'brien "Flexpak" strip insulation for sensing piping and tubing. B., Air Pressure Sensing Lines and Accessories for Air Flow/Pressure Transmitters: L Material: Type 316 stainless steel tubing, ASTM A 269, medium wall thickness. 2. Pressure Rating:150 psi. 3. Size: 1/2-inch outside diameter. 4. Connections: Type 316 stainless steel compression type, "Swagelok", as manufactured by Crawford or equal. 5. Shut-off Valves: a. Type: Ball®. b. Pressure Rating: 150 psi. c. Body, Ball and Stern: Type 316 stainless steel. d. Packing: High density, TFE, a. Handle: Nylon with metal travel stops. f. Support Rings: Stainless steel. g. End Connections: Removable "'Swageloks", or equal! h. Product and Manufacturer: Provide one of the following: (1) 43 series, as manufactured by Whitey. (fl) Or equal. 6. Manifolds: a. Type: 5-valve and 3--valve meter manifolds. FTWH14329M 13620-4 AUGUST 2015 WALSH RANCH BOOSTER PUMP STATION PROJECT II&C PRIMAKY SENSORS AND FIEqD'INSTRUMENTS rMa b. Materials: Type 316 stainless steel body, bonnets and stems; delrin seats; teflon packing. c. Manufacturer: Provide manifolds of one of the following: (i) Whitey. (ii) Or equal. C. Pressure Tap Sensing Lines and Accessories for Pressure Gauges and Pressure Switches: 1. For Process Sensing Taps in Ductile Iron, Steel and Stainless Steel Piping Systems: (For special chemical process, see material of construction table in Part 1.6, Materials of Construction for Wettable Parts, of this Section.) a. Material and Fittings: Type 304 stainless steel pipe (ASTM A 312) and threaded fittings and adapters (ASTM A 403) in accordance with Section 15066, Stainless Steel Pipe. b. Sizes: 1/2-inch minimum for main sensing piping and gauge and switch connections. c. Pressure Rating: Equal to or greater than the applicable system test pressure as specified in the Schedule in Section 15052, Exposed Piping Installation. d. Accessories: (i) For applications not requiring diaphragm seals, provide separate 1/2- inch Type 316 stainless steel threaded gauge cocks for each gauge and switch. (ii) For applications requiring diaphragm seals, provide a separate 1/2- inch threaded Type 316 stainless steel ball valve for seal process side shutoff for each gauge and switch. Ball valves shall be provided in accordance with Section 15100, Valves and Appurtenances, valve number 65. 2. For Process Sensing Taps in Thermoplastic Piping Systems: a. Pipe Material and Fittings: Use same type of pipe material and fittings as that used in the process piping system. PVC and CPVC pipe and fittings shall be provided in accordance with the requirements of Section 15067, PVC and CPVC Pipe. b. Sizes: 1/2-inch minimum for main process sensing piping, except raw sewage and sludge, provide 1" and 1/2-inch for gauge and switch connections. c. Pressure Rating: Equal to or greater than the applicable system test pressure as specified in Section 15052, Exposed Piping Installation. d. Accessories: (i) For PVC and CPVC piping systems with or without diaphragm seals, provide a separate 1/2-inch threaded ball valve (or otherwise noted on the Contract Drawings) for process sensing line shutoff for each gauge and switch. Ball valves shall be provided in accordance with Section 15100, Valves and Appurtenances, valve number 47. FTWH14329.02 13620-5 AUGUST 2015 WALSH RANCH BOOSTER PUMP STATION PROJECT I&C PRIMARY SENSORS AND FIELD INSTRUMENTS A. Type: Two -wire, differential capacitance type transmitters. B. Function: Measure a pressure (either absolute (A), gauge (G), differential (DP) or vacuum (V) as specified and shown on the Contract Drawings, and produce an analog output signal directly proportional to that pressure. For liquid flow measurement applications using I an analog signal linearly proportional to flow rate. 1. General: The electronic transmitters shall be a "smart transmitter" with a variable capacitance type diaphragm and shall provide localindication engineeringcurrent signal proportional to the pressure, differential pressure or level, in units shall all be from the same manufacturer. ' a. High and low process pressures pr e measuring section. These pressures shall e transmitted element connected to an electronic transmitter. transmitter4. The derived from the receiver. No separate power supply (120 vac) shall e required at the transmitter. The unit shall be -of modular pilug-in design utilizing integrated circuitry'. The transmitter outpUt shall be capable of 4 to 20 mA DC into a load of 5. The transmitter base shall be constructed of die cast aluminum. horizontalshall be housed in a NEMA 4X enc�osure unless otherwise specified. The transmitter shall be suitable for 2-M6 pipe stand mounting, or see mounting details on the Contract Drawings. Provide the mounting bracket from the Manufacturer. 6. If the transmitters will be Mounted in an Outdoor environment, it shall be supplied with therrna� protection the electronics. This protection shall allow for unit to operate in an environmentpat least 125 deg F. FR,VH14329,02 13620-6 AUGUST 2015 WALSH RANCH BOOMR P UMP .STtR°'N'ION PROJECT I&C PRIMARY SENSORS AND FIELD IN.Mj 'I UM9: NTS 7. The Pressure and Differential transmitters shall be supplied with a 3-valve manifold, to provide shut-off and pressure equalizing. The manifold shall have a pressure rating 6000 psig, with body and bonnets constructed of steel and valve seats of Penton, The manifold material shall be Type Haste/|oyC, or as required, see Part 1.6, Materials of Construction for Wettable Parts, of this Sec±ion. Provide side drain/vent mounted onthe bottom. 8. Provide O'Brien Model FP52 stand for mounting transmitter. 9. Provide Bourns 1669-05tnansient protector, EDC{} SS64-036-2, or equal 10. Product and Manufacturer: Provide one of the following: a. Rosemount (i) y4oUe/ 1151GPS-"Smart" for Gauge Pressure. (i|) y4oUe/ 11S1DPS-"Smart''for Differential Pressure. b. Or equal. A. Magnetic Contacts 1. Form Contact rated 12OVAC max, O.SAmax. 2. Mounting: Surface A. General: 1. Approved for Class I, Division 2, Groups A, B, C and D; Class I[ Division 1, Group E, F, and G; Class III Division 1, hazardous locations in a NEMA 4X enclosure. a. Capable of detecting flow between —30 and f30 ft/sec with low cutoff adjustable between 0.04and 1 ft/sec. b. Contractor shall install sealed conduit fittings and conduit connections at sensor and transmitter. 2. Flow Bement a. The flowmeter shall be of the magnetic type and provide for transmitting of flow in full pipes. The flowmeter shall be obstruction- less and installed between two pipe flanges having the same nominal diameter as the flowmeterand connections. b. The flow meter'sha|| operate by means of pulse D.C. coil excitation without separate 120V power and shall beable to continuously and automatically re - zero. The coil must be rigidly attached to thef|owtube. c. The flow tube shall be constructed of type 304 stainless steel, the liner shall be PTFE-Teflon, and the electrodes shall be type 316 stainless steel. Flow tube end connections shall be1SO#ANSI steel flanges. d. The sensor must be able to withstand 30 feet of submersion for up to 72 hours. pTn*1432e02 13620-7 AuausT20us wAm*RANCH BOOSTER PUMP STATION PROJECT I&cPRIMARY SENSORS AND FIELD INSTRUMENTS e. The external surface of the sensor shall be protected by corrosion -resistant two -component paint. f. The sensor shall include separate sealed cornpartments to protect the internal components and be pressure tested to 1.5 times the normal pressure. g. Accessories/Options Required. (i) Factory calibration: All meters shall be factory calibrated. A copy of the report shall be in the O&M manual. (ii) Grounding. Meter shall be grounded per the manufacturer's recommendation. Provide ground ring, ground wires, gaskets, etc., as required or as otherwise noted. All materials shall be suitable for liquid being measured, ti., Manufacturer(s): (i) A Instruments (ii) Rosemount (M) Siemens 3. Signal Converter/Indicator and Totalizer a. Functional/Performance: (1) Power requirements: 120VAC plus or minus 10 percent. (Ii) Accuracy., As defined for flow element., (iii) Temperature: minus 25 degrees C to plus 65 degrees C. (iv) Output: Isolated 4-20 mA into 0-1000 ohms. b. Physical: Housing: NEMA 4X wall mount. c. Accessories/Options Required: (i) Cable: Provide signal cable between magmeter and signal converter. (il) Indicator: Provide local indicator with scale engraved 0-100 percent which indicates actual converter output signal. (0i) Totalizer: Where indicated on the Instrument Device Schedule provide a seven digit, non -reset totalizeronthe face of the enclosure, and a scalable pulse output to drive the totalizer. The totalizer multiplier shall be a power of 10. (iv) Zero Return Unit: Where indicated on the instrument device schedule provide a zero return unit. The unit shall be powered from the converter/transmitter and may be mounted in a separate NEMA 4X enclosure, the device shall drive the magmeter OUtp Lit to 4 mA DC on no flow conditions. d. Manufacturer(s): ABB Instruments (fl) Rosemount (M) Siemens e. Supplied with flow element. FTWH14329.02 13620-8 AUGUST 2015 WALSH RANCH BOOSTER PUMP STATION PROJECT I&C PRIMARY SENSORS AND FIELD INSTRUMENTS zmmfffl��� TAG NUMBER SERVICE RANGE ISETPOINTS ADJUSTABLE ZAS-4000-I PERSONAL ACESS is SWITCH N/A N/A ZAS-4000-2 ROLL UP DOOR SWITCH N/A N/A PIT-4300 DISCHARGE HEADER PRESSURE 0-100 N/A PSI FIT-4400 DISCHARGE HEADER FLOW O-)= GPM N/A PART 3 EXECUTION 3.0.1 INSTALLATION A. CONTRACTOR shall require the system supplier to furnish the services of qualified factory -trained persormel to assist in the installation of the instrumentation and control system equipment, B. Install each item in accordance witl"i manufacturer's recommendations and in accordance with the Contract Documents. Transmitters and ins'trumients which require access for periodic calibratpon or maintenance shall be mounted so they are accessible while standing on the floor. C� All items shall be mounted and anchored using stainless steel hardware.,, unless otherwise noted., 1 Ali field instruments shall be rigidly secured to waft, stands or brackets as reqOreJ by the manufacturer and/or as shown on tl"we Contract Drawings,, E. Conform to all applicable provisions of the NEMA standards, NEC and local, State and Federal codes wl"wen installing tl,-we equipment and interconnecting wiring. F. Comply with field testing requirements of Section 13602, Instrumentation and Control System Start -Up, Cornmissionfng, and Field Testing. G. Where field instrumentation is mounted in piping to receive piping insulation, the CONTRACTOR shall furnish and install field instrurnents and appurtenances with sufficient sensor length to clear tl,-ne thickness of the piping insulation once the insulation is installed on the pipe. All field instrumentation shall be installed so that the insulation does not impah, an Operatoes access to an instrument or impair an Operator's ability to see instrt.irnentation readouts. 3.02 START-UP, CAl,,.IB RATION, AND TESTING AND -TRAINING FTWH 14329.02 1,3620-9 AUGUST 2015 WAL.9 I RMCH B005'rER PUMP 57ATION PROJECT I&C P: RIMARY SENSOrkS AND FIE11 D INS7RUMENI"S A. Comply with the requirements of Section 1. E02, Instrumentation and Control System Start-up, Commissioning, and Field Testing. B. Demonstrate to the ENGINEER that the completed systems meet the functional requirements specified and shown. 3.03 SPARE PARTS AND TEST EQUIPMENT Am Spare Parts and Test Equipment„ 1m The CONTRACTOR shall include as a minimum, the following spare parts and test equipment specified in this Section. au One of each type of electronic printed circuit -board (i.e. smallest readily re- placeable unit) for each 20 or less of that item used. A minimum of two of each type of card shall be furnished, b. one set of replacement power supplies for each type and size furnished for the instrumentation., c. One of each type of Spare flow transmitter and Level transmitter. d. The ,spare parts shall also include a one year supply of all expendable materials, including as a rnnirnum: (i) Provide ten (10) of each type of fuse used in system. e„ The followng shall constitute the minimurn test equipment (i) All tooling required to insert, extract and connect any internal or external connector, including edge connectors and card extender boards. (ii) All calibration equipment/bits and instruction manuals necessary for field calibration. f. Ali spare paints shall have been burned in (100 hours at elevated temperature per relevant MIL spec), operated and tested in the factory as part of factoring testing l„)rior to shipment of the control system. Major components shall be maintained at the manufacturer's local service center for immediate sl°iipmentn ga One spare instrument for every 20 or less of each type. Where instruments are the same except for calibrated range and can be recalibrated in the fief to cover the required ranges, they shall be considered to be of the same type. ho Additional spare parts may be required if specifically mentioned in the particular device specification. + ,4- END OF SE ON + r=TUVH14329•02 13 20-10 AUGUST 2015 WW/A.L_SG•i RANCH BOOSTER PUMP STATION PROJE r I&C �::I I ARY srWNsORS AND k`bELD INSTRUMENTS PARTI GENERAL 1.01 DESCRIPTION A. Scope of Work: 1. Furnish, install, modify, test, and place into satisfactory operation the RTU control panel, and panel devices as shown and required in the Contract Documents. T4�,- term RTU control panel is used to represent the above listed elements. 2. Operational and functional requirements for the various panels are described in Section 13605, Section 13610, shown in functional instrumentation diagrams on the Instrumentation (I) drawings and shown in control schematics on the Electrical (E) drawings. 3. The Contract Documents illustrate and specify functional and general construction requirements of the panel components and do not necessarily show or specify all components, wiring, piping, and accessories required to make a completely integrated system. CONTRACTOR shall provide all piping, wiring, accessories, and labor required for a complete, workable, and integrated system. B. Related work specified elsewhere that shall apply to all equipment, materials, labor and services furnished under this Section shall include, but not be limited to, the following: 1. Division 13, Special Construction. e. Section 13500, Instrumentation and Control System General Requirements. b. Section 13602, Instrumentation and Control System Start -Up, C. Section 136U5,System Functional Requirements. d. Section 1351O,Programmable Controller System. e. Section 1362O,Primary Sensors and Field Instruments, A. Standards, Codes and Regulations: 1. Construction of the R]T) control panel and the installation and interconnection of all equipment and devices mounted within shall comply with applicable provisions of the following standards, codes, and regulations: a. Underwriters Laboratory (U|)5U8A. b. National Electrical Code (NEC). C. National Electrical Manufacturer's Association (NEy4A)Standards. d. Local and State Building Code. e. Operational Safety and Health Administration (OSHA) Regulations. f. American Society for Testing and Materials (ASTM). FTvvn1+329.03 13650-1 xuGusTzn1S Where any conflict arises between codes or standards, the more stringent requirement shall apply. 2. All electrical materials and equipment shall be new and shall bear the label of the Underwriters Laboratory (UL), Inc., Factory Mutual (FM) or equivalent where standards have been established and label service regularly applies. 3. All control panels and,enclosures shall be Underwriter's Laboratory labeled., B. Acceptable Manufacturers: 1. Furnish panel instruments and devices by the named manufacturer's or equal equipment by other manufacturers. 2. The named 'manufacturers have been specified to establish the standard of quality and performance of the equipment to be supplied. S. Obtain all instruments or devices of a given type from the same manufacturer. Cw General Design Requirements: 1. Comply with the requirements of Section 13600, Instrumentation and Control System General Requirements. D. Factory Assembly and Testing: 1. Fully assemble and test the RTU control panel at the factory prior to shipment, demonstrating that all specified functions can be performed, 1.03 SUBMI17ALS A. Comply, with the requirements of Section 1,3600, Instrumentation and Control System General Requirements, J-04 PRODUCT DELIVERY, STORAGE AND HANDLING A. Comply with the requirements of Section 13600, Instrumentation and Control Systern General Requirements. 1®05 GENERAL CONSTRUCTION REQUIREMENTS A. Provide all electrical and/or pneumatic components and devices, support hardware, fasteners, interconnecting wiring and/or piping required to make the RTU control panel complete and operational units. Provide bulkhead fittings for all air piping and tubing leaving control enclosures, S. Locate and install all devices and components so that connections can be eas�ly made and so that there is ample room for servicing each item. C. Components for installation on panel exterior shall be located as shown on the Contract Drawings. Layouts shall be submitted for approval as per Section 13600, Instrumentation and Control System General Requirements, All exterior panel mounted instruments shall have a NEMA rating as specified in this section, but shall not be of a lesser rating, For devices which cannot be obtained with a NEMA rating equal to the enclosure or as shown on the Drawings, mount the device(s) behind a FTW11114329.03 1.3650-2 AUGUST 2015 WALSH RANCH BOOSTER PUMP STATION PROJECT I&C CONTROL PANELS AND ENCLOSURES transparent viewing window as specified this Section. The window shall maintain t-ht NEMA rating of • floorD. Panels shall have full height front access doors. The CONTRACTOR is advised to review the plans •r allotted space. E. Adequately support and restrain all devices and components mounted on or within the panel to prevent any movement. F. Provide subpanel for installation of all internally mounted components. G. Provide mounting strips for installation of all relays and other components where mounting strips are practical. wiringH. All to panel connectionsfrom field instruments, devices,other controI panels/consoles/enclosures, motor control centers, variable frequency drives, switchgear, etc., to a given control panel shall be terminated at field terminal strips. No field wiring shall be connected directly to w device,o ••....` o.. other '.... mounted internally ' All signals and wiring required for termination in a panel may nol be shown on ` Instrumentation Drawings. The El• .l Drawings in1 • • w s that be terminated. The Electrical Drawings also • e.te spare wiring that must be terminated. I. Provide the following convenience accessories inside of each control panel: 1. At least one 120 VAC, 15A duplex, grounding type receptacle. 2. At least one 120 VAC fluorescent light fixture, specifically manufactured for use in a control panel. 3. One 120 VAC, 15A, grounded snap switch in an outlet box with a cover to turn on the light. The switch shall be located so that it is easily accessible from the door. 4. The service light with switch and duplex receptacle shall each have their own circuit breaker. J. The bottom 12 inches of free standing panels shall be free of all devices, including terminal strips, to provide ease of installation and testing. K. No device shall be mounted less than 36 inches above the operating floor level, unless otherwise specified or shown. A. Provide laminated plastic nameplates for identification of panels, enclosures, and components mounted thereon as follows: 1. Nameplates shall be of 3/32 thick laminated phenolic type with white matte finish and black letter engraving. 2. Panel identification nameplates to have 1/2-inch high letter engravings, unless otherwise noted on the Contract Drawings. 3. Panel mounted component identification (i.e. control devices, indicating lights, selector switches, etc.) nameplates to have 1/4 inch high letter engravings, unless otherwise noted on the Contract Drawings. FTWH14329.03 13650-3 AUGUST 2015 WALSH RANCH BOOSTER PUMP STATION PROJECT I&C CONTROL PANELS AND ENCLOSURES 4. Narneplates shall be attached to the panel face with two stainless steel self - tapping screws. S® Nameplate engravings shall includ(.:., the descriptive title indicated on the Contract Drawings and Specifications. B. Tag all electrical components and devices mounted within control panel enclosures with engraved nameplates, as specified in A. above. Tag all door mounted devices on the rear of the door with engraved nameplates as specified in A. above. All interior panel nameplates shall be attached wkli seif-backed adhesive. C. Tag all pneumatic lines witl"i plastic tags. Paper tags are not acceptable. D. Numerically code terminals on terminal strips. E. Color code and/or numerically code wiring as required by applicable standards. Wires shall be identified at each end with permanent alphanumeric codes as specified below. All wiring not de -energized by the panel disconnect or circuit breaker shall be yellow wire. F. For all panels containing wiring not de -energized by the panel disconnect or circuit breaker, provide a war°ning nameplate on the front of the panel stating "WARNING YELLOW WIRING NOT DE -ENERGIZED BY PANEL DISCONNECT'. The nameplate shall, be amber with black, 114 inch high letter engravings and shall be attached to the panel face with stainless steel screws. 1.07 PANELS AND ENCLOSURES A. General: 1. Panels, consoles and enclosures shall meet the NEMA requirements for the type specified and/or shown on the Contract Drawings or called out in the specifications. 2. Sizes shown on the Contract Drawings are estimates. CONTRACTOR shall furnish enclosures of tl,-ie size required to house all equipment, instruments, front panel mounted devices, power, supplies, power distribution panels, wiring, tubing, and other components installed in the enclosures. B. Construction Features, All control panels shall be fabricated in accordance with the NEMA ratings, features, and accessories as required, specified or shown on the Contract Drawings,, a. Provide lifting eye bolts to facilitate handling of the enclosures, where enclosure size requires. Bolt Ming eyes directly to the enclosure structural members. b. ContinUOUSly weld all exterior seams and grind smooth. C. Reinforce sheet steel with steel angles where necessary to adequately support equipment and ensure rigidity and to preclude resonant vibra- tions. FTW-114329M 1,3650-4 AUGUST 2015 WAL.9-i RANCH BCK)STMZ FIUMP STAIMN PROJEC.7 1C CONTROL PANELS AND ENCLOSURES d. Panel shall be flat within 1/16-inch over a 24-inch by 24-inch area, or flat within 1/8-inch fora larger surface. Flatness shall be checked by using a 72-inch long straight edge. Out -of -flatness shall be gradual, in one direction only, and shall not Consist of obvious depressions or a series of wavy sections. e. Use pan type construction for doors. Door widths shall not exceed 36 inches. f. Mount doors with full length heavy duty piano hinge with stainless steel hinge pins. g. Provide oil resistant gasket completely around each door oropening. h. Use stainless steel fasteners throughout. i. Provide interior mounting panels and shelves constructed of minimum 12 gauge steel with awhite enamel finish. j. Provide steel print pocket with white enamel finish. h. Provide enclosure mounting supports and/or bases as required for floor, frame, orwall mounting. |. All panels outside of control rooms shall have solid bottoms. M. Provide all holes and cutouts for installation of conduit and equipment. Cable and piping shall enter the enclosure through the bOUDnn unless otherwise -noted. All all �conduit piping openings and �con�uitssh� �ese�|e��bertight. 2. Control panels located inside control room areas shall be NEMA 12 rated unless otherwise noted onthe Contract Drawings. a. Fabricate enclosures using minimum 14 gauge steel for vva|/ or frame mounted enclosures and minimum 12 gauge for free standing enclosures. Steel shall befree ofpitting and surface blemishes. b. Provide handle -operated, oi|-tight key -lockable three point stainless steel latching system with rollers on latch -rods for easy door closing. C. Completely clean all interior and exterior surfaces so they are free of corrosive residue, oil, grease, and dirt. Zinc phosphatize for corrosion protection. d. One coat ofprimer shall be applied to a// interior and exterior surfaces immediately. Exterior surfaces shall then be given sufficient coats of primer surfacer, applied with sanding and cleaning between coats, until a Grade 1 finish can beproduced onthe finish coat. e. All interior surfaces shall be painted with 2 coats of enamel. t All exterior surface shall be painted with a min|m'um of finish coats of enamel to ultimately produce Grade 1 finish (super smooth; completely free of imperfections). Color to be selected from color charts furnished bythe Contractor. g. Provide one extra quart of touch-up paint for each exterior finish color. 3. All control panels or junction boxes not located in control rooms shall be NEMA4X rated unless otherwise noted onthe Contract Drawings. pTWn1+329o3 13650-5 AUGuSToos a. Panels shall be "Type 31 * 6 stainless steel construction with a minimum thickness of 12 gauge for all surfaces (except those areas door.reinforcement) having a smooth brushed finish. b. Provide stainless steel fast -operating clamp assemblies on three sides of each ProvideC. Provide a rolled lip around three sides of door and along top of enclosure. d. a hasp and staple for padlocking. Provide padlock for each enclosure, all keyed; afte. e. Floor pad shall be as specified in Paragraph 3.1 of this Section, 1.08 ELECTRICAL SYSTEMS A. Contr-ol of Environment (refer to Section 15600, Instrumentation and Control System General Requirements, for ambient temperature design criteria). 1. Indoor Panels: a. Provide automatically controlled heaters as required to maintain temper- ature approximately 10P above ambient for condensation prevention inside panels. b® Provide automatically controlled exhaust fans with filtered air louvers to maintain temperature inside each enclosure below the maximum operating temperature rating of the components inside the enclosure. Provide Internal corrosion inhibitor devices, Hoffman HCI Series or equal, for corrosion control inside of each enclosure, 2. Panel heaters shall be thermostatically controlled, fan -driven heaters, with all components mounded in an anodized aluminum housing for sub -panel mounting. The heaters shall be Hoffman of equal and shall be powered from a 115 VAC dedicated circuit brewer. 5. Meat exchangers and air conditioners shall be of a dual loop design to isolate panel interior air from exterior air. The units shall be thermostatically controlled and shall be powered frorn 115 VAC from a dedicated circuit brewer. The units shall be Hoffman or equal'. E. Power Source and InternalPower Distribution: 1. General: Control panel power .supply source type® voltage, number of circuits and circuit ratings shall be as shown on tl°se Electrical Drawings. All electricafly powered equipment and devices shall be suitable for operation on 115 volt + - 10%, 60 Hz liz power. If a different voltage or closer regulation are required,, a suitable regulator or transformer shall be provided, 2. Surge Suppression. Provide a Current Technology Load Guard MSLJi-5-1 0 surge suppressor installed in the 120VAC power circuit ahead of the RTU and radio power supplies and all 120 VAC powered instruments, Provide fused terminal strips for feed to RTU and each 120 VAC power instrument. 54 Provide DC power supplies of quantities and sizes as required for powering DC signal and control loops for all -wire transmitters, loops for monitoring discrete inputs and all necessary outputs. 4. Design all power supplies for a minimum of 150% of the maximum simultaneous current drawn FTWH14329.03 13650-6 AUGUST 201S WALSil RANOi B S"FER PUMP STATION IfROJECwr r C CON"YROL. PANELS ANID ENCLOSURES 5. The Panel shall be provided with an uninterruptable power supply as specified below. The UPS shall provide power to the following items. a. Control system devices, components, converters, power supplies, etc., located within RTU control panel. Each item shall be individually protected with a circuit breaker or fuse. b. Field instruments that require 120VAC (that are not scheduled to be powered from a panelboard). Each field instrument shall be individually protected with a circuit breaker or fuse. C. Power Conditioner/Uninterruptable Power Supply: 1. Rating: 120VAC, 60 hertz, 700 VA minimum to provide uninterrupted conditioned power fully loaded conditions for 30 minutes. 2. Description: On line dual track power conditioner and true (zero milli -second transfer time) uninterruptable power supply providing isolation, line regulation and conditioning, using sealed 48 volt maintenance free batteries and switch mode power supply for uninterrupted power with 0.5 to 0.7 power factor. and 2.7 to 3.5 crest factor. 3. Lighting and Surge Protection: Inherent 2000: 1 spike attenuation. 4. Regulation: 1-3 percent load regulation with less than 2pF effective coupling capacitance for line to load. 5. Output Waveform: Computer grade sine -wave with 3% maximum single harmonic and 5% maximum total harmonic distortion. 6. Output Frequency: 60 hertz +/- 0.5 hertz. 7. Operating Temperature: 0 degrees to +40 degrees Centigrade. 8. Relative Humidity: 5% — 90% without condensation. 9. Computer Interface: RS232 port for display of 22 meter functions and 15 alarm functions. 10. Input Protection: Independent battery charger fuse and DC fuses. 11. Output Protection: Inherently current limited ferro-resonant transformer. 12. Battery Charger: Two step charger, 8 amp and 2 amp. 13. AC Input: 120V, 60Hz, single phase, +15%, -20%. 14. AC Output: 120V, 60Hz, single phase, +3%, -3%. 15. Product and Manufacturer: Provide one of the following: a. Best Power Technology, Inc. Ferrups FE Series. b. Or approved equal. D. Internal Electrical Wiring and Accessories: - 1. Unless otherwise specified, internal wiring shall be Type MTW stranded copper wire with insulation rated for 600VAC at 85 C for single conductors, color coded and labeled with wire identification. 2. For DC analog signal wiring from RTU terminals, indicator terminals, etc., to the field terminal blocks, use 600VAC, 18 AWG (minimum) twisted pairs with overall shield. FTWH14329.03 13650-7 AUGUST 2015 WALSH RANCH BOOSTER PUMP STATION PROJECT I&C CONTROL PANELS AND ENCLOSURES FrWH14329.03 13650-8 AUGUST 2015 WALSH RANCH BOOSTER PUMP STATION PROJECT I&C CONTROL PANELS AND ENCLOSURES d. Provide fuses (sized as required) for all fused terminal blocks and fuse puller for each control panel LCP. e. Provide 20 percent spare fused terminal blocks and circuit breakers nsi| mounted within each pane/ or enclosure. 11. Wire Markers: a. All panel wires and field wires shall have an alphanumeric identification tag at each point of termination. b. Where practical, wire numbers shall beunique and continuous. C. Each wire number shall be solid, machine printed, and not pieced from other single and/or double digit tags. d. Wire markers shall be heat, oil, water, and solvent resistant, vinyl, self - laminating, se|f-adh2sive, wrap type labels as manufactured by Thomas & Betts Shrink-Kon, HVM marker system, vinyl, computer printable, or equal. e. All wire |Obe|3 shall be clearly visible and not hidden by wire duct Orother components inthe enclosures. 12. All wiring shall beinstalled such that if wires are removed from any one device, power will not be disrupted to any other device. 13. All alarms generated external tOthe panel, spare alarm, and repeat contacts shall be wired out toterminal blocks. 14. Use separate, isolated 5/16-inch diameter copper grounding studs or 1/4 inch thick drilled and tapped copper bus bars for instrument signal cable shield grounding connections and instrument power/equipment grounding system. 15. Where wires pass through panel walls, provide suitable bushings to prevent cutting or abrading of insulation. 16. When DC power and/or low voltage AC power is required, provide and install the necessary power supplies and transformers inthe panel. 17. Provide complete wiring diagram showing "as bui|t" circuitry. Diagram shall be enclosed in transparent plastic and placed in easily accessible pocket built into pane|door. 1.09 LISTING [}FPRODUCTS A. An effort has been made to denote if particular device is not being used under Mart 2 of this Specification. However, some devices may be included in this specification which are not part of the Contract. PART PRODUCTS 2.01 INDICATOR UNIT A. Digital indicators shall be Moore Industries Model 330 or approved equal. No substitutions orother units shall beprovided. pnwx14229.03 13650-9 AususTa0z5 A. Generai: Single unit and multiple unit power supplies, located in control room panels, remote terminal units and field panels as required. B. Single Unit Required Features: 1. Solid state circuitry. 2® Surface mounting. 3. Input Power: 117 VAC +/- 10 percent, 60 Hz. 4. Output Power: 24 VD C or as required. 5. Une/Load Regulation, +/-., 0.005 percent. ® Ripple: 0.25 mv RMS. 7. Overload Protection: Internal preset. 8, Include mounting brackets, fuse, and mating connector for a-c power plug® 2.03 CURRENT ISOLATOR A. General: The iso�ating unit shall be a four wire, 120VAC powered device, It shall accept one (1) 4-20 ma input s�gnal and deliver up to four (4) 4-20 ma outputs. tin Required Features: 1. Accuracy: +/- 0.1% of span. 2. Arnbient Temperature Range., -30C to +82C. 3. lsolation: 500Vrms, no dc connections. 4.. Provide one spare lsolator. C. Manufacturer: Provide current isolator of one of ttie following: 1. Action Instruments 1 Moore Indlustries 3. Or equal 2.04 CONTROL RELAYS A. Type: General purpose, plug-in type rated for continuous duty. B. Construction Features: 1. Coil Voltages, 24 VDC, and 120 VAC as required,, 2. Contacts (DPDT minimurn): a., Silver cadmium oxide, gold flashed except in cases for switching low energy circuit, (<200 rnA) where in silver, gold flashed contacts shall be provided., b. Rating: Compatible witti AC or DC thr'0Ugl10Ut voltage and current of devices sirriultaneOUSly operated by contacts but not less than the following: 1. Silver cadmium oxide, gold flashed not less than 10 amperes resistive at 120 VAC or 28 VDC continuous. FTWH14329,03 13650-10 AUGUST 2015 WALSH RANCH BOOSTER PUMP STA'T'10N PROJECT IK CONTROL PANELS AND ENCLOSURES ii. Fine silver, gold flashed not less than 3 amperes resistive at 120VAC or2BVDCcontinuous. 3. Provide an indicator light (LED)when relay isenergized. 4. Relays tohave clear plastic dust cover. 5. Relays to beULrecognized. C. Manufacturer: Provide Control Relays from one of the following: 1. Potter & Brumfield, KRP 2. IDEC, RR Series. A. General: 1. Selector switches, pushbuttons and indicating lights shall be supplied by one manufacturer and beofthe same series ormodel type. 2. Type: a. Round, 30.5mm, heavy duty, oiltioht. b. NEMA 4X, corrosion resistant type. 3. Provide manufacturer's legend plate for indication of switch, pushbutton or light function (i.e. Open -Closed, Hand-O0-Auto)asindicated on the Drawings. 4. Mounting: Flush mounted oncontrol panel front, unless otherwise noted. B. Selector Switches: 1. Type: Provide selector switches with number of positions as required to perform intended functions asshown and specified. 2. Contacts: a. Provide number and arrangement of contacts as required to perform intended functions specified but not less than one single pole, double throw contact. b. Type: Double break, silver contacts with movable contact blade providing scrubbing action. C. Rating: Compatible with a-c or d-[ current with devices simultaneously operated bythe switch contacts but not less than 10amperes resistive at 12Ovolts a-cord-ccontinuous. 3. Switch Operator: Standard black knob. C. Pushbuttons: 1. Type: Provide momentary, single and/or dual type pushbuttons as required to perform intended functions soecifledand shown. 2. Contacts: Comply with the requirements specified for selector switches. D. Indicating Lights: 1. Type: integral transformer, push -to -test type. 2. Lamps: LED with color matched lenses. nvv*1432e03 13650-11 AuGusrzozs wnLS*RANCH BOOSTER PUMP STATION PROJECT I&cCONTROL PANELS AND ENCLOSURES 1. Green for indication of off and valves closed. 2. Red for indication of run, valves open and circuit breakers closed. 3. Amber for indication of equipment malfunction, process trouble and alarms (i.e. high level, low level, etc.). 4. Blue for indication of electricalcontrol power on, available status, remote mode. F. Rotary Cam Switches'. 1. Provide rotary cam switches with number of positions and poles as required to perform the required signal switching function specified and shown. 2. Contacts: a. Gold -flashed contacts housed in mechan'icall contact blocks with number and arrangement of contacts as required to perform intended functions. b. Contact Rating: Compatible with a-c or d-c through -put current of signals and devices simultaneously operated by the switch contacts but not less than 20 amperes at 600 VAC or 250 VDC continuous. 3., Switch Operator: Standard black knob. G, Product and Manufacturer: Provide one of the following: 1. Type E34, as manufactured by Cutler -Hammer. 2. Bulletin 800H, as manufactured by Allen Bradley. 3. Or equal, A. Spare replacement instruments and components shall be provided for the panel mounted devices as follows: 1. Two (2) spare control relays of each type used as specified in Part 2.04 of this Section. 2. One (1) spare digital indicator as specified in section 2.01. 3. One (1) spare 24 VDC power supply as specified in Part 2.02 of this Section. 4. 6 spare lamps (bulbs or LEDs) for each type and color used in the system. 5. 6 spare fuses for each size and type of fuse used in the system. B. All spare parts shall be individually packaged for protection against impact, moisture and dirt. Each package shall be clearly labeled as to its content, with a description and part number. C. All spare parts shall become the property of the OWNER. CONTRACTOR 'shall maintain the spare parts inventory as listed above, and replace, at no additional cost, all spare parts consumed' during 'the one-year warranty perlod. 101�914 MMM AInformation specific to the various control panels furnished as part of t Instrumentation and Control System is listed in the schedule below, I FTWHI.4329.03 13650-12 AUGUST 2015 WALSH RANCH BOOSTER PUMP STATION PROJECT I&C CONTROL PANELS AND ENCLOSURES B. Every eNort has been made to include specific information on control panels, however, some panels may have been inadvertently omitted. If information for any panel has not been included in the schedule below, CONTRACTOR shall verify requirements with the ENGINEER. C. Control panels and enclosures are shown on the Contract Drawings and are listed as | PANEL NAME \ LOCATION | ENCLOSURE RATING | / m/u Control ,o..o Pump Station Building, PART] EXECUTION 3.01 INSTALLATION A. Install equipment in conformance with NEC. B. Unless otherwise noted, install indoor panels on 4-inch grout pad. Lay grout after panel sills have been securely fastened down. Extend pad inches beyond outside dimensions of base, all sides, solid, face-to-face. C. Install and interconnect all equipment, devices, electrical hardware, instrumentation and controls, and process controller components into and out of and among the enclosures asindicated onthe Contract Drawings. A. Perform system testing and make any adjustments necessary in accordance with this Section and with the Specifications of Section 13600, Instrumentation and Control System General Requirements. pTw*z*azg.co 13650-13 Au5UsTDD5 A. This Section specifies the general requirements of the HVAC work to be performed and described in other Division 15 sections, and shall not void any of the requirements specified under the General Conditions or General Requirements. B. Furnish all labor, materials, equipment, services and incidentals required and install and test acomplete HVACsystem osspecified and shown onthe drawings: 1. Specification Section 15550 MVAC—HeatiDgEouipment 15860 MVAC—Rans C. Work to be included under each HVAC Specification Section listed above shall include all labor, material, equipment, tools and services necessary to furnish, deliver, unload, install, test and place in satisfactory operation the equipment, services and systems as called for under each HVAC Section including any incidental work not shown, or not specified but which can reasonably be inferred as belonging to the various systems and necessary in good practice to provide complete and fully operational systems. D. This HVAC specification is incomplete without the information contained on the Drawing --A and in the Equipment Schedules. E. Design Conditions: 1. Outdoor Design Conditions The following outside design conditions will be used, based on climate data at Dallas - Fort Worth, TX, as documented in the 2013 ASHRAE Fundamentals Handbook: 11 1 � I OEM= amus"MIXIMIAW M-91711; Winter (99.6%): 230FDrv-bu|b 2. Indoor Design Conditions a. Refer to individual HVAC drawings for indoor design conditions and setpoinj A. The following work related to, but not covered under the HVAC work, will be done under other related Sections as listed below. 1. Concrete work, except for furnishing of required anchor bolts, sleeves and templates, which shall be furnished with equipment, is included in Division 3. 2. Structural steel and miscellaneous metal, except for supplementary steel required for hangers, equipment supports, anchors and guides, which shall be furnished with equipment, is included in Division 5. FTYvo14329u3 15500-1 JuLYams wmusoRANCH BOOSTER PUMP STATION PROJECT Hvxc GENERAL PROVISIONS 3. Flashing and counterflashing, except for iterns specified herein, is included in Division 7. 4. Painting, except for factory finished equipment, shop painting and identification �abeling, is included in Division 9. 5. Exterior, louvers are included in Division 10. 6. Refer to Division 16 for electrical requirements. 7. Electrical field power and interlock wiring, except for field wiring for automatic temperature HVAC controls as specified and as shown on the HVAC Drawings, is included in Division 16. 8. Motor starters and disconnects, except for those furnished as an integral part of equipment supplied under this Division, shall be provided under Division 16. 1.03 SUBMITTALS FTMi14329M 15500-2 JULY 2015 WALSH RANCH BOOSTER PUMP STATION PROJECT HVAC - GENERAL PROVISIONS faxed copies of curves is not acceptable. Provide certified test data for all fans. For fans show shutoff head. 5. Accessories —A list of accessories to be furnished shall be included on each submittal. 6. Spare Parts List — Provide manufacturer's recommended spare parts list. 7. Certification that equipment capacities meet requirements on Equipment Schedules based on indicated design criteria as specified. 8. Detail mounting and securing structure. 9. Warranty Information 10. Wiring Diagrams - Provide power, signal, and control wiring for all equipment. 11. Provide nameplate data and arrangement for approval by Engineer and Owner's Representative. 12. Equipment and materials shall be in strict accordance with the Specification requirements. Fully explain and itemize any exceptions to, or deviations from this Specification and the individual Division 15 specification section. 13. For units that will be shipped exposed, provide a description of the protective packaging that will be used during transit. B. In the event the vendor and/or manufacturer starts procurement and/or fabrication prior to receipt of approved shop drawings, then vendor/manufacturer does so at their own risk. C. Operation and Maintenance Manuals 1. Submit to the Engineer Operating and Maintenance Manuals for each piece of equipment. Personnel familiar with the operation and maintenance of the specific information shall prepare manuals. 2. Equipment shall be identified with the Engineers Equipment Numbers and Identification as shown in the Schedules and on the Drawings. 3. Provide information in three ring binders. All sheets shall have reinforced punches. Tabbed dividers shall separate all sections. Drawings will be bound in the manual, or contained in envelopes bound into the manual. Provide with Table of Contents. 4. Contents - All of the information listed above under 'Shop Drawings' shall be incorporated into the O&M manuals including the following additional information. The O&M manuals shall be consolidated into a complete package, without duplicate information. a. Installation Instructions shall include unpacking, installing, aligning, checking and testing instructions. Foundation data, allowable piping loads, and electrical design shall be included. b. Operating Instructions shall include pre -operational Checks, start up and shut down, and description of all control modes. Include emergency procedures for all fault conditions and actions to be taken for all alarms. Procedures for long term storage shall be included. c. Maintenance Instructions shall include preventive and corrective maintenance measures. Items such as inspection, calibration, lubrication, tests, etc., shall be covered. A complete list of materials for preventative maintenance shall be included. Instructions for assembling, disassembling, repairing and reordering parts shall be included in the instruction manual for corrective maintenance. Schedules for test of other functions are to be included. Provide a list of tools required to service the equipment. Trouble shooting instructions to include a trouble -shooting guide shall be included. The instruction manual shall list. all FFWH14329.03 15500-3 JULY 2015 WALSH RANCH BOOSTER PUMP STATION PROJECT HVAC - GENERAL PROVISIONS special materials, tools, and test equipment that are required to perform troubleshooting and all phases of maintenance. Provide exploded view drawings or other similar drawings of all assemblies showing all parts which are separately replaceable for maintenance. d. Test and Startup Reports —Test reports shall include date and time of successful testing and startup of each system, including names and contact information of all individuals (Le. manufacturer's representative, Owner, etc.) present for testing. e. Air Test and Balance Reports. C Sequences of Operation and associated air flow schematics, A. The latest published issue of Standards or Recommendations of the following listed Societies, Associations or Institutes in effect 3 months prior to the date of this Contract are part of this Section. These shall be considered as minimum requirements. Specific requirements of this Section and/or Drawings shall have precedence. In case of conflict between published naquirements and requirements of this Section and/or Drawings, the Engineer shall determine which is to be followed. B. Abbreviation and the title of Federal, State and industry standards, technical societies, ,associations and institutes and other organizations used are as follows: I AABC — Associated Air Balance Council 2. ACGIH — American Conference of Governmental Industrial Hygienists 3. ADC — Air Diffusion Council 4. AMA — American Bearing Manufacturers Association 5� AMCA — Air Movement and Control Association 6. ANSI — American National Standards Institute ARI — Air Conditioning and Refrigeration Institute ® ASI lRAE — American Society of Heating, Refrigerating and Air Conditioning Engineers 9. ASME — American Society of Mechanical Engineers 10. A — American Society for Testing and Materials 11. FM — Factory Mutual Engineering and Research Corp. 12. IEEE -- Institute of Electrical and Electronics Engineers I. NIST — National Institute of Standards and Technology 1.4. NEE B — National Environmental Balancing Bureau 15. NEC — National Electrical Code I& NEMA — National Electrical Manufacturers Association 17s NFPA — National Fire Protection Association 18. OSHA — Occupational Safety and Health Administration 19. SMACNA — Sheet Metal and Air Conditioning Contractors National Association FTWH1432903 155500-4 jULY 2015 WALSH RANcH BOOSM.R PUMP STATION PROJECT HVAC - GENERAL PROVISIONS K1011011111111111IT14 C. Where reference is madeto • - of - above standards,• effect• • r opening shall .rr 11111110z'• A. - Contractor shall be fully responsible for the proper • and performance of work described herein. It shall be their responsibilityto inspect all installation• • • -and bring to the attention of • --r any conditions which may affect their w• adversely. They shall reportto the Engineer,prior to commencing any portion of work,• • • unsuitable for the installation of - portion of - work. B. Mention hereinor • . • on - Drawings of equipment, operation or methods shall require that each item mentioned or indicated be provided to make a complete -.d for • • operation. C. Attention is called to the necessityfor elimination of • of b • from mechanical equipment • building All equipment, rcarefully - selected and -• to meet this conditionand isolators shall be provided whrequired. D. All equipment of a given type shall be furnished by or through a single manufacturer or as specified on -r Inspection by the • -er's representative or • inspect not - - - the the contract documents. F. Use all new materials unless otherwise specified. Materials and equipment shall be free from all defects and imperfections that might affect the serviceability of the finished product. No used equipment or materials will be allowed. G. The Owner and Engineer reserve the right to sample and test any materials after delivery and to reject all components represented by a sample that fails to comply with the specified requirements. H. All equipment shall be UL listed and stamped with all testing agency seals. I. Use of asbestos or material containing asbestos for work specified under this Section shall be strictly prohibited. J. All rotating parts of equipment shall be statically and dynamically balanced at the factory. K. Guarantee that all equipment meets the design and performance requirements specified, and alter and/or replace, at no cost to the Owner any piece of equipment which fails to meet these requirements. L. Where Drawings and Specifications are in conflict with one another, the information on the Drawings shall take precedence. FTWH14329.03 15500-5 JULY 2015 WALSH RANCH BOOSTER PUMP STATION PROJECT HVAC - GENERAL PROVISIONS A. The Drawings are essentially diagrammatic, although all work shown on the Drawings approximately shown to scale. Figured dimensions and detailed drawings shall followed in every case. Size and routing of ductwork are shown, but it is not intended S show every offset, crossover, transition or fitbng nor every structural difficulty that m be encountered. To carry out the true intent and purpose of the Drawings, the Contra shall provide all necessary parts for a final installed system which conforms to t structure, avoids obstructions and provides required clearances and passageways. Contractor shall be responsible to coordinate the system installation and routing with t -work of all other trades. I B. Do not change sizes indicated on the Drawings without written approval of the Engineer. C. When significant changes in equipment locations, devices and distribution systems are required, obtain approval of the Engineer before making changes. D. The absence of duct supports and details on the Drawings shall not relieve the Contractor of the responsibility for providing them. EThe location of all equipment and ductwork shall be considered as approximate only and the right is reserved by the Engineer to change at any time, before the work is installed, the position of such equipment, ductwork and piping to meet structural conditions and to provide proper headroom clearance or for other sufficient causes and such changes shall be made without additional expense to the Owner, B. Obtain all required permits and pay all legal fees for the same and in general take complete charge and responsibility for all legal requirements pertaining to this Section of the work. Cw If any work is performed and subsequent changes are necessary to conform to the regulations, such change shall be made a's part of this work at no additional cost to the Owner. A. Ail materials and equipment shall be inspected for size, quality and quantity against approved shop drawings upon delivery. B. Delivery schedule of all equipment shall be coordinated with the Contractor. Equipment ready for shipment prior to the agreed on shipping data shall be stored without cost to the Owner by the manufacturer. FTWH14329.03 15500-6 JULY 2015 WALSH RANCH BOOSTER PUMP STATION PROJECr' HVAC - GENERAL PROVISIONS C. All materials shall be suitably packed for shipment and long term storage. Each package shall be labeled to indicate the project and the contents of each package. Where applicable, equipment numbers shall be marked on the container. D. All equipment shipped that is exposed such as on a flat bed truck shall be protected during transit. The equipment shall be protected from moisture, road salt, dirt and stones or other materials thrown up from other vehicles. Electrical components shall be protected as above, but with special attention to moisture. The method of shipment protection shall be defined in the submittals. E. Instructions for the servicing and startup of equipment in long term or prolonged storage .shall accompany each item. F. All materials shall be stored in a covered dry location off of the ground. When required to protect the materials they shall be stored in a temperature -controlled location. A. The Drawings indicate the extent and general arrangement of the systems. If any departures from the Drawings or specifications are deemed necessary, details of such departures and the reasons therefore shall be submitted as soon as practical for review. No such departures shall be made without the prior written concurrence of the Engineer. B. Refer to the Structural and Architectural Drawings which indicate the type Of construction in which the work shall be installed. Locations shown on the HVAC Drawings shall be checked against the general and detailed drawings of the construction proper. All measurements must be taken at the building. C. The Contractor shall coordinate the location and placement of all concrete inserts and welding attachments with the structural engineer. D. The Contractor shall assume full responsibility for coordination of the HVAC systems with the work of all trades, including; scheduling, and verification that all structures, ducts, piping and the mounting of equipment are compatible. E. It shall be the responsibility of the subcontractor to have employed a competent coordinator of mechanical systems and as such to provide all coordination of drawings or sketches as may be required or deemed necessary by the Engineer to eliminate conflicts with all piping, ducts, electrical and installations of all other trades. 1.10 WARRANTY A. Warrant all material and workmanship included herein. Warranty shall include parts & labor for a period of 2 years from date of final acceptance by Owner. The Contractor shall be responsible for all cost incurred in furnishing and installing the replacement equipment. 1.11 NOISE CRITERIA A. The selection of fans, ductwork, and all other HVAC equipment and the installation of the system components such as duct work shall be such as not to exceed to maximum permissible noise for non -equipment spaces as defined in Table 2, Design Guidelines for FTWH14329.03 15500-7 3ULY 2015 WALSH RANCH BOOSTER PUMP STATION PR03ECT HVAC - GENERAL PROVISIONS OW 1111111111 liillil�ljli 1111`11111!11�1;ljiii 111!Illilililill; I � the levels of permissible noise exposures of occupational areas as established by the OSHA and other Federal, State and local safety and health standards, codes and ordinances. BPreferential consideration shall be given to equipment that does not generate a noise level in excess of 80 dBA at a distance of (5) feet in any direction from the unit under operating conditions. CRefer to Equipment Schedules for sound criteria. Provide sound data for fans as listed in the Equipment Datasheets for the following frequency bands., 63, 125, 250, 500, 1000, 2000, 4000 and 8000 Hz. Data shall be the sound power level (reference 10A 12 watt ---- per octave band) and to include the dBA at 5 feet. The equipment supplier shall provide actual data for the equipment submitted. If the space does not meet the required criteria, and the noise level of the equipment is found to be the cause, the eqUipment supplier shall be responsible for the modifications required to correct the condition. PART 2 PRODUCTS 2.01 ELECTRICAL EQUIPMENT A. Certain items of electrical equipment which are furnished under this Section shall meet the requirements specified in Division 16. B. Electric Motors 1. Electric rnotors in NEMA frame sizes s al conform to the requirements in Division 16, unless otherwise specified herein. 2. The motor manufacturer shall confirm that motors used to power equipment are provided with bearings that will provide a bearing life equal to the driven equipment or better, Confirmation shall be included with shop drawing submittal. 3. Motors will be selected to be non -overloading over the entire operating range of the equipment. A safety factor of 25 percent will be added to all motors up to and including 50 horsepower. Motors indicated on the schedules are to be considered a minimum. This sizing is not to limit compliance with the above requirements. C. Electrical enclosures and panels, including HVAC control panels and associated switches, lights, pushbuttons and other controls components, shall be suitable for the environment and electrical classification for the space they are located in and shall meet Division 16 requirements. A. Grease lubricated bearings (except where driven by motors smaller than 1/2 Hp) shall be equipped with Zerk lubrication fittings and with provision for automatic relief of lubricant pressure away from fan wheel, The latter may be accomplished by either built in relief devices or automatic ball and spring relief fittings at the bottom of the bearing housing. B. Pressure relieves shall be located outside of the units and shall be visible from maintenance locations. Lubrication fittings shall be located to be easily accessible from FTWH11329,03 15500­8 JULY 2015 WALSH RANM BOOSTER NAB IMP STATION PROJECT' WAC -- GENERAL PROVISIONS maintenance or operating levels. Where necessary, extension tubes shall be provided to bring the service fitting to an accessible location and the relief visible from the same location. C. Bearings for all equipment in the schedule below shall have heavy-duty grease lubricated ball or roller bearings. Bearings shall have ample thrust provision to prevent end play during the normal life of the bearing. Unless specifically noted otherwise, all fans shall have bearings for both the equipment and motors with the following ABMA L-10 life. 1. Fans over 3000 cfm — 40,000 hours. D. For systems with bearings requiring L-10 lives of 100,000 hours or greater, the equipment supplier shall provide calculations for both the equipment bearings and the motor bearings to confirm the bearing selections. For belt drives, the calculations shall include the effect of the sheave size, number of belts, the sheave location on the shaft, and the location of 'the motor to the driven.sheave. E. The equipment manufacturer shall provide confirmation of the required life based on the actual drive components. 2.03 FLAME AND SMOKE RATINGS A. All materials, including adhesives, surface coatings, sealers, assemblies of several materials, insulation, jacketing, finish, etc, shall have flame spread ratings not over 25 (fire resistive) and smoke development ratings not over 50 and fuel contributed rating not over 50, as established by tests conducted in accordance with the Federal Standard 00136B, National Bureau of Standards Radiant Energy Fire Test and the National Fire Code of the NFPA. B. These requirements shall apply to all circumstances whether the materials are field applied or have been applied by a manufacturer in his/her shop, or elsewhere, prior to delivery to the project for installation. 2.04 V-BELT DRIVE A. V-belt drives shall consist of the driver and driven sheaves and one or multiple matched V- belts. Drives furnished to transmit less than 3/4 Hp may be a single groove, single belt .type. Drives to transmit 3/4 Hp or more shall consist of at least two belts. Belts smaller than "A" cross section shall not be used. B. Each sheave shall be grooved to match the belt selection, bored and keyed to fit the receiving shaft, and grooves shall be in parallel planes exactly perpendicular to the bore for the full 360 degrees. Sheaves shall have keys and setscrews. Sheave material may be cast iron, unless otherwise indicated in the Fan Equipment Schedules and/or Section 15860. C. The drive shall be sized 1.5 times the motor nameplate rating and also shall have ample strength to start the driven equipment by full voltage across the line motor starting. FTWH14329.03 15500-9 JULY 2015 WALSH RANCH BOOSTER PUMP STATION PROJECT HVAC - GENERAL PROVISIONS A. General 1. All identification systerns shall be suitable for indoor or outdoor application, for area temperature and other ambient conditions, as required per use. Outdoor identification systems shall be UV rated. ' 2. Coordinate installation of identifying devices with completion of covering and painting of surfaces where devices are to be applied. 3. Acceptable manufacturers are: Seton Name Plate Corp. ; W H Brady Co.; EMED Company Inc.; Kolbi Industries, Inc.; 3M Co.; Craftmark Identification Systems; Marking Services, Inc. and. Carlton Industries,, Inc. B. Equipment Identification 1. Equipment Data Plate: a. Provide manufacturer's standard permanent narnep�atelconstructed of stainless steel, with data engraved or stamped, permanently attached to the equipment. b. Data shall include, as a minimum, Engineer's equipment tag number as shown on Drawings; Manufacturer name, product, name, model number, and serial number; equipment capacity, operating and power characteristics; and labels of testing agencies. 2. Equipment, Tag Nameplate: a. Provide 1/16 inch thick, engraved laminated phenolic marker's for each piece of equipment equal to Setonpdolite. b. Nameplates shall have black exterior and white core, neatly beveled edges, and shall show white letters or numbers (letter/number height minimum 2 inches) on a black background. c.. Inscribe on the nairrieplate the Engineer equipment tag number as used on the Drawings. (Example: P-02 or AHU-01). A. General 1® Unless otherwise specified in this Division all machinery or vibrating mechanical equipment shall be isolated from the building structure by vibration isolators with a minimum deflection as specified. Operating equipment that can transmit objectionable vibration and noise must be installed with special types of vibration isolators such as flexible connectors to ductwork, piping and wiring. ,2. The vibration isolator manufacturer shall be responsible for the proper selection of vibration isolators suitable for the particular application. Selection of the vibration isolator shall include the following factors., a® Equipment Weight ® Equipment operating frequencies c. Type of building support structure ® All isolation devices for a single piece of equipment shall be selected for a uniform static deflection according to distribution of weight in the equipment. 4. Isolators exposed to the weather, in rooms classified on electrical drawings as damp, wet, or corrosive or where called for on the Drawings shall be provided with corrosion protection. Parts subject to wear, rubbing, shall be non -corrosive material such as FTWH14329.03 15500-10 JULY 2015 WALSH RANCH BOOSTER PUMP STA`rION PROJECT HVAC - GENERAL PROVISIONS 0 rubber or stainless steel. Springs and hardware shall be material of equal or greater corrosion resistance than the associated ductwork. 5. After installation of equipment, isolators shall be adjusted for proper loading and distribution of weight. PART 3 EXECUTION 3.01 INSTALLATION A. All products specified in the Specification Sections listed under 1.01 Scope of Work shall be installed according to the applicable manufacturer's recommendations, the details shown on the Drawings and as specified herein and in other related Sections. B. The Contractor shall start up each piece of equipment and system and shall make all adjustments so that the system is placed in proper operating condition. C. Install all equipment and trim in accordance with the manufacturer's printed instructions and install rigid, plumb and true to line, with all parts in perfect working order. D. The Contractor shall not install any equipment or materials until the Owner and Engineer have approved all submittals. If any equipment or materials are installed prior to approval of the submittals, it shall be at the Contractor's risk. 3.02 CLEANING AND DISINFECTION A. All equipment and ductwork shall be left in a thoroughly cleaned condition. Refer to specification sections and Division 1 for additional information. 3.03 TESTS AND INSPECTIONS A. General — Test and inspect all systems and put into satisfactory operation prior to final acceptance Owner. Test the work as required by the Engineer during the progress of the work to demonstrate the strength, durability and fitness of the installation. Furnish all instruments, ladders, lubricants, test equipment and personnel required for the tests; including manufacturer's representatives for testing and start up of all supplied equipment. Balancing and testing shall be performed as specified in Section 15950 HVAC Testing Adjusting and Balancing. Before testing and final inspection, all systems shall be cleaned as specified. B. Final Tests — Tests of all systems shall be carried out as required by the Engineer prior to final acceptance of the systems for the purpose of demonstrating satisfactory functional and operating efficiency as well as adjustment. During this period, the setting of all automatic controls shall be checked and sufficient measurements taken to ensure that conditions are correct and that capacities are adequate to meet the specified requirements. Provide competent personnel to conduct all tests. Systems will not be considered complete until all tests have been concluded to the satisfaction of the Engineer and all other parties having jurisdiction. In event of leakage or defects, tests must be repeated until all faults are corrected. All tests may be requested to be performed in the presence of the Engineer. The general operating tests shall be performed under as near FTWH14329.03 15500-11 JULY 2015 WALSH RANCH BOOSTER PUMP STATION PROJECT HVAC - GENERAL PROVISIONS design conditions as possible. Four copies of records of all tests, measurements, settings of throttling devices and nameplate data shall be submitted to the Engineer. C. Contractor shall demonstrate satisfactory performance of all equiipment and systems for a minimum period of 5 working days prior to final acceptable by Owner, D. Test and Inspection Reports — Contractor shall submit certified test reports, verifying that equipment is operating per the design, conditions, Where the individual specification sections require factory -trained representatives to make inspections and/or assist with testing. The name and contact information of said individuals shall be in the test and inspection reports. Four copies of records of all tests, measurements, settings of throttling devices and nameplate data shall be submitted to the Engineer. E. Measure sound power levels of fan at design operating conditions. Adjust fan belts and balance fan where sound levels exceed reqUirements specified in this section. Take precautions to prevent damage to builiing or its contents during testing. At the Contractor's expense, the Contractor shall repair or make good any building components or contents damaged during testing. Any defects or deficie6cies discovered during testing shall be immediately repaired and testing shall be repeated until the testing requirements are fully complied with and appr� d local inspectors having jurisdiction. A. General 1. Plan the locations of markers, tags, and narneplates to insure good visibility of such markers, tags, and nameplates in conformance with ANSI A13.1. 2. Clean the area to which said markers, tags, and nameplates shall be applied. 3. Where adhesive markers are used, clegrease and clean surface prior to applying marI;,er. 4. Install markers, tags, and nameplates in accordance with main ufactU rer's instructions 5. Relocate mechanical identification materials and devices that have become visually blocked by other work. 6. Clean faces of mechanical identification devices after work is complete. B. Equipment Identification 1. Permanently attach equipment nameplates in conspicuous, accessible, and visible location, directly on equipment. Provide for all mechanical equipment such as starters, fans, unit heaters and control panels. Secure nameplates with adhesive and pop -rivet in place with 316 stainless steel rivets or use self -tapping screws, or nuts and bolts. all devices may be identified with metal tags. Verify with equipment FrWH14329,03 15500-12 JULY 2015 WALSH RANCH BOOSTER PUMP STATION PROJECT HVAC - GENERAL PROVISIONS manufacturer if NEMA ratings will be violated if mechanical fasteners are used, in which case adhesive alone to attach nameplate shall be allowed. 2. For unsuitable surfaces, such as high temperature or lack of space, use 316 stainless steel copper or brass rings or chains to attach tags. A. Properly maintain and service all equipment and systems until the particular equipment or the system has been accepted by the Owner. Contractor shall follow manufacturer's recommended maintenance schedule during this period. B. This maintenance shall include compliance with the manufacturers operating and maintenance instructions as well as periodic checking, cleaning, and/or replacement of belts, strainers and filters and the lubrication of moving parts and all required adjustments. C. Contractor shall repair any equipment and systems that fail, leak or get damaged. Any systems that cannot be repaired to the satisfaction of the Owner and Engineer shall be replaced in kind, without additional cost to the Owner D. Records of all maintenance and lubrication work performed on Owner or Contractor furnished equipment shall be maintained at the construction or installation site and be available at all times for a review by the Owner or Engineer. At the request of the Owner or Engineer copies of these records shall be submitted for information and/or review. 3.07 PAINTING AND COATINGS A. The Contractor shall be responsible for the repair of all defects, blemishes, holidays and the like apparent in manufactured standard coating and shall ensure that the materials used for such repair shall match and be compatible with the manufacturer's standard color, coatings and practices. Surfaces to be repaired or recoated are to be prepared as recommended by the paint or coating supplier. Care shall be taken not to paint over nameplates. B. Furnish touch up paint for the various types of equipment furnished and deliver unopened paint to the Owner at completion of the project. The amount of touch-up paint supplied shall be sufficient to cover 15 percent of the applicable painted surfaces or one pint, whichever is greater. C. Coatings shall be of the following types: 1. MANUFACTURER STANDARD COATINGS a. Coating material shall be manufacturers standard. END OF SECTION FTWH14329.03 15500-13 JULY 2015 WALSH RANCH BOOSTER PUMP STATION PROJECT HVAC - GENERAL PROVISIONS f it f PART 1 GENERAL 1.01 SCOPE A. Furnish and install all heating units as shown on the Drawings, scheduled and as specified herein. B. This HVAC specification is incomplete without the information contained on the Drawings and in the Schedules. C. Refer to Section 15500 for HVAC General Provisions related to the work of this Section. A. Remote disconnects shall be provided under Division 16. B. Refer to Division 16 for electrical requirements. 1.03 EQUIPMENT SCHEDULES A. This Section is incomplete without the information contained in the equipment schedules shown on the Drawings. All heating units shall be of the type, capacity and arrangement as listed on the schedules. Units shall consist of the components listed in the schedule and those components obviously required for the type of unit. Particular attention must be paid to the remarks and notes in these schedules. 1.04 SUBMITTALS A. Submit all shop drawings and Operating and Maintenance Manuals with all information required per Division 1 and Section 15500 — HVAC — General Provisions. 1.05 WARRANTY - GUARANTEE A. Refer to Section 15500 — HVAC — General Provisions for warranty requirements. PART 2 PRODUCTS 2.01 UNIT HEATERS A. Unit heaters shall be self-contained factory -assembled, forced -fan heating unit consisting of heating element, fan, motor, housing, outlet diffuser or vanes, and suitable for corrosive areas. Units shall be suspended or wall -mounted type arranged for horizontal or vertical air flow, as shown on the Drawings and schedules. Unit heater shall have powder coating on galvanized steel. Heating elements shall be 304 stainless steel finned tubular construction. Discharge grille shall have adjustable louvers to direct airflow in any direction. Fan shall be aluminum, epoxy -coated. Motor FTWH14329.02 15550-1 JULY 2015 WALSH RANCH BOOSTER PUMP STATION PROJECT HVAC - HEATING EQUIPMENT I �+{..� � �, � I" •� i ri= a �� i E[ � � 4 r 2.02 ELECTRICAL A. Provide a factory wired, control panel factory mounted on the unit. Panel shall inclu all controls, all safety controls and interlocks, transformers, relays, controi devic terminal strip for remote wired devices and integral cooling fan(s), where require, System components shall be UL listed and labeled for their required duty. B. The type of enclosure, .l incWhig cornplete, panel mounted! components and subsystems, shall be NEMA rated in accordance with requirement indicated on thE Equipment Schedule of the Drawings. Electrical relays, labeling, terminal connections, etc.) shall 1 provided by the manufacturer strict compliance with Division 16 requirements. 2.03 LABELING A. Provide each piece of equipment with a factory -applied stainless steel nameplate permanently attached to the exterior of the equipment, in an accessible location, external' to any insulated SUrfaoe and observable while the equipment is in operation. Include the following informationA, where applicable, on the nameplate. A. Manufacturer's name. 20 Equipment Model NUmber F7WFI14329.,02 15 0-2 JULY 2015 WAL H RANCH i'ER PUMP STA17ON PROJECT FIVAC - HEATING EQUIPMENT 3. Equipment tag number. 4. Purchasers order number. 5. Serial Number 6. Manufacturer's size and type 7. Fan Horsepower and RPM. 8. Heating Capacity — KW. 9. Volts/Phase/Hertz 10. List of each individual component's electrical data 11. Date of manufacture. 12, Approving Agency Seals. PART 3 EXECUTION 3.01 INSTALLATION' A. The Contractor shall not install any equipment or materials until the Owner and Engineer have approved all submittals. If any equipment or materials are installed prior to approval of the submittals, it shall be at the Contractor's risk. B. Equipment shall be installed in accordance with manufacturer's recommendation. C. The Contractor shall start up each piece of equipment and system and shall make all adjustments so that the system is placed in proper operating condition. A. After completion of equipment, field test equipment to verify equipment is properly installed per manufacturer's recommendations and equipment subcomponents (fan heater, safety devices, thermostat, etc.) operate. son A. Provide each heater unit with an equipment tag label. Lettering shall be 1-inch tall minimum. Label shall be located in a visible location. Refer to Specification Section 15500 — HVAC — General Provisions for additional requirements. WFOX91=04W01111 FTWH14329.02 15550-3 JULY 2015 WALSH RANCH BOOSTER PUMP STATION PROJECT HVAC - HEATING EQUIPMENT Ii!_L+3_F► f^] PART 1 GENERAL 1.01 SCOPE A. Furnish and install all fans and fan accessories as shown and scheduled on the Drawings, and as specified herein. B. This HVAC specification is incomplete without the information contained on the Drawings and in the Equipment Schedules. C. Equipment, fans, dampers, etc. shall be all aluminum construction. Where aluminum is not available, parts shall have protective coating for corrosion. D. Fasteners and supports, construction material shall be resistant to corrosion. E. Refer to Section 15500 for HVAC General Provisions related to the work of this Section. 1.02 RELATED WORK A. Metal Ductwork and accessories are included in Section 15890. B. HVAC Controls is under Section 15500. Sequences of control are in the HVAC Drawings. C. Remote disconnects shall be provided under Division 16 — Electrical. D. Refer to Division 16 for electrical requirements. 1.03 EQUIPMENT SCHEDULES A. This Section is incomplete without the information contained in the schedules. All fans shall be of the type, capacity and arrangement as listed on the schedules. Units shall consist of the components listed in the schedule and those components obviously required for the type of unit. Particular attention must be paid to the remarks and notes in these schedules. 1.04 SUBMITTALS A. Submit all shop drawings and Operating and Maintenance Manuals with all information required per Sections 01300 — Submittals, Section 01830 — Operation and Maintenance Data, and Section 15500 — HVAC — General Provisions, 1.05 REFERENCE STANDARDS A. These standards shall be considered as minimum requirements. This is a general list and not all standards listed are necessarily referenced elsewhere in this Section. FTWH14329.03 15860-1 JULY 2015 WALSH RANCH BOOSTER PUMP STATION PROJECT HVAC - FANS Specific requirements of this Section and/or Drawings shall have precedence, The Owner shall resolve conflicts between published requirements. & Titles and abbreviation of Federal, to and industry standards, technical societies, associations and institutes and other organizations, which may be used, are as follows: 1. Air Diffusion Council (ADC) 2. American Bearing Manufacturers Association (ABMA) 3® Air Movement and Control Association (AMCA) 4. American National Standards Institute (ANSI) ® Air Conditioning and Refrigeration Institute (ARI) 6; American Society of Heating, Refrigerating and Air Conditioning Engineers (ASHRAE) 7® American Society of Mechanical Engineers (ASME) 8. American Society for Testing and Materials (ASTM) 9® Institute of Electrical and Electronic Engineers (IEEE) 10. National Institute of Standards and Technology (NIST) 11. National Electrical Code (NEC) 12. National Electrical Manufacturers Association (NEMA) 13. National Fire Protection Association (NFPA) 14. Occupational Safety and Health Administration (OSHA) 5® Sheet Metal and Air Conditioning Contractors National Association (SMACNA) 16. Underwriters Laboratories (UL) Ce Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply,, A. Refer to Section 15500 — HVAC — General Provisions for warranty requirements, B. Guarantee that all equipment meets the design and performance requiremenm specified, and after and/or replace, at no cost to the Owner any piece of equipme which fails to meet these requirements. Include any work and factory train supervision necessary. I 2.01 GENERAL AThe'use of a manufacturer's name and model of catalog number is for the purpose. of establishing the standard quality, grade, type, size, physical arrangement, performance characteristics and availability. Fans shall be factory assembled, complete with fan wheel, fan housing or cabinet, bearings, drives, drive guard, motor, motor base, unit base and vibration isolators, dampers and bird screens unless otherwise specified. All fans shall be provided with lugs, brackets or field supplied devices to allow the fan to be firmly bolted to the structure or fastened to specified vibration isolat�ors. Location of the attachments shall FrVVH14329,03 15860-2 JULY 2015 WALSH RANCH BOOSTER PUMP STATION PROJECT HVAC - FANS be based on the equipment being hung or base mounted as shown on the Drawings and the schedules. M SPURRIER! ROME 11 1 , I � III I D. Where belt drives are used, motors shall be provided with adjustable slide bases. Adjustable sheaves and slide bases shall be selected so that the midpoint of the adjustable range matches the fan schedule data. Drives selected shall have a safety factor of 1.5 times motor horsepower. E. All fans shall be AMCA certified for air performance and sound ratings tested in accordance with AMCA 300. F. Motor shall be selected to be non -overloading for the entire fan curve range and for the reasonable expected temperature and humidity. Schedule motor sizes are minimum. If a larger motor is required for the fan proposed, the larger motor shall be provided at no additional cost to owner. Contractor shall pay all additional costs due to larger motor, including but not limited to roof curbs, roof patching, and associated electrical (i.e. wiring/conduit, starter, etc). G. Fans shall be assembled with OSHA shaft, drive, and motor guards. Provide access for greasing bearings, tachometer readings of fan and motor speed without removing the cover. Cover shall be properly ventilated to prevent motor overheating. H. The noise level of the equipment operating in the field shall not exceed 85 dBA overall sound pressure level (referenced to 20 micro pascals) at a distance of 5-ft from equipment surfaces. Provide octave band sound data if another noise level is specified in the schedule or if sound data submission is specified in the schedules. I. Additional requirements are contained herein for specific fan types and in the schedules. J. Section 15500 — HVAC — General Provisions contains general requirements for vibration isolators, bearings and motor drives. Adhere to those requirements and the specific requirements in this Section. K. When bearings are not accessible, extended supply and relief fittings shall be supplied. Both supply and relief fittings shall terminate in the same location. A. Fan assembly shall have steel housing with cast aluminum propeller and direct drive TEFC motor. Plastic fan propellers are not acceptable. Fans shall be provided with OSHA guards if not directly connected to ductwork. Provide neoprene vibration isolation at metal contacts and permanently lubricated, sealed ball bearings. Unless other materials of construction are specified on the schedules housing shall be coated FTWH14329.03 15860-3 JULY 2015 WALSH RANCH BOOSTER PUMP STATION PROJECT HVAC - FANS steel or aluminum. manufacturers shall be reenheck; Hartzell Fan Inc.® or Loren Cook Co. B. Materials that are not aluminum shall be coated to resist corrosion. 2.03 EQUIPMENT IDENTIFICATION A. Provide each piece of equipment with a factory -applied stainless steel nameplate permanently attached to the exterior of the equipment, In an accessible location, external to any insulated surface and observable while the equipment is in operation. Refer to Specification Section 15500 — HVAC — General Provisions for additional requirements. As a minimum, include the following information on the nameplate: 1® manufacturer's name. 2m Equipment Model Number 3. Equipment tag number. 4. Purchasers order number. 5. Serial Number . Manufactuarer®s size and type 7. Air Flow Rate — CFM. a Design Pressure (inch .w)m g® Fan Horsepower and RPM, Igo Volts/Phase/Hertz 11. Date of manufacture. 1. Approving Agency Seals. B. Provide each equipment unit with an Equipment Tag Nameplate made of engraved laminated phenolic® Refer to Specification Section 15500 — DIVA — General Provisions for additional requirements. PAIN 3 EXECUTION 3.01 INSTALLATION A„ The fans shall be installed in accordance with the instructions of the manufacturer and as shown on the Drawings. B. The Contractor shall not install any equipment or materilais until the Owner and Engineer have approved all submittals. If any equipment or materials e installed prior to approval of the submittals, it shall be at the Contractor's risk. C. Ensure that lubricating fluids and greases have been applied according to manufacturer's recommendations. Contractor shall be responsible for all start-up checks, and adjustments and shaH peiform thern unless they are done by the manufacturer's representative. FTH143299 03 15360-4 JULY 2015 WALSH RANCH B005rER PUMP STAMN PROJECT HVAC - FANS A. Perform the following field quality -control bests and inspections and prepare test reports: 1. After installing fans, and after electrical circuitry has been energized, test units for compliance with requirements. Start units bzconfirm proper motor rotation and unit operation. 2. Inspect for and remove shipping bolts, blocks, and tie -down straps. 3. Test and adjust controls and Safeties. Rep/ace damaged and malfunctioning controls and equipment. 6. Remove malfunctioning units, replace with new units, and retest asspecified above. A. Complete installation and startup Checks according to manufacturer's vvhtten instructions and dothe following: 1. Inspect for visible damage tounit casing. 2. Inspect for visible damage to fans. 3. Verify that labels are clearly visible. 4. Verify that clearances have been provided for servicing. 5. Verify that controls are connected and operable. G. Lubricate bearings on fan. 7. Inspect fan -wheel rotation for movement in correct direction without vibration and binding. 8. Adjust fan belts to proper alignment and tension. 9. Start unit according to manufacturer's written instructions. a. Inspect and record performance Of interlocks and protective devices; verify sequences. b. Operate unit for an initial period as recommended or required by manufacturer. c. Calibrate thermostat. d. Inspect associated motorized damper operation and fan in accordance with MVAC Control Sequences. e. Inspect controls for correct sequencing of operation and emergency shutdown. 10. After startup and performance testing, lubricate bearings, adjust belt tension, and re -Check operation of fan and associated motorized dampers, 3.04 EQUIPMENT IDENTIFICATION A. Provide each equipment unit with an equipment tag label. Label shall be located in a visible location. Refer to Specification Section 15500— HKA[— General Provisions for additional requirements. FTWHe32e.03 15860-5 mLY 2015 vwuLS*RANCH BOOSTER PUMP STATION pmo3scT *vAc'FANS HVAC-DUCTWORK AND ACCESSORIES PART1 GENERAL 1.01 SCOPE A. Furnish, fabricate and install all ductwork including fittings, accessories, dampens, hangers and any incidental work or components required to provide complete air supply and exhaust ductwork systems as shown On the Drawings and as specified herein. B. In general, ductwork shall consist of any passageway made of sheet metal or other material substantially air -tight, used for the conveying of air, gas or materials. Included are fittings, transitions, bracing, fasteners, sealers, supports and accessories. All cluctwork shall be of size and material as specified herein and as shown on the Drawings. All duct sizes indicated on the Drawings are clear, inside dimensions. D. All ductwork and equipment shown on the drawings is intended to be approximately correct to scale, but figured dimensions and detailed drawings of the actual equipment furnished shall be followed in every case. The drawings shall be taken in a sense as diagrammatic. Size of ductwork is shown, but it is not the intent to show every offset or fitting, nor every hanger or support, or structural difficulty that may be encountered. To carry out the intent and purpose of the drawings all necessary parts to make a complete working system ready for use shall be furnished without extra charge. The contractor shall be responsible to coordinate the system installation and .routing with the work of all trades. A. Concrete work is included inDivision 3 except for required HVAC anchor bolts, sleeves and templates, which shall befurnished under this Section. B. Structural steel and miscellaneous metal is included in Division 5 except for supplementary steel required for HVAC hangers, equipment supports, anchors and guides, which shall be furnished under this Section. C. Flashing and counterflashing is included in Division 7 except for items specified herein. D. Exterior louvers and louver b|ankoffpanels are included in Division 1O—Specialties. A. Submit to the Engineer, in accordance with Sections 01300 — Submittals and Section 15500 — HVAC — General Provisions, the following Drawings and data. 1. Detailed equipment and cluctwork drawings at a minimum scale of 1/4 in = 1 ft 0 in. Site layout drawings and roof plans may be submitted at scales smaller than FT»v*z*szn.oa 15890-1 Juur20us WALS*RANCH BOOSTER PUMP STATION PROJECT HVAC DUCTWORK AND ACCESSORIES II it 1�1 aw"I [# aw"I RIARM", 19NOM B. In general, corrections or comments or lack there of, made i elative to submittals during review shall not relieve the Contractor from compliance with the requirements of the drawings and specifications. Submittals are for review of general conformance with the design concepts of the project and general compliance with the contract document�s. The Contractor is responsible for the final design conforming and correlating all quanes and dimensions, selecting fabrication processes and techniques of construction,, coordinating the work of all' trades, and performing the .work in a safe and satisfactory manner. 1.04 REFERENCE STANDARDS AThese standards, including all applicable state and local codes, shall be considered as minimum requirement,,. This is a general list and. not all standards listed are necessarily referenced elsewhere in this Section. Specific requirements of this Section and/or Drawings shall have precedence. The Engineer shall resolve conflicts between published requirernehts. B. Titles and abbreviations of Federal, State and industry standards, technical societies, associations and institutes and other organizations which may be used are as follows: 1. American, Conference of Governmental Industrial Hygienists (ACGIH) 2. Air Movement and Control Association (AMCA) 3. American National Standards Institute (ANSI) 4. Air conditioning and Refrigeration Institute (ARI) 5. American Society, of Heating, Refrigerating and Air conditioning Engineers (ASHRAE) 17MH14329,03 1,5890-2 3ULY 2015 WALSH RANCH BOOSTER PUMP STATION PROJECr HVAC - DUCTWORK AND ACCESSORIES a. ASHRAE 68 - Laboratory Method of Testing In Duct Sound Power Measurement Procedure for Fans. 6. American Society of Mechanical Engineers (ASME) 7. American Society for Testing and Materials (ASTM) a. ASTM E84 - Standard Test Method for Surface Burning Characteristics of Building Materials. 8. National Institute of Standards and Technology (NBS) 9. National Fire Protection Association (NFPA) a. NFPA 90A - Standard for the Installation of Air Conditioning and Ventilating Systems. b. NFPA 252 - Standard Methods of Fire Tests of Door Assemblies. c. NFPA 255 - Standard Method of Test of Surface Burning Characteristics of Building Materials. 10. Occupational Safety and Health Administration (OSHA) 11. Sheet Metal and Air Conditioning Contractors National Association (SMACNA) 12. Underwriters Laboratories (UL) a. UL 214 - UL Standard for Safety Tests for Flame Propagation of Fabrics and Films. b. UL 723 - UL Standard for Safety Test for Surface Burning Characteristics of .Building Materials. C. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. PART 2 PRODUCTS 2.01 VIBRATION ISOLATION FOR DUCTWORK A. Flexible fabric connectors for aluminum ductwork shall be airtight, watertight, fire retardant, and weather -resistant, UL 214 approved, and a minimum of 3" of metal on each side of 3" of fabric crimped into .032 gage aluminum metal edging strips. Fabric shall be 26 oz/sq yd glass fabric, 0.019-inch thickness, double -coated with duPont's .Hypalon. Rated temperature range shall be between —10 deg.F to 275 deg.F. Fabric shall have a flame spread rating of not over 25 and smoke developed rating of not higher than 50, complying with NFPA 90A. Fabric shall be equal to Ventlon as manufactured by Ventfabrics or approved equal. 2.02 FLAME AND SMOKE RATINGS A. All materials, including adhesives, surface coatings, sealers,. assemblies of several materials, insulation, jacketing, finish, etc, shall have flame spread ratings not over 25 (fire resistive) and smoke development ratings not over 50 and fuel contributed rating not over 50, as established by tests conducted in accordance with the Federal Standard 00136B, National Bureau of Standards Radiant Energy Fire Test and the National Fire Code of the NFPA. B. These requirements apply to all circumstances whether the materials are field applied or applied by a manufacturer in his/her shop, or elsewhere, prior to delivery to the project. FTWH14329.03 15890-3 JULY 2015 WALSH RANCH BOOSTER PUMP STATION PROJECT HVAC - DUCTWORK AND ACCESSORIES AMN 2.03 HANGERS, SUPPORTS AND ANCHORS X, Furnish supports, hangers and other devices necessary to support firmly and Substantially the equipment and ductwork described in this Section. Design shall be provided by a professional engineer hired by the Contractor as specified in other sections of the specification. B. Rectangular Ductwork Spacing and size of hangers shall be as called for in the SMACNA standards, except as limited below. 1. Rectangular ductwork 48-in wide and larger shall be supported by adjustable threaded rod hangers., D. All hanger hardware and fasteners shall be 304 stainless steel. Where materials other than the duct material are used, they must be approved by the Engineer before installation. G. The following methods of hanger attachment to the building structure are NOT allowed. The numbers and letters refer to hanger methods shown in Figure 44, 4-2, 4-3 and 4-4 of the 1985 edition of the HVAC Duct Construction Standards Metal and Flexible as published by SMACNA. 'T'­ wrap around strap on open web joi "W" - bent over band on open web joist. "14" - friction clamps. "17" - bent wire in metal deck. Hanger Straps I H. Design of hangers shall include the effect of all loads applied to the duct as well as the -load of the duct. These loads include, but are not limited to wind, snow, and internal dI rt or liquid buildup. L Hangers shall not be supported from the roof decking, , Where required, provide supplemental steel to span between the building structure. 2.04 DUCTWORK MATERIAL A. Ductwork shall be constructed of the materials specified using the gauges or thicknesses, reinforcing and construction methods in accordance with SMACNA standards. Unless otherwise specified, all components of the duct systems shall be constructed of the same material as the ductwork, or shall be of a material with equal or greater corrosion resistance as the duct material specified. For example, if aluminum dUctwork is called out and aluminum supports are not available then FRP or stainless steel supports shall be used. This is to include braces. 1. Aluminum cluctwork shall be constructed of 3003H-14 alloy B&S Gauges. FTWi U4329.03 15890-4 JULY 2015 WALSH AN BOOSTER PUMP STATION PROJECT HVAC - DUCTWORK AND ACCESSORIES 2. Fiberglass ductboard shall not be allowed. 2.05 DUCTWORK CONSTRUCTION DETERMINANTS A. Ductwork shall be constructed of the following materials and to the following standards: M&F - SMACNA HVAC Duct Construction Standards - 1st Edition. - Metal & Flexible IRT - SMACNA Rectangular Industrial Duct Construction Standards B. Design of ductwork shall include all loads applied to the ductwork, in addition to the load of the duct. These loads include but are not limited to wind, snow and internal dirt or liquid build up. 2.06 DUCTWORK CONSTRUCTION DETERMINANTS A. Ductwork shall be constructed of the following materials and to the following standards: Duct Location Static Construction SMACNA System Pressure Material Standard in-w SA All Pos-2 AL M&F EA All Neg-2 AL M&F Abbreviations M&F - SMACNA HVAC Duct Construction Standards - 1st Edition. - Metal & Flexible IRT - SMACNA Rectangular Industrial Duct Construction Standards AL - Aluminum B. Design of ductwork shall include all loads applied to the ductwork, in addition to the load of the duct. These loads include but are not limited to wind, snow and internal dirt or liquid build up. 2.07 DUCTWORK CONSTRUCTION A. All ductwork shall be substantially built with joints and seams smooth on the inside and given a neat appearance on the outside. Inside surfaces and joints shall be smooth and free from pockets, burrs and projections. All joints shall be substantially airtight with laps made in the direction of air flow and no flanges projecting into the air stream. B. Pressure Classes 1. Pressure classes for determination of sheet metal gauge and reinforcing shall be as defined by the latest issue of the SMACNA HVAC Duct Construction Standards — 2nd Edition. Metal & Flexible and SMACNA - Industrial Duct Construction Standards. FTWH14329.03 15890-5 JULY 2015 WALSH RANCH BOOSTER PUMP STATION PROJECT HVAC - DUCTWORK AND ACCESSORIES 2. All metal and flexible ductwork shall be constructed according to SMACNA 2 inch positive or 2 inch negative pressure class unless noted otherwise on the contract drawings. 1 The pressure class shall be the same for the entire length of dur-twork, including branches, of the specific duct system. C. Rectangular DUctwork (Sheet Metal) 1. Ductwork shall be constructed as shown on the Drawings and in accordance with the specified SMACNA - Construction Standard. 2. Cross breaking or beading shall conform to SMACNA standard. Cross breaking or beading shall be applied to the sheet metal between the standing seams or reinforcing angles. The center of the cross break shall be of the requiired height to assure rigidity for each panel. 3. Alternate Construction Factory fabricated joint systems may be offered as an alternate form of construction. The system offered shall meet all requirements of SMACNA. Alternate joint systems shall be "Ductmate System" as manufactured by Ductmate Industries, Inc. or approved equal, install ' ed in accordance with the manufacturer's recommendations. The system shall be sealed for zero leakage and angle attachment to the main duct section shall be by tack welding., The use of screws or nails is not allowed. AGeneral L Dampers shall be constrUcted of the same mat.erial.as the cluctwork or a material with greater corrosion resistance, including blades, housings, channels, shafts, linkages and fasteners. 2. Rectangular damper blades shall not exceed 6 inch in width. Maximum blade length in any section shall be 48 inches. Gang multiple dampers together for larger sizes. Additional stiffening or bracing shall be provided for sections exceeding 48 inch in height, Multi section dampers shall be provided with sufficient interconnecting hardware to provide unison operation of blades in the entire assembly. 3. Dampers shall be of size and type as indicated on the Drawings. 4. All dampers shall be selected for a rating that equals or exceeds the specified system pressure and velocity. Field fabricated dampers are not acceptable. 5. Damper linkages and motor-, shall be face mounted or as indicated on the contract drawings. B. Motorized Dampers 1. Rectangular Aluminum Dampers - Dampers shall be low -leakage type. Dampers shall be aluminum construction with mounting flanges, Blades shall be air foil shape, heavy gage extruded alurninurn, opposed -blade type with replaceable edge seals. Adhesive or chp-on type seals are not acceptable. Blades shall be gang operated by linkage located outside the airstream. Frames shall be extruded aluminurn .125" minimum wall thickness. Bearings shall be synthetic type. Shafts shall be hexagonal for positive locking attachment to blades and linkage. Shafts and linkages shall be 304 stainless steel. Leakage rating a„ be less than 6.2 Cfm FTWH14329.03 15890-6 JULY 2015 WALSH RANCH BOOSTER PUMP STATION PROJECT HVAC - DUCTWORK AND ACCESSORIES per sq.ft. at 4 in. W.G. pressure difference. Manufacturer shall be Ruskin model CD50 or approved equal. A. Sheet metal screws, drive cleats, cinch bands and other fasteners shall be fabricated from materials with an equal or greater corrosion resistance than the ductwork in which they are installed. Where a material other than the duct material is used, it shall be approved by the Engineer before installation. A. Wire Mesh Covers 1. On all duct openings that do not have a specific diffuser, register, or grille or where called for on the drawings provide a removable wire mesh cover, the wire mesh and support frame shall be the same material as the duct where the cover is installed. Unless otherwise noted the wire mesh shall be 1/2" x 1/2" mesh. 2. The wire mesh shall be contained in a metal frame. The mesh shall be firmly attached to the frame to prevent it being pulled out of the frame by casual contact. The frame shall be a minimum of 16 gauge sheet metal, or the minimum gauge for a flange based on SMACNA, whichever is greater. The frame shall be on both sides of the mesh creating a sandwich with the mesh in the middle. Fastenings shall go through the frame on both sides of the cover. A. Provide and install polyester, flame retarded (U.L. Class 2) blanket filter media on the interior of outside air intake louvers where indicated on Drawings. Media shall be 1/2" thick with a clean air flow resistance of 0.15 in wg at 300 fpm. Media shall be Model FM 50 as manufactured by Fiberbond or equal. Secure filter media to angle by providing filter retainer strips, Model LexLock al manufactured by Joe W. Fly Company or equal, on all four sides of damper frame. Miter corners and screw or pop -rivet strips to damper frame. A. Duct sealant shall be water based, asbestos free, mildew and mold resistant, crack and peel resistant, industrial grade synthetic latex sealant, suitable for indoor and outdoor applications, and for service temperature ranges between —20 deg. F to 200 deg. F, and rated for pressure classes of 1/2 to 10-in wg and SMACNA seal classes A,13, and C. Sealant shall have a maximum flame spread of 25 and a maximum rate of fuel contributed and smoke developed of 50 when tested in accordance with ASTM AM. B. Sealant shall be Iron -Grip 601 as manufactured by Hardcast Carlisle coating and � waterproofing urapproved equal. prw*z+zze.[o 15890-7 zuc/2Uzs NmB*RANCH BOOSTER PUMP STATION PROJECT nvnC DUCTWORK AND ACCESSORIES ART 3 E ECUT10N 3.01 INSTALLATION OF DUCTWORK A., Fabricate and erect all ductwork where shown on the Drawings, as specified herein, and in accordance with SMACNA standards Rigidly support and secure ductwork B. The Contractor shall not install any equipment or materials until the Owner and Engineer have accepted all submittals. If any equipment or materials are installed prior to acceptance of the submittals, it shall be at the Contractor's rise C. During installation, temporarily close the rape ends of ducts to prevent debris and dirt from entering, Install work in accordance with the overall approved progress schedule and in cooperation with all other trades so there will be no delay to other trades. D. The Drawings of the air ducts and air risers show the general location for installation of the ducts and risers. Should additional offsets or changes in direction be made, -these' changes must be considered in the original bid and shall be installed at no additional cost to the Owner, E. All necessary allowances and provisions shall be wade in the installation of the ducts for the structural conditions of the building. Ducts shall be transformed or divided) as may be required® Wherever this is necessary, maintain the cross sectional area® All o these changes, however, must be reviewed and ducts installed as directed by the Engineer or as reviewed on shop or erection drawings, F. The taper of all transformations shall be not more than 1.5 degrees. G. Secure casing to curbs according to SMACNA "Duct Construction Standards." H. The reinforcing members of ductwork. shall be of the same material as the ductwork. I„ "l"he use of button punching or snap locks on ductwork constructed of aluminum shall not be pennitted. 3.02 HANGERS A. Rectangular Ductwork - Spacing and size of hangers shall be as recommended' in the SMiACNA standards except as noted in DART 2. B. `Install handers plumb and securely suspended from supplementary steel or inserts in concrete slabs. Sufficiently thread lower ends of hanger rods to allow adequ to vertical adjustment. Do not use building siding or metal decking to hang duck ork. C. Ducts shall not be supported from furring, hung ceilings or from another duct or pipe. D. Ductwork shall not come in contact: with any other equipment piping, conduit, etc. IE. Duct support at flexible connections shall be adjustable for ease of aligning the duct to the piece of equipment u.1:14 9M 15890-8 JU LY 201 WALSH RANCH BOOSTER PUMP STATION IPROJEM" 1TVAC - DUCTWORK AND ACCESSORIES N. General - Unless otherwise indicated, seal all cluctwork joints and seams using sealant in accordance with the instructions of the sealant manufacturer and this Section. All transverse seams, joints and fitting connections, both shop and field assembled, shall be sealed in accordance with this Section. Longitudinal seams shall be sealed on all duct systems with a design operating pressure greater than 2 in w.g. B. Application of Sealant - Thoroughly clean all seams, joints, etc, of dirt, oil, grease, Cn other coatings which might interfere with the adhesion of the duct sealant before the. sealant is applied. Do not apply to cold or wet ductwork or where subject to temperatures below 35 deg F. or above 110 deg F. and/or rain is expected within 36 hours of application. Follow manufacturer's recommendations. C. Uncured sealant may be forced into the slotted side of the seam or joint before shoA, or field assembly and the joint or seam completed while the sealant is still uncured. Excess sealant shall be removed from both the inside and outside of the duct before ii D. Duct Tape - The use of duct tape is prohibited. 3.04 DUCTWORK FITTINGS AND ACCESSORY ITEMS A. Flexible Fabric Connectors 1. Where the construction of the flexible connection or vibration isolator results in a cross sectional area of the connection which is less than 90 percent of the adjacent ductwork the size of the connection shall be increased to provide a cross sectional area equal to or greater than 90 percent of the adjacent duct. 2. Provide flexible duct connections at both the intake and discharge connections for all fans. 3. Ductwork spacing and alignment for flexible connections shall be aligned to the tolerances of the flexible connection manufacturer, or plus/minus 1/4-in whichever is less. Bolts shall be torqued to the manufacturer's recommendations. Dmnot over tighten. B. Dampers 1. Install motorized dampers where shown on plans and when supplied by other . trades. A. Make connections, joints and terminations air tight as recommended by the manufacturer. Where joints are made to rigid sheet metal cluctwork, apply 3M Company EC 800 sealer. B. Install flexible ducts with minimum bend radius no less than one diameter and cut as short as possible. Duct shall not be compressed and the length shall be kept short so minimum hangers or supports are required and static pressure losses are kept to a minimum. Sag in flexible duct shall not exceed 1/2 in/ft between duct supports. FTWH14329.03 15890-9 mLY 2015 vwLsnRANCH BOOSTER PUMP STATION PROJECT nvAc DUCTWORK AND ACCESSORIES 106 FILLING IN SPACE AROUND DUCTWORK A. To prevent sound passing through the area between the duct and the framed or cut opening in the floors, walls or partitions, pack mineral wool to completely fill the space the full depth of the opening. B. At penetration, apply, escutcheon plates on both faces of the wall to close the g between the structure and the sides of the insulated or bare duct. Escutcheon nplatw], shall be the same material as the duct. Seal gap between escutcheon plate ad 4 surface, air and water tight with clear, silicone caulk. A. For darnper/louver assemblies installed at exterior walls, gap between damper frarnes and wall surfaces shall be sealed air and water tight with silicone caulk. 3.08 DUCTWORK TERMINATIONS AT MASONRY OR CONCRETE A. Where ducts terminate at masonry or concrete openings, place a continuous 2 1/2 in .by 2 1/2 in by 3/16 in angle, miter corners, of the same material as the duct around the ductwork. Bolt the angle to the construction and make airtight by applying caulking compound on the angle before, it is drawn down tight to construction. B. Fasten plenums to concrete curbs with 3 in by 3, in by 1/4 in continuous angle. Concrete'curbs are provided under another Division, Mount angle on a continuous bead of caulking compound and anchor to the curb on 16 in centers. Terminate duct at the curb and bolt to the angle. Seal the duct to the curb with a continuous bead of caulking compound.. Apply neoprene fifler strip to level curb surface as necessary, 3.09 DUCTWORK GENERATED NOISE A. All ductwork shall be free from pulsation, chatter, vibration or objectionable noise. After system is in operation, should these defects appear, correct by removing, replacing or reinforcing the worl,,., No discreet tones will be allowed. 3.10 PLENUMS A. Seal fresh air inlet and exhaust air plenurns watertight at louvers or otherwise subject to water entrainment. Remove excess sealant before it sets hard. Where possible, pitch fresh air inlet and exhaust air plenums down towards the louver. Where it is not possible to pitch the plenum, provide a 1-in capped drain connection at the low point of the plenum. 3.11' CLEANING OF DUCTWORK A. Maintain all ductwork, fans, air filters, outlets and other parts of the ductwork systems in a clean condition during installation. B. Clean complete ductwork systems prior to testing and air balancing. Secure cheese cloth over all openings of the ductwork system for entrapment of dirt during the cleaning operation. r-TMU4329.03 1,5890-10 IULY 2015 WALSH RANCH BOOSTER PUMIR STATION PROJECY' HVAC - DUCTWORK AND ACCESSORIES C. Thoroughly clean all parts of the installation at the completion of the work and prior to turning work over to Owner. All surface defects and scuff marks shall be removed or painted. FTWH14329.03 15890-11 3ULY 2015 WALSH RANCH BOOSTER PUMP STATION PRO3ECT HVAC - DUCTWORK AND ACCESSORIES A. The work includes, but is not limited to, the following principal systems and equipment: 1. 120/208-Volt system. 2. 480-System. 3. Motors. 4. Motor control centers. 5. Panelboards. 6. Mini power centers. 7. Conduit and Raceways. a. Lighting fixtures and lamps. 9. Grounding and Lightning Protection. 10. Conductors. 11. Miscellaneous controls and Equipment. IiWIIIIIIIIIIIIIIII Z"d a 24 a 11 N a a 01", 1 BY-11 :4 A. Perform work, furnish and install materials and equipment in full accordance with the latest issue of the applicable rules, regulations, requirements, and specifications of the following: 1. Local laws and ordinances. 2. State and Federal Laws. 3. National Electrical Code (NEC). 4. State Fire Marshal. 5. Underwriters' Laboratories (UL). 6. National Electrical Safety Code (NESC). 7. American National Standards Institute (ANSI). 8. National Electrical Manufacturer's Association (NEMA). 9. National Electrical Contractor's Association (NECA) Standard of Installation. 10. Institute of Electrical and Electronics Engineers (IEEE). 11. Insulated Cable Engineers Association (ICEA). 12. Occupational Safety and Health Act (OSHA). 13. International Electrical Testing Association (NETA). 14. American Society for Testing and Materials (ASTM). 15. National Fire Protection Association (NFPA). 16. American Concrete Institute (ACI). 17. International Building Code (IBC). 18. Insulated Power Cable Engineers Association (IPCEA). 19. Association Edison Illuminating Company (AEIC). 20. Standard for Electrical Safety in the Workplace (NFPA 70E). BWherever the requirements of the Specifications or Drawings exceed those of the above items, the requirements of the Specifications or Drawings govern. Code compliance is mandatory. C. Product Quality: All electrical items shall be new and unused. Items such as cables, transformers, motors, control centers, etc., shall be newly manufactured for this project. Proof of purchase documents shall be provided upon request. Utilize products of a single manufacturer for each item. FTWH14329.03 16010 -Page I of 8 AUGUST 2015 WALSH RANCH BOOSTER PUMP STATION ELECTRICAL GENERAL PROVISION 1.3 CONTRACT DOCUMENTS A. Intent: 1. The Intent of the contract drawings or Plans is to establish the types of systems a functions, but not to setforth each item essenfial to the functioning of the system. 2, Electrical drawings are generally diagrammatic and show approximate location a extent of work. 3. install the work complete, including minor details necessary to perform the funct indicated. 4. In case of doubt as to work intended, or If amplification or clarification is needs request instructions from the Engineer. also the intent of these Contract Documents for the electrical and process syste Contractor to coordinate with each other in order to provide a complete, and workab system with all Wring, conduit and accessories requireld which may not be shown the Plans, 6The Plans and Specifications are intended to comply, with listed codes, ordinance regulatlons and standards. I B. Discrepancies: 1 Review pertinent drawings and adjust the work to conditions shown. Z Where discrepancies occur between Plans, Specffications, and actual field condition immediately notify the Engineer in writing and ask for an interpretation. 3. Dimensions on electrical drawings shall be verified with structural, architectural an mechanical drawings, 4. Should installed materials or workmanship fail to comply, the Contractor is responsibl for Correcting the improper installation. 5. Addibonally, where sizes, capacifies, or other such features are required in excess rnMimum code or standards requirement, provide those specified or shown. I COutlet and Equipment Locations': I Coorftate the actual locations of electrical outlets and equipment with buildin features and mechanical equipment as indicated on architectural, structural an mechanical drawings. 2. Review with the Engineer any proposed changes in outlet or equipment location. 1 Relocation of outlets before installation, up to 3 feet from the position indicated, ma be directed by Owner without additional cost. 4. Remove and relocate outlets placed in an unsuitable location, when so requested b the Engineer'.. 1.4 REGULATIONS AND PERMITS A Regulations: Work, materials and equipment must comply with the latest rules and regulations of the following - I . National Electrical Code (NEC). 2. National Electrical Safety Code (NESC). 3. Standard for Electrical Safety In the Workplace (NFPA70E). 4. National Fire Protection Association (NFPA70E), S., Occupational Safety and Health Act (OSHA). 6. State and federal codes, ordinances and regulations. Local Electrical Code. B. Permits, Obtain certificates of inspection and other permits required as a part of the work. 1.5 CONTRACTOR QUALIFICATIONS X An acceptable Contractor for the work under this division must have personnel with experience, training, and skill to provide a practical working system,, The Contractor shall have previous water and wastewater, experience with at least 5 years in business, I The Contractor shall be required to furnish acceptable evidence of having installed not less than three systems of size and type comparable to this project. 2. The systems must have served satisfactorily for not less than 3 years. 3. The superintendent must have had experience in installing not less than three systerns, FWF-114329.03 '16010- Page 2 of 8 AUGus"r 2015 WALSH RANCH BOOSTER PUMP STKrm ELECTRIC AL GENERAL PROVOON, ContractorThe i.... qualifications of his firm and resumes of his personnel • will workon this • • A. All electrical work shall be performed by workmen skilled in the electrical trade and licensed for the work by the State of - constructing,B. A licensed Master Electrician will be required for the issuance of a building permit for installing, altering, maintaining, repairing,or replacingelectrical apparatus,• equipment• _ • a•elevel.. licensed - . - licensed JourneymanElectrician - - in the state of e required to be on the •. site during the performance of electrical work.-r Electrician shall spend minimum ..:: per week at the •. site reviewing work completed. C. All cable splicing and terminationmethods . materials by the splicing materials manufacturer for the cable to be spliced, and shall be approved by the Engineer prior to installation. ■All materials and • - be installed in accordance with the approved recomme• . if the manufacturer, best practices of the trade, and in conformance Contractwith the Documents.• promptly notify .:. Owner in writing of conflictany -- any requirements i - Contract Documents _manufacturer's directions, .shall obtain instructionsfrom before proceeding work.• the Contractor perform any work that.i-.. not comply manufacturer's directions or .Owner,- shall bear all is • in correcting deficiencies. E. All equipment and materials shall be new,- •noted otherwise, and shall bear manufacturer's name,trademarkr •ASME, LIL,and/or other labelsevery- `where standard has beenestablished i particular- Equipment bethe latest ppr - r design of . standard product of - • rly engaged in the Electrical FTWH14329.03 16010 - Page 3 of 8 AUGUST 2015 WALSH RANCH BOOSTER PUMP STATION ELECTRICAL GENERAL PROVISION 1.7 SHOP DRAWINGS AND PRODUCT DATA 1.8 SYSTEM RESPONSIBILVTY A. The Contractor shall be responsible for: 1. Complete systems in accordance with the intent of these Contract Documents. 2. Coordinating the details of facility equipment and construction for all Specification Divisions which affect the work covered under Division 16, Electrical. 3. Furnishing and installing incidental items not actually shown or specified, but which are required by good practice to provide complete functional systems. 4. Coordinate the work With the instrumentation Contractor. a. The Contractor shall furnish and install the pinrl and secondary instruments, flow transmitter, Le, level element and level indicating transmitter, flow transmitter', etc. b.. The conduit and wiring to and from the instruments shall be furnished and Installed by the Electrical Contractor. Termination in the instrument shall be by the Instrument Contractor. C. All terminations k-i the control panel shall be bythe Instrument Contractor, d. The Electrical ' Contractor shall provide termination drawings for the Instrumentation Contractor. e. The equipment pad for the control panels, consoles and instrument panels shall be furnished by the Electrical Contractor. f. The Electrical Contractor shall coordinate the testing of the eiectrical system being ftimished. He shall be responsible for the equipment he is supplying. g. The Electrical Contractor shall be present at time of the instrument system testing and start-up® He shall be responsible to coordinate the testing of the facility with the Instrument Contractor. t-1, The Electrical Contractor shall coordinate the interface requirement between each starter and control panel furnished under this Contract with the Instrument Contractor. L Written proof shall be furnished and submitted to the Engineer prior to installation to verify that a clear understanding has been reached between the FTWH14329,03 16010 - Page 4 of a AUGUST2015 WALS1 I RANCH BOOSTER PUMP STATION ELECTRK' X. GENERAL PROVIMON Electrical Contractor and the Instrument Contractor for each control loop requirement, (e.g. type of contacts (momentary, maintained), interface relay requirement number of wires, terminal marking, control schematic information, and wiring diagrams). B. Electrical plan drawings show only general locations of equipment, devices, and raceway, unless specifically dimensioned. The Contractor shall be responsible for the proper routing of raceway, subject to the approval of the Engineer. C. Submit to the Engineer in writing details of any necessary, proposed departures from these Contract Documents, and the reasons therefore. Submit such request as soon as practicable, and within ten (10) days after award of the Contract. Make no such departures without written approval of the Engineer. D. Dimensions on electrical drawings shall be verified with structural, architectural, and mechanical drawings. E. Where the Contractor is submitting a packaged system, Contractor shall meet the requirements of electrical specifications. This includes field cables, conduits, junction boxes, circuit breakers, combination starters, pushbuttons, pilot lights, and motors. Deviations shall not be accepted, unless approved in writing in advance. Control centers and special control cabinets wired to terminal blocks shall include the manufacturer's standard quality, unless specifically mentioned to the contrary on the drawings or in the specifications. F. Maintain continuity of electric service to functioning portions of the process or buildings during hours they are normally in use. Temporary outages will be permitted during cutover work at such times and places can be prearranged with the Owner's designated Representative. Such outages shall be kept to a minimum number and minimum length of time. Make no outages without prior written authorization of the Engineer. Include costs for temporary wiring and overtime work required in the Contract price. Remove temporary wiring at the completion of the work. The Contractor shall be responsible to provide and pay for temporary power to any facility during construction to facilitate the new construction. If a generator is needed the contractor shall be responsible for all the cost associated with, including fuel. G. Unless shown in detail, the drawings are diagrammatic and do not necessarily give exact details as to elevations and routing of raceways, nor do they show all offsets and fittings; nevertheless, install the raceway system to conform to the structural and mechanical conditions of the construction. H. Cabling inside equipment shall be carefully routed, trained, and laced. Placing cables so that they obstruct equipment devices is not acceptable. 1 -112 WW 61110111us] • �_y 110: MA :"kIII A. Condition: Materials and equipment provided under these Specifications must be new products of manufacturers regularly engaged in production of such equipment. Provide the manufacturer's latest standard design for the type of equipment specified. B. NEC and UL: Products must conform to requirements of the National Electrical Code. Where Underwriters' Laboratories have set standards, listed products, and issued labels, products used must be listed and labeled by UL. C. NEMA and IEC: Only NEMA rated equipment is acceptable. IEC or dual rated NEMA/IEC equipment are not acceptable. D. Space Limitations: Equipment selected must conform to the buildings features and must be coordinated with them. Do not provide equipment that will not suit arrangement and space limitations. E. Factory Finish: Equipment must be delivered with a hard surface, factory -applied finish so that no additional field painting is required. FTWH14329.03 16010 - Page 5 of 8 AUGUST 2015 WALSH RANCH BOOSTER PUMP STATION ELECTRICAL GENERAL PROVISION F. Field Installation-, All field installed equipment, conduit, etc., shall require Type 316 stainless steel nuts, bolts, washers, metal framing and supports, and other items as indicated on the Plans. G. Installation and supply of electrical equipment shall be conformed to NEC 500, for classiflei area. .H. Seismic Desigm All electrical equipment to be designed in accordance withiIBC-2006 & ASCE 7-05 code for Seismic Desigm Requirement does not apply to pre -purchase equipment. PART 3 - EXECUTION 3.1 PROTECTION OF EQUIPMENT A. Moisture, I., During construction, provide heaters to protect switchgear, transformers, motors, control equipment, and other items from moisture absorption and corrosion, 2. Apply protection immediately on receiving the products and provide continuous protection. 3. Store all equipment indoors in dry, well ventilated and heated space. B. Clean: Keep products clean by elevating above ground or floor and by using suitable coverings. CDamageTake such precautions as are necessary to protect apparatus and materials from damage. Failure to protect materials is sufficient cause for rejection of theapparatus or material in question.. D. Finish: Protect 'factory finish from damage during construction operations and until final acceptance of the project. FTWH14329.03 16010 - Page 6 of 8 AUGUST2015 WALSH RANCH BOOSTER PUMP STATOON ELECTRICAL GENERAL PROW SON D. Setting ofEquipment: � 1. Equipment must baleveled and set plumb. 2. Stainless Bhaa| 316 andoaunaa mounted against awall must be separated from the wall no |eaa than 1/2-inch by means of corrosion resistant spacers or by 3 inches of air for freestanding units. ' 3. Stainless Steel 31Gbolts, nuts, and washers toanchor the equipment. E. Sealing ofEquipment: 1. Permanently seal outdoor equipment etthe base using concrete grout. 2. Bee| or screen openings into equipment to prevent entrance of animals, birds and insects. 3. Use stainless steel mesh with openings not larger than 1/16-inoh squares for screened openings. 4. Seal small cracks and openings from the inside with silicone sealing compound. F. Concealed Work: Conceal electrical work in walls, Uoona, ohaaaa, under floors, underground and above ceilings except: 1Where shown or specified to be exposed. Exposed is understood to mean open to view. 2. Where exposure ianecessary tothe proper function. 3. Where size ofmaterials and equipment precludes concealment. G. Equipment to be installed in Hazardous Areas shall be in accordance with NEC Article 500. PREEKORNM A. Test Conditions: 1Place circuits and equipment into service under nonned oonditiono, collectively and separately, aamay benecessary todetermine satisfactory operation. 2. Perform specified tests in the presence of the Engineer, as specified in Division 1- GenensiRequirements and 16-Bectrioai 3. Furnish all instruments, *ihng, equipment, and personnel required for conducting tests. 4. Demonstrate that the equipment operates in a000ndenma with requirements of the plans and specifications. 5. No process equipment iato be operated until any associated HVAC equipment and auxiliary equipment iaoperational. B. Test Dates: Schedule final acceptance tests sufficiently in advance of the Contrae, completion date to permit completion of any necessary adjustment or alterations within t number of days allotted for completion of the Contract. C. Retests: Conduct retests as directed by the Engineer of such time duration as may necessary to assure proper functioning of adjusted or altered parts or items of equipme Any resultant delay as a result of such necessary retests does not relieve the Contractor his responsibility under this contract. Provide notice to Engineer and Owner of testing 30 days prior to testing. I A. Preparation: 1 . Atthe job site, maintain aset cfwhite prints ofthe contract drawings. 2. At the job site, maintain a set of equipment terminal connection diagrams, revisions to be included inthe As -Built diaQrama. 3. On the phnha, record field changes and diagrams of those portions of work in which actual construction isetvariance with the contract drawings. 4. Mark the drawings with a colored pencil. Record installed feeder conduits, dimensioning the exact location and elevation ofthe conduit. B. Delivery: Deliver record drawings tothe Engineer in the number and manner specified in Division 1 - General Requirements. prvvx1432eu3 1som-Page rma xusuoroo1s 3.5 CUTTING AND PATCHING A. Lay out work,carefully In advance. Do not cut or notch any structural member or l:06ng surface without specffic approval of the Eng�neer'. Carefully carry out any cutting, channe5ng, chas�ng, or drilling of floors, walls, partitions, cefflngs, paving, or other surfaces required -for the installabon, support, or anchorage of conduit, raceways, or other electrical materials and equipment. Do not cut beams -for any reason, Fo0ovAng such work, restore surfaces neatly to original condibon, 3.6 LOAD BALANCE A. The Drawings and Specifications indicate 6rcuffing to electrical loads and distribution equipment. Balance e�ectdcal load between phaises as nearly as possible on svAtchboards, panelboards, motor control centers, etc. 37 MOTOR ROTATION A. Before and after final service connections are made, check and correct as necessary the rotation of motors. B. Coordinate rotation checks with the Engineer and the Contractor responsible for the driven equipment. Submit a written report to the Engineer for each motor verifying that rotation has been checked and corrected. 3.8 CLEANING ANDTOUCH-UP PAINTING A. Touch up scratches, scrapes, or chips in Interior and exterior surfaces of devices and equipment with finishes matchkig as nearly as possible the type, color, consistency, and type of surface of the original finish. If extensive damage is done to equipment paint surfaces, refinish the entire equipment in a manner that provides finish equal to or better than the factM finish, and that meets the requirements of the Specifications and is acceptable to the Engineer, B. Remove all temporary labels, dirt, paint, grease and stains from all exposed equipment. Upori completion of work, clean equipment and the entire installation so as to present a first class job suitable for Occupancy, No loose parts or scraps of equipment shall be left on the premises, C, All temporary Wring, wirIng devices and associated eq�uipment shall be removed upon comp�eflon of the project. FTWI d 14329M 16010 - Page 8 of a AUGUST 2015 M SH RANCH BOOSTER IPLIMP STAMN ELECTMCAL GENERAL PROMION 0 .i r A. Furnish and install tags/nameplate on all equipment, devices, instruments, conduit and conductor marking as indicated on the drawings and specified herein. Major equipment shall be furnished with nameplatesaccordance with their individual i- o B. Identifications for equipment pre -purchased Contractor. This includes, but is not limited, to the following: wire markers, conduit markers, nameplates, fasteners and anything else described in this specification. 1.2 SUBMITTALS A. Submit to the Engineer, in accordance with Division 1, detailed catalog information or drawings describing electrical and physical characteristics of all equipment specified. B. Submittal ha be clearly marked showingonly equipment provided. Mark through equipment option not provided. C. Literature and drawings describing the equipment in sufficient detail, including parts list and materials of construction, to indicate full conformance with the Specifications. D. Submit a letter showing all the exceptions to the specification. If no exceptions are taken the letter shall indicate no exception. Submittal will be rejected without preliminary review if the letter is not ! i' A. Provide heat shrinkable sleeves and machine printed legends at every conductor. Sleeves and legends shall be high resistant to abrasion, solvents and chemicals. Provide Tyco TMS, Brady Perm@ Sleeve XPS, or as approved by ENGINEER. Markers shall be white with black lettering. B. Markers shall have conductor origin, termination and circuit number, terminal number whichever applies. C. Large conductors and multi -conductor cable to be identified with placards held on with wire ties and of the same quality as markers for smaller single conductors. D. All control wiring in electrical equipment or manufactured supplied panel shall have wire markers. A. Exposed Conduit 1. Conduit markers to .be stainless steel type permitting embossing on the job and attached to conduit with banding made of same material. Markers to be installed lengthwise and wrapped with clear adhesive tape. 2. Conduits to be marked at the point of origin, the point of termination, upon crossing wall, each side of junction boxes and at 20-foot internals for all exposed and accessible conduits. Identify all exposed conduits by their panel, MCC, circuit numbers or loop numbers. 3. Provide labels for high voltage conduit. Labels shall be vinyl for indoor exposed conduit or polyester for outdoor exposed conduit. Label shall be black letters on red/orange background. Labels shall be as manufactured by Thomas and Betts or Brady. FTWH14329.03 16020-1 AUGUST 2015 WALSH RANCH BOOSTER PUMP STATION PROJET IDENTIFICATIONS 2.3 NAMEPLATES A. Nameplates` 1w Externally .mark electrical equipment by means of suitable nameplates identifying each and the equipment served. 2. Provide each piece of equipment with a white phenolic nameplate with 3/16-inch-high black lettering secured to front of equipment. 1 Supply blank nameplates for spare units and used spaces. 4. Actual nameplate legend, which may consist of up to three lines, will be provided to the Engineer on submittals, B. Nameplate Fasteners- Fasten nameplates to equipment only by means of appropriate 316 SS screws and gasket. Stick-ons or adhesives will not be allowed. C. Nameplate Informatiom In general, the following informafion is to be provided for the types of electrical equipment as listed, 1. Switchgear, Motor Control Centers and Distdbubon Panelboards- On the mains, identify the piece of equipment, the source, and voltage characteristics, i.e., 480V, 3PH, 3W, etc. For each branch circuit protecfive device, identify the load served and the primary side circuit number. 2. TransformersIdentify the service source and load served. 3. Panelboards; Identify the service source, panelboard designation and Voltage characteristics. D.. Panelboards, 1. Prepare a neatly typed circuit directory behind clear heat -resistant plasfic 'for each panelboard. Z Identify circuits by equipment served and by room numbers, where room numbers exist. 3. Use equipment names and room numbers selected by the Engineer,, names and numbers may be different from those shown on plans. 4.. Indicate spares and spaces with light, erasable pencil markings. 5. Provide a final set of the panel schedule in the O&M manuals. 6. Provide a CD with the file for each Panel to the Owner with the O&M manual, E. Boxes, Small Equipi,-nent: 1. Pull boxes and similar items shall be marked with Nameplates, 1 Provide identification labels for high voltage equipment and raceways with the legend "DANGER HlGH VOLTAGE'. IMark all exposed high voltage raceways every 25 feet. Safety labels shall be self sticking polyester and as manufactured by Thomas and Betts (Panduit) or Brady, F. Power Receptacles, Use narneplate or engraved plate to identify power receptacles where -the nominal voltage between a pair of contacts is greater, than 150 volts with circuit number, voltage, and phases. G. Wall Switches. Engrave the switch plate of the switch with the function of the switch. I L Instrumentation and instrument wire identification shall be in accordance with the division 17 and the latest TRA Design and Construction Standards,, 2.4 POWER OUTLETS, SWITCHES, AND MLOT DEVtES A. Mark power outlets with voltage, phase, panel name, and circuit number. B, Identify all wall switches, disconnect switches, etc. with nw,netags, circuits served, and panel origin, list to be approved by ENGINEERIOWNER. C. Identify all push-button stations with their functions and equipment served, 2.5 DETECTABLE WARNING TAPE A. Shall be red metal detectable polyester with a subsurface graphics to seal the legend frorn acid, alkalis and other soil substances. B. MininIUM width shall be 2". F-TWH 14329.03 16020-2 AUGUST2015 WALSH RANCH Boos"rER PUMP STA'rm PRO.HET MENTFICAT�ONS C. Warning tape shall meet OSHA regulation for covering location ofunderground ud|ityUnen. D. The legend shall show CAUTION: BURIED ELECTRIC LINE BELOW E. The warning tape shall beRed with black lettering. F. Acceptable manufacturer shall beBrady S1GU1orapproved equal. A. Furnish and install nameplates for all panelboards, motor starters, motor control center cubicles, disconnect switches, instrument panels, dry type transformers and control stations. B. Engrave the equipment designation, (e.g., "Starter Pump PV), on nameplates in 3/16-inch black letters on white background of laminated phenolic. Securely fasten nameplates using stainless steel 316 sheet metal screws or rivets; or contact cement if enclosure is sealed. All switches, indicating lights, pushbuttons, meters and parameter indicators on panels shall be clearly identified with its function or tag, as required. Identification list to be approved by Owner Representative through the ENGINEER. C. Stainless Steel tags shall be used on instrument, motors and other devices, as applicable. The tags shall be affixed to the instrument with drive pins or stainless steel chain in such a manner that it does not need to be removed to install the instrument. Motors shall carry the tag assigned to its driven equipment, (e.g., P-1 0 1). FTmm1*32903 16020-3 xuousTumo PART GENERAL 1.01 WORK INCLUDED A. Furnish and install necessary materials and Coordinate the arrangements for thA connection of utilities for the project. The required utilities are electrical service. C. Provide two (2) four inch conduits in duct bank from existing overhead power line pole to the transformer pad. PART PRODUCTS 2.01 ELECTRICAL SERVICE A. The Contractor shall coordinate (]n[Dr Electric installation of work as shown OD the drawings. Utility contact information: Ralph Schroeder(Ra|r)h'Schroeder(aoncor.con1 or(817)988-89O4) B. All cost other than those mentioned in the service agreement between (]ncor Electric and the City DfFort Worth shall be included by the contractor. PART EXECUTION 3.01 UTILITY A. Electric company will provide a 500 kVA, 480V pad mounted transformer and metering units. Cost for pad mounted transformer will be paid by the City (]fFort Worth directly tothe electric utility. B. Contractor to provide pad large enough for 750 kVA transformer per Oncor Detail DDS-4 UG Detail Sheet 26 of Oncor's "Specifications for Electrical Underground Distribution Systems from Padmounted Transformation, Secondary Service Accounts". Provide piers per Detail Sheet 22. Verify Current Details with Oncor prior to C. Provide two 4" conduits from the existing overhead utility pole which will be modifie4 by Oncor to the primary section of the pad for the transformer. Conduits shall be in duct bank, each shall include pull wire and factory manufactured long sweep elbows. pTw*z+sz Io 16020-1 AuousTuuS D. Contractor to minimize interruption of service. Contractor to coordinate with Owner prior to any interruption. FTWH14329.03 16020-2 AUGUST 2015 WALSH RANCH BOOSTER PUMP STATION UTILITIES PART 1 GENERAL 1.01 WORK INCLUDED A. • •ment: This section specifiesgeneral requirements for fractional . • integral horsepower electric motors 150hp and below with a voltage rating of 480VAC or below. Unless otherwise specified, provide motors meeting the basic requirements for high efficiency premium insulation general-purpose alternating current motors, as defined in NEMA MG 1. I. Unit Responsibility: M• • . be furnished under other• of •- • as . part of driven equipment. The contractor- ••: • • for all coordination between the various components, as well as for the warranty. C. Exceptions: Exceptions to this section are listed in the various sections that specify motor -driven equipment or are indicated on the drawings. D. Motors connected to variable frequency drives shall be inverter duty rated; each bearing on the non -drive end shall be insulated. E. This specification does not cover Submersible Motors. 1.02 REFERENCE STANDARDS A. The following standards shall apply as if written here in their entirety: 1. ANSI/NEMA MG1 - Motors and Generators. 2. ANSI/UL 674(A) - Safety Standard for Electric Motors and Generators for Use in Hazardous Locations, Class II, Groups E, F and G. 3. ANSI/UL 674(B) - Safety Standard for Electric Motors and Generators for Use in Hazardous Locations, Class I, Groups C and D. 4. NFPA 70 - National Electrical Code (latest Edition). 5. IEEE 112 - Standard Test Procedure for polyphase induction motors and generators. 6. UL 1004 - Electric Motors. SpecialA. Manufacturer's • • form in which manufacturer agrees • repair or •• ce components that fails in materialsor • . • within specified warranty period. 1• a W A. Requirements: Refer to, Division 1 and Division 16 and to the specific driven equipment sections. FrWH14329.02 16040-1 JULY 2015 WALSH RANCH BOOSTER PUMP STATION PROJECT ELECTRICAL MOTOR 150HP AND LESS E. Information, Include the following information on the attached motor data sheet. 1. Manufacturer'. Rated fullloa horsepower. 3. Rated volts. . Number of phases. S. Frequency in hertz. ® Locked rotor amperes (LRA) at rated voltage or NEMA code letter. 7. NEMA design letter. ® Searing Type. . Service Factor. 10. Nominal ,speed at full load. 11. Full Load Amperes (FLA) 12. Efficiency at 1/ , 3/4 and full load. 13. Power factor at no load, 1/2, 3/4 and full load. 14. N MA insulation system classification. For motors installed outdoors, include information showing compliance with outdoor ratings. . Corrosion duty rating 16. Fan, end bell cast evidence. C. Integral Horsepower Motors 40HP and Larger: 1n addition to the information listed above, include: 1® No load amperes. . Safe stall time. 3. Maximum guaranteed slip at full load. 4. Motor damage curves for motors larger than 1 0HP S. Motor manufacturer recommended maximum power factor corrections capacitor AR. E. LiteratUre and drawings describing the equipment in sufficient detail, including parts list and materials of constrLuftion, to indicate full conformance with the Specifications. F. Submit a letter certifying full and Drawings and other project requirements. 'The letter shall list any exceptions or deviations from specified requirements, if any and reasons for same. Exceptions or deviation shall FrWH14329..02 16040-2 JULY 2015 WALSH RANCH 900sTER PUMP STATION PROJECT ELECTRICAL MOTOR 1SOHP AND LESS PART PRODUCTS 2.01 RATING A. Speed and Size: 1. Speed and horsepower sizes are specified in the driven equipment specification sections or are indicated On the drawings. 2. Furnish motors sufficiently sized for the particular application and with full -load rating not less than required bvthe driven equipment atspecified capacity. ]. Size [DOtOB SO as not to overload at any point throughout the DOr0a| operating range. 4. Furnish dual speed motors of two speed, two winding type, when specified. B. Frequency: 60hertz. C. Service Factor: 1.15 for all motors. 2.02 DESIGN TYPE A. Motors Smaller Than 1/6 : Provide single-phase 120 volts, induction motors with integral thermal protectors. B. Motors 1/6Through 1/2 Horsepower: Provide single-phase 130 volts, NEMA Design N, inducbonrnOtors. C. Motors Larger Than 1/2 Horsepower: Provide 3-phase, 480 N]hs NEMA Design Ei induction motors unless specified otherwise. D. Acceleration NEMA Time: If the calculated acceleration time of the combined motor and driven load exceeds 3 seconds at gO percent Ofrated voltage, request r2V|2VV by the Engineer. Do not proceed with manufacturing without approval. E. All induction rnOtOrS shall have squirrel cage rotors. F. Motor shall be suitable for outdoor environment. 2.03 MOTOR INSULATION AND WINDING A. Class: Use e Class F insulation with temperature Rise of Class B Or better, meeting the requirements of NEMA MG 1 and made of non -hygroscopic materials. The insulation shall be manufacturer's premium grade, resistant to attack bymoisture, acids, alkalies, and mechanical Orthermal shock for 48O-vOltmotors. B. All insulated winding conductors shall becopper. C. Insulation for inverter duty motor shall meet orexceed the Pulse Endurance Index for magnetic wire and sbe|| not be damaged when exposed to repeated pulse type wave forms, repetitive high voltage transients, switching frequency and rate of rise of the pulse. All bearings onthe non -drive end shall beinsulated. D. Outdoor Suitability, all motors must be suitable for outdoor installation. rT'vV*14329u2 16040-3 JUm2015 mms*RANCH BOOSTER PUMP STATION PROJECT ELECTRICAL MOTOR zsu*pAND LESS 2.04 GROUNDING CONNECTIONS A. Ground provisions shall be furnished per NEMA STANDARD. B. For motors less than 1/6 HP, each motor shall be furnished with provision for attaching a ground connection to the motor frame inside the motor terminal housing. ®0 LEADS A. For motor leads, use not less than ASTM B 173, Class G, stranded copper conductors with insulation the same as or better than specified in the preceding Motor Insulation paragraph. B. Provide permanent identification numbers on leads according to NEMA MG. C. Use crimp -on, solderless copper terminals on leads and place heat -shrink insulation sleeves or covers between leads and terminals. D. Or approved equal. 2.06 ENCLOSURE A. Use enclosure type as follows: 1. Indoors: Totally enclosed, fan cooled OT-,FC). 2. Outdoors: Totally enclosed, fan cooled (TEFC), weatherproof. 3. Motor's shall have drain openings and plugs suitably located for the type assembly being provided. 4. Motor shall be corrosion resistant and severe duty rated per IEEE 841. & TEFC motors shall have a cast iron frame, cast iron end brackets, cast iron bell frame, cast iron conduit box, tapped drain holes (erosion resistant plug for frames 286T(20HP) and smaller and automatic breaker/drain devices for frame 324T(25HP) and larger, and upgraded insulation by additional dips and baked to increase moisture resistance. 2.07 BEARINGS A. Motors smaller than 1/6 Horsepower: Motor manufacturer,"s Standard bearing is acceptable. B. Motors 1/6 Horsepower and Larger. Supply these motors with grease-lubdCated antifiriction ball bearings conservatively rated for 60,000 hours LIO minimum life of continuous operation under the total radial and thrust loads produced by the actual combination of motor -driven equipment. Provide each motor with suitable lubrication fittings and pressure relief devices. C. Oil Lubricated: If the driven equipment section specifies oil -lubricated bearings 'for motors, include a suitable sight gauge on each bearing with maxfrrium and minimum levels clearly �ndicated. D. Unless specified otherwise in the driven equipment specifications. Motor bearing life shall be 60,000 hours LIO minimum life whichever is greater. FrWH14329.02 16040-4 JULY 2015 WALSH RANCH BOOSTER PUMP STATION PROJECT ELECTRICAL MOTOR 150HP AND LESS A. Mein Nameplate: Provide each motor with e stainless steel nameplate meeting the requirements ofNEMAMG, and the National Electrical Code, Sec±ion43O-7. B. Heater Nameplate: When space heaters are furnished, include voltage and wattage on e suitable nameplate. C. Bearings Nameplate., When bearings are oil lubricated, include oil type information on a suitable nameplate. Also, indicate bearing data if nonstandard. D. Attachment: Attach the nameplates to the motor with stainless steel fastening pins or screws. 2.09 IDENTIFICATIONS: A. All motors shall beidentified per Section 16012. 2.10 CONDUIT BOX A. Provide each motor not supplied with a cord and plug with a conduit box amply dimensioned for the motor lead terminations. Include a grounding lug on motors 1/6 horsepower and larger. Supply a gasket suitable for the motor enclosure type and C. Oversized terminal box shall have volume greater than or equal to the next standard NEMA size box. A. Provide space heaters in all motors 25HP and above. 1. Use heaters hermetically sealed in stainless steel or equivalent corrosion -resistant sheaths. 2. Heaters shall berated for 12OV. 3. Braze heat -resistant insulated leads to the heater orsupply heater with brazed leads and extend tothe conduit box. A. Motor shall be protected and be supplied with necessary monitoring devices per.driven equipment specification and contract drawings. 2.13 PAINT A. Shall besevere duty and shall have anepoxy coating per IEEE G41. 2.14 ACCEPTABLE MANUFACTURERS A. The motor nnOdo| shall be as listed and manufactured by One Or more of the following manufacturers unless otherwise approved bythe Engineer. 1. General Electric. Fnw*1e29z2 16040-5 ]uc/zozs wwusxRANCH BOOSTER PUMP STATION PROJECT ELECTR-ICAL MOTOR zsoxpAND LESS 2. TECO/Westinghouse 3. Siemens. 4. Toshiba. ® US Motors. .2.15 MOTOR EFFICIENCIES A. Three phase motors rated I Hp and larger shall be of the NEMA premium efficiency, type® Efficiency values shall be based on tests performed in accordance with IEEE Publication No. 112, Method B. Motors with horsepower or rpm's not listed shall conform to comparable standards of constri.iction and materials as those for listed motors. B. Motor shall be severe duty rated for industrial application. PART 3 EXECUTION 3.01 INSTALLATION A. The Contractor shall make all electrical connections to equipment specified. Installation shall be made in compliance with manufacturer's recommendations and the Contract Drawings. If the Contract Drawings or drawings and recommendations from the Manufacturer are not available then installation shall proceed according to the best electrical industry and trade practice. B. Properly install and align motors in the locations shown, except motors which are factory mounted on the driven equipment. When the motor and equipment are installed, tl,i.e nameplate must be in full view. 3.02 LARGER MOTORS A. If a motor horsepower rating larger than indicated is offered as a substitute and accepted, provide required changes in conductors, motor controllers, overload relays, fuses, breakers, switches and other related items with no change in the contract price. 3.03 TESTING A. General, Provide all necessary insti°urrients, labor and personnel required to perform motor inspection and testing., B. Inspection: Inspectall motors for damage, moisture, alignment, freedom of rotation, proper lubdcaflon, oil leaks, phase identification and cleanliness, and report any abnormalities to Engineer before energizing. C. Energizing: After installation has been thoroughly checked and found to be in proper condition, with thermal overloads in motor controllers properly rated and all controls in place, energize the equipment at systern voltage for operational testing. D. As a part of the testing procedure, the Contractor shall prepare a card for each motor, 20 HP and larger, installed on this contract. After each motor has been run to operating fernperature, the motor shall be shut down and an insulation resistance shall be made, using a megohmmeter® Make the test immediately after shutdown. Record FTWH14329,02 16040-6 JULY 2015 WM SH RANCH B00517ER PUMP STNTION PROIECT ELECTRICAL MOTOR 150HP AND LESS megohmmeter reading and winding temperature. Correct reading of insulation resistance to 400 C/104°F. Insulation resistance in mega -ohms, corrected to 40° C, shall be at least equal to one (1) mega -ohm for each 1000 volts applied. FTWH14329.02 16040-7 JULY 2015 WALSH RANCH BOOSTER PUMP STATION PROJECT ELECTRICAL MOTOR 150HP AND LESS ELECTRIC MOTOR s H!2tQr Data Manufacturer: Motor Pm _ Frarne Enclosure: Type Voltage: Phases, He Start ng Method: Shaft: Size: _ Insulation Oass 'Duty Full Load AMPS: No Load AM1PS: Locked Rotor P Lucked Rotor Time: Locked Rotor Torque: % Breakdown' erguee Locked Rotor KVA/HP: Rotor WK2 (Ib U). NEMA Design: Service Factors Inrush Current Ful Load): Max Safe Stalled e (Seconds): Number of Safe Starts Per Day:Number of Consecutive Starts,:, *Full Lead Temp Rise, degrees over " Ambient (at 1.0 S.F.): *SerAce Factor Ternp Rise, degrees over ' C Ambient (at 1.15 &F.): *Limiting Temperature Rise Resistance (at 7 ) r Searirugs, Type/Size Life Lubricators: Exhaust Air ( FM): _ Exhaust Air Temp Rise (OF): EFFiaEN ; POWER FACTOR:CURRrENT 1m15 S.F. Ld. 4/4 Lade 5/4 Load;' 1/2 Load: 1/4 Leads *Temperature rise measured by embedded detectors and not by resistance, AD Data ndds To Belet 9y The Wtor Manufacturer END OFS'E ON LR14329.02 1601-E JUJLY2015 WALSH RANCH BOOSTER PUMP STATION PROJECT ELECTRICfWl... MOTOR 150HP AND LESS mluwwax� &] 111111111911 921T.-Id BE reT.1 Tka.-T-l" A. Short Circuit Studies, Protective Device Evaluation Studies, Arc Flash Studies and Protective Device Coordination Studies, shall be performed by the MCC manufacturer, or an electrical testing service firm regularly engaged in power system studies. The company and individual(s) per -forming the study shall have a minimum 5 years documented experience in power system analysis and completed projects of similar size and scope. The individual(s) performing the study shall be a registered Professional Engineer in the State of Texas B. The studies shall be submitted to the Engineer prior to receiving final approval of the distribution equipment shop drawings, and/or prior to release of equipment for manufacture. If formal completion of the studies cause delay in equipment manufacture, approval from the Engineer may be obtained for a preliminary submittal of sufficient study data to ensure that the selection of device ratings and characteristics will be satisfactory. One -line diagram shall show all lend on the system. Combined circuits or partial one -lines are not allowed. C. The studies shall include all portions of the electrical distribution system from the normal power source or sources down to, and including, the 120/208-Volt distribution system, including 208V main 3 phase circuit breaker and all 208V, 3 phase loads. Study shall also include all manufacturer supplied equipment. Normal system connections and those, which result in maximum fault conditions, shall be adequately covered in the study. System showing the largest load only or a partial list of the equipment on the bus will be rejected. D. The study shall include all protective devices from the MCC and shall include all 480V panel boards and 480V loads connected to the panel boards. E. Protective relay devices with microprocessor based settings shall be determined with the study. F. The work associated with this section is to be performed by or under the direction of a Professional Engineer licensed by the State of Texas. A. The results of the power system study shall be summarized in a final report. Six (6) bound copies of the final report shall be submitted. Report to be sealed by a Professional Engineer licensed in the State of Texas. Submit a preliminary report for approval prior to release equipment for manufacture. B. The report shall include the following sections: 1 . Description, purpose, basis, and scope of the study and a full size (22"x34") single - line diagram of that portion of the power system which are included within the scope of the study. 2. Tabulations of circuit breaker, fuse, and other protective device ratings versus calculated short circuit duties and commentary regarding same. 3. Protective device time versus current coordination curves, tabulations of relay and circuit breaker trip settings, fuse selection, and commentary regarding same. 4. Fault current calculations, including a definition of terms and guide for interpretation of computer printout. 5. A letter from utility provider showing available short circuit current at the service entrance, X/R ratios, impedances and characteristics of upstream protective devices. 6. A complete list of all recommended settings for all protective relays, including all solid state protective relay packages. 7. A complete detail of the Arc Flash Study analysis as specified in 2.04. 8. An arc flash label showing the information requested in section 2. 9. An electronic version of the analysis, using SKM software, to be submitted on a CD. 10. The electronic version shall include the backup folder with all the libraries files. FTWH14329.03 16055 - PAGE 1 OF 4 AUGUST 2015 WALSH RANCH BOOSTER PUMP STATION POWER SYSTEM STUDIES C. Submit a letter certifying full and complete compliance with the Specificafions, Drmmngs and specifiedother,project requirements. The letter shall list any exceptions or deviations from requirements, If any and reasons for same. Exceptions or deviatlon shall also be cleady marked in a separate color fin submittals, PAIN 2 a PRODUCT 2.. t DATA COLLECTION FOR THE STUDIES shallA. The Contractor- data for preparation of the studies. The MCC manufacturer shall furnish the Contractor, with a listing of the required data immediately after award of the Contract. BThe Contractor shall expedlte collection of the data to assure completlon of the studies as required for final approval of the 6stribution equipment shop drawings, and/or prior to release C. The Contractor is responsible for gathering all manufacturer panel equipment data® 2,2 SHORT CIRCUIT STUDY AND PROTECTIVE DEVICE VALUATION STUDY A. The short circuit study shall be performed with the aid of a digital computer program, SKM and shall be in accordance with ANSI C37.5-1969 (R1975), IEEE std. 320472, IEEE 339, IEEE 242 and IEEE std. 141-1976. voltageThe study input data shall include the power companVs short circuit contHbution, resistance and reactance components of the branch impedances�, the X/R ratios, base quanfifies selected, and other source impedances,, CCalculate phase and phase -to -ground current and impedance,, D. Shod circuit close and latch momentary duty values and interrupting duty values shall be calculated on the basis of assumed three-phase bolted short circuits at each switchgear bus, medium voltage controlleir, switchboard, low significantpanelboard, pertinent branch circuit panel, and other system. The shod circuit tabulations shall include-symirnetrical fault currents and X/R ratios. For each fault location, the total duty on the bus, 'as well as the Individual contribution from each connected branch, shall be listed with its respective X/R ratio and impedance., E. A protective device evaluation study shall be performed to determine the adequacy of circuit breakers„ molded case switches„ automatic transfer switches, and fuses by tabulating and comparing the short circuit ratings of these devices with the calculated fault currents. Appropriate rnultiplying factors based on system X/R ratios and protective device rating standards shall be applied, Any problem areas or inadequacies in the equipment due to short circuit currents shall be promptly brought to the Engineers attention, and corrective measures Implemented at no extra cost to the Owneii 2.3 PROTECTIVE DEVlCE COORDINATION STUDY A. A protective device coordination study shall be perforrned to provide the necessary calculations and logic decisions required to select or to check the selection of power fuse ratings, protective relay characteristics and settings, ratios„ and characteristics of associated current transformers, and low voltage breaker trip characteristics, and settings, B. The coordination study'shall include all medium and low voltage classes of equipment from the building or plant service protective devices down to and Including the largest rated device in the MCC low voltage motor control center and panelboard. The phase and ground overcurrent protection shall be inclUded„ as well as settings of all other adjustable protective devices. C. The unden/oltage relay setting shall be carefully selected in order to override momentary voltage drop conditions. In addition, a time delay relay shall be used to help override . undervoltage conditions.. Switchgear maruuf'acturer shall coordinate with utility company to determine a suitable relay setting and time delay setting to override the distribution systern norm0abnormal voltage drop conditions. F°rWI 1432 ,03 1 160 - PAGE 2 0 4 AUGUST 2015 wAl,•.SH RANCH BOOSTER PUMP STATION POWER SYSTEM STUDIES J�. The time -current characteristics of the specified protective devices shall be drawn on log -log paper. The plots shall include complete titles, representative one -fine diagram and legends, significant motor starting characteristics, complete parameters of transformers, compl"; operating bands of low voltage circuit breaker trip curves, and fuses. The coordination plots shall include the types of protective devices selected, proposed relay taps, time dial and instantaneous trip settings, transformer magnetizing inrush and ANSI transformer withstand limits, and significant symmetrical and asymmetrical fault currents. All restrictions of the National Electrical Code shall be adhered to and proper coordination intervals and separation of characteristic curves shall be maintained. The coordination plots for phase and ground protective devices shall be provided on a system basis and on separate log sheets. A sufficient number of separate curves shall be used to clearly indicate the coordination achieved. E. The selection and settings of the protective devices shall be provided separately in a tabulated form listing circuit identification, IEEE device number, current transformer ratios and connection, manufacturer and type, range of adjustment, and recommended settings. A tabulation of the recommended power fuse selection shall be provided for the medium voltage fuses where applied in the system. Any discrepancies, problem areas, or inadequacies shall be promptly brought to the Engineer's attention. F. The coordination study shall be calculated by means of computer software package, SKM. G. Provide the SKM model of the system to the owner with the submittal. 2,4 ARC FLASH HAZARD STUDY A. Perform an arc flash hazard study after the short circuit and protective device coordination study has been completed based upon IEEE Std 1884. "IEEE Guide For Performing Arc Flash Hazard Co|uu/odona.^ B. The maximum are Flash protection boundary allowed inside the filters electrical building uho|| be limited to o category 1 when breaker upstream of MCC-46 has RE[T settings n activated. If the rating is found to be higher than Category 1, Electrical Equipment shall be modified toreduce the incident energy level toaCategory 1. C. The study shall becalculated bymeans ofcomputer software package SKK8. Pertinent data, rationale employed, and assumptions indeveloping the calculations shall be incorporated in the introductory remarks of the study. D. The study shall be in accordance with applicable NFPA7OE. OSHA 29-CFR. Part 1910 Bub part Sand IEEE 1584Standards. E. Determine the following 1. Flash Hazard Protection Boundary. 2. Incident Energy. 3. Working Distance. 4. Required PPE Equipment. 5. Shock Hazard Voltage. G. Limited Approach. 7. Restricted Approach 8. Prohibited Approach. F. Produce on Arc Flash Warning label listing items 1-8 above arc flash label. Also include the bus nome, system operating vobage, and date of issue. Labels shall be printed in color and beprinted onadhesive backed labels. 1. G. Produce Arc Flash Evaluation Summary Sheet listing the following additional items: 1. Bus Name. 2. Upstream Protective Device Name, Type. and Settings 3. Bus Line to Line Voltage. 4. Bus Bolted Fault. 5. Protective Device Bolted Fault Current. O. Arcing Fault Current. 7. Protective Device Trip / Delay Time. FrW*1432e.03 16055'PAGE oor4 AuouSTuma 8. Breaker OpeNng Time. 9. Solidly Grounded Column. 10, Equipment Type. 11. Gap. 12. Arc Flash Boundary. 13. WorHng Distance,, 14. Incident Energy,, 15. Required Protective Fire Rated CIothing,rype and Class. A. SKM System Analysis Inc. PART 3 - EXECUTION 3.1 PROTECTIVE DEVICE TESTING, CALIBRATION, AND ADJUSTMENT A. The equipment manufacturer shall provide the services of a qualified field Engineer and necessary tools and equipment to test, calibrate, and adjust the protection relays and circuit breaker trip devices as recommended in the power system study. B. As a part of this Contract, the manufacturer's system Engineer shall make one formal presentation in the Owner's office to the Owner's personnel. The presentation shall include all training materials and visual aids. C.. TRA model shall be updated upon the completion and approval, coordination with TRA is required in order to update the Model per TRA's preference, The model shall show the entire load on the one4ine diagram,, I I::: RVH14329003 16055 — PAGE 4 OF 4 AUGUST 2015 WALSH RANCH BOOSTER PUMP STATION a:::'OWFR SYSTEM STUDIES SECTION.0. ACCEPTANt-'E,r A. This section provides -s for testing of electrical equipment,cable, protective relays, circuit breakers, motor control centers, motors, and related apparatus to be used for - site interior and exterior electrical .n system. This specification does notrelease the Contractor or vendor from any further testing required for safe commissioning of the equipment. All tests shall be completely recorded on forms provided at the end of this section. Tests shall be submitted to Engineer/Owner for approval. B. Contractor will provide and pay the cost of electrical testing by an independent testing firm. Testing firm shall have a minimum of five years of experience in providing acceptance testing for water/wastewatertreatment plants. - shall be performed per the latest includedInterNational Electric Testing Association Standards (NETA) standard. This cost will be in the Contract C. The Contractor immediately correall deficiencies . - -. during testing .,- - independent testing - finalsayon the acceptance m equipment, if testing determine the equipment is deficient, contractor shall be responsible to fix the deficiency even if the manufacturer said the equipment is satisfactory. 1 The Contractor to update the protectivedevice settings with the final power system study A. InterNational Electric Testing Association Standards (NETA) for acceptance testing of Electrical Distribution Apparatus, Publication 2.001, and IEEE Publication No. 141, are hereby made a part of this section, unless otherwise modified herein. B. Related equipment Division MaintenanceC. NETA Testing Specifications forelectrical power distribution equipment and (latestsystem . A. - testing result shall be summarized in a final report certifiedthe testing technician. --.. be submitted. Division requirement.B. - report shall include the following section: Description, basis and scope of the work. 2. Field data sheet showing all visual, mechanical and electrical inspection done on the equipment. ! .m ...._ _ data sheeshall t show o check mark andvaluesof allthe testing . • description E theinstrument used for testing. 3. A summary of the deficiency, concern, repairs and recommendation. l A tableshowing thefinalsettingsofall theadjustable equipment_.:. certifying5. All the testing values shall be in accordance with the latest NETA standard. C. Literature and drawings describing the equipment in sufficient detail, including parts list and materials of construction, to indicate full conformance with the Specifications. D. Submit a letter full and complete compliance with the Specifications, Drawings other project requirements. The letter shall list any exceptions or deviations from specified requirements, if any and reasons for same. Exceptions or deviation shall also be clearly marked in a separate color in submittals. FTWH14329.03 16060 - Page 1 of 5 AUGUST 2015 WALSH RANCH BOOSTER PUMP STATION ACCEPTANCE TESTING AND CALIBRATION PART 2 - PRODUCTS - NOT APPLICABLE PART 3 - EXECUTION AAll tests, other than Low Voltage Systems and Equipment, shall be supervised by the Engineer/Owner and the contractor'. Contractor shall give a one week notice of all scheduled tests to the Engineer/Owner in writing. 13Contractor shall notify the Englneer/Owner of scheduled dates of electrical equipment installation completion . Equipment testing shall be coordinated at this time by Contractor with Engineer/Owner and appropdate Manufacturer's Representatives. C. Under this specification the Contractor shall perform the electdcal tests on specified equipment and as specified under Part 3, Execution. The Contractor shall supply all eqOpment required to perforTn all testing responsibilities. 3.2 EXECUTION A. PREPARATORY WORK I Prior to the testing of any specific piece of equipment, the Contractor shall remove all shipping hardware and inspect for broken or missing parts and proper connections in accordance with the manufacturer's instructions, B.. Visual and Mechanical Inspection 1.. Prior to any electrical testing Contractor shall perform a visual and Mechanical �nspecfion as spe6fied M the Wiest NETA standard. A. Transformers — Dry -type I Small Transformers; Dry -Type, Air -Cooled (600 Volt and Below) (less than 100 kVA single-phase or 300 kVA three-phase) a. Inspect for physical damage, broken insulation, tightness of connections, defective wiring, and general condifion, b. Thoroughly clean unit prior to making any tests. C. Perform insulation -resistance test. Calculate polarization index, Measurements shall be made from winding -to -winding and Wn&gs­to-gr0Und. Test voltages and minimum resistance shall be In accordance with NETA Standard. Results to be temperature corrected in accordance with NETA Standard. d. Verify that the transformer is set at the specified tap according to the power system study recommendation. B. gables — low -voltage, 600V maximurn 1 m Electrical Tests a. Perform resistance measurements through bolted connections with low - resistance ohmmeter, if applicable, in accordance with latest NETA standard. b. Perform insulation -resistance test, on each conductor with respect to ground and adjacent conductors, Applied potential shall be 500 volts do for 300 volt rated cable and 1000 volts do for 600 volt rated cable. Test duration shall be one minute. C. Perform continuity tests to insure correct cable connection. C. Surge Arresters, Surge Protection Devices(L,ow and Medium Voltage): I Electrical Tests 2L Perform resistance measurements through bolted connections with a low - resistance ohmmeter, If appflcabie, in accordance with NETA Standard. b. Perform an insulation -resistance test at voltage levels in accordance with NETA Standard. C. Test grounding connection in accordance with NETA Standard, FTMA il 4329M 16060 Flage 2 of 5 AUGUST 2015 WALSH RANCH BOOSTER m.nwin sT)%­n0N ACCEPTANCE TESTMG AND CAUBRAMN D. Circuit Breakers —AitInsulated Case/Molded Case 1Electrical Tests a. Perform resistance measurements through bolted connections with a low - resistance ohmmeter, if applicable, in accordance with lateset NETA standard. b. Perform ins u|adon-reeiotanuetests on each po|e, phase -to -phase and phase - to -ground with the circuit breaker closed and aumao each open pole for one minute. Test voltage shall beinaccordance with manufacturer's published data or latest NETAotandard. C. 'Perform auontaut/po|e-reoiotanuetest. d. Perform adjustments for final setting in accordance with coordination study. e. Determine long-time pickup and delay byprimary current injection. f. Determine short -time pickup and delay byprimary current injection. g. Determine ground -fault pickup and time delay by primary current injection. h. Determine instantaneous pickup byprimary current injection. i Pedbnn minimum pickup voltage test on shunt trip and close coils in accordance with latest NETAstandard. ]. Verify correct operation of any auxiliary features such as trip and pickup indicatons, zone intedouking, electrical close and trip operation, thp-free, and anbpumpfunution. k. Verify operation ofcharging mechanism. E. Circuit breakers — Air, low voltage, power 1Electrical Tests a. Pedbnn resistance measurements through bolted connections with a low - resistance ohmmeter, ifapplicable, inaccordance with latest NETAstandard. b. Pedbmn insulation -resistance tests on each po|e, phase -to -phase and phase - to -ground with the circuit breaker closed and aun000 each open pole for one minute. Test voltage shall beinaccordance with manufacturer's published data orlatest NETAstandard. C. Perform o contact/pole-resistance test. � d. Make adjustments to the trip settings in accordance with the coordination study. e. Determine minimum pickup current by primary current injection. [ Determine long-time pickup and delay byprimary current injection. g. Determine short -time pickup and delay byprimary current injection. h. Determine ground -fault pickup and time delay byprimary current injection. i. Determine instantaneous pickup byprimary current injection. jPerform minimum pickup voltage test on shunt trip and close coils in accordance with latest NETAstandard. k Verify correct operation of any auxiliary features such oo trip, and pickup indicotom, zone inteMocking, electrical close and trip operation, trip -free, antipump function, trip unit battery uondition, and reset all trip logs and indicators. i Verify operation ofcharging mechanism. F. Protective Relays 1. Electrical Tests a. Perform ins u|otion-reoishancetest on each circuit -to -frame. Do not perform this test onsolid-state devices. b. Perform the following tests on the nominal settings specified by the Owmer/user'oelectrical Engineer: 1) Pickup parameters oneach operating element. 2) Timing tests attwo (2)ormore points ontime-current curve. 3) Pickup target and seal -in units. 4) Special tests as required to cheukopenation of restraint, directional and other elements per manufacturer's instruction manual. 5) Conduct tests toverify satisfactory performance ofeach control feature. G) Electrically confirm that CTand VTsecondary circuits are intact. G. Instrument Transformers � 1. Bectriva|Tests—CunentTnansfonnem a. Electrically confinnthat CTsecondary circuits are intact. FTvvH1432g.¢s /soao-Payeamm xU8UST2o1S b. Perform a ratio verification test of each current transformer. This shall performed using the voltage method or current method in accordance ANSI C57.13.1 (lEEE Guide for Field Tesbng of Relaying Curr Transformers), C. Perform insulation -resistance tests on current transformer secondM windin Value of test voltage on secondary YAHng shall be 1000 volts do for one minute, Do not perform this test with solid-state devices connected. 2. Electrical Tests — Voltage Transformers a. Perform insulation -resistance tests on voitage transformers, winding-to-windi and windings-to-grounid. Value of test voltage on secondary Wring shall be 5 in 5 'c is volts do for one (1) minute.. Do not perfon-n this test with solid-state devi �j c connected. b. Electrically confirm proper secondary voltage. C. Perform a dielectric Withstand test on the primary windings Wth the seconds windings connected to ground, The dc dielectric voltage shall be in accordan with NETA Standard. H. Metering I w lectrical Tests a. Check calibrabon of meters at all caHbration points. b. Calibrate watthour meters to within manufacturers published tolerance. C. Verify all instrument multipliers. & Electrically confirm that CT and VT secondary circuits are intact. 1. Grounding Systems 1. Electrical Tests a. Perform fall -of -potential test or alternative per IEEE Standard No. 81-1991 on the main grounding electrode or system. b. Perform point-to-point test to determine the resistance between the main grounding system and all maJor electrical equipment frames, system neutral, and/or derived neutral points. J. Ground -fault protection systems 1. Electrical Tests a. Measure the system neutral to ground insulation resistance with the neutral disconnect link temporarily removed, Replace neutral disconnect link after testing. Notify equipment Owner or operator of any improper, neutral to ground connections detected. b. Measure lrisulation resistance of the control wiring at 1000 volts do for 1 minute. If necessary, disconnect the solid state components. C. Perform pickup tests as follows using pnniaq injection, 1) Verify the relay does not operate at 90% of the set pickup current. 2) Determine the pickup current of the relay and verify that this current is no greater than 125% of the setting. Pickup must not be greater than 1200 amperes, d. For summation type systems utfflzing phase and neutral CT's, verify proper polarities by applying current to each phase neutral CT pair. This test also applies to molded case breakers utilizing an external neutral ur. Relay should operate when current direction is the same relative to polarity marks in the two CT's. 2) Relay should not operate when current direction is opposite relative to polarity marks I the two CT's. e. Measure time delay of the relay at 150% of pickup or greater, f. Verify the system is able to trip with control voltage at 55% of rated for systems utilizing ac control power and 80% of rated for systems utilizing do control power. g. Verify operation of zone Interlock systems by simultaneously injecting current at the interlocked relays and monitoring the control signals. FTVVH14329.03 16060 Page 4 of 5 AUGUST 2015 WAL.Spi PANCH BOOSTER PUMP STATlON ACCEPTANCE TESTHqG AND CAI IBRA110N K. AC motors 1. Electrical Tests — Induction Motors e. Perform insulation -resistance tests inaccordance with ANSI/IEEE Standond43. Teat duration shall be for one (i) minute with resistances tabulated at 30 and GD seconds. Calculate the dielectric absorption ratio. b. Perform dc overpotential tests on motors rated at 1000 horsepower and greater and at4OOOvolts and greater inaccordance with ANSI/IEEE Standard Q5. C. Perform insulation power -factor ordiosipatio n-fac1ortests. d. Pedbnn surge comparison tests. e. Perform ins uia1ion-reoistanoetest on pedestal per manufacturer's instructions. t Perform inau|adon-reaiatanoe test on surge protection device in accordance with NETAStendard. g. Test motor starter in accordance with NETA Standard prior to re -energizing the motor. h. pedbnn a notation test to insure proper shaft direction if the motor has been electrically disconnected. i Measure running current and evaluate relative to load conditions and nameplate full -load amperes. ]. Perform vibration tests: Pedbnn vibration and amplitude test. pnm*1*329o3 16060Page ooro AuGuarmos SECTION 16073 HANGERS AND SUPPOTTS PART 1 - GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Hangers and supports for electrical equipment and systems. 2. Construction requirements for concrete bases. A. Delegated Design: Design supports for multiple raceways, including comprehensive engineering analysis by a qualified Professional Engineer licensed in the state where the project shall be built, using performance requirements and design criteria indicated. B. Design supports for multiple raceways capable of supporting combined weight of supported systems and its contents. C. Design equipment supports capable of supporting combined operating weight of supported equipment and connected systems and components. D. Rated Strength: Adequate in tension and shear force to resist maximum loads calculated or imposed for this Project, with a minimum structural safety factor of 3 times the applied force. 1.3 SUBMITTALS A. Product Data: 316 stainless steel slotted support systems. B. Record data: Signed and sealed by a qualified Professional Engineer Licensed in the state where the project is constructed. Show fabrication and installation details and include calculations The dead load, live load, wind and allowable capacity for the following: 1. Trapeze hangers. Include Product Data for components. 2. Type 316 stainless steel slotted channel system and all bolts to be type 316ss. 3. Equipment supports and connections detail. 4. Sealed drawings will be required upon Engineer request. C. Welding certificates. D. Field Test Report. E. Literature and drawings describing the equipment in sufficient detail, including parts list and materials of construction, to indicate full conformance with the Specifications. F. Submit a letter certifying full and complete compliance with the Specifications, Drawings and other project requirements. The letter shall list any exceptions or deviations from specified requirements, if any and reasons for same. Exceptions or deviation shall also be clearly marked in a separate color in submittals. 1.4 QUALITY ASSURANCE A. Welding: Qualify procedures and personnel according to AWS D1.1/D1.1M, "Structural. Welding Code - Steel." B. Comply with NFPA 70. 1.5 COORDINATION A. Coordinate size and location of concrete bases. Cast anchor -bolt inserts into bases. Concrete, reinforcement, and formwork requirements are specified in Division 3. B. Coordinate installation of roof curbs, equipment supports, and roof penetrations. FTWH14329.03 16073 - Page 1 of 4 AUGUST 2015 WALSH RANCH PUMP STATION HANGERS AND SUPPORTS 2.1 SUPPORT, ANCHORAGE, AND ATTACHMENT COMPONENTS A. Use only stainless steel 316 components for support, anchorage and attachment components. 'I Manufacturers: Subject to compliance with requirements, provide products by one of the following-, a. Allied Tube & Conduit. b. Cooper B-Line, Inc.; a division of Cooper, Industries. C. ERICO International Corporation., d. GS Metals Corp, e. Thomas & Betts Corporation, f. Unistrut; Tyco International, Ltd. g. Wesanco, Inc, 2. Channel Dimensions" Selected for applicable load criteria. B. Raceway and Cable Supports-, As described in NECA I and NECA 101. Co Conduit and Cable Support Devices; hangers, clamps, and associated fittings, designed for types and sizes of raceway or cable to be supported. D. Support for Conductors in Vertical Conduit: Factory -fabricated assembly consisting of threaded body and insulating wedging plug or plugs for non -armored electrical conductor's or cables in riser conduits. Plugs shall have number, size, and shape of conductor gripping pieces as required to suit individual conductors or cables supported, E. Structural Steel for Fabricated Supports and Restraints: 316 Stainless Steel only. F. Mounting, Anchodng, and Attachment Components'. Items for fastening electrical items of their supports to building surfaces include the fbllowing� I. Adhesive Anchor Systems� Wedge -type 316 Stainiess Steel, for use in hardened portland cement concrete, with tension and shear capacities appropriate for supported loads and building materiMs where used. a.. Manufacturers,-. Hilti Inc. only. 2. Clamps for Attachment to Steel Structural Eiements: 316 Stainless Steel, type suitable for attached structural element, 3. Through Bolts: Structural type, hex head, and high strength. 316 Stainless Steel Toggle Bolts: 316 Stainless Steel. 4. Hanger Rods: 316 Stainless Steel. GCast alum�num one -hole clam conduit supports are not acceptable, A. Descdptiom Welded or bolted, structural steel shapes, shop or field fabricated to fit dimensions Of Supported equipment. B. Materials, Comply with requirements in Division 5 Section "Metals" for 316 Stainless Steel shapes and plates. C. All outdoor equipment rack shall be provided with canopy to protect the equipment for being overheated by the sun, Canopy shall extend at a- minimum I foot in front of the equipment enclosure. Canopy shall be made of 1/2" thick aluminum plate mininIUM, unless otherwise noted in the contract drawing,, PART 3 - EXECUTION 3.1 APPLICATION A, Comply with NECA I and NECA 101 for application of hangers and supports for electrical equipment and systems except if requirements in this Section are stdcter. F'7WH14329.03 16073 - Page 2 of 4 AUGUST 2015 WALSH RANCH PUMP STAflON HANGERS AND SUPPORTS B. Maximum Support Spacing and Minimum Hanger Rod Size for Raceway: Space supports for conduit as required by NECA 1 Table 1 when the maximum spacing is less than stated in NFPA 70. Minimum rod size shall be 1/4 inch in diameter. C. Multiple Raceways or Cables: Install trapeze -type supports fabricated with 316 Stainless Steel slotted support system, sized so capacity can be increased by at least 25 percent in future without exceeding specified design load limits. D. Secure raceways and cables to these supports with two -bolt conduit clamps. E. 316 Stainless Steel clamps designed for supporting single conduits may be used for 1-1/2- inch and smaller raceways serving branch circuits and communication systems above suspended ceilings and for fastening raceways to trapeze supports. 3.2 SUPPORT INSTALLATION A. Comply with NECA 1 and NECA 101 for installation requirements except as specified in this Article. B. All supports and fastening devices shall be stainless steel 316. C. Strength of Support Assemblies: Where not indicated, select sizes of components so strength will be adequate to carry present and future static loads within specified loading limits. Minimum static design load used for strength determination shall be weight of supported components plus 300 lb. D. Mounting and Anchorage of Surface -Mounted Equipment and Components: Anchor and fasten electrical items and their supports to building structural elements by the following methods unless otherwise indicated by code: 1. To New Concrete: Adhesive Anchor Bolt. 2. To Masonry: Wedge type expansion anchors on hollow masonry units and expansion anchor fasteners on solid masonry units. 3. To Existing Concrete: Adhesive Anchor System provided with lock washers and nuts shall be used in existing normal weight concrete 4 inches thick or greater. Do not use for anchorage to lightweight -aggregate concrete slabs or wall less than 4 inches thick. 4. Items Mounted on Hollow Walls and Nonstructural Building Surfaces: Mount cabinets, panel boards, disconnect switches, control enclosures, pull and junction boxes, transformers, and other devices on slotted -channel racks attached to substrate by means that meet seismic -restraint wind strength and anchorage requirements. E. Drill holes for expansion anchors in concrete at locations to avoid reinforcing bars. 3.3 INSTALLATION OF FABRICATED METAL SUPPORTS A. Comply with installation requirements in Division 5 Section "Metals" for site -fabricated metal supports. B. Cut, fit, and place miscellaneous metal supports accurately in location, alignment, and elevation to support and anchor electrical materials and equipment. C. Field Welding: Comply with AWS D1.1/D1.1M. 3.4 CONCRETE BASES A. Construct concrete bases of dimensions indicated but not less than 6 inches larger in both directions than supported unit, and so anchors will be a minimum of 10 bolt diameters from edge of the base. B. Use 4000-psi, 28-day compressive -strength concrete. Concrete materials, reinforcement, and placement requirements are specified in Division 3 Section "Cast -in -Place Concrete." C. Anchor equipment to concrete base. 1. Place and secure anchorage devices. Use supported equipment manufacturer's setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. 2. Install anchor bolts to elevations required for proper attachment to supported equipment. FTWH14329.03 16073 - Page 3 of 4 AUGUST 2015 WALSH RANCH PUMP STATION HANGERS AND SUPPORTS KIREENEM A. Touchup� Clean field welds and abraded areas of shop paint. Paint exposed areas immediately after erecting hangers and supports, Use same materials as used for shop painting. Comply with SSPC-PA 1 requirements for touching up field -painted surfaces. I . Apply paint by brush or spray to provide minimum dry film thickness of 2.0 mils. B. Touchup- Comply with requirements in Division 9 "Finishes' for cleaning and touchup painting of field welds, bolted connections, and abraded areas of shop paint on miscellaneous metal. A. Mounting Stands: Field mounted disconnects, pushbutton control stations, etc, shall be mounted on stainless steel or aluminum stands as shown on the Drawings. Where clearance requ�rements for stands may not be maintained, the Engineer may direct equipment to be wall -mounted adjacent to the drive, but in no case shall the distance from the drive motor to the control station exceed 3-ft. FTWH14329.03 16073 - Page 4 of 4 AUGUST 2015 WALSH RANCH PUMP STATION HANGERS AND SUPPORTS EfFARAMPE PART 1 - GENERAL 1.1 WORK INCLUDED A. This section specifies the furnishing and installation of electrical raceway systems. 1. Conduit: a. Rigid aluminum conduit. b. PVC -coated rigid aluminum conduit. C. Liquid -tight flexible metal conduit. d. PVC Schedule 80 conduit. 2. Wireways. A. The following standards shall apply as if written here in their entirety: 1. ANSI C80.5 - American National Standard for Electrical Rigid Aluminum Conduit (ERAC) 2. UL 1 - Safety Standard for Flexible Metal Conduit 3. UL 5 - Safety Standard for Surface Metal Raceways and Fittings 4. UL 651 - Standard for Schedule 40 and Schedule 80 Rigid PVC Conduit and Fittings 5. UL 870 - Safety Standard for Wireways, Auxiliary Gutters, and Associated Fittings 6. NEMA RN 1 - PVC Externally Coated Galvanized Rigid Steel Conduit and Intermediate Metal Conduit 7. NEMA TC 3 - PVC Fittings for Use with Rigid PVC Conduit and Tubing 8. UL 6 and 614 - Electrical Rigid Metal Conduit 9. UL 360 - Liquid -tight Flexible Steel Conduit 10. UL 467 - Electrical Grounding and Bonding Equipment 11, NFPA 70 - National Electrical Code 12. NFPA 70E - Standard for Electrical Safety in the workplace. 1.3 SUBMITTALS A. Submit to the Engineer, in accordance with Division 1, detailed catalog information or drawings describing electrical and physical characteristics of all equipment specified. B. Submittal shall be clearly marked showing only equipment provided. Mark through equipment option not provided. C. Literature and drawings describing the equipment in sufficient detail, including parts list and materials of construction, to indicate full conformance with the Specifications. D. Submit a letter certifying full and complete compliance with the Specifications, Drawings and other project requirements. The letter shall list any exceptions or deviations from specified requirements,. if any and reasons for same. Exceptions or deviation shall also be clearly marked in a separate color in submittals. --� 2.1 MATERIALS A. Rigid Aluminum Conduit: 1. Conduit: Rigid copper free aluminum (alloy 6063-T1) conduit (RAC). 2. Fittings: For RAC use threaded aluminum. 3. Listing: UL 6A. 4. Acceptable RAC Manufacturers: Allied Tube and Conduit, Consolidated Aluminum Corporation, Kaiser, V.A.W., Reynolds or SAPA Aluminum. 5. Acceptable Fittings Manufacturers: Appleton, Crouse -Hinds, Midwest, OZ/Gedney, Raco and listed conduit manufacturers. B. PVC -Coated Rigid Aluminum Conduit: FTWH14329.03 16110 - Page 1 of 5 AUGUST 2015 WALSH RANCH BOOSTER PUMP STATION RACEWAYS 1. Conduit, Rigid aluminum conduit plus a factory -applied, 40-mil-thick covering of polyvinyl chloride (PVC) bonded to the metal and 2 mil polyurethane coating on the inside. 2. Fittings, Same as aluminum conduit fittings plus a factory -applied, 40-mill-thick covering of polyvinyl chloride (PVC) bonded to the metal, 3. Listing: UL 6. 4. Acceptable Conduit and Fittings Manufacturers: Killark, KorKap, ®CAL, Perma-cote, Plash -bond and Rob,roy Industries. C. Liquid -tight Flexible Metal Conduit: 1. Conduit: Spiral -wound, square -locked, aluminum plus a bonded outer jacket of PVC. 2. Fittings: Compression sealed type aluminum. 3. Listing: UL 467 for fittings. 4. Acceptable Conduit Manufacturers: Allied tube and Conduits, Anaconda, Anamet, Liquatite. 5. Acceptable Fittings Manufacturers: Appleton, Crouse -Hinds, Midwest, OZ/Gedney, Raco, and listed conduit manufacturer. DPVC Schedule 80 Conduit: 1. Non-metallic rigid conduit made of polyviiny� chloride (PVC) manufactured in accordance with the National Electrical Code UL 651 and NEMA TC-2. 2. Fittings shall also be non-metall�c. 3. Acceptable conduit and fittings manufacturers: Allied Tube and Conduit, Carlon, CertainTeed Products, Electri-Flex, and Heritage Plastics Central. E. Explosion Proof Seal and Fitting 1. Conduit seal: Explosion proof, aluminium conduit filling Wth be and compound as define by NEC Article 500 and as manUfactured by Crouse -Hinds or Appleton. 2. Explosion proof fittings: aluminium fittings', flexible coupling to match the hazard as defined by NEC Artic�e 500 and as manufactured by Appleton or Crouse -Hinds.. F. Bushing: High impact, thermosetting, phenolic insulation; 150 degrees Q- as manufactured by Appleton "BBUH", Blackburn, or OZ Gedney type A. G. Ground bushings� Conduit grounding bushings shall consist of an insulated throat conduit bushing with an attached aluminum set screw lug. Grounding bushing shall comply, with Fed. Spec. W-F-408, UL Standards 514B and 467, and shall be Crouse Hinds Lazy Lug, O-Z Gedney or approved equal. H. Locknut&: Stainless Steel as manufactured by Appleton. Hubs: I Cast aluminurn, Wth broad flat surfaces with gripping teeth on both sides of conduit entry. Hub portion on exterior side of entry shall contain, "0" ring for watertight seal of conduit entry, Hubs shall be Myers Hub, Appleton or Efcor. J. Conduit through -wall and -floor seal- PVC coated malleable iron body with oversized sleeves, seahng ring, pressure clamp and Hngs and sealing' grommet; hex head cap screw, as manufactured by OZ Gedney, type FSK K. Smoke and fire seals: Material shall be inturnescent, one (1) part (requiring no mixing) and capable of expanding up to a minimum of 6ght (8) times, Material shall be U.L. classified with a fire rating equal to or greater than the penetrated number. Products to be in caulk, putty, wrap stdp, sheet, or access kit foam and shall be 3M "Fire Barrier'. L. Conduit drains: Conduit drains shall be Crouse Hinds ECD Universal, or approved equal. M. Expansion Joints: Aluminum with internal grounding, Shall be provided with an external bonding jumper for conduits 4" and above. Expansion joint shall be SAXJG by Cooper Crouse -Hinds or equivalent by OZ Gedney. N., Threaded nipples." As manufactured by Allied, Triangle or Steel Duct. Conduit nipples shall have two (2) independent sets of threads. Running threads shall not be used. Utilize the conduit union when joWng two (2) fixed conduits in a continuous aluminum run, FTWH14329.03 '16110 -Page 2 of 5 AUGUST 2015 WALSH RANCH BOOSTER PUMP STATION RACEWAYS O. Escutcheons: Chrome -plated, sectional floor and ceiling plates, as manufactured by Crane No. 10. P. Accessories: Reducers, washer, etc., shall be stainless steel. Q. End Bells: PVC as manufactured by Carlon or equal by Cantex. W F7,NH14329.03 16110 -Page 3 of 5 AUGUST 2015 WALSH RANCH BOOSTER PUMP STATION RACEWAYS K. Preparation* 1. Place conduit or sleeves in the forms of walls and floor slabs for the free passage of wire or conduits. 2. Set conduit or sleeves in place a sufficient time ahead of concrete placement so as not to delay the work. I Apply sealing methods for sleeves through floors and through exterior walls, per details shown on plans. 4. Plugs or caps shall be installed before concrete placement begins. L. Installabon Requirements� 1. Metallic Conduits', a. Continuous between enclosures such as outlet, junction and pull boxes, panels, cabinets, motor control centers, etc. b. The conduit must enter and be secured to enclosures so that each system is electrically continuous throughout. C., WhereAnockouts are used, provide hub. dAt conduit term inati on s, 'provide insulated bushings for conductor protection. e: Where conduits terminate in equipment having a ground bus, such as in sWtchgear', motor control centers and panelboards, terminate conduit with an insulated grounding bushing and extend a suitable grounding Wre to the ground bus. fHubs of the same material shall be used at conduit termination. Z Run concealed conduit as directly and with the largest radius bends as possible. I Run exposed conduit parallel or at right angles to building or other construction lines in a neat and orderly manner, Conceal conduit �n finished areas. Unless otherwise shown, remaining conduit may be exposed. 4. Select property sized plates to fit the conduit when secureIly locked in place. F T'WH14329L3 16110- Flage 4 of 5 AUGUST 2015 WAILSi RANCH BOOSTER PUMP STATION RACEWAYS pours or surface -mounted runs that are attached to the structure, shall be equipped with an expansion/deflection fitting where they cross an expansion joint, and at every 100 feet. 11. Use expansion -deflection fittings on all conduit runs that transition from underground to above ground within 12" of grade level. 12. With a coupling, terminate concealed conduit for future use at structural surfaces. Install a pipe plug flush with the surface. 13. Openings around electrical penetrations of fire -resistance rated walls, partitions, floors or ceilings shall maintain the fire resistance rating using approved methods. See NEC 300-21. Fire barrier shall be 3M 2001 RW silicone RTV foam or approved equal. 14. Conduits shall be installed with uniform slope which will permit drainage toward manholes, pull boxes, or building walls. Utilize conduit drain as require to remove condensate in the conduits. 15. Seal all conduits with pliable sealant such as Tyco type RDSS-CLIP-100 where entering boxes, manholes, motor control centers, panelboards, enclosures, etc. 16. PVC coated conduit shall be installed by certified installer. PVC coated conduit installation shall follow manufacturer, recommendation. 17. All termination at an enclosure shall be made from the bottom of the enclosure, no overhead penetrations are allowed. When conduits are located above the enclosure route the conduit at the same height as the bottom of the enclosure, install a drip lane at the end of the conduit and use flexible conduit to terminate at the bottom of the enclosure. 3.2 WIREWAYS A. Installation 1. Install wireways, where shown, according to NEC Articles, 376 and 378. 2. Limit capacity to a maximum of thirty (30) current carrying conductors including neutrals at any cross section of the wireway with 20% conductor fill at any cross sectional area. FTWH14329.03 16110 -Page 5 of 5 WALSH RANCH BOOSTER PUMP STATION AUGUST 2015 RACEWAYS SECTION 16120 CONDUCTORS .00s BELOW PART 1 - GENERAL 1.1 WORK INCLUDED 0301-206-03 A. Furnish and install, complete and ready for operation, electrical conductor systems as shown on the drawings and as specified herein. A. Submit shop drawings and product data as per Division 1 - General Provisions, showing all details of materials. B. Submittal shall be clearly marked showing only equipment provided. Mark through equipment option not provided. C. Submit a letter certifying full and complete compliance with the Specifications, Drawings and other project requirements. The letter shall list any exceptions or deviations from specified requirements, if any and reasons for same. Exceptions or deviations shall also be clearly marked is a separate color in submittals. 1.3 CONDUCTOR COLOR CODING A. Color -coding of multi -conductor control and instrumentation cable is specified in the individual cable type specification. B. For power conductors, provide all single conductors power cables with integral insulation pigmentation of the designated colors, except conductors larger than No. 6 may be provided 00,01 with color -coding by wrapping the conductor at each end and at all accessible locations with vinyl tape. Where this method of color -coding is used, wrap at least six full overlapping turns of tape around the conductor covering an area 1-1/2 to 2 inches wide at a visible location. C. Phase A, B, and C implies the direction of positive phase rotation. D. Use Owner's current color scheme. If Owner does not have a consistent color scheme use the following: Use the following colors: System Conductor Color All Systems Equipment Grounding Green 240/120 Volts Grounded Neutral White 1-Phase, 3-Wire One Hot Leg Black Other Hot Leg Red 208Y/120 Volts Grounded Neutral White 3-Phase, 4-Wire Phase A Black Phase B Red Phase C Blue 480Y/277 Volts Grounded Neutral Gray 3-Phase, 4-Wire Phase A Brown -Phase B Orange Phase C Yellow w-••�w 2.1 GENERAL A. Use the manufacturer's name, model or catalog number, if for the purpose of establishing the standard of quality and general configuration desired only. B. Splices are not acceptable on this project, except at light fixtures and receptacles. FTWH14329.02 16120 -Page 1 of 4 AUGUST 2015 WALSH RANCH BOOSER PUMP STATION CONDUCTORS 600V AND BELOW 2.2 CONDUCTORS - 600 VOLTS A. Single Conductors 600 Volts and Below: 1. Unless otherwise indicated, all conductors shall be copper and shall be stranded. Solid conductors shall not be used. All conductors with the exception of grounding conductors shall be standard copper" . Utilize only conductors meeting applicable requirements of Ul.. 44„ UL 1665, I CA S- 65-658 (NEMA, WG70). ` 3. Provide conductors with type XI-IFIW-2 insulation. 4. Unless noted otherwise, conductor sizes indicated are based on copper conductors o not provide conductors smaller than those indicated. 6. Where flexible cords and cables are specified, provide Type STJO, 600 volt, with the number and size of copper conductors Indicated, 6. Single Fair (600 Volt No. 16 AWG Twisted, shielded Pair Instrumentation Cable, Type T): a. General: Single pair instrumentation cable designed for noise rejection for process controls computer, or data log applications. Suitable for installation in cable trays, conduit, or other approved raceways. Minimum cable temperature rating shall be 90" G dry locations, 75" C wet locations. b. Individual Conductors; Soft annealed coppers Class S, 7-strand concentric per ASTM S6® 22 AWG, 7-strand copper tinned drain wire. C. Insulation and Jacket; Each conductor, XHHW- . Pair conductors pigmented biack and white. Jacket flame-retardant and sunlight and oil resistant PVC with 5 mils nominal thickness. Shield alurninurn/Mylar overlapped to provide 100 percent coverage. & Dimension" 0.30 inch nominai OD. e. Manufacturers- Alpha Wire Corporations Belden, General Cable, the ®k;onite Company, 7. Single Triad (600 Volt No. 16 Twisted, Shielded Triad Instrumentation Cable, Type TC): a. General: Single triad instrumentation, cable designed for noise rejection for process control, computer, or data log applications. Suitable for installation in cable tray, conduit, or other approved raceways. Minin"nuurn cable temperature, rating shall be 60" C dry locations, 750 C wet locations. b. Conductors; Soft annealed copper, Class S® 7-strand concentric per ASTM S5, 22 AWG„ 7-strand copper tinned diraln Wre.. cn Insulation and Jacket, Each conductor, XHHW-2 insulation. "Triad conductors pigmented black, red, and white. Jacket flame-retardant: and sunlight and oil retardant PVC with 45 mils nominal thickness. Shield aluminum/Myiar, overlapped to provide 100 percent coverage. d. Dlmensions� 0.32-inch nominal OD,, e. Manufacturers, Alpha Wire Corporation, Belden, General Cable„ the Okonite Company. 6, Equipment Grounding Conductors a. Provide stranded tin copper conductors„ as indicated or as required by NEC, for equipment grounding. All grounding conductor shall be stranded copper. b. Provide conductors with green "Type XHHW insulation with I a minimurrn thickness of 1132-inch. 6. Cables routed through Gable Tray shall berated T for installation in Cable Trays. B. Multi -conductors, Multi -pairs® or Multi -triads not acceptable. PART 3 - EXECUTION 3A GENERAL Aa Leo not exceed cable manufacturer's recommendations for maximum pulling tensions and minimum bending radii. Pulling compound shall be used. Use only UL listed compound compatible with the cable outerjacket and vAth the raceway involved. P`PwA-H 32 M 16120 - Page 2 of AUGUST 20715 WALSH RANCH BOOSER PUMP S'p"AlrUC7N CONDUCTORS 600V AND BELOW 0301-206-03 B. Contractor is to provide and install all low voltage (120V, 208V, 480V, etc.) distribution equipment and hardware associated with this project as shown on the plan drawings. C. Tighten screws and terminal bolts using torque type wrenches, and/or drives, to tighten to the inch -pound requirements of the NEC and UL. D. Where single conductors and cables in manholes, handholes, vaults, and other indicated locations are not wrapped together by some other means such as arc and fireproofing tapes, bundle throughout their exposed length conductors entering from each conduit with nylon, self-locking, releasable, cable ties placed at intervals not exceeding 12 inches on centers. A. Provide conductor sizes as indicated on the drawings with 600V rated insulation. B. Minimum size for control shall be #14 for individual wire and #16 TSP, TST. Minimum size for power cables shall be #12. Provide only single pair and triad, multi -pair and triad not acceptable. C. Use silicone filled pressure connectors. Place no more than one conductor in any single - barrel pressure connection. D. Motors connector shall be crimp connectors or kernys varnish carbonic C130. E. Soldered mechanical joints insulated with tape will not be acceptable. F. Vinyl plastic insulating tape for wire and cable splices and terminations shall be flame retardant, 8.5-mil thick minimum, rated for 105°C minimum meeting the requirements of UL 510. Acceptable product 3M-Scotch 88. G. Provide terminals and connectors acceptable for the type of material used. H. Arrange wiring in cabinets, panels, and motor control centers neatly cut to proper length. Remove surplus wire, and bundle and secure in an acceptable manner. Identify circuits entering motor control centers or other control cabinets in accordance with the conductor identification system specified herein. I. Terminate control and instrumentation wiring with methods consistent with terminals provided, and in accordance with terminal manufacturer's instructions. Where terminals provided will accept such lugs, terminate control and instrumentation wiring (except solid thermocouple leads) with insulated, locking -fork compression lugs, Thomas & Betts, Sta- Kon, or equal. J. For terminals designed to accept only bare wire compression terminations, use only stranded wire, and terminate only one wire per terminal. Tighten terminal screws with torque screwdriver to recommended torque values. K. Attach compression lugs with a tool specifically designed for that purpose which provides a complete, controlled, crimp where the tool will not release until the crimp is complete. Use of plier type crimpers is not acceptable. L. Cap spare conductors and conductors not terminated with UL listed end caps. M. Where conductors pass through holes or over edges in sheet metal, remove all burrs, chamfer edges; and install bushings and protective strips of insulating. material to protect the conductors. N. For conductors that will be connected by others, provide at least 6 feet spare conductor in freestanding panels, and at least 2 feet spare in other assemblies. Provide more spare conductor in any particular assembly where it is obvious that more conductor length will be needed to reach the termination point. 3.3 CABLES A. Do not splice without permission of the Engineer. Locate splices, when permitted, only in readily accessible cabinets or junction boxes using terminal strips. B. Where connections of cables installed under this section are to be made to instrumentation and controls, leave pigtails of adequate length for neat bundled type connections. FTWH14329.02 16120 - Page 3 of 4 AUGUST 2015 WALSH RANCH BOOSER PUMP STATION CONDUCTORS 600V AND BELOW Maintaining the integrity of shielding of instrumentation cables is essential to the operabon of the control systems. Take special care in cable lnstalllatior° to ensure that grounds do not �Me. occur because of damage to the jacket over the shield. E. Use woven wire cable grips to pull all lour voltage single conductor cable" No. 2/0 and larger and all low voltage multi -conductor cable, Use pulling loops to pull single conductor cable smaller than No. 2/0, When a cable grip is used for pulling" the arc of the cable covered by the grip plus 6-inches shall be cut off and dlscarded. F. Insert a -reliable non-freezing type of swivel or swivel connection between the pulling rapes and the cable eye, or gip to prevent twisting under strain. G. Do not exceed the rnaxlmurn pulling tension recommended by the cable manu.uf'acturer. Pulling mechanisms of both the manual and power types shall have the rated capacity in tons clearly marked on the mechanisr n. Whenever the capacity of the pulling mechanism exceeds the recommended pulling tension of the cable as given by the cable manufacturer" a dynamometer shall be used to shove the tension on the cable„ and the indicator shall be constantly watched. If any excessive strain develops, stop the pupping operation at once and determine and correct the difficulty„ 3A C ONIOIO I OR ARC AND MREPROOFING TAPES A. Use arc and fireproofing tapes on 600 volt single conductors and cables" except those rated Type TC, throughout their entire exposed length at splices in manholes, handholes,n vaults, and other indicated locations. B. Wrap together as a single cable conductors entering from each conduit. C. follow tape manufacturers installation instructions. Secure the arc and fireproofing tape at frequent intervals with bands of the specified glass cloth electdcal tape. Make each band of at least two wraps of tape directly over each other. D. Arc and fireproofing tape shall be 3M Scotch #77 or equal. 3.5 FIELD TESTS A. Instrumentation Cables, After instrumentation cable installation and conductor, termination by the instruarnentaflon and control suppher„ perform tests witnessed by the Engineer to ensure that instrumentation cable shields are isolated from ground" except at the grounding point. Remove improper grounds, B. Pulling tension shall be recorded for all cable runs longer than 200ft. End of Section FTWH14329.02 16120 - Page 4 fur 4 AUGUST 2015 A. Furnish and install outlet boxes, floor boxes, junction boxes, pull boxes and terminal boxes. B. All boxes |000had outdoors containing heat sensitive equipment shall be factory painted A. ANSVNEMA Publication No. OS 1 - Cast Aluminum Outlet Boxes, Device Boxes, Covers and Box Supports, and Steel Covers. B. ANS|/UL614-Electrical Outlet Boxes and Fittings. C. National Electric Code. 1.3 SUBMITTALS A. Submit to the Engineer, in accordance with Division 1, detailed catalog information or drawings describing electrical and physical characteristics of all equipment specified. B. Submittal shall be clearly Marked showing only equipment provided. Mark through equipment option not provided. C. Submit 2 letter certifying full and complete compliance with the Specifications, Drawings and other project requirements. The letter shall list any exceptions or deviations from specified requirements, if any and reasons for same. Exceptions or deviation shall also be clearly marked in a separate color in submittals. D. Literature and drawings describing the equipment in sufficient detail, including parts list and materials of construction, to indicate full conformance with the Specifications. 21 OUTLET BOXES A. Flush Device Boxes: 1. Provide ooat aluminum boxes of sufficient size to accommodate wiring devices to be installed at outlet. 2. Extension rings shall not baacceptable. 3. Square orrectangular boxes may basupplied. 4. Unless otherwise noted, provide boxes 3-1/2-inchaadeep by4inches wide. 6. Boxes inhazardous locations shall baNEMArated 7D. S. Boxes incontact with masonry orconcrete shall bagray steel. B. Exposed Device Boxes: Provide FD aluminum boxes for surface mounting in areas having exposed conduit systems. Provide pvo coated. aluminum boxes in 'areas in contact with masonry orconcrete. Coordinate box cover for proper use. C. Boxes for Lighting Fixtures: 1. Provide aluminum octagonal boxes with fixture stud supports and attachments as required toproperly support ceiling and bracket -type lighting fixtures. 2. Unless otherwise noted, provide boxes 2inches deep by4inches wide. 1 Boxes in contact with masonry or concrete shall be pvo coated aluminum boxes, D. Masonry Boxes: 1. Provide stamp metal masonry boxes. � 2 U b dh 1 � i ofth b fdavi atob inatsUad ae oxaaw -gangoop�o y naxceaa enum aro oa e . 3. Extension ring covers shall not baacceptable. E� Listing: UL 614. pTWx14329.03 1omo-Page 1mo Aususroo10 wmLsxRANCH BOOSTER PUMP STATION aoxss F Acceptable Manufacturers: Appleton, Bowers, Crcuse-H�nds, Efcor, M�dwest, OZ/Gedn RACO, Steel City, T & B. I A. Constructiom, Provide boxes conforming to NEC Article 314. B. Interior Spaces, Pr-'ovide surface mounted stainless steel type 316 boxes at least 4 inches deep. C. Exterior Spaces: NEMA 4X stainless steel type 316 boxes at least 4 inches deep. D. Embedded" Provide stainless steel 316 type with external recessed flanged cover when cast In concrete, E. Listing, UL 514a R Acceptable Manufacturers: Hoffman, Keystone, OZ, Stahlin, Crouse -Hinds. G.. Hazardous location: Box shall be NEMA rated 7D. A. Termination cab�nets shall be NEMA 4X 316 stainless steel gasketed. Cabinets shall be of sufficient size to adequately contain all terminals, wire-duict, and cables as determined by the Contractor. Cabinets shall have removable doors (lift-off) not more than 30 inches mfide, and shall be equipped with a three-point locking latch handle. B. Wire terminal blocks shall be Square D Type M Barrier Block System, or equal. 1. M 416 or B 22014 AWG 6MM (01.,234 inch) wide, grey, blue, single level, 600 volt, 25OMP 2. M6-8G or B22-8 AWG 8MM (0.315 inch) vAde, grey blue, single level 600 volt, 55 amp. C. The Wre terminal block system shall be for DIN rail motmfing, and shall include fuse),switch blocks, circuit breaker block, and isolation. D. Acceptable Manufacturers: Hoffman. 2.4 MEDIUM VOLTAGE GENERATOR TERMINATION CABINETS ATermination cabinets shall be built to NEMA 4X 316 stainless steel gasketed standards but shall bare the NEMA 3R listing. Cabinets shall be configuired for 4160V buses connection cabinet shall be rated for 500A. Bus shall be tin plated copper space adequately for the voltage and the ampacity,. Provide sufficient connecting holes in the buses to connect conductors from the generator to the termination and from the Switchgear to the termination cabinet. Busses and wires shall be color coded.. Enclosure shall be per ANSI standard for the application,. Cabinets shall have removable doors (lift-om not more than 30 inches wide, and shall be equipped with a three-point locking latch handle. Enclosure permanent and temporary cable entry shall be from the bottom. Cable entry shall be watertight at all times' Enclosure shall be wall mounted; bottom of the enclosure shall be 2 feet from the grade level, B. Acceptable Manufacturers, ES&S. C° Provide shop drawing showing proposed cabinet. PART 3 - EXECUTION F-Em FTWH'14329.03 16130 - Page 2 of 3 AUGUST 2015 WALSH RANCH BOOSTER PUMP STATMON BOXES 1Unless otherwise indicated, mount all outlet boxes flush within 1/4-inohofthe finished 1� wall orceiling line. 2. Securely fasten outlet boxes inposition using clips orother suitable means. 3. Provide plaster covers for all boxes inplastered walls and ceilings. B. Fixture Boxes: Where boxes for suspended lighting fixtures are attached to and supported from suspended oei|ings, adequately distribute the load over the ceiling support members. C. Mounting Height: 1. Mounting height of wall -mounted outlet box means the height from finished floor to horizontal center line ofthe cover plate. 2. Where outlets are indicated adjacent to each other, mount these outlets in a symmetrical pattern with ail tops otthe same elevation. 3. Where outlets are indicated acUaoent, but with different mounting heights, line up outlets toform asymmetrical vertical pattern onthe wall. 4. Verify the final location ofeach outlet with Engineer before nough-in. 5. Remove and relocate any outlet box placed inanunsuitable location. D. Back -to -Back Boxes: 1. Donot connect outlet boxes back toback unless approval iaobtained. 2. Where such a connection is necessary to complete a particular installation, fill the voids around the wire between the boxes with sound insulating material. E. Box Openings: Provide only the conduit openings necessary to accommodate the conduits at the individual location. A. Completely envelop floor boxes in concrete except at the top. Increase slab thickness at boxes if required for bottom covering. Adjust covers flush with finished floor. A. Pull boxes and junction boxes shall be provided to facilitate the installation of cable and wires. ^Condu|et"type fittings shall not be used in lieu ofboxes when the conduit contains wire #4AVVGorlarger. B. Installation: 1. Install boxes asrequired tofacilitate cable installation inraceway systems. 2. Generally provide boxes inconduit runs ofmore than 1OOfeet. 3. L000te boxes strategically and make them of such shape and size to pannb easy pulling of wire or cables. Size boxes in mouordmnoa to NEC Article 314.28 requirements. C. Covens: 1Provide boxes so that covers are readily accessible and easily removable after completion ufthe installation. 2. Include suitable access doors for boxes above suspended ceilings. 3. Select mpractical size for each box and cover. FTvvx1432eo3 1a1ao-Page aofa xmauarumo A. Furnish and install complete lighting and receptacle systems, including lighting fixtures, receptacles, switches, and all accessories and appurtenances as shown on the drawings and as specified herein. A. Submit shop drawings showing complete construction details for all equipment in compliance with Division I - General Provisions. B. Submittal shall be clearly marked showing only equipment provided. Mark through equipment option not provided. C. Submit a letter certifying full and complete compliance with the Specifications, Drawings and other project requirements. The letter shall list any exceptions or deviations from specified requirements, if any and reasons for same. Exceptions or deviation shall also be clearly marked in a separate color in submittals. D. Literature and drawings describing the equipment in sufficient detail, including parts list and materials of construction, to indicate full conformance with the Specifications. A. Wiring Devices shall be in compliance with the National Electrical Code, and shall be constructed in compliance with the Underwriters' Laboratories and shall be Underwriters' Laboratories labeled. 2.1 MATERIALS A. Switches: 1. VVaU switches shall be of the heavy-duty specification gnade, toggle action, and Mush mounting quiet type. 2. Wall switches shall beofthe following types and manufacturer, orequal. a. Single Pole: Anow+He¢Catalog No. 18Q1/.orPass and Seymour 2OAC1-|.or Leviton1221-2i b. Weatherproof switch covers shall be Crouse -Hinds rain -tight Type DS with PVC coating where used with a|uminum, C. Lock Out attachment when used for instrument disconnect shall beNEMA4X. 3. Switch to be installed in classified area shall be rated for application per NEC 500. Receptacles: 1VVaU receptacles shall be 120 voUs, sing|e-phaoe, single or duplex industrial specification hospital grade, and beoJth6following types: a. Duplex, 20A. 125V, 2P, 3VV: Armw+Hert, Catalog No. 83001. or Peoo and Seymour Q3OO-HB.orLevdon83OO-i b. Ground fault interrupter, lockout type. duplex, 20A. 125V, 2P, 3VV: Leviton 78991. C. Stainless steel indoor mounting plate for GFC} receptacle: Arrow -Hart, Catalog No. S2B.orPass and Seymour S-2GN.orLeviton844D1-4O. d. Weatherproof cover for GFQ receptacle in FG box while in use: Levdon 5987 2. Receptacles listed as weatherproof shall be provided with a watertight back box and hinged cover. C. Device Plates: FTmm1532e03 m1*o-Page Ia2 auausTumo 1. Plates for indoor flush mounted device shall be of the required number for gangs for the application involved, and shall by Type 302 stainless steel of the same manufacturer as the device, 2. Plates for indoor, surface mounted device boxes shall be cast alurninum of the same material as the box and shall be raised lid type'. 3. Oversized plates shall be installed where standard plates do not fully cover the wall o; 4, Device plates for switches mounted outdoors, or indicated as weatherproof, shall be gasketed, cast aluminum with provisions Vor padlocking switches Crouse -Hinds, No. DS 185, or approved equal. 5. Flush mounted weatherproof plates shall be provided \Mth an adapter to allow flush mounting of single gang device plates on single o: multi -gang cast boxes. 6Engrave device plates shall be provided where required. D. Safety Switches t, Safety Switches shall be of heavy diuty, specification grade. 2. Switch shall be UL listed. 3. Switch shall be NEMA 4X 316ss 4. Switch located In classified area shall be rated for the application per NEC 500. 5. itch shall be quick make, quick -break construction. 6. Operating handle shall be of box mounted type that directly drives the switch mechanism suitable for padlocking in the off position with up to three padlocks. Switch shall be interlock defeat. 7. "The interior shall be easily removable, "'I"he wiringgutter shall be clear of any obstructions and moving parts. 6. Fusible switch, fuse selection shall be rated for the application, minimum KAIC rating shall match the protective device on the lime side of the switch. g. Switch shall be provided with grounding kit. FART 3 - EXECUTION 3. "A IN TAI..I.,A"'I"'ION A... Wiring devices must be operating properly at final completion B. provide hangers and support membersfor wiring devices as required for proper, installation. C. Provide appurtenances which include stud supports, stems, mounting brackets, frames, and plaster rings. D. Support wining devices from the building stn,Acture, or from furring channels. Furring channels must be a nnin'imi.tm of 1-1/2 inches wide. 3.2 RECEPTACLE AND SWITCH II9 TALLATION X Mounting Heights(from the bottom of the device), 1. Mount receptacles 46 inches above finished floor except finished indoor areas. 20 Mount outdoor receptacles at least 24 inches above finished grade. 3° Mount all wall switches 54 inches above finished floor. 4° • Mountthermostats 60 inches above floor. & Boxes: t, Surface Mounted cast aluminum metal boxes. C. ",Weatherproof I ecdptacle Lift Covers: Install Wth hinge pin horizontal at top of the finished plate. Provide oversized covers for plug-in devices, D3 Install receptacles with grounded blade up. E. Indoor and outdoor boxes shall be grounded by use of a No. 12 green insulated ground wire run Wth the wiring per division 16 specification. F H15529°0,5 15140 - Pige 2 of 2 AUGUST S iT 2015 WA .,SaU°U RANCH BOOSTER PUMP ,STA" 10N WMNG DEVICES 0301-206-03 SECTION 16191 A. Furnish and install all miscellaneous equipment as shown on the Drawings and as specified herein. A. Equipment enclosures shall have NEMA ratings suitable for the location in which they a installed, as specified in Division 16. 1 1.3 SUBMITTALS A. Submit to the Engineer, in accordance with Division 1, detailed catalog information or drawings describing electrical and physical characteristics of all equipment specified. B. Submittal shall be clearly marked showing only equipment provided. Mark through equipment option not provided. 0. Literature and drawings describing the equipment in sufficient detail, including parts list and materials of construction, to indicate full conformance with the Specifications. D. Submit a letter certifying full and complete compliance with the Specifications, Drawings and other project requirements. The letter shall list any exceptions or deviations from specified requirements, if any and reasons for same. Exceptions or deviation shall also be clearly marked in a separate color in submittals. A. Control Stations 1Control stations shall beheavy-duty type, with full size operators. Momentary contact stop buttons shall have lockout latch that can be padlocked inthe open position. Provide an extra contact to monitor the auto position of the switch as shown on the drawings. 2. NEyNA4Xenclosures shall bestainless steel. 3. NEMA7enclosures shall becopper free cast aluminum. 4. Control stations shall beAllen-Bradley orapproved equal. B. V0rewoy 1NEMA 4X wireway shall be stainless steel with gasketed, hinged covers and stainless steel type 31Gscrews. 2. NEyNA 4X shall be Bulletin F-22 as manufactured by the Hoffman Engineering Co. or approved equal. C� Control Relays 1. Control relays shall be heavy duty machine too/ type. with 10 Amp, 300 Volt convertible contacts. Number ofcontacts and coil voltage shall be as shown on the Drawings. General use relays shall be General Electric Co., Catalog No. CR120B. similar bySquare DCo.;Allen-Bradley Co. orequal. Latching relays shall beGeneral Electric Cu. Catalog No. CR1208L. similar by Square D Co.; Allen-Bradley Cu or approved equal. 2. Time delay relays shall be pneumatic, 600 Volt, 20 Amp contacts, with calibrated knob operated adjustment. On delay and off delay types and timing ranges shall be as shown on the Drawings. Relays aho8 be Agoatct Model 7012 or7O22 or approved equal. O. Terminal Blocks Frvv*14329o3 1s1e/-Page Icxa AuousTmo1n mmus*RANCH BOOSTER PUMP STATION MISCELLANEOUS EQUIPMENT 0301- 06-03 1m Terminal blocks shall be 600 Volt, channel mounted, with tubular screw and pressure plate. 2. 'Terminal blocks si,4l be Bulletin 1492 as manufactured by the Allen-Bradley Co. or approved equal. E. JIC Boxes for GF Receptacles '1. Furnish all necessary hardware 'for mounting the heat tape and thermostat. 2. SIC boxes shall be 6-in by 6-in by 4-in aluminum continuous hinge clamp cover boxes, Hoffman, Catalog No. -606 CHAL with 'Type L23 stainless steel type 316 fast operating JIC clamp or approved equal. 3. Install 1-1/2-in bushings in bottom of box for cord and plug to pass through., F. On -Delay, Off -Delay Timers (Solid State) 1. On and off delay timers shall be microprocessor, based, solid state type. 2. Timers shall have the following features: a. Adjustable timing ranges from 0.1 seconds to 99 hours, 59 minutes rminim°nrrourrmw b. Setpoints entered by pressing membrane covered keyboard on unit.. C. LCD readout of timing progress and setpoint, d. Adjustable for on -delay or off -delay modes. e. Standard sized plug-in case. f. Totally sealed face -plate. gm Sealed battery backup power to retain u"rmemory'for up to 30 days. h„ Accuracy plus or minus 0.01 second. I. DBDT isolated instantaneous and timed output contacts rated 6 Amps mrminimurrn at 120 Volt„ 3. Timers shall be Bulletin 651 fwlualtirange, solid state as manufactured by Tenor Co.., Inc.0 Eagle Signal„ CS-300 Series or approved equal. Gm Corrosion Inhibitors 1m All equipment enclosures, terminal boxes, etc„ located in a NEMA 4X rated area (where shown on the Drawings) that contains electrical or electronic equipment or terminal strips shall be furnished with an internally mounted, chemically treated corrosion inhibitor pad.. 2. The corrosion inhibitor, pads shall be as manufactured by Hoffman Engineering Co.; 3M or approved equal. I°f. Instrumentation Disconnect Switches: provide a heavy-duty single pole disconnect toggle switch in a weather proof cast enclosure for all field instruments served with electric power. This feature shall be included whether or not shown on drawings, la Fuses„ 0 to 600 Volts 1 w provide a compiete set of current -limiting fuses wherever fuses are indicated. Supply a list of spare fuse parts and a price list for replacement parts, Utilize fuses that fit mounting specified a. For 0 to 600 volt motor and transformer, circuits, 0 to 600 amps, UL Class RK-1 with time delay, Bussmann Type LFS-B e Shawmut Type Aw6D-R, or equal. b. For 0 to 250 volt motor and transformer, circuits, 0 to 600 amps, UL Class RK-1, Bussmann "'l"'ype LP,N:-B , Shawrnut type 2D-R, or equal, C. For 0 to 600 volt 'feeder and service circuits, 0 to 600 amps, UL Class RK-1, Bussmann "'l"ype I TS-R, Shawrnu.rt. Type W-1 , or equal. d. For 0 to 250 volt feeder and service circuits, 0 to 600 amps„ UL Class Rd-1, Bussmann Type KThl-R, Shawmut Type A2K-R, or equal. e. For 0 to 600 volt feeder and service circuits, 601 to 6,000 amps, UL Class L, Bussmann type KRP-C, ShawrntAType A4BY, or equal. J. Indicating Lights: 1. Indicator lamps shall be heavy duty NEMA 4}C 30nnm, indust6al type oil tight, high- vlsibility LED, Transformer type. Units shall have screw on plastic lenses and shall have factory engraved legends plates as required, Unless otherwise specified in each equipment specffication lens color shall be green for egOprnent OFF, red for equipment operating, blue for FAIL or ALARM' and amber for power Old/Equipment Stand-by. For all control applications, indicator-, lamps shall incorporate a push -hest feature.. m,...r'WH14329.03 16191 ,,, Rage 2 or 3 AUGUST 2015 WALSRANCH W oos'r R PUMP °r'XT" ON MISCELLANEOUS EQUIPME m"m" 0301-206-03 K. Selector Switches 1. Mode selector switches (HAND -OFF -AUTO, LOCAL -OFF -REMOTE, MOTOR SELECTOR, LEAD -LAG, etc) shall be heavy-duty NEMA 4X 30mm, oil tight, industrial type with contacts rated for 120 VAC at 10 Amps continuous. Units shall have standard size, black field, and legend plates with white markings, as indicated. Operators shall be black knob type. Units shall have the number of positions and contact arrangements, as required. Units shall be single -hole mounting, accommodating panel thicknesses from 1/16-in minimum to 1/4-in maximum. L. Push Buttons: 1. Push-button, shall be heavy-duty, NEMA 4X industrial type with momentary or maintained contacts as required, rated for 120 VAC at 10 Amps continuous. Units shall have standard size, black field, and legend plates with white markings, as indicated. Button color shall be red for EMERGENCY STOP or START and green for STOP. Contact arrangement shall be as required. M. Combination starters: 1. Combination starters shall be provided with motor circuit protectors and equipped to provide under -voltage release and overload protection on all three phases. Combination Starter is applicable for single motor starter only, refer to common control panel specification for other application. 2. Motor starters shall be 2 or 3 Pole, 1 or 3-phase as required, 60 Hz, 600 Volt, magnetically operated, full voltage non -reversing except as shown on the drawings. NEMA sizes shall be as required for the horse power shown on the drawings. 3. Each motor starter shall have a 120 Volt operating coil and control power transformer. Starters shall have motor overload protection in each phase. Auxiliary. contacts shall be provided as shown on the drawings. A minimum of one N.O. and N.C. auxiliary contacts shall be provided in addition to the contacts shown on the drawings. 4. Overload relays shall be adjustable ambient compensated and manually reset. 5. Control power transformers shall be sized for additional load where required. Transformer primaries shall be equipped with time -delay fuses. 6. Switches, relays, push buttons shall be as specified under this section. 7. Provide additional protection as shown on contract drawing. 8. Enclosure shall be NEMA 4X for outdoor application and NEMA 12 for indoor application. FTWH14329.03 16191 - Page 3 of 3 AUGUST 2015 WALSH RANCH BOOSTER PUMP STATION MISCELLANEOUS EQUIPMENT PART1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. A. This Section covers the minimum technical requirements for the design, ratings, materials, fabrication, assembly, etc. for three-phase Power Factor Correction Capacitors (PFCCs) rated for 48OV, 60 Hz. The power factor correction capacitor shall be selected to raise the motor power factor to above .95. 9. Furnish PFCC for Booster Pump Motors No. 2, and 2. A. Product Data: For each type of product indicated. Include dimensions, operating characteristics of multiple capacitor cells or elements and data on features ratings, and performance. B. Shop Drawings: Detail equipment assemblies and indicate dimensions, weights, method of field assembly, components, and location and size of each field connection. Show access and workspace requirements and required clearances. Submittals shall include the following: 1. Complete ratings 2. Rated reactive power 3. Rated rnnsvoltage 4. Certified production test reports S. Installation information 6. Number ofphases 7. Rated frequency 8. Bill of Material 9. Weight ofEnclosure including capacitors and inrush reactor 10. Three Line Diagram 11. Cable terminal sizes 12. Product data sheets 13, RabedBIL 14. Amount offluid, indicate flammable ornot flammable 15. Overall outline dimensions, both plan and elevations, including the space available for conduit. Outline drawing Sh[H} clearly show location ofconduit entry. pTW*1432e.03 i 16280-1 »uGusTzuzs mmLSnRANCH BOOSTER PUMP STATION POWER FACTOR CORRECTION CAPACITORS 16. Product Data for each overcurrent protection device description, Manufacturer's technical data on features, performance, electrical characteristics, ratings and finishes. 17. Hand calculations showing power factor corrected to 95% or be'tter without overexcibng the motor. Coordinate with motor manufacturer for motor data. 18. Enclosure type and rating 19. Wiring diagrams for power, s�gnal and control wiring, if applicable 20. Spare parts list 21. Manufacturer's sizing calculations using actual motor data showing the power factor corrected to 95% or better without overexciting the motor. C. Qualification Data and testing agency. D. Field quality -control test reports. E. Provide letter showing coordination with motor manufacturer and certifying that PFCC will not overexcite the motor. F. Provide letter stabng that the current inrush reactor size for the capacitor banks was sized per the recommendations of the Capacitor back-to-back switching study in Section 16055, Power System Studies. PFCC manufacturer shall obtain a copy of the study from the Contractor. G. Operation and Maintenance Data: For equipment to include in emergency, operation, and maintenance manuals. In addition to items specified in Division 1 "Operation and Maintenance Data," include the following: 1. Lists of spare parts and replacement components recommended for storage at Project site. 2. Detailed instructions coverir�g operation under both normal and abnormal conditions. 1 1. Submittal shall be clearly marked showing only equipment provided. Mark through equipment option not provided. I, Literature and drawings describing the equipment in sufficient detail, induding parts list and materials of construction, to indicate full conformance with the Specifications. J. Submit a letter certifying full and complete compliance with the Specifications, Drawings and other project requirements. The letter shall list any exceptions or deviations from specified mquirements, if any and reasons for same. Exceptions or deviation shall also be clearly rnarked in a separate color in submittals. 1.04 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. B. Comply with IEEE 18 and NEMA CP 1. FTWHI.1329,03 16280-2 AUGUST 2015 WALSH RANa-i BOOSTER, PUMP STAMN POWER FACFOR CORRFMON CAPACTTORS C. Comply with NFPA 70. D. Comply withUL81D. 1.05 WARRANTY A. All equipment furnished under this section shall be warranted by the manufacturer for a period of 24 months, including all parts, labor, and all related expenses. The warranty period shall not begin until the date ofsubstantial completion. B. The Manufacturer shall guarantee that all elements of the systems provided under his/her Contract, are of sufficient capacity to meet the specified performance ,requirements as set forth herein or as indicated. C. Upon receipt Of notice from the Owner's representative of failure of any part of the systems Orequipment during the warranty period, the Manufacturer, shall replace the affected part or parts within ten (10) weeks, at no cost to the Owner. D. The Manufacturer shall furnish awritten guarantee covering the above requirements before the final payment is made. PART PRODUCTS 2.01 MANUFACTURERS A. Obtain all capacitors through asingle source from asingle manufacturer. B. Manufacturers: Subject to compliance with requirements, provide products by one Of the following: 1. Power Factor Correction Capacitors: a. General Electric. b. Gi|be c. Schneider Electric / Square D. d. Eaton / Cutler Hammer e. Siemens A. Capacitors shall be enclosed, three-phase capacitor equipment consisting of complete assembly including non -PCB, three-phase capacitors, current limiti reactors, terminal compartment, and fuses. Solderless connectors shall be provided each line terminal I B. Description: Integrally fused power factor correction capacitors and linereactor/filter unless otherwise indicated. C. Construction: 3 phase power factor correction capacitor shall be comprised of single phase capacitors delta connected. D. Internal Wiring: Factory wire, ready for field connection to external circuits at a single � phase capacitors delta connected. pTW*z+sayus 16280-3 aususrauzS mm|sHRANCH BOOSTER PUMP STATION POWER FACTOR CORRECTION CAPACITORS I E. Capacitor Cells: utilizing metali2ed foil electrodes in a non chlorinated d1electric liquid and a propylene flim. Each cell shall be hermetically sealed in a metal enclosure with porcelain or resin bushings. Wet Cells with Pressure Sensitive interrupters arc apIroved. F. Bushing terminals shall be dn plated copper,, H. Capacitor Fuses: Current -limiting, noninterchangeabie type; factory installed in each phase and located within the equipment enclosure. Features include the following: 1. Interrupting Capacity, 50,000 A, minimum. 2. Quantity- I fuse per phase (total of 3 fuses per device). 3. Fuse Ratings and Characteristk:si: As'recommended by capacitor manufacturer'. I. Discharge Resistors: Shall be mounited internal to the enclosure to reduce voltage on the cells to 50V or less within 5 min after the capacitor has been switched off. J Temperature range: -400C to +460C at 3,300 ft. and below. . The nominal rating if the capacitor cell shall be 1.08 times the voltage rating of the system. K. Enclosure: Type 3R, equipped with watertight conduit connections. I Capacitor units shall be 'the required KVA ' R size, 2400 volt (unless manufacturer recommends alternate voltage radng to meet the KVAR requirements), 3-phase, 60 Hertz. Capacitor units shall be suitable -for bottom or side entry. Capacitor units shall be suitable for floor mounting. M. Total Harmonic Distortion (THD) of 5% of voltage waveforms shall not affect the life of capacitors, contactors or controller. N. Capacitor Permissible Overloads: 1. Maximum current (rms) ....... _ ...... ...... ..... 135% of rated 2. Maximum voltage ............. ..................... ........ 110% of rated 3. Maximum KVAR output:__ ....... .- ....... . ................. 135% of rated A. Enclosed, indoor, dustproof, three-phase capactor units containing internally mounted, ind�cabng type, high interrupting-capadty, current limiting fuses, discharge resistors and inrush reactors. B.. Enclosure: shall be manufactured from mild steel. The enclosure shall utilize gasket seals. C. Capacitor, assembly shall be totally metakenclosed. The bolted or welded construction of the enclosure shall be such that the unit can be lifted, skidded or slid into place on a pad without damage to any poft& of the cabinet or its contents. F'TWFI14329.03 16280-4 AZJGLJST 2015 WM13H RANCH BOOSTER PUMP STATION POWER FACTOR CORRECTION CAPAMORS D. Enclosure(s) shall be free standing, constructed of #11 gauge formed sheet steel, minimum. All external welds shall be grounded and sanded. The enclosure shall b.- rated NEMA 3R for outdoor applications. E. Enclosure shall be painted ANSI No. 61 light gray. Enclosure shall be chemically cleaned and dried prior to painting. An anti -corrosive base primer followed by two finish coats of enamel shall be applied. The entire part shall be baked and cured in an oven. The paint applied shall provide long life, durability and an attractive finish. A. Kilovar ratings of capacitors connected to individual motor circuits were selected based on expected motor power factor. B. Check motor nameplate and manufacturer's power factor and no-load current data for actual motor installed. C. Reduce capacitor kVAR if required, so the size does not exceed the motor manufacturer's recommended maximum size, and so it does not exceed the value required to raise motor no-load power factor to 950/a. 1 11-1 M.1 wom. WMMI-1 =4 T I =I- I , rITA Ter"T.-TERS M. 2.06 SOURCE QUALITY CONTROL A. Factory test power factor correction equipment before shipment. Comply with NEMA CP 1. Include the following: 1. Routine capacitor production tests, including short -time overvoltage, capacitance, leak, and dissipation -factor tests, 2. Functional test of all operations, controls, indicators, sensors, and protective devices. A. The capacitors shall be of a design and construction which have been validated by the type tests specified in the applicable Standards. The manufacturer shall provide a certified test report that verifies that the capacitor unit has adequate overvoltage e-edurance. B. Production Tests 1. Each capacitor shall be subjected to the routine production tests as specified in the applicable standard. 2. Short -time overvoltage test: a. terminal to terminal test: AC at 2 x rated voltage 10 seconds FTWH14329.03 16280-5 AUGUST 2015 WALSH RANCH BOOSTER PUMP STATION POWER FACTOR CORRECTION CAPACITORS b. terminal to case test: 26 kVAC for 10 seconds 3. Capacitance test at rated voltage 4. Loss determination test at rated voltage S. Discharge resistor test ® Leak test C. Design Tests - Design tests shall be performed by the manufacturer on a sufficient number of capacitors to demonstrate that the design meets industry standards. Capacitors shall first meet production tests before being subjected to design tests. Design tests shall include the following: 1. Impulse withstand test 2® Bushing test 3. Thermal stability test 3.02 INSTALLATION A. Install freestanding equipment on concrete bases. Cast -in -place concrete is specified in Division 3. 13.Comply with mounting and anchoring requirements specified in Section 16073 "Hangers and supports for electrical systems". C. Maintain minimum workspace according to manufacturer's written instructions. D. Identify components according to Section 16012 "Identification." 3.03 FIELD QUALITY CONTROL A. Prepare for acceptance tests as follows: 1. Test insulation resistance for each power factor correction capacitor element, bus, component, connecting supply, feeder, and control circuit. 2. Test continuity of each circuit. B. Field tests and inspections to be performed in accordance with section 16060 "Acceptance testing and Calibration" and prepare test reports. C. Correct malfunctioning units on -site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest® 3.04 CLEANING I A. After completing equipment installation, inspect unit components. Remove paint splatters and other spots, dirt, and debris. Repair damaged finish to match original finish. B. Ciean components internally, on completion of instzilation, according to manufacturer's written instructions. FWH14329.03 16280-6 AUGUST 201S WALSH RANCH BOOSTER PUMP STATION POWER FACTOR CORRU.-TION CAPACITORS 3.05 DEMONSTRATION A. Engage a factory -authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain a-L,s*�e�� power factor correction units. Demonstrate method of determining OpdrOUrn settings for system controls. Refer to Division 1 Section "Demonstration and Training." B. Conduct a OlinirnUrO of two hours training as specified in Division 1 Section "Contract Closeout." 3.06 SPARE PARTS A. The following spare parts of the type and size furnished shall be provided: manufacturer B. Provide One (1) spare set of fuses (3 fuses) for each Power Factor Correction CapbCitor provided fora total of five /5\ sets of spare fuses. FTWn1*32e.03 16280-7 AususTzms WALSnRANCH BOOSTER PUMP STATION POWER FACTOR CORRECTION CAPACITORS SECTION 16289 SURGE PROTECTIVE DEVICES PART1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply bothis Section. 1.02 SUMMARY A. This Section includes surge protective devices for low -voltage power, control, and cOrn[OUOi[DbOn equipment. Surge Protective device to be provide for the main motor control center. 1.03 DEFINITIONS A. ATS: Acceptance Testing Specifications. B. SVR: Suppressed Voltage Rating. C. SPD: Surge Protective Device 1.04 SUBMITTALS A. Product Data: For each type of product indicated, include rated capacities, operating weights, operating characteristics, furnished specialties, and accessories. B. Product Certificates: For surge protective devices/ signed by product manufacturer certifying compliance with the following standards: 1. UL1283-Electromagnetic. 2. UL 1449 3 rd Edition— ULStandard for Surge Protective Devices. C. Qualification Data: For testing agency. D. Field quality -control test reports, including the following: 1. Test procedures used. 2. Test results that comply with requirements. 3. Failed test results and corrective. action taken toachieve requirements. E. Operation and Maintenance Data: For transient voltage suppression devices b]include inemergency, operation, and maintenance manuals. F. Warranties: Special warranties specified inthis Section. G. Submittal shall be clearly marked showing only equipment provided. Mark through equipment option not provided. H. Literature and drawings describing the equipment in sufficient detail, including parts list and materials of construction, to indicate full conformance with the Specifications. prWxeszoos 16289-1 xUsusTzozS wxLsnRANCH BOOSTER PUMP STATION SURGE PROTECTIVE oEoCss .1. Submit a letter certifying full and complete compliance wb the Specifications, Drawings and other project requirements. The letter shall list any exceptions or deviations from specified requirements, if any and reasons for same. Exceptions or deviation shall also be clearly marked in a separate color in submittals., 1.05 QUALITY ASSURANCE A. Source Limitations: Obtain surge protecdve devices and accessories through one source from a single manufacturer. B. Product Opbons: Drawings indicate size, dimensional requirements, and electrical performance of suppressors and are based on the specific system indicated. Refer to Division I Section "Product Requirements," C. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. E. Comply with NEMA LS 1, "Low Voltage Surge Protection Devices." F. Comply with UL 1283, "Bectromagnetic Interference Ffters," and UL 1449, "Standard -for Surge Protective Devices," 1.06 PR03ECT CONDI-RONS A. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated: 1. Notify Engineer not less than two days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without Engineer's written permission. B. Service Conditions: Rate surge protection devices for Continuous operation under the following conditions, unless otherwise indicated: 1 Maximum Continuous Operating Voltage: Not less than 115 percent of nominal system operating voltage. 2. Operating Temperature: 30 to 120 de� F (0 to 50 deg C) 3. Humidity: 0 to 85 percent, non -condensing. 4. Altitude. Less than 20,000 feet (6090 rn) above sea level., 1.07 COORDINATION A. Coordinate, location of field -mounted surge protective devices to allow adequate clearances for maintenance, FTWH14320.03 16289-2 AUGUST 2015 WALSH RANCH BOOSTER PUMP STATION SURGE PROTECTTVE DEVICES VE A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of surge suppressors that fail in materials or workmanship within two years from date of Substantial Completion. PART PRODUCTS 2.01 MANUFACTURERS AAvailable Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: B. Manufacturers: Subject to compliance with requirements,provide products by one of the following: 1. General Electric Company. 2. Innovative Technology, Inc. 3. Siemens. 4. Schneider Electric /SuuDne D. 5. Eaton / Cutler Hammer. A. Surge Protective Devices with the following features and accessories: 1. Fuses, rated at 200-kAintenmDting capacity. 2. Fabrication using bolted compression lugs for internal wiring. 3. Integral disconnect switch. 4. Redundant suppression circuits. S. Redundant orreplaceable modules. 6. Arrangement with copper bus bars and for bolted connections to phase buses, neutral bus, and ground bus. 7. Arrangement with wire connections to phase buses, neutral bus, and ground bus. 8. LED indicator lights for power and protection status. 9. Audible alarm, with silencing switch, toindicate when protection has failed. 10. One Set Of dry contacts, for remote monitoring Of protection status. Coordinate with building power monitoring and control system. 11. Surge -event operations counter. B. Surge suppressor shall be of type 1. C. Peak Single -Impulse Surge Current Rating: 300kA/ohase. D. Connection Means: Permanently wired. E. Protection modes and UL1449 SVR for grounded vvye circuits with voltages of 480Y/277' 3-phdSe/4-mirecircuits shall bedSfollows: 1. Line toNeutral: 1200V FrVn14320o3 16289-3 AususT2n1s wmusnRANCH BOOSTER PUMP STATION SURGE PROTECTIVE DEVICES 2. Line to Ground. 1000V 3. Neutral to Ground: 1000V F. Protection modes; and UL 1449 SVR for voltages of 480, 3-phase, 3-wire, delta circuits shall be as follows: 1. Line to Line: 3000V 2. Line to Ground: 1500V 2.03 ENCLOSURES A. Install surge protect3ve devices in the same cabinet as the CC® PART 3 EXECUTION 3.01 INSTALLATION OF SURGE PROTECTION DEVICES A. Surge protective devices shall be installed by the MCC manufacturer at the factory® 3.02 PLACING SYSTEM INTO SERVICE A. Do not energize or- connect service entrance equipment, paneboards, control terminals,, data terminals to their sources until surge protection devices are lnstalled and connected. 3.03 FIELD QUALITY CONTROL A. Remove and replace malfunctoning units and retest. 104 DEMONST RATION A. Engage a factory authorized service representadve to train Own&s maintenance personnel to adjust, operate, and maintain tTanslent voltage suppression devices. END OF SECTION FTWf 114320,03 16289-4 AUGUST 2015 WAILSH RANCH BOOSTER PUMP STATION SURGE F1R(,)TE(7M1E DEVICES ve PART1 GENERAL 1.01 WORK INCLUDED A. Provide underground electrical duct banks as shown on the Drawings. A. The following standards shall apply aSif written here in their entirety: 1. ANSI C8O.1,Specifications for Zinc -Coated Rigid Steel Conduit. 2. ANSI/A{Z 301/ Specifications for Structural Concrete for Buildings. 3. ANSDASTM A 615, Specifications for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement. 4. ANSI/NEMA TC6, PVC and ABS Plastic Utilities Duct for Underground Installation, S. ANSDNEMATC9/ Fittings for ABS and PVC Plastic Utilities Duct for Underground InstaUation, PART PRODUCTS 2.01 DUCTS AND FITTINGS A. Unless otherwise noted, provide Schedule 40 PVC conduit inside of ductbanks. Provide fittings of the same type material as the conduit. B. Ductbank5 under 600 VshaU be sand encased with a red concrete cap. C. Ductbanks over 600 V shall be red concrete encased. A. Provide PVC conduit to PVC coated aluminum adapter fitting in order to convert t# metal conduit before surfacing from the underground duct bank. B. Expansion/deflection fillings to be installed on all stub -up above grade from duct A. Provide concrete conforming to the following. 1. Compressive Strength: 4,000 psi at2B days. 2. Slump: Not exceeding six inches. 3. Aggregate size: Use pea gravel. 4. Additive: Red ferrous oxide concrete coloring pigment mixed at the rate of 1-1/2 pounds per sack of cement. Sprinkle color on the top of the duct bank will be unacceptable. FTvvy1*32e.03 16360-1 WALSH RANCH BOOSTER PUMP STATION AususT20u5 M 104 REINFORCING BARS A. Provide Grade 40 steel reinforcing bars, for all duct banks. A. Identifying tape for buried conduits: 6" wide, polyethylene with continuous printing along the �ength of the tape, as manufactured by Brady ",Identoline" or Sentry Lin "Terra Tape". Use red with black letters for buried electrical power conduits. Use green with black letters for buried electric instrumentation and communication conduits. PART 3 EXECUTION 3.01 CONSTRUCTION A. Duct bank configurations are detailed on the drawings. A minimum of 3-inch concrete cover shall be required on all sides of the conduits, Conduits shall be spaced with 3- inch clearance on all sides, 3.02 LOCATION AND INSPECTION A. Before beginning trenching operations stake out the proposed duct bank routing and obtain approval of the Owner. Afteii trenching has begun and before any ducts or conduits are placed, notify the Owner so that the trenching and installation may be inspected. Also notify the Owner prior to any placement of concrete for duct banks, so that he may observe the placing. Placing concrete on muddy trench bottorhs will not be acceptable. A. Excavation: Excavate trenches For installation of duct banks. Form the trench bottorn to follow closely the specified grade and depth for the duct banks. B. BacMll: Trenches , umay be backfiHed with excavated soil and supplemented as necessary with select materials. Compact the backfill and mound slightly above natural grade. C. Restoration, Restore adjacent areas disturbed by trenching or backfilling to a condition equal to the origin6l. 1111111111111=1M! A. Cover. Unless othe�wlse shown, provide a miniimum 18" of earth and select materials cover. Coordinate grade with other work, if in conflict, rework grade at no cost to Owner. B. Grade, Place duct banks with a rninimurn grade of four inches per 100 feet. Grade between manholes may be from one manhole to the next manhole or from a high point between manholes. Where terminating ducts inside of buildings® always slope the grade away from building to the nearest manhole, FrWH14329,03 16360-2 AUGUST 2015 WALSH RANCH BOOSTER PUMP STATION UNDERGROUND DUCT BANKS C. Changes in Direction: Make changes in direction of runs exceeding a total of 1# degrees, either horizontal or vertical, by using long sweep bends. Long sweep bends must have a minimum radius of curvature of 3 feet and may be made up of one or more curved or straight sections. Manufactured bends having a minimum radius of curvature of three feet may be used at the ends of duct runs which are less than 100 feet in length. D. Joints: Makejoints in ducts and conduits watertight, in accordance with manufacturers recommendations. Stagger joints in adjacent ducts and conduits a minimum of six inches. Make joints between ducts and conduit with appropriate no -thread -to -threaded adapters. Use appropriate sealant. E. Spacing: Unless otherwise shown, space ducts and conduits with 3" spacers. Place spacers or separators on not greater than eight -foot centers. Use spacers or separators made of plastic, concrete or a suitable nonmetallic, nondecaying material. F. Drainage: All conduit duct banks shall be sloped sufficiently to drain into manholes, pull boxes or sumps, A. Place concrete using chutes and tremies as necessary to limit the free drop of the mix to a maximum of two feet. Carefully rod or vibrate the concrete to aid uniform encasement of the ducts. Smooth the top of the pour with a float. Encase the conduits in concrete, a minimum thickness of three inches, on all sides. 3.06 CLEANING A. Thoroughly clean all ducts and conduits before placing. During construction and after the duct line is complete, plug open ends of ducts and conduits to prevent the entrance of foreign matter. After the duct line has been completed, pull a flexible mandrel through each duct and conduit. The mandrel must not be less than 12 inches long with a diameter approximately 1/4 inch less than the de diameter of the duct or conduit. After cleaning, place in each duct and conduit a No. 30 nylon line with a plastic tag on each end reading "Pulling Line", and a tag identifying the location of the other end. qrlllll��� �9�� A. . Contractor shall employ hand trenching at locations. where existing underground utilities are present, All damaged utilities should be repaired immediately in a manner acceptable to the Owner at Contractor's expense. Any damaged cables shall be replaced in full. Splices shall not be acceptable. Damaged conduits shall be replaced between the two closest manholes and cables repulled. FTWH14329.03 16360-3 AUGUST 2015 WALSH RANCH BOOSTER PUMP STATION UNDERGROUND DUCT BANKS building or transformer ground loop at one end and to the manhole ground electrode at the other end. FIWH14329..03 16360-4 AUGUST 2015 WALSH RANCH BOOSTER PUMPSTA-TION UNDERGROUND IDUCT BANKS PART1 GENERAL 1.01 WORK INCLUDED A. Furnish and install distribution and branch circuit panel boards. A. The foUOVVOg standards shall apply as if written here in their entirety: 1. ULSO-Cabinets and Boxes. 2. UL67-Electric Pane|boardS. 3. NEMAAB 1 - Molded Case Circuit Breakers. 4. NEMA AB 2 - Procedures for Verifying the Performance of Molded Case Circuit Breakers. S. NEMAKS 1 -EndosedSmitches. 6. NEMAPB 1 -Pane|boards. A. The following information shall besubmitted tOthe 1' Breaker layout drawing with dimensions indicated and nameplate designation. 2. Component list. 3' Conduit entry/exit lO[aUODS. 4. Assembly ratings including: e. Short-circuit rating b. Voltage [. Continuous current 5. Cable terminal sizes. B. Submittal shall be clearly marked showing only equipment provided. Mark through equipment option not provided. D. Submit a letter certifying full and complete compliance with the Specifications, Drawings and other project requirements. The letter shall list any exceptions or deviations from specified requirements, if any and reasons for same. Exceptions or deviation shall also be clearly marked in a separate color in submittals. pTW*z*zzpzo 1641S-1 wALSxRANCH BOOSTER PUMP STATION Aususr20us PAN s m N PART 2 PRODUCTS 2.01 ENCLOSURE A. Cabinet: 1. Construct cabinets in accordance with UL 50. Use painted galvanized sheet steel 16-gauge or more. 2. Provide a minimum 4-inch gutter wiring space on each side. 3. Reinforce cabinets and securely support bus bars and over -current devices to prevent vibration and breakage in handling. 4. Provide standard conduit knockouts in cabinet ends. ® Finish cabinets of surface -mounted panelboards; to match doors and trim as specified below. 6. Panelboards mounted outdoors shall be weatherproof, and shall have a door behind door type construction. 7. Panelboards mounted outdoor in wet or corrosive areas shall have NEMA 4X stainless steel 316 enclosures. 8. Panelboards mounted indoor shall be NEMA 12 enclosures for areas classified as NEMA 12. .B. Doors and Trim: 1. Fabricate doors and trim from cold -rolled sheet steel. 2. Equip doors with flush -type combination catch and key lock. 3. Key all locks alike. Fasten trim for flush -mounted panelboards to cabinets by an approved means which permits both horizontal and vertical adjustment. 4 Trim for surface -mounted panelboards must fit the cabinet with no overhang. 5® Apply a finish to trim and doors consisting of two coats of enamel over a rust - inhibiting prime coat® mff�Wl A. Material: 1. Provide tin plated, copper bus bars, 98 percent IACS conductivity, full-sized throughout their length. 2. Use buses with tin-plated contact surfaces. 3. Include a tin plated copper bus bar ground bus in.panelboard rated. 4. Full size (100% rated) insulated neutral bus shall be included in the panel board, shown with neutral. 200% rated neutral bus shall be supplied for panels designated on the drawings. 5. The ground and neutral bus shall be at least one terminal screw for each circuit, ® Provide through feed or sub feed lugs where indicated. 1. 7. Provide lugs and connection polnUs on phase, neutral and ground bus suitable for copper conductors. 8. Spaces for future circuit breakers st-iall be bussed for the maximum devices that can be fitted. FTWH14329�03 1,6445-2 AUGUST 2015 WALSH RANCH BOogrER PUMP STATION PANELBOARDS-Dis"rRIBUTICIN AND BRANCH CIRCUrr B. Size bars as indicated and brace them to withstand the available symmetrical short circuit current. C. Installation: 1. Install buses in allotted spaces so that devices can be added without additional machining, drilling or tapping. 2. Mount neutral bars, as required, on the opposite end of the main lugs. 2.03 PROTECTIVE DEVICES A. Circuit Breakers: Provide circuit breakers for the specified service with the number of poles and ampere ratings indicated. All breakers 250A and above shall be 100% rated. 1. Provide breakers which are quick -make and quick -break on both manual and automatic operation. 2. Use a trip -free trip indicating breaker. 3. Incorporate inverse time characteristic by bimetallic overload elements and instantaneous characteristic by magnetic trip. Where indicated, provide ground fault circuit breakers (GFCB). 4. For 2-pole and 3-pole breakers, use the common -trip type so that an overload or fault on one pole will trip all poles simultaneously. Handle ties are not acceptable. 5. Unless otherwise indicated, provide circuit breakers with the following interrupting ratings: a. Each circuit breaker used in 120/208 Volt panelboards shall have an interrupting capacity of not less than 22,000 Amps, RMS symmetrical. b. GFCI (ground fault circuit interrupter) shall be provided for circuits where shown on the drawings. GFCI units shall be I Pole, 120 Volt, molded case, bolt -on breakers, incorporating a solid state ground fault interrupter circuit insulated and isolated from the breaker mechanism. The unit shall be UL listed Class A Group I device (5 milliamp sensitivity, 25 millisecond trip time) and an interrupting capacity of 22,000 Amps, RMS. c. Circuit breakers shall be as manufactured by the panelboard manufacturer. 6. Connect breakers to the main bus by means of a solidly bolted connection. 7. Use breakers which are interchangeable, capable of being operated in any position within the panel. 8. Independently mount breakers so that a single unit can be removed from the front of the panel without disturbing or removing_ main bus, other units or other branch circuit connections. 9. Provide individual breaker handle lock for all circuits that supply exit signs, emergency lights, and fire alarm panels. 10. Provide GFI circuit breakers for heat trace circuit. The rating shall be as per NEC. F."11001111074tTe A" FTWH14329.03 16445-3 WALSH RANCH BOOSTER PUMP STATION AUGUST 2015 PAN ELBOARDS-DISTRIBUTION AND BRANCH CIRCUIT N 1. For each panelboard, provide a directory frame mounted inside the door with a heat -resistant transparent face and a directory card for identifying the load served. 2. Type directory as specified in Section 16010. B. Nameplate: 1. Provide a black on white nameplate on the face of the panelboard using the following as an example: Panel LA 120/2084l, 3 ph 4W Feeder from MCC/Section 2. The nameplate shall have a minirrium thickness of 1/8". 2.05 LISTING A. UL 67 - Electric Panelboards. 2.06 ACCEPTABLE MANUFACTURERS A. Acceptable manufacturers are General Electric, Siemens, Square D and Cutler Hammer® PART 3 EXECUTION 3.01 INSTALLATION A. Install panelboards in the locations as shown and as recommended in NEMA P131.1. B. In wet and corrosive areas, including outdoor locations, install stainless steel 316 panelboard enclosures on Type 316 stainless steel unistrut support to provide clearance behind the mounting surface. C. In wet and. corrosive areas, including outdoor locations, connect conduits to the bottom of the enclosure and to the lower 30 percent of the sides. 3.02 MOUNTING HEIGHT A. Install the panelboards such that the center of the switch or circuit breaker in the highest position will not -be more than 6-1/2 feet above the floor or Working platform. 103 SPECIAL REQUIREMENTS A. All copper items, including wiring, terminal blacks, lugs, connectors, bus, etc., shall be tin plated copper. B. All steel shall be primed and painted as specified. Galvanized items shall also be painted. , FTWH14329,03 16445-4 AUGUST 2015 WALSH RANCH BOOSTER PUMP STATION PANE BOARDS-D.TS BLrr10N AND BRANCH CIRCUrr C. All hardware, including nuts, bolts, washers, screws, anchor bolts, door hinges, etc., shall be made of 316 stainless steel. D. The panelboard steel parts shall be cleaned and sprayed in control cleaning solutions by a multi -stage spray washer. The operation shall produce a coating of a minimum of 150 milligrams per square foot to meet MIL Specification TT-C490. The primed metal parts shall be electrostatically coated with power paint to a thickness of 2.5mils. The paint finish shall withstand a minimum of 1000 hours salt spray test. FTWH14329.03 1644S-5 AUGUST 2015 WALSH RANCH BOOSTER PUMP STATION PAN ELBOARDS-DISTRIBUTION AND BRANCH CIRCUIT A. Furnish and install grounding and bonding equipment for the electrical system. It is th; intention of this specification that all electrical equipment be grounded. Furnish labor, materials, equipment and incidentals necessary to install a complete grounding system in strict accordance with Article 250 of the National Electrical Code (NEC) as shown on the drawings or as specified herein. Electrical work shall be in accordance with Division 16, GENERAL ELECTRICAL REQUIREMENTS. A. The following standards shall applysS if written here in their entirety: 1 ANSI/IEEE Standard 142 - Recommended Practice for Grounding of Industrial and Commercial Power Systems. 2. ANB\/UL4S7-Grounding and Bonding Equipment. 3. NFPA7D- National Electrical Code. 0311111111wo M., A. Submittal shall be in accordance with Division 1and shall include: 1. Grounding Materials, equipment and processes. 2. Product Data: For each type ofproduct supplied. 3. Field quality -control test reports. B. Submittal shall be clearly marked showing only equipment provided. Mark through equipment option not provided. C. Literature and drawings describing the equipment in sufficient detail, including parts list and rnatoho/o of construction, to indicate full conformance with the Specifications. D. Submit letter certifying full and complete compliance with the Specificadons. Drawings and other project requirements. The letter shall list any exceptions or deviations from specified requinsmenta, ifany and reasons for same. Exceptions or deviation shall also be o/aer|y Marked inaseparate color insubmittals. A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in MFPA7O. Article 100. by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. B. Comply with UL4S7for grounding and bonding materials and equipment. A. Measure the ground grid resistance with the earth test megger and install additional ground rods and conductors as required until the resistance to the ground conforms to National Electrical Code requirements. Ground resistance measurement shall not exceed 5 ohms. 2.1 GROUND RODS A. Material: GROUND RODS: 3O4Stainless Steel, having adiameter of3M"and aminimum length of1D' B Listing: UL487 pTvv*1*32e03 164mn'Page Iw* xususTuo1s A. Stranded, bare tinned copper of 98% conductivity and as specified In Section 16120 600 VOI T WIRE AND CABLE& 2,3 CONDUIT GROUND FITTINGS A. Fittings -for bonding ground cable to the conduit shall be FCI Burndy Corp., type NE or Thomas & Betts No. 3951 series. 2.4 GROUND ROD BOXES A. Precast Box with cast iron lid. Lid shall read ':ground rod* on lid. Brooks Precast Model. '3- RT' or approved equal. Ground rod boxes located in driveway areas shall have an AASHO H-20 rating.. 2.5 GROUND PLATE ELECTRODES 2.6 CONNECTIONS A. Type, 1. Unless otherwise noted, provide exothermic weld typed For all non -accessible and below -grade connections. 2. For above grade connections provide bonds and clamps of a nonferrous material which will not cause electrolytic action between the conductor and the connector. B. Listing: U L 467 C. Acceptable Manufacturers: 1. Below grade: a. Cadweld b� Thennowelld 2. Above grade: a. Burndy b. lisco c. Edco d. OZ/Gedney e. T & B 2,7 CERTIFICATION A. Contractor shall receive from the manufacturer, proper tra4ling prior to execute the exothermic weld connection. 2.8 WIRING A� Provide copper insulated conductors for bonding jurnpers. All insulated grounding conductors shall be copper, stranded. 1. Provide 600-volt insulated conductors, havingr a green -colored XHHW insulation for equiprnent grounding conductors, or green heat shrink over XHHW insulatiorr in accordance with NFPA 70E. 2. Ground conductors shall be protected in conduit where subject to physical damage. 3. All exposed ground conductors shall be installed in conduits. 2.9 GROUND BUS A Round -edge fin plated copper bar Wth 98 percent International Annealed Copper Standard (IACS) conductivity. B. Size the bus for not less than 25 percent of the cross -sectional area of the related feeder. C, A mWrnum ground bus size of 3 inch by 2 inches 'Is requlred�r FTWH14329,03 16450 - F:Iage 2 of 4 AUGUST 2015 WN SH RANCH BOOSTER PUMP STAMN GROUNDNG 2.10 GROUNDING FOR INSTRUMENTATION SYSTEM A. Ground Loop for instrumentation system aheU be grounded cdonly one point to the building ground system. & All ground loop conductor shall be tin plated bare copper minimum wire size shall be #410 unless otherwise noted. B. Any wire coming off the ground loop and exposed to the atmosphere/non-buried to be /n accordance with paragraph 2.8. A. System Neutral: 1. Where aeyatem neutral is used, ground the system neutral conductor aa required by NEC Article 25O. 2. Ground the system neutral only atthe point ofservice and isolate it from ground atall other points in the system. B. Separately Derived Systems: Ground neutrals of eeponatak/ derived systems such as generators, transformers, etc,inaccordance with NEC 25O-3O. C. Size: Size the system grounding conductors to comply with NEC Table 250-66. unless shown larger. A. Raceway Systems and Equipment Enclosures: 1. Ground cabinets, junction boxes, outlet boxes, motors, controllers, raceways, fittings, switchgear, transformer enclosures, handrail, stair, steel pipe and other equipment and metallic enclosures. 2. Ground equipment and enclosures to the continuo us-g rounded, metallic raceway system in addition to any other specific grounding shown. 3. Provide bonding jumpers and ground wire throughout to ensure electrical continuity of the grounding system. 4. Provide grounding -type insulated bushings for metal conduits terminating in equipment enclosures containing a ground bus and connect the bushing to the ground 5. Provide green insulated equipment grounding conductor for each feeder, power branch circuit, receptacle branch circuit and lighting branch circuit. 6. Raceways shall not be used for equipment ground. Provide individual equipment ground wires for all equipment even if not shown on plans. 7. Provide bonding jumper and bonding bushing on each metallic conduit entering or leaving the enclosure of the service equipment. 8. Where grounding conductors are shown, bond the wires to metallic enclosures at each end and to intermediate metallic enclosures. Connect grounding conductors to grounding bushings on raceway. Where any equipment contains a ground bus, extend and connect grounding conductors to that bus. Run ground conductor inside conduits enclosing the power conductors. 9. Make connections of any grounding conductors to all motors and equipment by solderless terminal and a 5/16-inch minimum bolt tapped to the motor frame or equipment housing. Grounding clips mounted directly on the box, or with 3/8-inch machine screws. Completely remove all paint, dirt, or other surface coverings at grounding conductor at connection points so that good metal -to -metal contact is 10. Ground metal sheathing and any exposed metal vertical structural elements of buildings. Ground metal fences enclosing electrical equipment. Bond any metal equipment platforms which support electrical equipment to that equipment. Provide good electrical contact between metal frames and railings supporting pushbutton FTWH1432e.03 1o+oo-Page omr* AuouaTzo1s stations, receptacles, instrument cabinets, etc., and raceways carrying circuits to these devices. 11, Bond neutrals of transformers to the system ground network, and to any addffional indicated grounding electrodes. B. Size, 1. When grounding and bonding conductors are not sized on drawings, size the grounding conductors in accordance with NEC Table 250-122. 2. Size bonding jumper so that m1himum cross -sectional area is greater than or equal to that of the equivalent grounding conductor as determined from NEC Table 250-122. C.. Install sufficient ground rods In addition to those shomi, or code required grounding so that resistance to ground as tested by standard methods does not exceed I ohm., Where more than one rod is required, Install rods at least 6 feet apart. 13 GROUND CONNECTIONS A. Unless shown otherwise, make connections of grounding conductors to ground rods at the upper end of the rod withthe end of the rod and the conneofion point below finished grade, B. Make connections of sections of outdoor ground mats (counterpoise) for substations or otier equipment underground. Make connections of other grounding conductors generally accessible. C. When making thermite welds, wire blush or file the point of contact to a bare metal surface. Use thermite welding cartridges and molds in accordance with the manufacturer's recommendations. After welds have been made and cooled, brush slag from the weld area and thoroughly clean the joint. For compression connectors, use homogeneous per, anti- corrosion, surface treatment compound at connectors in accordance with connector manufacturer's recornmendab ons, Use connectors of proper size for conductors and ground rods specified. Use connector manufacturer's cornpression tool, Notify Engineer prior to backfilling any ground connections. 3A FIELD TEST A. The testing shall be performed In accordance with DO vision 16. FTWH14329m03 16450 Page 4 of 4 AUGus"r 2015 WALSii RANCH BOOSTER PUMP STATN GROUNDR9G A. Dry -type energy efficient transformers with primary and secondary voltages of 5000V and less and capacity ratings 15kVA through 750kVA. A. NFPA7O-National Electrical Code. B. NEMA ST2U—Dry Type Transformers for General Applications. C. UL 1561 — Dry Type General Purpose and Power Transformers. D. NEMATP1 — Guide for Determining Energy Efficiency for Distribution Transformers. E. 0EMA TP2 — Standard Test Method for Measuring the Energy Cbn5UrnpMOn Of Distribution Transformers. 1.03 SUBMITTALS A. The following information shall be submitted to the Engineer: 1. Dimension drawing and weight 2. Technical certification sheet 3. Conduit entmYeXit(ocat|Dns 4. Transformer ratings including: a. Primary and secondary kVA b. Voltage c. Taps d. Primary and secondary continuous current e. Basic Impulse level for equipment over 600-vo/ts f. Impedance g. Insulation class and temperature rise h. Sound level . B. Submittal shall be clearly marked showing Only equipment provided. Mark through equipment option not provided. C. Literature and drawings describing the equipment in sufficient detail, including parts list and materials of construction, to indicate fU/i conformance with the Specifications. prwx11329.0e 16460-1 xUGUST2oz5 WxL xeAmCxaooSTsepuwpsTxTIOm ENERGY EFFICIENT LIGHTING AND DISTRIBUTION W ID. Submit a letter certjf�qng full and complete compliance with the Specifications, Drawings and other project requirements. The letter shall list any exceptions or deviations from s'pecified requirements, if any and reasons for same. Exceptions or deviation shall also be clearly marked in a separate color in submittals. 1.04 STANDARDS A. Transformers 750kVA and smaller shall be listed by Underwriters Laboratories. B. Conform to the requirements of ANSI/NFPA 70. C. Transformers are to be manufactured and tested in accordance with NEMA S"1­20. D. Transformers losses shall conform to NEMA TPI requirements E. Transformers losses shall be tested in accord with NEMA TP2 procedures PART 2 PRODUCTS 2.01 MANUFACTURERS A. General Electric B. Square D Company. C. ABB. D. Hammond. E. Eaton F. Siemens 2.02 RATINGS INFORMATION A. All insulating materials are to exceed NEMA ST20 standards and be rated for 220"C UL component recognized insulation system. & Transformers 15kVA and larger shall be 150*C temperature rise above 40"C ambient, Transformers 25kVA and larger shall have a minimum of 4 - 2.5% full capacity primary taps. Exact voltzages and taps to be as designated on the plans or the transformer schedule. C. The rnaxhmum temperature of the top of the enclosure shall not exceed 500C rise above a 40*C ambient. D. Transformers shall be low loss -type with minimum efficiencies per NEMA TP.1 when operated at 50% of full load capacity. Transforrner design shall be energy efficient -type compliant to Department of Energy Standard DOE 10 CFR Part 431 Energy Conservation program for Cornmerdal Equipment,, FFWHI.4329.03 16460-,2 AUGUST 2015 WALSH ILANCH BOOSTER PUMP STA77ON ENERGY EFICIENT LIGH ING AND DISTRIBUTTON ,rRANSFORMERS A. Transformer coils shall be copper wound, of continuous wound construction, and shall I!' impregnated with non -hygroscopic, thermosetting varnish. B. All cores to be constructed with low hysteresis and eddy current losses. Magnetic flux densities are to be kept well below the saturation point to prevent core overheating. Cores for transformers greater than 500kVA shall be clamped utilizing insulated bolts through the core laminations to ensure proper pressure throughout the length of the core. The completed core and coil shall be bolted to the base of the enclosure but isolated by means of rubber vibration -absorbing mounts. There shall be no metal -to - metal contact between the core and coil and the enclosure except for a flexible safety ground strap. Sound isolation systems requiring the complete removal of all fastening devices will not be acceptable. C. The core of the transformer shall be visibly grounded to the enclosure by means of a flexible grounding conductor sized in accordance with applicable UL and NEC standards. D. The transformer enclosures shall be ventilated and be fabricated of heavy gaug sheet steel construction. The entire enclosure shall be finished utilizing a continuo process consisting of clegreasing, cleaning and phosphatizing, followed by electrostat deposition of polymer polyester powder coating and baking cycle to provide unifor coating of all edges and surfaces, The coating shall be UL recognized for outdoor us The coating color shall be ANSI 49. 1 A. Sound levels shall be warranted by the manufacturer not to exceed the following: 15 to 300kVA - 58dB; PART 3 EXECUTION 3.01 FLOOR MOUNTING A. Construct concrete pad for floor -mounted transformers in accordance with Section 16010 - Electrical General Provisions. B. Maintain a minimum of 6 inches free air space between enclosure and walls. A. Make transformer cable connections with compression -type lugs suitable for termination of 75cC rated conductors. Position lugs so that field connections and wiring will not be exposed to temperature above 7511C. FTWH14329.03 164060-3 AUGUST 2015 WALSH RANCH BOOSTER PUMP STATION ENERGY EFFICIENT LIGHTING AND DISTRIBUTION TRANSFORMERS 0301-206-03 a1111b. SECTION 16481 ` LOW VOLTAGE MOTOR CONTROL CENTERS A. Furnish all labor and materials necessary for the installation of 480 volts, 3 phase, 4 wire, class 118 motor control center(s) indicated in the Plans and Specifications. B. New equipment to be installed in the existing MCC shall match the existing MCC make and model and shall follow this specification. C. The wiring diagrams and compartment designations shown on the Plans shall be used in drawing submittal to the extent that the same numbering shall be used for compartment locations and same terminal numbers shall be used. 0. Ao reduction in control center size shall be permitted because a particular manufacturer has ultra miniature components. A. The following standards shall apply smif written here intheir entirety: 1. ANSNNEMA26O.Enclosures for Electrical Equipment (1DOOVolts Maximum) 2. ANB|/NFPA7O. National Beothoa| Code 3. NEMA /CS 1. Industrial Control and Systems: General Requirements 4. NEK8A|CS2. Industrial Control and Systems: Controllers, Contactors and Overload Re|aye, Rated Not More Than 2OOO Volts ACor75OVolts DC 5. NEyNA |CG 8. Industrial Control and Systems: Enclosures NEMA GT 20. Dry Type Transformers for General Applications G. NEMA{CSIS, Motor Control Center 7. UL 508. Industrial Control Equipment (only for devices included in specification) 8. UL845. Motor Control Centers Shop Drawings 1. MCC elevations showing dimensional information 2. Structure Descriptions showing 2. Bus ratings b. Enclosure ratings C. Short circuit withstand ratings d. Equipment Weight e. Other information aorequired for approval 3. Conduit locations 4. Required bus splices S. Anchor Bolts location Drawings G. Unit descriptions including starter sizes, circuit breaker frame mizem, oinoud breaker continuous ampere ratings, pilot devices, etc. 7. Nameplate information S. Schematic wiring diagrams C. Product Data 1. y�o�rCon�oiCen�rPu�icobona �� 2. Data sheets and publications on aallmajor components including but not limited tothe � ` following a. Motor starters b. Circuit breaker and fuse information including time current characteristics pTvv*`1*32e�03 164m1-Page 1me AuousTmo1a WERNKM C. Current, potential and power tral isformer curves d. Pilot devices e. Relays D. Specification Response 1 Detailed response to this specification showing where in the literature each requirement is satisfied. 2. All clarifications and exceptions niust be clearly identified. E. Test Reports I. A copy of the test reports shall be provided as part of the final documentation., F. Installation Instructions 1 Provide a copy of the manufacturers installation instructions that includes the following a. General description for reading nameplate data, serial numbers, UL markings and short circuit ratings b. Installation procedures including splicing procedures C� Conduit and cable installation d. Installing and removing plug-in units e. Operabon of operator handles and unit interlocks f. Checklist before energizing g. Procedure for energizing equipment 11. Maintenance procedures G. O&M manual submittals 1. Submittals shall be in compliance with Division 1. Z The contractor shall provide certification that the MCC has been installed in accordance With the manufacturer's instructions. 1 The contractor shall provide certification that all circuit breaker settings have been adjusted per field requirements. 4... The contractor shall provide certification that all power fuses have been selected and installed per field requirements. 5. The contractor shall provide certification that all solid state motor overload settings have adjusted per installed motor characteristics. 6� 'The contractor shall provide certification that any timing devices required in the starting circuitry have been properly adjusted. 7. Final Drawings, The manufacturer shall provide final drawings reflecting the 'As - Shipped" status of the MCC, The contractor shall be responsible for making any changes to the "As -Shipped" draWngs fronn the manufacturer to reflect any field modifications. 8. Maintenance Data a. MCC installation instructions b, installation / Operabon instructions for Imajor components sucl--n as automatic transfer switch, circuit breakers, etc. C. MCC spare parts Usting and pricing d. Name and phone number for a local distributor for the spare parts. H. Literature and dravAngs describing the equipment in sufficient detail, including parts list and materials of construction, to indicate full conformance witt-n the Specifications, 1.5 STORAGE AND HANDLING A. 'The contractor shall coordinate the sNpphig splits with the MCC manufacturer, for entry into the building, B. The contractor shall store the MCCs un a clean, dry and heated space. C. The contractor shall protect the units from dht, water, construction debris and traffic. D. During storage the contractor shall connect internal space heaters (ff specified) vAth temporary power. E. The MCC shall have weatherproof nonporous extra heavy duty plastic covers at all times, until it is ready for test and start-up. FTW1114329.03 16481 - Page 2 of 8 AUGus"r 2015 VVASH RANCH BOOSTER PUMP STATION 1_0W VO TAGE MOTOR CONTROL CENTERS 0301-206-03 4011- F. MCCs are to be shipped with external lifting angles at the top and running continuously for each shipping split. Lifting eyelets are not acceptable. 1.6 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of that fails in materials or workmanship within specified warranty period. B. Warranty Period: Two (2) years from date of Substantial Completion. Cost for the removal, shipment, repair, and installation by Contractor shall be included in warranty, as well as correction of defective work. C. The Manufacturer shall confirm this warranty as part of the submittal. 1.7 SPARE MATERIALS A. Provide three of each size power fuse utilized. B. Provide spare fuses equal to 10% of the installed quantity for primary and secondary control power transformer protection. C. Provide one can of spray touch-up paint. A. The MCC shall be of the latest design of the manufacturer. 1. General Electric Company. 2. Square D 3. Eaton 4. Siemens 2.2 ENCLOSURE A. Indoor MCC Construction: 1. The enclosure of one or more rigid, freestanding sheet metal vertical sections bolted together to form a rigid NEMA 12 assembly. Enclosure shall be heavy gauge, cold - rolled steel. 2. Grind smooth any imperfections, such as welding splatter, sharp edges, burrs, etc., before finishing. 3. Make each vertical section nominally 20 inches wide, 20 inches deep and 90 inches high, unless noted otherwise. 4. Provide doors with substantial vertical hinges, permitting them to swing out. 5. Provide a defeatable mechanical interlock that prevents doors from being opened when disconnecting means is in closed position. 6. Provide a hinged wireway the full height of each vertical section for component wiring installation. 7. Construct the enclosure according to NEMA 12, gasketed dust tight requirements. 8. Structural steel base channels and lifting angles shall be provided, to facilitate handling of the motor control center. B. Component Isolation: Mount each component, such as 2 circuit breaker, combination starter, dry -type transformer or branch circuit panel in 2 separate compartment and effectively isolate from adjacent units, including buses. Make each component readily accessible and removable from the front of the cubicle. C. Cable Entrance: Make provisions for top cable entrances for all motor control centers. 2.3 GENERATOR INCOMING SECTION MCC A. Generator Main Circuit Breaker 1. Electronic trip, insulated case breaker, full function 100% rated. a. Individually fixed mounted. FTWH14329.03 16481 - Page 3 of 8 AUGUST 2015 WALSH RANCH BOOSTER PUMP STATION LOW VOLTAGE MOTOR CONTROL CENTERS 0301-206-103 t) Provide the 'following tirne/current curve shaping adjustments to maximize system selective coordlnatioru. Each adjustment shall have discrete settings and each function is independent from all other adjustments. a) LBIG: (t) Adjustable Long Time Ampere Rating and Delay. (2) Adjustable Short Time Pickup and Delay with let "IN" ramp.. (3) Adjustable Instantaneous Pickup. (4,) Adjustable Ground Fault Pickup and Delay. (5) High Level Override 2) Circuit breaker, shall display phase current of A, B" and C phases and ground l fault (when applicable) in real time. Circuit breaker shall contain trip indlcators which shall indicate that the circuit breaker has tripped as a result of cvercurreunt" short circuit, or ground fault. ) Terminatlons a) All lugs shall be UL listed to accept stranded copper conductors. Lugs shall be suitable 'for 5`C rated Wre, terniperature rating tables in the NEC. b) All circuit breakers shall be AIL listed to accept field installable/removable mechanical type lugs. c) All circuit breakers shall be suitable for bus connection. 2. Provide IMCC configuration as shown on contract drawings 2.4 SUGE PROTECTION DEVICE.- REFERENCE SPECIFICATION 16289. 2.5 POWER MONITOR RELAY' Aim Power monitor relay shall be Multilin PO IL 2.6 BUS STRUCTURE A. Materials* 1 ° Bar: a. Fabricate buses from 96 percent IAACS conductive copper. b. Tin plated. Cm Use full lap construction and male amain bus connections using a miruimuurn of two bolts. 2. Cable: Tinned copper" sized according to the NEC. 3. Bracing: Adequate to withstand rnechanical forces exerted during a short circuit directly from a source with an available fault current greater than the value indicated on drawings" or 65,000 rms amperes symmetrical, rnWmuinn. B„ Main Bus: f ® Located at top. Extended full length of MCC. 2. Rated at 2000 amperes. 3. Tin plated copper vAth insulated bus barriers. C. VerbcalBuses: Tin plated copper sized as required but not less than 300 amperes. Provide insulated bus barrlers to reduce hazard of accidental contact. Small separate openings in the barrlers shall per°mlt, urnit stab -in contacts to pass through to en age the vertical bus bars. D. Ground Bus: 1. Provide a continuous tin plated copper ground busfor ernbre length of the enciosuure. 2. Arranged to allow future extensions. 3. Ground motor control center parts which do riot carry current. 4. Terminations must be of an approved pressure connector type. E. Neutral Bus: Where shown on dravdngs, provide fully rated tin plated copper vertical bus continuous throughout the IMCC. FTWH14329M 16481 - Page 4 of 8 AU�: I T 2015 'dPMA SH RANCH BOOSTER PUMP STATION LOW V(XTAGE 1MOTOR CONTROL CENTERS ER a 0301-206-03 Awl, 2.7 CIRCUIT BREAKERS A. Provide insulated case (motor circuit protectors not acceptable) circuit breakers, which are quick -make and quick -break on both manual and automatic operation. Breakers shall be 100% rated. B. Provide a trip -free trip indicating breaker. C. Incorporate inverse time characteristics by bimetallic overload elements and instantaneous characteristic by magnetic trip. D. For 2-pole and 3-pole breakers, provide the common -trip type so that an overload or fault on one pole will trip all poles simultaneously. E. Handle ties are not acceptable. F. All breakers shall have 65,000 amperes interrupting rating, unless indicated higher on plans. G. Operators: Provide breaker operators mounted through the panel door and permitting operation of the breaker with the door closed. 2.8 STARTERS A. Starters shall be solid state reduced voltage B. Provide contact to bypass power factor correction capacitors until motor is at full voltage. C. ELECTRICAL RATINGS 1. Provide equipment rated as indicated on drawings or as specified below. 2. Input voltage ratings shall be 460VAC +10% and —15%. 3. Input frequency shall be from 45Hz to 65Hz with Auto Tracking Frequency range. 4. The RVSS panel will have a fault withstand rating of 65k AIC for breaker disconnect style devices. 5. The RVSS panel output current ratings shall be capable of continuous operation at a minimum of 100% rated motor full -load current in accordance with NEC® Table 430.150. 6. The RVSS shall provide Class 10 overload current capacity. 1. DESCRIPTION 1, Refer to Contract Drawings for actual layout and location of equipment and components; current ratings of devices, bus bars, and components; voltage ratings of devices, components and assemblies-, interrupting and withstand ratings of devices, buses, and components; and other required details. 2. The soft starter shall be capable of operating a NEIVIA design B squirrel cage induction motor with a full load current equal to or less than the continuous output current rating of the soft starter. 3. The soft starter shall be microprocessor controlled and shall consist of a power section, logic board, and field wiring inter -face terminal board for ease of access to control and power wiring as well as maintenance requirements. The soft starter shall consist of the following general components: a. Three sets of back-to-back phased controlled power semiconductors rated 1400 PIV to 500V, 1600 PIV to 600V and 1800 PIV to 690V. b. Integral thermal sensor to trip and disengage the soft starter on heat sink over temperature. c. Programmable keypad and alphanumerical LCD display that indicates present mode of operation. The LCD keypad shall display programming and diagnostic data in full text. d. LED indicators to show the following: On, Start, Run, Soft Stop, Stop, Save/Slow Speed, Dual Set/Reverse, & Fault. e. Modbus RTU communications port. FTWH14329.03 16481 - Page 5 of 8 AUGUST 2015 WALSH RANCH BOOSTER PUMP STATION LOW VOLTAGE MOTOR CONTROL CENTERS 0301-206-03 40 'The soft starter input power sec'Iton shall be designed to operate at either 460 three phase input voltages. 5. The soft starter output power section shall be designed for three phase NEMA design B squirrel cage induction motor with amperage ratings from 6A through 620A depending on actual configuration. 6. RVSS panels will include control power that is 120 Vac via a control power transformer with an additional 't 6gtl VA. 7. Branch circuit protection fuses shall be provided to protect the RVSS, Fuses shall be sized to provide proper branch circuit protecbon add be coordinated with other power circuit components. E. PROTECTIVE AND DIAGNOSTIC FEATURES In the event of a fault, the soft starter will have tripped. Faults must be reset to restart operation once their cause has been rectified. The soft starter shall offer the following Faults list; 't m eternal Fault (by a digital input) 2. Frequency out of Range . Heat Sink Over Temperature 4. Long Start Time, . Overcurrernt / Jam 6. Overload 7„ Overvoltage 6. Phase Loss g„ Phase Sequence '16. Shorted SCR 't 1 m Slow Speed Time '12. ThermistorTrlp 'tam Too Many Starts 14. Undercurrent '15. Undervoltage 16. Wrong Motor Connection 17. Wrong Parameters 18. 'gong WWlrng Connection F. FEATURES AND ADJUSTMENTS 't 1. f he RVSS panel will be factory programmed to operate all specified optional devices. 2„ The RVSS will include four (4) user selectable Start (4) user selectable and Stop curves to match starting characteristics to load. 3, The PASS will include an 60% I°ickstart voltage with adjustable Kckstart time. 4„ The RVSS will Include user programmable Starting Voltage. 5. The RVSS will Include user programmable Starting Current. 6„ "'1"'I'm RVSS will Include user programmable Current Limit. 7. The RVSS will include user programmable Acceleration and Deceleration times, 6. The RVSS will Include user programmable Auto Reset for Phase Loss and Undervoltage Fault. 9n The RVSS will include Dual Setting functionality to allow setting a second set of basic motor parameters. 16. For diagnostic assistance„ the RVSS shall record and store in Its rnemory run status and fault type of the past 10 faults and provided detailed information on soft starter operating conditions at the time of fault. t'tm The RVSS shall contain an energy savings function that when selected, automatically reduces the RVSS output voltage at steady state operation to the level only required to meet the torque requirement of the load. This function is not available with bypass style panels. 12. Three user pro rarnrnaHe inputs with the following functions;, a. .Energy Savings Mode, Slow Speed or Reset. b. Dual Adjust, Reversing or Reset. WAn_ an,,,V RANCki BOOSTER PUMP S TATi MON O...OVI VOLTAGE MOTOR CON"II"RQ" L. CENTERS om1-2os-0a u External Fault 13. The Soft Starter shall have one (1) dedicated Mhenniator input that /a programmable for pTCorNTCtype thenniatona. 14. The RVSS shall provide an adjustable 4-2OmA analog output signal that is proportional the motor current. 15. OPERATOR CONTROLS 16. The RVSScontrol power and digital inputs will be12DVac. 17. All ASTATXTowill include pull a -part terminals for its control connections. 18. The RVSSpanel shall have acontrol terminal strip for field |K}wiring. 19. The RVSSwill include four (4) customer safety interlocks. 20. The RVSSwill include fault relay outputs. . 21. The RVSSwill include auxiliary run relay outputs. 22. The RVSSwill include three (3)programmable logic inputs. 23. The RVSSwill include one (1)scalable analog output. A. Wiring 1. Install and test control and small wiring inside each MCC at the todory, including control wihng, instrument and relay wiring. secondary leads from inabomen1 transformers, etc. 2. Neatly and carefully install wiring in suitable wiring gutters or conduits,. using standard GDO-voKswitchboard type, tinned stranded copper wire No. 14AVV8orlarger. 3. Identify each wire at terminals by means of permanent, sleeve -type wire markers. 4. Secure wiring from hinged doors and panels to enclosure in a mannerto allow ample flexibility in bending. 5. Make wiring continuous from terminal toterminal, without splices. G. NEyNAtype wiring shall be NEK8A2 B unless otherwise specified on plans. All wiring shall bedone atthe factory. Provide terminal blocks for all external wiring. B. Terminals: 1. Terminate wire on instrument, devices, transformers and terminal blocks by means of fork -tongue connectors under screws, marked in accordance with the manufacturer's wiring diagram. 2. Locate terminal blocks in readily accessible places. 3. Termination blocks and screws shall betinned plated. C. Spare Contacts: Wire space contacts to suitably identified terminals for external connections and clearly show these connections onshop drawings. A. Main Nameplate: Provide MCC nameplate prominently displayed on the front indicating manufacturer's name, address and shop order number, year Manufactured, and the following ratings: 1. Nominal voltage rating and frequency. 2. Main bus continuous current rating. 3. Maximum 3-phasermssymmetrical short circuit current rating. B. Unit Nameplates: 1. Provide each unit with a black+white-b|ack|amacoid n2me-platewhh 3J16-inoh high black lettering secured to front of unit by means of oval -head Type 316 stainless steel immediately below switch handle. 2. Actual nameplate 1agend, which may consist of up to three hnea, will be provided by the Owner onshop drawings asapproved. 3. Provide a preliminary list ofnameplate with samples for approval by Owner. C. Caution Signs: Provide caution signs inaccordance with OSHA requirements. FTvvH14329o3 16481 paoerofa Auounrzo15 WALsHRANCH BOOSTER PUMP STATION LOW VOLTAGE MOTOR CONTROL CsmTenn PART 3 - EXECUTION 3.1 HOUSEKEEPING IAA A. Construct a concrete pad in accordarnce with Section 16010, Electrical General Provisions.. 3.2 EQUIPMENT ADJUSTMENT A. Overload Settings: Set overload relays at rna lrrmurn values permitted by NEC 430-32, based on actual installed motor nameplate full load amperes. & Touch-up Painting; Restore damaged surfaces to factory finish. Deliver to Owner all leftover paint In suitably labeled, sealed containers, . Inspection. Thoroughly inspect motor control center for items such as louse connections and presence of foreign material, and remedy prior to energizing. A. All copper items, including wiring, cubicle bus stabs, wiring from stabs to breaker, terminal blocks„ lugs„ connectors, bus, etc,, shall be tin plated copper. E All steel shall be primed and painted as specified. Galvanized items shall also be painted. G. All hardware, including nii.11ts„ bolts, washers, screws, anchor bolts, door hinges, etc., shall be made of 316 stainless steel. nacre for mounfing nameplate shall be 316 stainless steel. D. The Motor Control Center steel parts shall be cleaned and sprayed in controlled cleaning solutions by a rrmulti-stage spray washer. The operation shall produce a coating of a minimum of 150 rrmilligralrns per square foot to meet MiL Specffication -C-460, The primed metal parts shall be electrostatically coated with powder paint to a thickness of 2.5 mils. The paint finish shall withstand a minimum of 1000 hours salt spray testa E. Every cubicle shall have an as built, Owner approved circuit diagram (schematic) attached to the cubicle door. The Wring diagram shall be protected by clear laminated plastic sealer. 3.4 ACCEPTANCE TESTS X Factory Tests: Equipment shall be completely assembled, wired, adiusted, and tested at the factory. After corrmpiete assembly, each unit shall be tested for operating sequence to assure accuracy of wiring, correctness of control scherne, and functionng of the equipment. B. Tests shall include electrical tests as described by ANSI C 37,20. C. Field acceptance testing shall be performed in accordance with Section 16060. 3.5 MOISTURE PROOFING A. After all connections have been made, spray all ten-rdnals, terminal blocks, and starter (Wth contact closed) with moisture repelling chemical such as manufactured by CHC Corporation or equal. Notify the owner 24 hours prior to'spraying each motor control center. FTWVi1432U3 16481 .. Page 8 of 8 AUGUST 2015 VIA11...5m m RANCH BOOST" E.:.R IPUMP blrAT�ON LOW VOLTAGE MOTOR CONTROL CEWERS A. Furnish and install automatic transfer switches (ATS) with number of poles, amperage, voltage, and withstand current ratings as shown on the plans. Each automatic transfer shall consist of an inherently double throw power transfer 5VVi1[h Un|1 and a microprocessor controller, interconnected to provide complete automatic operation. All transfer switches and control panels shall be the product of the same manufacturer. 1.02 ACCEPTABLE MANUFACTURERS A. Automatic transfer switches shall he ASC(} orG.E. Zenith. 1.03 CODES AND STANDARDS A. The automatic transfer switches and accessories shall conform to the requirements of: 1. UL 1008 - Standard for Automatic Transfer Switches 2. NFPA7U-National Electrical Code 3. NFPA11U-Emergency and Standby Power Systems 4. IEEE Standard 446 - IEEE Recommended Practice for Emergency and Standby Power Systems for Commercial and Industrial Applications 5. NEMA Standard ICS1O-1993 (formerly lCS2-447\ - AC Automatic Transfer Switches 6. NEC Articles 7OO,7O1/7U2 7. International Standards Organization ISO 9OO1: 2000 8. UL891 Suitable for use only as service equipment 9. UL 500 Industrial Control Equipment 91, Submittal shall be clearly marked, showing only equipment provided. Mark through equipment option not provided. D. Submit a letter certifying full and complete compliance with the specifications, drawings and other project requirements. The letter shall list any exceptions or deviations from specified requirements, if any and reasons for same. Exceptions or deviation shall also beclearly marked in a separate color insubmittals. Am� E. Units shall fit into the space available with adequate clearance for service as � determined by the Engineer. Submitted UDi1S, which do not meet these criteria, shall rnmn1432e.03 16496-1 *ususTzozS mmLsnRANCH BOOSTER PUMP STATION 4eovAUTOMATIC TRANSFER SWITCHES be rejected. Do not assume that all of the manufacturers listed as acceptable manufacturers will provide a unit that will Fit in the space allocated. Selection of unit will fit into every space allocated. 1.05 WARRANTY A. Special Warranty: Manufacturer's standard repair or replace component of that fails in materials or workmanship within specified warranty ire includedB. Warranty period: Two (2) years from date of substantial completion. Cost for the removal, shipment, repair and installation by contractor shall be in warranty, a s well as correction of defective work. PART 2 PRODUCTS .01 MECHANICALLY HELD TRANSFER SWITCH A. The transfer switch unit shall be electric-allyoperated n mec�hanically held. The electrical operator shall be a single -solenoid mechanism, momentarily energized. Main operators wl--iich include overcurrent disconnect devices will not be accepted. shallswitch interlockedl normal or emergericy. B. The switch shall be positively lacked and unaffected by momentary outages so that contact pressure is maintained at a constant value and temperature rise at the contacts is minimized for maximum um reliability and operating life. C. Inspection of all contacts shall be passible from the front of the switch without disassembly of operating linkages and without disconnection of power conductors. A manual operating handle shall be provided for maintenance purposes. The handle shall permit the operator to manually stop the contacts at any point throughout their entire travel to 'inspect and service the contacts when required. D. Designs utilizing cornponents of molded -case circuit breakers, contactors, or parts thereof which are not intended for continuous duty, repetitive switching or transfer between two active power sources are not acceptable. .02 MICROPROCESSOR CONTROLLER WITH MEMBRANE INTERFACE PANEL A. the controller shall direct the operation of the transfer switch. The controller's sensing and logic shall be controlled by a built-in microprocessor for maximum reliability, minimum maintenance, and inherent serial communications pabilityn The controller shall be connected to the transfer switch by an interconnecting wiring harness. The harness shall include a keyed disconnect plug to enable the controller to be disconnected from the transfer switch for routine maintenance. B. The controller shall be enclosed with a protective cover and be mounted separate from tie transfer switch unit for safety and ease of maintenance. Sensing and control logic FTWH14329L3 16496-2 AUGUST 2015 WALSH RANCH BOOSTER PUMP STATION 480V X�OMATZC TRANSFER SWITCHES shall be provided on printed circuit boards. Interfacing relays shall be industrial grade plug-in type with dust covers. C. The controller shall meet or exceed the requirements for Electromagnetic Compatibility (EMC) as follows: 1. ANSI C37.90A/IEEE 472 Voltage Surge Test 2. NEMA ICS — 109.21 Impulse Withstand Test 3. IEC801-2 Electrostatic discharge (ESD) immunity 4. ENV50140 and IEC 801 — 3 Radiated electromagnetic field immunity 5. IEC 801 — 4 Electrical fast transient (EFT) immunity 6. ENV50142 Surge transient immunity 7. ENV50141: Conducted radio -frequency field immunity 8. EN55011: Group 1, Class A conducted and radiated emissions 9. EN61000 —4 — 11 Voltage dips and interruptions immunity A. The ATS-CB enclosure shall be NEMA Type 12. PART 3 OPERATION 3.01 VOLTAGE AND FREQUENCY SENSING A. The voltage of each phase of the normal source shall be monitored, with pickup adjustable to 95% of nominal and dropout adjustable from 70% to 90% of pickup setting. B. Single-phase voltage and frequency sensing of the emergency source shall be provided. 3.02 TIME DELAYS A. An adjustable time delay shall be provided to override momentary normal source outages and delay all transfer and engine starting signals. B. An adjustable time delay shall be provided on transfer to emergency, adjustable from 0 to 5 minutes for controlled timing of transfer of loads to emergency. C. An adjustable time delay shall be provided on retransfer to normal, adjustable to 30 minutes. Time delay shall be automatically bypassed if emergency source fails and normal source is acceptable. D. All adjustable time delays shall be field adjustable without the use of special tools. 3.03 ADDITIONAL FEATURES A. A set of contacts rated 5 amps, 32 VDC shall be provided. B. A push-button type test switch shall be provided to simulate a normal source failure. Amok C. A push-button type switch to bypass the time delay on transfer to emergency. FTWH14329.03 16496-3 AUGUST 2015 WALSH RANCH BOOSTER PUMP STATION 480V AUTOMATIC TRANSFER SWITCHES D. Terminals shall be provided for a remote, contact which opens to signal the ATS to transfer to emergency and for remote contacts wNch open to inhibit transfer to emergency and/or retransfer to normal. E. Auxiliary contacts, rated 10 amps, 250 VAC shall be provided consisting of one contact, closed when the ATS is connected to the normal source and one contact, closed, when the ATS is connected to the emergency source. F. Indicating lights shall be provided, one to indicate when the ATS is connected to the normal source (green) and one to indicate when the ATS is connected to the emergency source (red). Also provide indcating lights for both nonnai and emergency source ava,flability. G. Terminals shall be provided to indicate actual availability of the normal and emergency sources, as determined by the voltage sensing pickup and dropout settings for, each source,, H. Inphase Montor - An Inphase monitor shall be inherently built into the controls. The monitor shall control transfer so that motor load inrush currents do not exceed normal startling currentss, and shall not require external control of power sources. The inphase monitor shall be specifically designed for and be the product of the ATS manufacturer. I. Selective Load Disconnect ­ A double throw contact shall be provided to operate after a time delay, adjustable to 20 seconds prior to transfer and reset 0 to 20 seconds after transfer. This contact can be used to selectively disconnect specific load(s�) when the transfer switch is transferred,, Output contacts shall be rated 6 amps at 28 VDC or 120 VAC. PART 4 ADDITIONAL REQUIREMENTS 4.01 WITH57AND AND CLOSING RATINGS A. The ATS shall be rated to dose on and withstand the available rms symmetrical short circuit current at the ATS terminals with the type of overcurrent protection shown on the plans. WCR ATS ratings as be as follows when used with specific circuit breakers: A TS Size Withstand & Closing WICLF Rad�q MCC8 1600-2000 8S,000A 200,000 A The complete ATS shall be factory tested to ensure proper operation of the individual components and correct overall sequence of operation and to ensure that the operating transfer time, voltage, frequency and time delay settings are in compliance with the specification requilrements. B. The manufacturer shall provide a notarized letter certifying compliance with all of the requirements, of this specification including compliance with the above codes and standards, and withstand and dosing ratings. The certification shall identify, by serial F"TWHI.4329.03 16496-4 AUGUST 2015 WM SH RANCH B00S`TER PUMP STATION 460V AUTOMATIC TRANSFER SWITCHES W re.09MMUMM. .@A IN OWNING ,a The ATS manufacturer shall be certified to ISO 9001: 2000 International Quality Standard and the manufacturer shall have third party certification verifying quality assurance in design/development, production, installation and servicing in accordance with ISO 9001: 2000. A. The ATS manufacturer shall maintain a national service organization of company - employed personnel located throughout the contiguous United States. The service center's personnel must be factory trained and must be on call 24 hours a day, 365 days a year. B. The manufacturer shall maintain records of each switch, by serial number, for a minimum of 20 years. C. For ease of maintenance, the transfer switch nameplate shall include drawing numbers and serviceable part numbers. WRIMIMMINUSPI FTWH14329.03 16496-S AUGUST 2015 WALSH RANCH BOOSTER PUMP STATION 480V AUTOMATIC TRANSFER SWITCHES SECTkONf6GOU LIGHTING A. Furnish and install complete lighting and receptacle systems, including lighting fixtures, receptacles, switches, and all accessories and appurtenances as shown on the drawings and as specified herein, A. The following standard shall apply aoifwritten here in their entirety: 1ANSVUL 844—Safety Standard for Electrical Lighting Fixtures for Use in hazardous Locations. 2. ANS|/UL1D2Q—HiQh-|ntenoity+DioohorgeLamp Ballasts. 3. NEyNAFA1—Outdoor Floodlighting Equipment. 4. NEyNA LE 3—Manual for High-!ntenoity+Diocherge (H-|-D) Lamps. 5. UL57—Electric Lighting Fixtures. 13 SUBMITTALS A. Submit shop drawings showing complete construction details for all equipment in compliance with Division 1 -Benena| Provisions. B� Submittal shall be clearly marked showing only equipment provided. Mark through equipment option not provided. C. Literature and drawings describing the equipment in sufficient detail, including ports list and materials of construction, to indicate full conformance with the Specifications. D. Submit a letter certifying full and complete compliance with the Specifications, Drawings and other project requirements. The letter shall list any exceptions or deviations from specified requirements, if any and reasons for same. Exceptions or deviation shall also be clearly marked in a separate in submittals. 1.4 QUALITY ASSURANCE A. Lighting fixtures shall be in compliance with the National Electrical Code, and shall be constructed in compliance with the Underwriters' Laboratories "Standards for Safety, Electric Lighting Fixtures". Lighting fixtures shall be Underwriters' Laboratories labeled. A. Lighting Fixtures: Lighting fixture types shall be as shown in the "Lighting Fixture Schedule" on the drawings. The catalog numbers listed are given as a guide to the design and quality of fixtures desired. Equivalent designs and equal quality fixtures of other approved manufacturers shall be acceptable. Lamps: 1. LED lamps shall bestandard cool white with wattage rating aeindicated hn the "Fixture Schedule". 2. LED drivers eheD be listed by Underwriters' Laboratories, Inc. for operation on 120 volt or277volt, 6Ohertz. 3. Emergency ballasts for LED fixtures ohoU consist of bettery, cherger, and electronic circuitry contained in a oing|e, compact eno/ooure, and aheU be as indicated in the "Fixture Schedule". Test switch and charging indicator light shall be externally mounted on fixture housing. Provide a receptacle adjacent tofixture powered from the lighting FTvvo1*32e.03 16600'Page Imo xuouoTuo1s Fixture4, Higl--� intensity discharge (H.l,D,,) lamps shall be deluxe white, or clear, of the size and type as specified in the " ' Lighting 5. High intensity discharge (H.I.D.) ballasts shall be transformertypefor Metal Halide lamps only. All ballasts shall be of the correct size d "Lightingvoltage for the fixture it is to serve as spedfied in the & All HID fixtures shall be equipped Wth constant wattage, high poser factor ballasts. Ballast noise under loaded conditions shall not exceed 55 dbA at three feet for each ballast. 7. All HID lamp sockets shall be mogul base, porcelain screw shell. C. Lighting Contactor , I Lighting contactor I . of the electrically operated, mechanically held type mounted be rated for 120 Volts unless otherwise indicated on ' the Drawings and shall be for momentary operation, Provide with 'Hand -Off -Auto' svAtch on cover with the Automatic mode being operated by a single photocell. Z Contactors shall be rated for 20 Amps, 600 VAC and shall be Automatic Switch Co., Bulletin 917 RC, or.similar by Square D, G.E., Siemens or Eaton. PART 3 - EXECUTION Vedfy that the hghtlrwg fixtures are compatible with the specified ceiling systems as indicated on the architectural dravAngs. B. Advise the Engineer of any discrepancies before placing the lighting fixture order. 3.2 LIGHTING INSTALLATION A. Fixtures must be completely wired and lamps installed. B3 I.,.ighting fixtures must be operating properly at finall completion. C. Provide hangers and support members for fixtures as required for proper installation. D. Provide appurtenances which include stud supports, stems„ mounting brackets, frames, and plaster rings, E. Support: fixtures from ttm bu ild ng stnicturep or, from furring channels. FurTing channels must be a minimum of 1-1/2 inches Wide. F. Flexible metal condult from junction box to Iighting fixture shall not touch the ceiling as finally lnstalled. . Support and Anchoring equlpmment shall be 316SS. End of Section F`TwJw H14325.03 '16600Page 2 or 2 ALJGU T 2015 WA,LS N RANCH BOOSTER PUMP STATNON LIGHTING SECTION 3100 00 "WIN* MEMENSTSTIA 31 00 00 Subsurface Investigation Page I of 1 Soil investigations were accomplished on the site for use in the design of the proposed facilities. 1.02 RELATED REQUIREMENTS A. Section 10 10 10 Engineered Precast Concrete Buildings IwART 2 PRODUCTS - Not An)licable I• 11i71KOW I A A geotechnical investigation, including, a soil boring, was conducted at the Ago' proposed pump station site on May 29, 2014 by Globe Engineers, Inc. 17819 Davenport Road, Dallas, TX 75252. The report is attached to these contract documents, labeled as "Appendix" — Geotechnical Report. B. Subsurface information contained within the above report or indicated on the drawings was obtained by the Owner solely for use by the Engineer in establishing design criteria for the project. The accuracy of the information is not guaranteed and it is not to be construed as part of the project specifications governing construction on the project. Neither the Owner nor the Engineer accept any responsibility for any deviation in soil types and/or depths shown on the borings. -1 - UDYAEfff #10"UtT _ XAQIES A. The Contractor shall review the available soil report and boring log and any other material prior to bidding, and make his own determinations as to all subsurface conditions. Boring data only indicates subsurface conditions at the boring location. C� B. The Contractor's attention is directed to those portions of the soil reports that outline ground water conditions at the site. Contractor is to make his own determinations and evaluations regarding groundwater control prior to submitting bid. Fort Worth Water Department Walsh Ranch Pump Station Project Technical Specifications 31-00-00 Project No. 02294 312500 - I EROSION AND SEDIMENT CONTROL �14 Page I of 7 B. Related Specification Sections include, but are not necessarily limited to: mil Storm Water Pollution Prevention Plan <1 acre a. Measurement and Payment 1) This Item is considered subsidiary to the lump sum for Pump Station Site Work. b. The work shall include: I ) Implementation of storm water pollution prevention plan and/or best management practices (BMPs), including silt fence, rock filters, temporary C C p seeding, etc. 2) Maintenance of BMI's 3) Removal of BMPs after site vegetation re-established mvejl�_, IATI 1. Reference standards cited in this Specification refer to the cur -rent reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 1 ASTM Standard: a. ASTM D3786, Standard Test Method for Bursting Strength of Textile Fabrics —Diaphragm Bursting Strength Tester Method b. ASTM D4632, Standard Test Method for Grab Breaking Load and Elongation of Geotextiles c. ASTM 4751, Standard Test Method for Determining Apparent Opening Size C of a Geotextile d. ASTM D4833, Standard Test Method for Index Puncture Resistance of Geomembranes and Related Products 3. Texas Commission on Environmental Quality (TCEQ) TPDES General Permit No. TX-R150000 4. TxDOT Departmental Material Specifications (DMS) a. DMS-6230 "Temporary Sediment Control Fence Fabric" FORT WORTH WATER DEPARTMENT 31-25-00 TECHNICAL SPECIFICATIONS Walsh Ranch PLIMP Station Project Project No. 02294 312500-2 EROSION AND SHDMENT CONTROL ® SUBMrl'TALS A. Storm Water Pollution Prevention Plan (SWPPP) — if disturbing over I acre. R TCEQ Notice of Intent (NO�) for Storm Water Discharges Associated with Construction Activity underlthe'rPDES General Pennit C. Construction Site Notice D. TCEQ Notice of Termination (NOT) for Storm Water discharges .Ass ocfated with Construction Activity under the ITDES General Permit E. Notice of Change (if applicable) A. Rock Filter Dams 1. Agg.egate a. Furnish aggregate with hardness, divability, cleanliness and resistance to crumbling, f19-ing and eroding acceptable to the Engineer. b. Provide the following. 1) Types 1, 2 and 4 Rock Filter Dams a) Use 3 to 6 inch aggregate. 2) Type 3 Rock Filter Dams a) Use 4 to 8 inch aggregate. 2. Wire a. Provide ininirrium 20 gauge galvan ized wire for the steel wire mesh and tie wires for Types 2 and 3 rock filter dams b. Type 4 dams require: 1) Double -twisted, bexagrorml weave with a nominal mesh opening of 2V2 inches x 3 V4inches 2) Minimum. 0,0866 inch steel wire for netting 3) Minirnurn 0.1063 inch steel wire for selvages and comers 4) Minimurn 0,0866 inch for binding or tie wire ,B. Geotextile Fabric 1. Place the aggregate over geotextile fabric meeting the following criteria: a. Tensile Strength oft 0 pounds, per ASTM D4632 b. Puncture Strength of 135 pounds, per .ASTM D4833 .c. Mullen.Burst Rate of 420 psi, per ASTM D3786 d. Apparent Opening Size of 20 (inak), per AS"IM D4751 C. Sandbag Material 1. Furnish sandbags meeting Sectioa 2.5 except that any gradation of aggregate may be used to fill the sandbags. D. Stabilized Construction Entrances 1. Provide materials that meet the details shown on the Drawings and this Section. a. Provide crushed aggregate for long and sliort4erni construction exits. FOM'WORTH WAITR DEPARTMENT 3 1­25 a Widsh Ranch Pump Station Pioject TECHNICAL SPECIFICATIC)NS Project No,, 02294 312500-3 EROSION AND SEDUYIENT CONTROL Page 3 of 7 b. Furnish ac,,,goan, aggregates eates that are clean, hard, durable and free from adherent coatings such as salt, alkali, dirt, clay, loam, shale, soft or flaky materials and organic and injurious matter. c. Use 3 to 5 inch coarse aggregate with a minimum thickness of 12 inches. d. The aggregate shall be placed over a geotextile fabric meeting the following criteria: 1) Tensile Strength of 300 pounds, per AST M D4632 2) Puncture Strength of 120 pounds, per AST M D4833 3) Mullen Burst Rate of 600 psi, per AST M D3786 4) Apparent Opening Size of No. 40 (max), per ASTM D4751 1. Provide rock, loam, clay, topsoil or other earth materials that will form a stable embankment to meet the intended use. ImmTOOLM, 1. Provide sandbag material of polypropylene, polyethylene or polyamide woven fabric with a minimum unit weight of 4 ounces per square yard, a Mullen burst - strength exceeding 300 psi, and an ultraviolet stability exceeding 70 percent. 2. Use natural coarse sand or manufactured sand meeting the gradation given in Table I to fill sandbags. C, 3. Filled sandbags must be 24 to 30 inches Ion-, 16 to 18 inches wide, and 6 to 8 inches thick. Table I Sand Gradation Sieve # Maximum Retained (% by Weight) 4 3 percent 100 80 percent 200 95 percent G. Temporary Sediment Control Fence 1. Provide a net -reinforced fence using woven geo-textile fabric. C, 2. Logos visible to the traveling public will not be allowed. a. Fabric 1) Provide fabric materials in accordance with DMS-6230, "Temporary Sediment Control Fence Fabric." b. Posts 1) Provide essentially straight wood or steel posts with a minimum length of 48 inches, unless otherwise shown on the Drawings. 2) Soft wood posts must be at least 3 inches in diameter or nominal 2 x 4 inch 3) Hardwood posts must have a minimum cross-section of 1-1/2 x 1-1/2 inch 4) T- or L-shaped steel posts must have a minimum weight of 1.3 pounds per foot. c. Net Reinforcement 1) Provide net reinforcement of at least 12-1/2 gauge galvanized welded wire mesh, with a maximum opening size of 2 x 4 inch, at least 24 inches wide, unless otherwise shown on the Drawings. d. Staples 1) Provide staples with a crown at least 3/4 inch wide and legs 1/2 inch long. FORT WORTH WATER DEPARTMENT 31-25-00 Walsh Ranch Pump Station Project TECHNICAL SPECIFICATIONS Project No. 02294 312500 4 EROSION AND SEDIMENT CON71U.k wm� 3.1 INSTALLATION A. Storm Water Pollution Prevention Plan — if'disturbing over I acre. I . Develop and implement the project'sStorm Water Pollution Prevention Plan (SWPPP) in accordance with the TPDES Construction General Permit TXR150000 requirements. Prevent water pollution from storm water runoff by using and maintaining appropriate structural. and nonstructural BMPs to reduce pollutants discharges to the MS4 from the construction site. B. Control Measures I . implement control measures in the area to be disturbed before beginning cons truction, or as directed. Limit the disturbance to the area shown on the Drawings or as directed. 2° Control site waste such as discarded building materials, concrete truck washout, water,, chemicals, litter and sanitary waste at the construction site. 3. If, in the opirdon of the Engineer, the Contractor cannot control soil erosion and sedimentation resu[IIng from construction operations, the Engineer will limit the disturbed area to that which the Contractor is able to control Minimize disturbance to vegetation. 4. 'Immediately correct ineMotive control measures. 1111 plement additional controls as directed. "Remove excavated material within. the time requirements specified in the applicable storm water permit. I 5. Upon acceptance of vegetative cover by the City, remove and dispose of all temporary control measures, temporary einbanknients, bridges, matting, h1sework, piling, debris, or other obstructions placed durffig construction that are not a part of the finisbedwork, or as directed. C. Do not locate disposal areas, stockpiles, or haul roads in any wetland, water body, or streambed. D. Do not install temporary construction crossings in or across any water body witliout the prior approval of the appropriate resource agency and the Engineer. E. Provide protected storage area for Paints, chemicals, solvents, and fertilizers at an approved location, Keep paints, chemicals, solvents, and &rtilizers offbare ground and Provide sl3elterfor stored chemicals. F Installation and Mabitenance I . Perforn-i work in accordance with the MES Conswiction General Penn it TXR150000. 2. When approved, sediments may be disposed of within embankinents, or in areas where the material will not contribute to further siltation. 3. Dispose of removed material in accordance with federal, staCe, and local regulations. 4. Remove devices upon approval or when directed. a. Upon removal., finish -grade and dress the area. b. Stabilize disturbed areas in accordance wiffi the permit, and as sliown on the Drawings or directed. FORT' WORTH WATER DERARTMEMr 31-25-00 Walsh Ranch ilurnp Station ProJect TECHNICAL SPECIFICA"rION'S Project N(.-). D2294 3125 00-5 EROSION AND SEDINIENT CONTROL Pave 5 of 7 5. The Contractor retains ownership of stockpiled material and must remove it from the project when new installations or replacements are no longer required. 1. Remove trees, brush, stumps and other objectionable material that may interfere with the construction of rock filter dams. 2. Place sandbags as a foundation when required or at the Contractor's option. 3. For Types 1, 2, 3, and 5, place the aggregate to the lines, height, and slopes specified, without undue voids. 4. For Types 2 and 3, place the aggregate on the mesh and then fold the mesh at the upstream side over the aggregate and secure it to itself on the downstream side with wire ties, or hog rings, or as directed. 5. Place rock filter dams perpendicular to the flow of the stream or channel unless otherwise directed. 6. Construct filter dams according to the following criteria, unless otherwise shown on the Drawings: a. Type I (Non -reinforced) 1) Height - At least 18 inches measured vertically from existing ground to top of filter dam 2) Top Width - At least 2 feet 3) Slopes - At most 2:1 b. Type 2 (Reinforced) 1) Height - At least 18 inches measured vertically from existing ground to top of filter dam 2) Top Width - At least 2 feet 3) Slopes - At most 2:1 c. Type 3 (Reinforced) 1) Height -At least 36 inches measured vertically from existing ground to top of filter dam 2) Top Width - At least 2 feet 3) Slopes - At most 2:1 d. Type 4 (Sack Gabions) 1) Unfold sack gablons and smooth out kinks and bends. 2) For vertical filling, connect the sides by lacing in a single loop —double loop pattern on 4- to 5-inches spacing. At I end, pull the end lacing rod until tight, wrap around the end, and twist 4 times. At the filling end, fill with stone, pull the rod tight, cut the wire with approximately 6 inches remaining, and twist wires 4 times. 3 For horizontal filling, place sack flat in a filling trough, fill with stone, and C C connect sides and secure ends as described above. 4) Lift and place without damaging the gabion. 5) Shape sack gabions to existing contours. e. Type 5 1) Provide rock filter dams as shown on the Drawings. C� H. Construction Entrances 1. When tracking conditions exist, prevent traffic from crossing g or exitingthe Awk 1P construction site or moving directly onto a public roadway, alley, sidewalk, parking C, C� area, or other right of way areas other than at the location of construction entrances. C, 2. Place the exit over a foundation course, if necessary. FORT WORTH WATER DEPARTMENT 31-25-00 Walsh Ranch Purnp Station Project TECHNICAL SPECIFICATIONS Project No. 02294 312500-6 EROSION AND SED%ENIC0N`rR0L m3am a. Grade the foundation course or compacted subgrade to direct run. off from the construction exits to a sediment trap as shown on the Drawings or as directed. 3. At drive approaches, make sure the construction entrance is the full width of the drive and meets the length shown on the Drawings. a. The width shall beat least 14 feet for I -way and 24 feet for 2-way traffic- for all other points of ingress or egress or as directed by the Engineer. I. Earthwork for Erosion Control collected sediments from other erosion control devices. a. Excavation and Embankment for Erosion Control Measures 1) Place earth dikes, swales or cornbinatiorts of both along the low crown of daily lift placement, or as directed, to prevent runoff spillover. 2) Place swales and dikes at other locations as shown on the Drawings or as directed to prevent runoff spillover or to divert runoff. 3) Construct cuts with the low end blocked with undisturbed earth to prevent erosion of hillsides. 4) Construct sediment traps at drainage structures in conjunction with other erosion control measures as shown on the Drawings or as directed. 5) Where required, create a sediment basin providing 3,600 cubic feet of storage per acre drained, or equivalent control measures for drainage locations that serve an area with 10 or more disturbed acres at 1 time, not including offsite areas. b. Excavation of Sediment and Debris 1) Remove sediment and debris when accumulation affects the perforniance of the devices, after a m4 and when directed. J. Sandbags for Erosion Control 1. Construct a be or dam of sandbags that will intercept sedinient-laden storm water runoff from disturbed areas, create a retention pond, detain sediment and release water in sheet flow. 2. Fill each bag with sand so that at least the top 6 inches of the bag is unfilled to allow for proper tying of the open end, 3. Place the sandbags with their tied ends in the same direction. 4. Offset subsequent rows of sandbags 1/2 the length of the preceding row. 5 Place a single layer of sandbags downstream as a secondary debris trap.. 6. Place additional sandbags as necessary or as directed', for supplementary support to berms or dams of sandbags or earth. K. Temporary Sediment -Control Fence L Provide temparary sediment -control fence near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. 2. Incorporate the fence into erosion -control. measures used to control sediment in areas of higher flow. Install the fence as shown on the Drawings, as specified in this Section, or as directed. a. Post Installation 1) Embed posts at least 18 inches deep, or adequately anchor, if in rock, with a spacing of 6 to 8 feet and install on a slight angle toward the run-off source. b. Fabric Anchoring FORF WORTH WATER DEPARTMENT 31-.25P-00 Walsh Rxi Punip station Project TECHNICAL SPECIFICATIONS Project No, 02294 312500-7 EROSION AND SEDIMENT CONTROL Adob, Page 7 of 7 1) Dig g trenches along the uphill side of the fence to anchor 6 to 8 inches of fabric. 2) Provide a minimum trench cross-section of 6 x 6 inches 3) Place the fabric against the side of the trench and align approximately 2 inches of fabric along the bottom in the upstream direction. 4) Backfill the trench, then hand -tamp. c. Fabric and Net Reinforcement Attachment 1) Unless otherwise shown under the Drawings, attach the reinforcement to wooden posts with staples, or to steel posts with T-clips, in at least 4 places equally spaced. 2) Sewn vertical pockets may be used to attach reinforcement to end posts. 3) Fasten the fabric to the top strand of reinforcement by hog rings or cord every 15 inches or less. d. Fabric and Net Splices 1) Locate splices at a fence post with a minimum lap of 6 inches attached in at least 6 places equally.spaced, unless otherwise shown under the Drawings. a) Do not locate splices in concentrated flow areas. 2) Requirements for installation of used temporary sediment -control fence include the following: a) . Fabric with minimal or no visible sips of biodegradation (weak fibers) b) Fabric without excessive patching (more than 1 patch every 15 to 20 feet) c) Posts without bends d) Backing without holes A. Erosion control measures remain in place and are maintained until all soil disturbing activities at the project site have been completed. [t. Establish a uniform vegetative cover with a density of 70 percent on all unpaved areas, on areas not covered by permanent structures, or in areas where perinanent erosion control measures (i.e. riprap, gabions, or geotextiles) have been employed. A. Install and maintain the integrity of temporary erosion and sedimentation control devices to accumulate silt and debris until earthwork construction and permanent erosion control features are in place or the disturbed area has been adequately stabilized as determined by the Engineer. B. If a device ceases to function as intended, repair or replace the device or portions thereof as necessary. C. Perform inspections of the construction site as prescribed in the Construction General Permit TXR150000. 10. Records of inspections and modifications based on the results of inspections must re maintained and available in accordance with the permit. I FORT WORTH WATER DEPARTMENT 31-25-00 Walsh Ranch PLIrnp Station Project TECHNICAL SPECIFICATIONS Project No. 02294 31 30 00 Structural Excavation, Fill and Backfill Page 1 of 9 SECTION 3130 00 STRUCTURAL EXCAVATION, FILL, AND BACKFILL A. The excavation for all structures, structural fill, backfilling around t�l completed structures, and the disposal of all excess excavated material. All operations required for the proper completion of the excavation work, including sheeting, shoring, and bracing, dewatering of excavations, and t�l t�l compaction of backfill are included. B. ASTM C 40 - Standard Test Method for Organic Impurities in Sand for Concrete C. ASTM C 136 — Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregate CIC, E. ASTM D 4318 — Standard Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils F. ASTM D 698 — Laboratory Compaction Characteristics of Soil Using, Standard Effort H. ASTM D 4253 — Maximum Index Density of Soils Using a Vibratory Table CITY OF FORT WORTH Walsh Ranch Pump Station Project Technical Specifications 31-30-00- 1 Project No. 02294 313000 Structural Excavatior4 FM and Backfill Page 2 of 9 1.03 SUBMITIALS Subout the folio -wing in accordance with the General Conditions and General Requirements of the Contract Documents. A, Testing laboratory reports, as specified, or required, to show compliance with the specifications f6r material from of site locations. The specified tests shall be performed by a certified independent laboratory employed and paid by the Contractor. .B. Submit details of any proposed dewatering system and/or shonng system to the Engineer for review pirior to installing the dewatering and/or shoring system., 'Me submillal will be reviewed only for specification compliances and not adequacy of the Contractor's proposed system. Reiew, and acceptance by the Engineer will not relieve the Contractor of any responsibility for the adequacy of the deNvaterhig and/or shoring system, C. Submit certification from the landowner of each p.roposed of site soil borrow source stating that to the best of the landowner's knowledge and 'belief there has never been contarninati.on. of the borrow source site with hazardous or toxic materials. The certification shall be ft =.. ".shed to the Owner prior to proceeding to furnisb. soils to the site. 1.04 PRO" FECTION OF FACTIJUES A. Before the start of eartliNvork operali ' ons, adequately protect utilities, trees, shrubs, and. other pennanent objects. Costs resulting from damage, to permanent facilities due to negligence or lack of adeqiMte protection will be charged to the Coiatractor. B. Provide surface drainage durilig the period of construction to protect the work and to avoid �nuisance to adjoining property. C. Die Clontractor shall conduct operations in. such fisluon. that trucks and other vehicles do not create dirtnuisarwein the streets., 17he truck beds shWI be sufficiently tight, and shall be loaded, in such a rnanner that I objectionable materials will not be spilled onto the streets® Any dirt, mud, or other materials that is spilled onto the streets or deposited onto the streets by the tires of vebicles will be promptly cleaned by the Contractor. 1.05 QUALITYASS15LANCE The Contractor will.arrange for the services of a testing laboratory, as speci fied in the General Requirements, to perfonn compaction tests on the compacted inatenals. The Contractor shall notify, the Owner's Representative at least 48 CITY OF FORMORTH Walsh Ranch, Pump Station Project Technical Specifications aft-30-Off - 2 Proje,rt No. 02294 31 30 00 Structural Excavation, Fill and Backfill Page 3 of 9 hours in advance of the time at which tests will be taken. Any area failing to comply with the specifications shall be reworked as required. A. Notify the Engineer's representative at least 48 hours prior to completion of any excavation so that the excavation may be inspected. Do not place reinforcing steel or concrete in the excavation prior to inspection unless C� the Engineer has given approval to proceed without inspection. B. Notify the Engineer's representative at least 48 hours prior to backfillint>g pipe trenches. Do not begin backfilling of pipe trenches until all pipe joints have been inspected, pipes tested, and approved unless the Engineer's representative has given approval to backfill the trenches without inspection. FVATt�►Ifrr A. The non -expansive earth fill shall consist of soil materials with a liquid limit of 35 or less, a plasticity index between 8 and 20, a minimum of 35 percent passing the No. 200 sieve, a minimum of 85 percent passing the No. 4 sieve, and which are free of organics or other deleterious materials. When compacted to the recommended moisture and density, the material shall have a maximum free swell value of 0.5 percent and a maximum hydraulic conductivity (permeability) of I E-05 cm/sec, as determined by laboratory testing of remolded specimens of the actual materials proposed for the non -expansive earth fill. B. On -site excavated materials complying with the requirements of paraggra 2.01A, can be used as non -expansive earth fill. Prior to using the on -site t excavated material, the material shall be tested by a certified independe laboratory employed and paid by the Contractor. Contractor shall submi test results to the Engineer's representative for approval prior to pla acing the materil. C. Prior to brin,in- any of the proposed material to the site, submit for rlt� review to the Engineer's representative, an analysis of the proposed material including moisture -density relationship curie prepared in accordance with ASTM D 699 by a certified independent testing laboratory employed and paid by the Contractor. CITY OF FORT WORTH Walsh Ranch PLIMP Station Project Technical Specifications 31-30-00 - 3 Project No. 02294 313000 Structurai Excavation, Fill and Backfill Page 4 of 9 her sand is shown or specified, use natural sand meeting ASTM C 33 requirements for fine aggregate. 2.03 CONCRETE BACKFILL Concrete backfill shall be Class E (1,500 psi) concrete as specified in Section El- 20 of the Fort Worth `Water Department's Material, Specifications, dated Januaq 1,1978. 2.04 SEAJ. SLABS Where specified on the drawings, the Contractor shall place a 4 inch thick Class E (1,,500 psi) concrete and mud slab within 12 bours of the removal of the last 12 incbes of an excavation. 2.05 FILTER MATERIAL A,. Where shown, t1se a mixture of coarse aggregate and fine aggregate fbr the filter material.. B. Coarse aggTegate shall consist of gravel, crushed gravel, or crushed stone and shall have a gradation li'mit of %-inch to No. 4 complying with ASTM C 33 (T3Te'7). C., Fine aggregate shall consist of natural sand and shall CoMplyrwith the requirements of ASTM C 33 for fine aggregate. 2.06 GRANULAR FILL., A. Class I Aggiegate .Fill: Consist of durable particles of crushed stone free of silt, clay, or other unsWtable materials and have a percentage of wear of not more than 40%, when tested in accordance with ASTM C 131 fmd A,STM C 535. IIie material shouW meet the Ilowing gradation in accordance with ASTM D 448: Sieve Size Percent Passin 9 1-112 inch 100 I inch 95-100 '/2 inch 25-60 No. 4 0-10 N'O. 8 0-5 C11"Y OF FORT WORTH Walsb Ranch Pimp Station Project, "I M Technical Sped"kations 3 1-30-00 - 4 Project No. 02294 313000 Structural Excavation, Fill and Backfill Page 5 of 9 Ist. Class 2 Aggregate Fill: Consist of washed and screened gravel and natural sands manufactured by crushing stones complying with the requirements t� ZZ, of ASTM C 33, "Standard Specifications for Concrete Aggregates", except that the gradation should be as follows: Sieve Size Percent Passing V2inch 100 3/8inch 95- 100 No. 4 80-95 No. 8 65-85 No. 16 50-75 No. 30 25-60 C. Class 3 Aggregate Fill: Consist of durable particles of crushed stone free of silt, clay, or other unsuitable materials and have a percentage of wear of not more than I. percent when tested in accordance with ASTM C 131 or ASTM C 535. The source of the material shall be approved by the Engineer and shall meet the following gradation: Sieve Size Percent Passing 1-3/4 inches 100 7/8 inch 65-90 3/8 inch 50 to 70 No. 4 35-55 No. 40 15-30 No. 100 0-12 I A. Remove shrubs, trees, stumps, roots, underbrush, weeds, and other vegetation in the way of construction. Remove tree stumps to a depth of 4 feet below grade. B. Topsoil consisting of friable material free of vegetation, clay lumps, stone, C� or toxic substances shall be stockpiled in areas, as directed by the Engineer, at the site for use in finish grading. t:11 CITY OF FORT WORTH Walsh Ranch Pump Station Project Technical Specifications 31-30-00-5 Project No. 02294 313000 Stiuctin-al Excavation, Fill and Backfill Page 6 of 9 Subgrade: Scarif y to a depth of six inches below the cleared depth. Adjust moisture content as specified. The recompacted sub, rade shall be proof rolled with a pneumatic tire roller in order to detect any soft areas. Soft or -wet areas -will require removal and replacement -with non:-expwasive fill material of at least 12 inches compacted thickness (2 lifts). Depressions from sturnp removal shall be Cleaned of all organic material and filled with non-, expansive fill materiall. 2. Final Grade: Conf6rrn to lines and grades shown on the drawings. B. Slabs.Belaw Grade.- Excavate to twelve irlLches above final subgrade. In order to presen�e the in -situ moisture of the subgrade, do not excavate the final 12 inches urail „burst pnor to the construction, of seal slab or gramular leveling pad, where specified. If the soil at, the time of final exposure and concrete placement is not within range specified in parag.aph 3.02C, the top six inches shall be recompacted at the proper, moisture level- Soft and -wct areas not achieving conipaction, will require removal, and replacement -with concrete or select granular fill. C. Compaction: I The stibgrade and fill material shall be compacted to a rnhiinium of 95 percent of standard proctor density as determined by ASTM, D 698. The moisture content of the backfill soils shall be at or near .2% to +5%) the opthruim, moist -are value, The Contractor shall maintain a more narrow range of moisture content in order to acMeve the specified densiq% The methods used to secure the specified cornpaction and rnoisture content will be the Contractor's responsibility. Wet soils shall be worked by plowing, disking, or scari ing and air drying as required to reducemoisture the content fy to qptimum levels,. 2. Compaction should be per fomied with a heavy tamping, foot rofler with fully penetratirig.&et. 'flie tanipiDg foot roller should weigh no less than. 2,000 portirds per linear foot of dnirn width, A. minim um of eiopt (8) ' Dasses of the tamping foot moiler should be ,provided, even if the specified density is achieved with fewer passes. All fill materials deposited in. place by scrapers, dump trunks, drag lines, or shnilar equipment shall be dioroughly broken up before being spread into imiform layers. I Moisten layers between lifts to achieve bonding, N CITY Off'' FORT WORIH 1'echnical Specifications Walsh Ranch Pump Station Project 3 1 alp U ro 6 Project No. 02294 3130 00 Structural Excavation, Fill and Backfill Pa(ye 7 of 9 D. Where specified, lean concrete seal slabs shall be placed after final grading or within 4 hours of the removal of the last 12 inches of an excavation. A. Excavation work shall be unclassified and includes the removal of all types of materials encountered without exception. Make excavations to lines and grades indicated on the drawings. Complete excavations within the tolerances specified. Topsoil and clay materials shall be placed in separate stockpiles. B. All excavation shall comply with OSHA and local safety laws. C. Sheeting, Shoring, and Bracing 1. Provide sheeting, shoring, and bracing of excavations at locations shown on the drawings and where required to properly and safely complete the work as shown. Construct sheeting, shoring, and bracing to prevent the excavation from extending beyond the specified or indicated limits, to protect adjacent structures or improvements, and to protect workmen and the public. The design of sheeting, shoring, and bracing shall be the responsibility of the Contractor. 2. Care shall be taken to prevent voids outside the sheeting. If voids . are formed, they shall immediately be filled and compacted. The sheeting, shoring, and bracing shall removed as excavations are backfilled in a manner that will prevent injurious caving of the ZD excavation or damage to the structure. I Voids left or caused by the removal of sheeting shall immediately be filled with suitable material and compacted. D. Dewatering: Maintain excavations dewatered while work is in progress. Lower groundwater a minimum of 3 ) feet -below the bottom of the excavation. E. Structures: 1.Wherever practicable, cut all footing excavations to neat lines with a tolerance of one inch. Where beams are shown to be monolithic with slabs on ground, shape soil to the profile shown. Excavate a sufficient distance from the walls, shafts, or similar elements of CITY OF FORT WORTH Walsh Ranch Pump Station Project Technical Specifications 31-30-00-7 Project No. 02294 313000 Structural Excavation, Fill and Backfill Page 8 of 9 structures to allow for placing and removing forms and for inspection. 2. Excavate to the elevations shown on the drawings fon.nmig, a level and undisturbed surface free of mud or other soft material. When the bottom. of the excavation, at the elevation shown, in not within the foundation bearing material shown on the drawings or is unsuitable for foundation bearing, notil-Y the Frigineer. Remove all pockets of soft or otherwise unstable soils and replace with concrete or suitable well -compacted soils as directed by the Engineer. 3. Fill all unauthorized excessive excavation with concrete at no charge to the Owner. 4. Protect all open excavations from rainfall. or excessive drying so as to maintain the foundation subgrade in a satisfactory, undisturbed condition. Keep excavations reasonably free of water at all times and completely free of water during placement or concrete. Soils belowfoundation, which become soft, loose, or otherwise unsatisfactory, for dewatering or other construction methods shall be removed and replaced with satisfactory materials, as directed by the Engineer, at no cost to the Owner. 3.04 BACKIF ILL A. Complete backfill to the surface of natural. ground or to the lines and grades shown on drawings. Use approved on -site excavated material except where special materials are shown or specified, Deposit backA-7ill in uniform layers and cornpact each layer as specified, B. Backtill at Structures: Place backfill as promptly as practicable after campletion of each structure or portion of a structure. The backfill shall ri ot be placed until the wall attains required compressive strength, or as allowed by the Engineer. R.emove concretefomis before starting backfill and remove shoring and bracing as the work progresses. Caution should be exercised not to over-conipact the backfill. Hand operated tampers or other lightlyeight compactors should be used in the five (5) foot area adjacent to the wall. C. Compacting Backfill: Place material in uniform layers of prescribed maximum thicktiess and -wet or dry the inatenial to within two percent below or five percent above (-2% to +55/o) optimum moisture content. Compact with power -driven hand tampers to the pi, escribed densiq'. CITY OF FOIU WORM Walsh Ranch Pump Station Project TechnicM Specifications 31-30-00 - 8 Project No. 02294 31 30 00 Structural Excavation, Fill and Backfill Page 9 of 9 Regular and Non -Expansive Fill Material: Place in 4 inch maximum layers. Compact to between 95 and 100 percent of maximum soil density, as determined by ASTM D 698. 2. Sand and Granular Material: Place in 6 inch maximum layers. Compact to not less than 95 percent of maximum soil density as determined by AS TM D 425' ). Ilk. The final surface grade shall slope away from the structure on a gradient of 1.5 to 3 percent, such that surface water does no pond adjacent to the structure within the backfill zone. and will receive no direct compensation. CITY OF FORT WORTH Walsh Ranch Pump Station Project Technical Specifications 31-30-00-9 Project No. 02294 1711 3201 17- 1 PERMANENT ASPHALT PAVING REPAIR Page I of 3 SECTION 32 01 17 PERMANENT ASPHALT PAVING REPAIR Flexible pavement repair to include, but not limited to: a. Utility cuts required by waterline installation in existing driveway b. Repairs of damage caused by Contractor c. Any permanent asphalt pavement repair needed during the course of construction B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division I — General Requirements 3. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill Asphalt Pavement Repair a. Measurement and Payment 1) Measurement and payment for this Item will be by the linear foot of Asphalt Pavement Repair, centered on the proposed pipeline, width based on the detail included in the drawings and as required to repair the damage resulting from pipeline trenching operations. Any additional width required due to laying back of trench or damage to existing asphalt shall not receive any direct compensation but will be inclusive in the per linear foot price of Asphalt Pavement Repair. b. The price bid shall include: I ) Preparing final surfaces 2) SawcuttintD g existing pavement to a neat and clean line tD 3) Furnishing, loading, unloading, storing, hauling and handling all materials including freight and royalty 4) 8" thick flexible base, compacted and tested per specifications 5) Prime coat 6) 3" HMAC Type "D"Asphalt, two lifts, compacted and tested per specifications 7) Tack coat 8) Removal and/or sweeping excess material FORT WORTH WATER DEPARTMENT Walsh Ranch PUMP Station Project. TECHNICAL SPECIFICATIONS Project No. 02294 3201 17-2 Illf,�"RMANENrl'A,SPI-iA..I,I'PAVING REPAIR Page 2 of 3 1.4 ACTION SU-BMITTALS/INFOIRMATIONAL SUBMITTALS A. Asphalt Pavement Mix Design: submit for approval, along with test results B. Flexible Base — submit for approval, along with test results used for density testing, C. Prime and Tack Coat— submit for approval ® FULD CONDITIONS A. Place mixture when the roadway surface temperature is 45 degrees For higher and rising undess otherwise approved. 2.1 MATERIALS A. Backfill L See Section 330510. B. Flexible Base Material 1. See Section 32 1123 C. Prime and Tacl(Gaut— As submitted and approved D. Asplialt Paving 1. H.M.A.C. paving: Type D. PART 3 ® EXECUTION A. Surface Preparation 1. Mark pavement curt fair repairs for approval by the City. 2.. Contractor and City meet pnor to saw cutting to confimi limits of repairs, 3.2 INSTALLATION General 1. Equipment a. Use machine intended for cutting pavement, b. Milling niachines may be used as long as strai giite'dg .,e is maintained. 2. Repairs: In true and straight lames to dimensions shown on the Drawings. 3. Utility Cuts a. In a true and, straight line on both sides of the trench. b. Minimum of 12 inches outside the trench. walls 4. Limit dust and residues frorn sawing from enterfiig the atinosphere or drainage facilities. B. Removal 1. Use care to prevent fi-acturing existing pavement structure adjacent to the repair area. 2. Sawcut damaged pavement: areas to a neat and clean line FORTWORTI I WAXER DEPMt WWI' Walsh Ranch Pump, Station Project, TECHNICAL SPECIFICATIONS Project No. 02.294 3201 17-3 PERMANENT ASPI-iALT PAVING REPAIR Page 3 of 3 C. Flexible Base 1. Install replacement base material as specified in Drawings. 2. Compact to 95% standard proctor density. 3. Install prime coat — 0.1 gal/SY D. Asphalt Paving 1. H.M.A.0 placement, compact to 5% to 9% air voids in accordance with Tex-207-F and Tex-227-F. 2. Type D surface mix — 2" maximum depth per lift 3. Tack Coat — 0.05 gal/SY 4. Depth: 3" minimum END OF SECTION FORT WORTH WATER DEPARTMENT Walsh Ranch Pump Station Project. TECHNICAL SPECIFICATIONS Project No. 02294 32 1123 - 1 FLEXIBLE BASE COURSES Page I of 6 1. Foundation course for surface course or for other base course composed of flexible base constructed in one or more courses in conformity with the typical section. B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and General Conditions C, 2. Division I — General Requirements [W�COWAN 0 Zwduy A. Measurement and Payment 1. Measurement and Payment a. Measurement and Payment for this Item will be considered supplementary to the unit price bid for Asphalt Pavement Repair and Pump Station Reinforced Concrete Driveway/Sidewalk. 2. The work shall include: a. Preparation and correction of subgrade b. Furnishinc, of material, alone, with testinc, results and material data sheets c. Hauling d. Blading e. Sprinkling f. Compacting g. Compaction Testing 4D 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this L-C' specification, unless a date is specifically cited. 2. AST M International (AST): a. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12 400 ft-lbfft' ) (600 kN-m/m3)) C, 3. Texas Department of Transportation (TXDOT): a. Tex- I 04-E, Determining Liquid Limits of Soils b. Tex- I 06-E, Calculating the Plasticity Index of Soils c. Tex- I 07-E, Determining the Bar Linear Shrinkage of Soils d. Tex- I I O-E, Particle Size Analysis of Soils e. Tex- I 16-E, Ball Mill Method for Determining the Disintegration of Flexible Base Material f. Tex-1 17-E, Triaxial Compression for Disturbed Soils and Base Materials FORT WORTH WATER DEPARTMENT Walsh Ranch PLITTIP Station Project TECHNICAL SPECIFICATIONS 32-11-23 Project No. 02294 321123 2 FLEXIBLE BASE COURSES Page 2 of 6 g. Tex-411-A, SoundnessofAgggregate LIsing Sodium Sulfate orNfagnesium Sulfate h. Tex4II-A, Determining Deleterious Materialin Mineral Ag egate ,,Igr 2.1 MATERL4LS 1. Famish uncontaminated materials of unifonn quality that meet the requirements of the Drawings and specifications. 2. Obtain materials from approved sources. 3. Notify City of changes to material sources. 4. The City may s.,unple and test project inaterials at any time before compaction throughout the duration of the project to assure specification compliance, B. Aggregate 1. Furnish ag. ,gregate of the tyl,.-)e and grade sho)Am on the Drawings and conforming to the requiremerits of able 1. 2. Each source must meet Table I requirements for liquid limit plasticity index, and wet ball mill for the grade sTecified. 3. Do not use additives ch as but not limited to lime, cement; or fly ash to modify aggregates to meet the requirements of Table 1, unless shown on the Drawmigs Table I Material e uirements PrqTLry Test Metbod 1 Grade I Grade 2 Maste�—grajatic n ii'e',ve . ..... . .... size (! 2-1/2. in. Cl 1-3/4 hi. 0 0-10 i 7/8 in. Trx- 11. O-E 1 (�-3 5 . . ........ -- 3/8 in. 30 50 No, 4 45--65 1 45 75 .................. Not o� 40 20--8.5 6 0 9 5 I uid limit, % max, Y'V(404-E 35 40 13!ast�gp.d x.2 max,! Tex-106-E 10 12 IYeLl, MI mill, % max.' 40 -45— Wet balf mill, % max' I'r 116 increase passing ffie ,—K 20 20 Na. 40 sieve I—a.�s i fi cat io n' 1.(1 1-12-3 Min, compresswe strenti,113, psi T. ex -I 17-E lateral pressure Cl psi 45 35 lateral pressure 15 psi 175 175 1. Detennine plastic iii[aex in accordancewith Tex"-I,0J7--'—E —(Ime—a-r shrinkage) when liquid limit is lunaltairmble as defined i.n Tex-1.04-E-, 2. When a soundness vWue is,required by the E)rawings, test material in accordance with Tex-41 1 -A. 3, Mee both the c1misificatimi and the rninirn= compressive strasgd,i, unless otherwise shown on the Drawings, 4. Material Tolerances FORTW43RT11 WATER DEPARTMEivr Walsh Ranch Pump Station Ri oject TEU ANICAL SPECIFICATIONS 32-11-23 Project No. 02294 32 1123 -3 FLEXIBLE BASE COURSES Page 3 of 6 a. The City may accept material if no more than 1 of the 5 most recent gradation tests has an individual sieve outside the specified limits of the gradation. b. When target grading is required by the Drawings, no single failing test may exceed the master grading by more than 5 percentage points on sieves No. 4 and larger or 3 percentage points on sieves smaller than No. 4. c. The City may accept material if no more than 1 of the 5 most recent plasticity index tests is outside the specified limit. No single failing test may exceed the allowable limit by more than 2 points. Material Types a. Do not use fillers or binders unless approved. b. Furnish the type specified on the Drawings in accordance with the following: 1) Type A a) Crushed stone produced and graded from oversize quarried aggregate that originates from a single, naturally occurring source. c5 C) C) b) Do not use gravel or multiple sources. 2) Type D a) Type A material or crushed concrete. b) Crushed concrete containing gravel will be considered Type D material. c) The City may require separate dedicated stockpiles in order to verify compliance. d) Crushed concrete must meet the following requirements: (1) Table I for the grade specified. (2) Recycled materials must be free from reinforcing, steel and other objectionable material and have at most 1.5 percent deleterious material when tested in accordance with TEX-413 -A. C. Water 1. Furnish water free of industrial wastes and other objectionable matter. 010161MM 1. Shape the subcTade or existing base to conform to the typical sections shown on the Drawings or as directed. 2. When new base is required to be mixed with existing base: C� a. Deliver, place, and spread the new flexible base in the required amount. b. Manipulate and thoroughly mix the new base with existing material to provide a uniform mixture to the specified depth before shaping. mlssslq� =� Proof roll the roadbed before pulverizing, or scarifying in accordance with the C) following: a. Proof Rollinc, 1) City Project Representative must be on -site during proof rolling operations. 2) Use equipment that will apply sufficient load to identify soft spots that rut or pump. a) Acceptable equipment includes fully loaded single -axle water truck with a 1500 gallon capacity. FORT WORTH WATER DEPARTMENT Walsh Ranch Pump Station Project TECHNICAL SPECIFICATIONS 32-11-23 Project No. 02294 32 112"3-4 FLEXTBLEBASE COURSES Pape 4 of 6 3) Make ' at leaspass t 2 es vnth the proof rollas er (down and back = I ps), 4) Offset each tnp by at most I tire width. 5) If an unstable or non-unifonn area is f6und, correct the area. b. Correct 1) Soft spots that rat or pump greater than 3/4 inch 2) Areas that are unstable or non -uniform. 2. Installation, of base material cannot proceed until compacted subgrade approved by the City. 3.2 INSTALLATION I. Construct each layer uniforinly, free of loose or segregated areas, and with the required density and moisture content. 2. Provide a sinooth surface that conforms to the typical sections, lines, and grades shown on the Drawings or as directed. 3. Haul approved flexible base in clean, covered trucks. R Equipment I ., General a. Provide machinery, tools, and equipment necessary for proper execution of the Work. 2. Roller!; a. 17he Contractormay use any type of roller to meet the production rates and quafir requirements of the Contract unless othenvise shown on the DraWmrgS or directed. b., When specific types of equipment are required, use equipment that meets the .+iecified requirements. c. Alternate Equipment. 1) Instead of the specified. equipment, the Contractor may, as approved, operate other compaction equipment that produces equivalent :results. 2) Discontinuethe use of the alternate equipment and furnish the specified equipinent if the desired results are not achieved. d. City may require Contractor to substitute equipment if production rate and quality requirements of the Contract are not. met. C. Placing 1. Spread and shape flexible base into a uniforni layer by approved means the same day as delivered unless otherwise approved. 2. Place material such that it is mixed to minimize s'egregation. 3, (,lonstTuct layers to the thickness shown on the Drawings, while maintaining the shape of the course. 4. Where subbase or base course exceeds 6 inches in thickness, construct in 2 or more courses of equal thickness. 5. MinriRID1111 lift depth: 3 inches 6. Control dust by sprinkling 7. Correct or replace segregated areas as directed., 8, Place successive base courses and finish courses using the same construction methods required for the first course, FORTWORTI-1 WATER DEPARIWENT Walsh Rancli Pump Station Pro.ject T117CHNICAL, SPECIFICATIONS 3241-23 Prqject No. 02294 Pace 5 of 6 General a. Compact using density control unless otherwise shown on the Drawings. b. Multiple lifts are permitted when shown on the Drawings or approved. c. Bring each layer to the moisture content directed. When necessary, sprinkle the material to the extent necessary to provide not less than the required density. d. Compact the full depth of the subbase or base to the extent necessary to remain firm and stable under construction equipment. Rolling a. Begin rolling longitudinally at the sides and proceed towards the center, overlapping on successive trips by at least 1/2 the width of the roller unit, b. On superelevated curves, be -in rolling at the low side and progress toward the high side. c. Offset alternate trips of the roller. d. Operate rollers at a speed between 2 and 6 mph as directed. e. Rework, recompact, and refinish material that fails to meet or that loses required moisture, density, stability, or finish before the next course is placed or the project is accepted. f. Continue work until specification requirements are met. g. Proof roll the compacted flexible base in accordance with the following: 1) Proof Rolling a) City Project Representative must be on -site during proof rolling operations. b) Use equipment that will apply sufficient load to identify soft spots that rut or pump. (1) Acceptable equipment includes fully loaded single -axle water truck with a 1500 gallon capacity. c) Make at least 2 passes with the proof roller (down and back = I pass). d) Offset each trip by at most I tire width. e) If an unstable or non -uniform area is found, correct the area. 2) Correct a) Soft spots that rut or pump greater than 3/4 inch. b) Areas that are unstable or non -uniform. 3. Tolerances a. Maintain the shape of the course by blading b. Completed surface shall be smooth and in conformity with the typical sections shown on the Drawings to the established lines and grades. c. For subarade beneath paying surfaces, correct any deviation in excess of 1/4 inch in cross section in length greater than 16 feet measured longitudinally by loosening, adding or removing material. Reshape and recompact by sprinkling and rolling. d. Correct all fractures, settlement or segregation immediately by scarifyino, the areas affected, adding suitable material as required. Reshape and recompact by sprinkling and rolling. e. Should the subbase or base course, due to any reason, lose the required stability, density and finish before the surfacing is complete, it shall be recompacted at the sole expense of the Contractor. 4. Density Control a. Minimum Density: 95 percent compaction as determined by ASTM D698. FORT WORTH WATER DEPARTMENT Walsh Ranch PLIMP Station Project TECHNICAL SPECIFICATIONS 32-11-23 Project No. 02294 321123-6 FUMBLE BASE COURSES Page 6 of 6 b. Moisture content: minus 2 to plus 4 of optimum. E. Finishing 1. After conipleting compaction, clip, shier, or fight -blade the surface with a maintainer or subgrade trimmer to a depth ofapproximately, 1/4 inch. 2. Remove loosened material and dispose of it at an approed location. 3. Seal the clipped surface immediately by rolling with an appropriate size pneurnatic tire roller until a smooth surface is attained. 4. Add small increments of water as needed dunng rolling. 5. Shape and maintain the course and surface ift conformity with the typical sections, lines, and grades as shown. on the -DraNvings or as directed. 6. In areas where surfacing is to be placed, correct 6yrade deviations greater than 1/4 inch in 16 feet measured lon&itudhially or greater than 1/4 inch over the entire width of the cross-section. 7. Correct b, loosenn-ig, adding, or remo�ving material. y 8. Reshape and recompactin accordmice with 3A.C. 3.7 QUAUTY CONTROL A. Density Test 1. Contractor to measure density of flexible base course. a. Notify City Inspector when flexible base ready for density testing. b. Spacing directed by City (as directed). c. City ffispector determines locatiori of density testing. FORT' WORTH WATET, DEPARTMENT Walsh Ranch Pump Station Project n,'CIINICAL SPECIFICATIONS 32-11-23 Project No. Q2294 32 13 13 - I CONCRETE PAVING Paae I of 14 mmomrsom =- 1. Finished pavement constructed of portland cement on the prepared flexible base and subgrade. B. Related Specification Sections include, but are not necessarily limited to: 2. Division I - General Requirements K. Measurement — 1. Measurement a. Measurement for this Item shall be by the square yard of completed and accepted reinforced concrete driveway and sidewalk on prepared subgrade and flexible base material. Payment a. The work performed and materials furnished in accordance with this Item will be paid for at the unit price bid per square yard for completed driveway and sidewalk at the pump station site. The price bid shall include: a. Shaping and fine grading the placement area, compacting and testing subgrade. b. Placing, compacting and testing flexible base material. c. Furnishing and applying all water required d. Furnishing, loading and unloading, storing, hauling and handling all concrete ingredients including all freight and royalty involved e. Mixing placing, finishing, curing and testing concrete f. Furnishing and installinc, 0 all reinforcinc, steel 0, Cr. Furnishing all materials and placing longitudinal, warping, expansion, and contraction joints, including all steel dowels, dowel caps and load transmission units required, wire and devices for placing, holding and supporting the steel bar, load transmission units, and joint filler material in'the proper position; for coating steel bars where required by the Drawings h. Sealing joints i. Cleanup A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date loccrC�ced at the end of this specification, unless a date is specifically cited. 2. ASTM International (ASTM): CITY OF FORT WORTH Walsh Reich PUrrip Station Project TECHNICAL SPECIFICATIONS Project No. 02294 3213 13-2 CONCRETF PAVIN6 Page 2 of] 4 a. A6.1.5/A61. M, Deformed and.plain Billet -Steel Bars for Concrete Reinforcement b. 01, Standard Practice for Making and Curing Concrete Test Specimens in the Field c. C33, Concrete Aggregates d. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens e. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete f. C94/04M, Standard Specifications for Ready-Nfixed. Concrete g. C 15 0, Portland Cement h® C 15 6, Water Retention by Concrete Curm g Materials i. C 172, Standard Practice for Sampling Freshly Mixed Concrete j. C260,.Air Entraining Admixtures for Concrete k. C309, Liquid Membran.e-F'orming Compounds for Cuning Concrete, Type 2 I. C494, Chemical Admixtures for Concrete, Types "A", "D", "F"and m. ("'618, Coal Fly Ash and Raw or Calcined Natural Pozzolan for use as a Mineral Admixture in Concrete n. C881, Standard Specification for Epoxy -Resin -Base Bon ding Systems for Concrete o. C 1064, Standard Test Melliod for Temperature of'Freshly Mixed Hydraulic - Cement Concrete p. C 1602, Standard Specification for Mixing Water Used in the Production of Hydraulic Cement Concrete. q. D698, Laboratory Compaction Characteristics of Soil [Jsing Standard Effort (12,400 ft-lbf/ffl) 3. Arnerican Concrete Institute (ACl): a. AC1305.1-06Specificatioiifarl-I.ot)A7eatl-lerConeretii.ic; 'b. AC.1 306.1 �90, Standard Specification for Cold Weather Concreting c. AO 318 1.4 FrELD CONDITION'S A. Weather Conditions 1. Place concrete when concrete temperature is between 40 and 100 d.eg, rees When measured in accordance with AS'I'M.. CI 1064 at point of placement. 2. 1 lot Weather Concreting a. Take immediate corrective action, or cease paving when the arnbient teniperature exceeds 95 degrees. b, Concrete paving operations shall be approved by the ("'ity wh6n ' the concrete temperature exceeds 100 degrees. See Standard Specification for Hot Weather Concreting (ACI 305.1 .06). 3. Cold Weather Concreting a. Do not place when ambient temp in shade is below 40 degrees and fallin& (7oncrete maybe placed when ambient ternp is above 35 degrees and rising or above 40 degrees. 'b. Concrete paving operations shall be approved by the City when ambient temperature isbelow 40 degrees,, See Standard Specification for ("'old Weather Conarefing (ACI 306.1-90). CITYOF FORI WOR,rii WaWi Ranch Pump Stafion Pmjecl TECHNICAL SPECIFICATIONS Prqjea No, 021.94 32 13 13 -3 CONCRETE PAVING Pace 3 of 14 B. Time: Place concrete after sunrise and no later than shall permit the finishing of the pavement in natural light, or as directed by the City. C, A. Cementitious Material: ASTM C150. B. Aggregates: ASTM C33. C. Water: ASTM C1602. D. Admixtures: When admixtures are used, conform to the appropriate specification: 1. Air -Entraining Admixtures for Concrete: ASTM C260. Z:� 2. Chemical Admixtures for Concrete: ASTM C494, Types "A", 66D", "F" and "G." 3. Fly Ash a. Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete: ASTM C618. b. Fly ash may be substituted at one pound per pound of cement up to 25% of the specified cement content when such batch design is approved by the Engineer. tn E. Steel Reinforcement: ASTM A615. F. Dowels and Tie Bars 1. Dowel and tie bars: ASTM A615. 2. Dowel Caps a. Provide dowel caps with enough range of movement to allow complete closure of the expansion joint. b. Caps for dowel bars shall be of the length shown on the Drawings and shall have an internal diameter sufficient to permit the cap to freely slip over the bar. c. In no case, shall the internal diameter exceed the bar diameter by more 1/8 inch, and one end of the cap shall be rightly closed. 3. Epoxy for Dowel and Tie Bars: ASTM C831. a. See following table for approved producers of epoxies and adhesives Pre -Qualified Producers of Epoxies and Adhesives Product Name Co.ncresive 1420 HTE-50 T 308 + P E 1000+ C-6 Epcon G-5 Pro-Poxy-3 ) 00 Fast Tube Shep-Poky T-J11 Ultrabond 1300 Tubes Producer N Powers Fasteners Powers Fasteners Ramset-Redhead Ramset-Redhead Unitex CMC Construction Services Adhesives Technology Z:' CITY OF FORT WORTH TECHNICAL SPECIFICATIONS Walsh Parldl PLI111P Station Project Project No. 02294 3213 13-4 CONCRETE PAVING Pkge 4 of 14 Ultrbone 2300 MS. A-22-2300 Adhesives Technology Slow Set Dynapoxy EP-430 Pecora Corp. EDOT Simpson Strong Tie ET22 Simpson Strong Tie SET 22 Simpson Strong Tie SpecPoxy 300OFS Spec been b. Epoxy Use, Storage and Handling 1) Package components in airtight containers and protect from light and moisture. 2) 'Include detailed instructions for the application of the material and all safety informatian and warnings regarding contact with the comporients. 3) Epoxy label requireirients a) Resin or hardener components b) Brand name c) Name of manufacturer d) Lot or batch number e) 'Temperature range for storage f) Date of manufacture g) Expiration date h) Quantity contained 4) Store epoxy and adhesive components at, temperatures recommended by the manufacturer. 5) Do not use damaged or previously opened containers and any material that shows evidence of crystallization, lumps skinning, extreme thickening, or settling of pignients that cannot be readily dispersed with normal agitation, 6) Follow sound environmental practices when disposing of epoxy and adhesive wastes. 7) Dispose of all empty containers separately. 8) Dispose of epoxy by completely emptying and mix.mg the epoxy before disposal G, Reiriforcerrient Bar Chairs 1. Reinforcement bar chairs or supports shall be of adequate strength to support the reinf6rcemen.t bars and shall not bend or break under the weight of the reinforcement bars or Contractor's personnel walking on the reinforcing bars. 1 Bar chairs may be'made of metal (free of rust), jx-ecast mortar or concrete blacks or plastic. 3. For approval of plastic chairs, representative samples of the plastic shall show no visible indications of deterioration after iininersion in a 5-percent solution of sodium hydroxide for 120-hours. 4" Bar chairs may be rejected for failure to meet any of the requirements of this specification. MUBMWAMM 1. Joint filler is the material placed in concrete pavement and concrete stnictures to allow for the expansion and contraction of the concrete. (MY OF FOR'r WORTH Walsh Ranch Pump &a6on Projea TECHNICAL SPECIF�.CAI'IGNS Pr9ject No. 02294 32 13 13 -5 AM, CONCRETE PAVING Page 5 of 14 2. Wood Boards: Used as joint filler for concrete paving, a. Boards for expansion joint filler shall be of the required size, shape and type indicated on the Drawings gs or required in the specifications. 1) Boards shall be of selected stock of redwood or cypress. The boards shall be sound heartwood and shall be free from sapwood, knots, clustered birdseyes, checks and splits. 2) Joint filler, boards, shall be smooth, flat and straight throughout, and shall be sufficiently rigid to permit ease of installation. 3) Boards shall be furnished in lengths equal to the width between longitudinal joints, and may be furnished in strips or scored sheet of the required shape. I Dimensions. The thickness of the expansion joint filler shall be shown on the Drawings; the width shall be not less than that shown on the Drawings, providing 0 for the top seal space. 4. Rejection. Expansion joint filler may be rejected for failure to meet any of the requirements of this specification. I. Joint Sealants. Provide Joint Sealants in accordance with City standard specifications. J. Curing Materials 1. Membrane -Forming Compounds. a. Conform to the requirements of AST M C309, Type 2, white pigmented compound and be of such nature that it shall not produce permanent discoloration of concrete surfaces nor react deleteriously with the concrete. b. The compound shall produce a firm, continuous uniform moisture -impermeable film free from pinholes and shall adhere satisfactorily to the surfaces of damp concrete. C. It shall, when applied to the damp concrete surface at the specified rate of coverage, dry to touch in I hour and dry through in not more than 4 hours under normal conditions suitable for concrete operations. d. It shall adhere in a tenacious film without running off or appreciably sagging. e. It shall not disintegrate, check, peel, or crack during the required curing period. f. The compound shall not peel or pick up under traffic and shall disappear from the surface of the concrete by gradual disintegration. tD Ginal. The compound shall be delivered to the site in the manufacturer's originalC containers only, which shall be clearly labeled with the manufacturer's name, the trade name of the material and a batch number or symbol with which test samples may be correlated. h. When tested in accordance with ASTM Cl 56 Water Retention by Concrete Curing Materials, the liquid membrane-f6rining compound shall restrict the loss I CD of water present in the test specimen at the time of application of the curing compound to not more than 0.01-oz.-per-2 inches of surface. 2.2 SOURCE QUALITY CONTROL A. Mix Design 1. Concrete Mix Design and Control AM. a. At least 10 calendar days prior to the start of concrete paving0 operations, the Contractor shall submit a design of the concrete mix it proposes to use and a full description of the source of supply of each material component. CITY OF FORT WORTH Walsh Ranch Pump Station Project TECHNICAL SPECIFICATIONS Project No. 02294 32 13 13-6 (.'(.)NCRE'TL-PAVDqG Page 6 of 14 b. The design, of the concrete mix shall produce a quality concrete complying with these specifications -and shall include the fol lowing information: 1.) Design Requirements and Design Surnmary 2) Material source 3) Dry, weight of cement/cubic yard and type 4) Dry weight of fly ash/cubic yard and type, if used 5) Saturated surface dry weiglit of fine and coarse aggregates/cubic yard 6) Design mrater/cubic yard 7) 0 :uantities, type, and name of actin. Lures with manufacturer's data sheets 8) Current strength tests. or strength tests in accordance with AC I 3 18 9) Current Sieve Analysis and -200 Decantation of fine and coarse aggregates and date of tests 10) Fineness modulus of fine aggregate 1.1) Specific Gravity and Absorption Values of fine and coarse aggregates 12) L.A. Abrasion of coarse agejegates c. Once mix design approved by City, maintain intent of mix design and maximuni water to cement ratio. d. No concrete may be placed on the Job site until the mix design. has been approved by the City. 2. Quality of Concrete a. Consistency 1) In general, the consistency of concrete mixtures shall be such that: a) Mortar shall cling to the coarse aggregate 'b) Aggregate shall not segregatein concrete when it, is transported to the place of deposit c) Concrete, when dropped directly from the discharge chute of the illixer, shall flatten out at the center of tlie pile, but the edges of the pile shall stand and not flow d) Concrete and mortar shall show no free water w.hero removed from the mix.er e) Concrete shall slide and not flow into place when transported in .metal chutes at an ankle of 30 degees with the horizontal f) Surface of the finished concrete shall be free from a surface film or laitance 2) When field conditions are such that additional moisture is needed for the final concrete surface finishing operation., the required water shall be applied to the surface by hand sprayer only and be held to a rniniTnum. amount. 3) The concrete shall be workable, cohesive, possess satisfactory finishing qualities and be of the stiffest consistency that can be placed and vibrated into a liornogeneous mass., 4) Excessive bleeding shall be avoided. 5) If the strength or consiAerwy required for the class of coi.-icrete being produced is not secured with the minimum cement specified or without exceeding the maxiTnurn water/cement ratio, the Contractor may use, or the City may require, an approved cement dispersing agent (water reducer); or the Contractor shall furnish additional aggregates, or aggregates with different characteristics, or the Contractor may use additional. cement in order to produce the required results., Cri"Y'OF TFORT WOR'm Walsh Rwch Perin p Stafion Pruject TECHNICAL SPECIFICATIONS Project No. 022.94 32 13 13 -7 CONCRETE PAVING Paae 7 of 14 6) The additional cement may be permitted as a temporary measure, until aggregates are changed and designs checked with the different aggregates or cement dispersing agent. 7) The Contractor is solely responsible for the quality of the concrete produced. 8) The City reserves the right to independently verify the quality of the concrete through inspection of the batch plant, testing of the various materials used in the concrete and by casting and testing concrete cylinders or beams on the concrete actually incorporated in the pavement. Standard Class 1) The standard class for concrete paving sidewalks and driveway shall be 4,000 psi concrete at 28 days, maximum W/C ratio of 0.45, minimum 517 lbs cement per yard, maximum coarse aggregate size of 1-1/2", 199 — 599 slump. 2) No concrete shall be permitted with slump in excess of the maximums shown. 3)) Any concrete mix failing to meet the above consistency requirements, although meeting the slump requirements, shall be considered unsatisfactory, and the mix shall be changed to correct such unsatisfactory conditions. 1. All equipment necessary for the construction of this item shall be on the project. 2. The equipment shall include spreading devices (augers), internal vibration, tamping, and surface floating necessary to finish the freshly placed concrete in such C) I Machine -Laid Concrete Pavement a. Fixed -Form Paver. Fixed -form paving equipment shall be provided with forms that are uniformly supported on a very firm subbase to prevent sagging under the weight of machine. 4. Hand -Laid Concrete Pavement a. Machines that do not incorporate these features, such as roller screeds or vibrating 1 - screeds, shall be considered tools to be used in hand -laid concrete construction, as slumps, spreading methods, vibration, and other procedures are .ZD more common to hand methods than to machine methods. 5. City may reject equipment and stop operation if equipment does not meet requirements. B. Concrete Mixing and Delivery C� - 1. Transit Batching: shall not be used — onsite mixing not permitted C� 2. Ready Mixed Concrete AM, a. The concrete shall be produced in an approved method conforming to the requirements of this specification and ASTM C94/C94M. City shall have access ready mix to get samples of materials. b. City shall have access to ready mix plant to obtain material samples. CITY OF FORT WORTH Walsh Ranch PUMP Station Project TECHNICAL SPECIFICATIONS Project No. 02294 3213 13-8 CONCRETE PAVING Page 8 of 14 c. When ready -mix concrete is used, sample concrete per ASTM C94 Alternate Procedure 2: 1) As the mixer is being emptied, individual samples shall be taken after the discharge of approximately 15 percent and 85 percent of the load. 2) The method of sampling shall provide that the swnples are representative of widely separated!, portions, but not from the very ends of the batch. d. The nibg of each batch, after all materials are in the drum., shall continue until it produces a thoroughly mixed concrete of uniform mass as determined by established mixer performance ratings and inspection., or appropriate uniformity tests as described in ASTM C94. e. The entire contents of the drum shall be discharged before any materials are placed therein for the succeeding batch, f. Retempering or remixing shall not be permitted. 3 Delivery a. Deliver concrete at an interval not exceeding 30 minutes or as determined by City to prevent cold joint. 4. Delivery( 'Tickets a. For all operations, the manufacturer of the concrete shall, before traloading, furnish to the purchaser with each batch of concrete at the site a delivery ticket on which is printed, stamped, or written, the following information to determine that the concrete was proportioned in accordance with the approved mix design. 1) Name of concrete supplier, 2) Serial number of ticket 3) Date 4) Truck number 5) Name of purchaser 6) Specific designation ofJob (name and location) 7) Specific class, design identification and designation of the concrete in conformance with that employed in job specifications 8) Amount of concrete in cubic yards 9) Time loaded or of first pan' xin g of cement and aggregates 10) Water added by, receiver of concrete 11) Type and amount of admixtures C. Subgrade L When manipulation or treatment of'subgrade is required on the Drawings, the work shall be perfotmed in proper sequence with the preparation. of the subgrade for pavement, 2. The roadbed shall be excavated and shaped in conformity with the typical sections and to the lines and grades shown on the Drawings or established by the City. 3 w All holes, is and depressions shall be filled and compacted with sLiitable material and, if required, the subgrade shall be thorouglily wetted and reshaped. 4. Irregularities of more than 1/2 irich., as shown by straightedge or template, shall be corrected. 5. The subgrade shall be uniformlly compacted to at least 95 percent of the maximum density as determined by ASTNI D69 8. 6, Moisture content shall be within minus 2 percent to plus 4 percent of optimum. 7. The prepared subgrade shall be wetted down sufficiently in advance of placing the pavement to ensure its being in a firm and moist condition. CITY OF FORT WORTH WaWi Ranch Purnp Station Project TECHNICAL SPEC ErICATIONS Project No. 02294 low, 32 13 13-9 CONCRETE PAVING Pa.-e 9 of 14 8. Sufficient subgrade shall be prepared in advance to ensure satisfactory prosecution of the work. 9. The Contractor shall notify the City at least 24 hours in advance of its intention to place concrete pavement. 10. After the specified moisture and density are achieved, the Contractor shall maintain the subgrade moisture and density in accordance with this Section. 11. In the event that rain or other conditions may have adversely affected the condition of the subgrade or base, additional tests may be required as directed by the City. M Placing Forms a. Forms for band -laid concrete 1) Forms shall extend the full depth of concrete and be a minimum of 1-1/2 inches in thickness or equivalent when wooden forms are used, or be of a gauge that shall provide equivalent rigidity and strength when metal forms are used. 2) For curves with a radius of less than 250 feet, acceptable flexible metal or wood forms shall be used. 3) All forms showing a deviation of 1/8 inch in 10 feet from a straight line shall be rejected. 2. Settling. When forms settle over 1/8 inch under finishing operations, pavinc, operations shall be stopped the forms reset to line and grade and the pavement then brought to the required section and thickness. 1 3. Cleaning. Forms shall be thoroughly cleaned after each use. 0 0 4. Removal. a. Forms shall remain in place until the concrete has taken its final set. b. Avoid damage to the edge of the pavement when removing forms. c. Repair damage resulting from form removal and honeycombed areas with a mortar mix within 24 hours after form removal unless otherwise approved. d. Clean joint face and repair honeycombed or damaged areas within 24 hours C, after a bulkhead for a transverse construction joint has been removed unless otherwise approved. e. When forms are removed before 72 hours after concrete placement, promptly apply membrane curing compound to the edge of the concrete pavement. 1. General a. When reinforcing steel tie bars, dowels, etc., are required they shall be placed as shown on the Drawings. b. All reinforcinc, steel shall be clean, free from rust in the form of loose or objectionable scale, and of the type, size and dimensions shown on the Drawings. c. Reinforcinc, bars shall be securely wired together at the alternate intersections and all splices and shall be securely wired at each intersection dowel and load - transmission unit intersected. d. All bars shall be installed in their required position as shown on the Drawings. e. The storing of reinforcing or structural steel on completed roadway slabs generally shall be avoided and, where permitted, such storage shall be limited to quantities and distribution that shall not induce excessive stresses. CITY OF FORT WORTH Walsh Ranch Pump Station Project TP(-HNTCAf, SPECIFICATIONS Project No, 02294 32 13 13 - 10 CONCRETE PAVING Page 10 of 14 2. Splices a. Provide standard reinforcement splices by lapping and tying ends. b. Comply with AC.1 318 for minimum. lap of spliced bars where not specified on the Drawings. 3. histallation of Reinforcing Steel a. All reinforcing bars and bar mats shall be installed in the slab at the required depth below the finished surface and supported by and securely r attached to bar chairs installed. on prescribed longitudinal and transverse centers as shown by sectional and detailed drawings on the Drawings. b. Chairs Assembly,, The chair assembly shall be similar and equal to that shown on the Drawings and shall be approved by the City prior to extensive fabrication. c. After the reinforcing steel is securely installed above the subgrade as specified in. Drawings and as herein prescribed, no loading shall be imposed upon the bar mats or individual bars before or during the placing or finishing of the concrete. 4., Installation of'Dowel Bars a. Install through the predrilled joint filler and rigidly support in true hori;or rtal ,and vertical positions by anassembly of bar chairs and dowel baskets, 'b. Dowel Baskets 1) The dowels shall be held in position exactly parallel to surface and centerline of the slab, by a dowel basket that is left in the pavement. 2) The dowel basket shall hold each dowel in exactly the correct position so firmly that the dowel's position cannot be altered by concreting operations. .c. Dowel. Caps 1) Install cap to allow the bar to move not less than 1.-1 / inch in either direction. 5. 'Tie Bar and Dowel Placement a. Place at rnid-deptli of the pavement slab, parallel to the surface. b. Place as shown on the Drawings. Epoxy for Tie and Dowel Bar Installation. I ) Epoxy bars as shown on the Drawings. 2) Use only drilling operations that do not damage the surrounding operations. 3) Blow out drilled holes with compressed air. 4) Completely fill the drilled hole with approved epoxy bef6re inserting the tie bar into the hole. 5) Install epoxy grout andbar at least 6 inches, ernbedded into concrete. F. Joints - 1. Joints shall be placed where shown on thel.),rawings or where directed by the City. 2. The plane of all joints shall make a. right angle with the surface of the pavernent. 3. NoJoints shall have an error in alignment of more than 1/2 inch at any point. 4. Joint Dimensions a. The width of the joint shall be shown on the Drawings, creating the joint sealant reservoir. b. The depth of the joint shall be shown on the Drawings. c.. Dimensions of the sealant reservoir shall be in accordance with rrianufacturer's recomMendations, CITY OF FORT WORTH Walsh Ranch Pump Station Projea TECHNICAL SPECIFICA'TIONS Project No, 02294 32 13 13 - 11 CONCRETE PAVING Page 11 of 14 d. After curing the joint sealant shall be 1/8 inch to 1/4 inch below the pavement surface at the center of the joint. 5. Transverse Expansion Joints a. Expansion joints shall be installed perpendicularly to the surface and to the centerline of the pavement at the locations shown on the Drawings, or as approved by the City. b. Joints shall be of the design width, and spacing shown on the Drdwings, or as approved by the City. c. Dowel bars, shall be of the size and type shown on the Drawings, or as approved by the City, and shall be installed at the specified spacing. d. Support dowel bars with dowel baskets. e. Dowels shall restrict the free opening and closing of the expansion join and shall not make planes of weaknesses in the pavement. f. Greased Dowels for Expansion Joints. 1) Coat dowels with a thin film of grease or other approved de -bonding material. 2) Provide dowel caps on the lubricated end of each dowel bar. g. Proximity to Existing Structures. When the pavement is adjacent to or around existing structures, expansions joints shall be constructed in accordance with the details shown on the Drawings. 6. Transverse Contraction Joints a. Contraction or dummy joints shall be installed at the locations and at the intervals shown on the Drawings. b. Joints shall be of the design width, and spacing shown on the Drawings, or as approved by the City. c. Dowel bars, shall be of the size and type shown on the Drawings, or as approved by the City, and shall be installed at the specified spacing. d. Joints shall be sawed into the completed pavement surface as soon after initial concrete set as possible so that some raveling of the concrete is observed in order for the sawing process to prevent uncontrolled shrinkage cracking e. The joints shall be constructed by sawing to a 1/4 inch width and to a depth of 1 /3 ) inch (1/4 inch permitted if limestone aggregate used) of the actual pavement thickness, or deeper if so indicated on the Drawings. f. Complete sawing as soon as possible in hot weather conditions and within a maximum of 24 hours after saw cutting begins under cool weather conditions. 0 or. If sharp edge joints are being g obtained, the sawing process shall be sped up to 0 c' the point where some raveling is observed. h. Damage by blade action to the slab surface and to the concrete immediately adjacent to the joint shall be minimized. i. Any portion of the curing membrane which has been disturbed by sawing operations shall be restored by spraying the areas With additional curing compound. 7. Transverse Construction Joints a. Construction joints formed at the close of each day's work or when the placing of concrete has been stopped for 30-minutes or longer shall be constructed by use of metal or wooden bulkheads cut true to the section of the finished pavement and cleaned. b. Wooden bulkheads shall have a thickness of not less than 2-inch stock material. c. Longitudinal bars shall be held securely in place in a plane perpendicular to the surface and at right angles to the centerline of the pavement. C 11:1 CITY OF FORT WORTH Walsh Ranch PLIMP Station Project TECHNICAL SPECIFICATIONS Project No. 02294 321313-12 CONCRETE- PAVING Page 12 of 14 d. Edges shall be rounded to 1/4 inch radius. e. Any surplus concrete on the subgrade shall be removed upon the resumption. of the work. 8. Longitudinal Construction Joints a. Longitudinal construction joints shall be of the type shown on the Drawings. 9, Joint Filler a. Joint filler shall be as specified in'2.2.I of the size and shape shown, on the 'Drawings. b. Redwood Boardjoints shall be used for all pavement joints except for expansion joints that are coincident with a buttjoint against existing pavements. c. Boards with less than 25-percent of moisture at the time of installation shall be thoroughly wetted on thejob. d. Green lumber of much higher moisture content is desirable and acceptable. e.. The joint filler shall be appropriately d1illed to admit the dowel bars when required. �t'. The bottom edge of the filler shall extend to or slightly below the bottom of the slab. 'The top edge shall be held approximately 1/2 inch below the finished. surface of the pavement in order to allow the finishing, operations to be continuous, g. Thejoimt filler may be composed of more than one length, of board in the length. of joint, but no board of a length less than 6 foot may be used unless otherwise shown on the Drawings., h. After the rehioval of the side forms, the ends of the joints at the edges of the slab shall be carefully opened for the entire depth of the slab. G. Placing Concrete I . The concrete shall be rapidly deposited on the subgrade in successive batches and shall be distributed to the required depth. and for the entire width of the pavement by shoveling or other approved methods. 2. Any concrete not placed as herein prescribed within the time limits in the following table will be rejected. Time begins when the water is added to the mixer. 'Temperature -- Time Requirements Concrete Temperature Max Time--- ininutes (at point of placement) (no retarding agent) Non Agitated Concrete All temperatures I , 45 Max Time — minutes (with retarding agent)' IR Agitated Concrete Above 90'1F Time may be reduced by 75 City Above 75'F thru 90'F 60 90 60 120 I Non-nal dosage of retarder. CrT'Y OF FORTWORT11 Wgflsh Ranch Purnp Station Pro,.*t TECHNICAL SPECIFICATIONS Project No, 02294 32 13 13 - 13 CONCRETE PAVING Pa2e 13 of 14 3. Rakes shall not be used in handlinc, concrete. 4. At the end of the day, or in case of unavoidable interruption or delay of more than 30 minutes or longer to prevent cold joints, a transverse construction joint shall be placed in accordance with 3.41.7 of this Section. 5. Honeycombing a. Special care shall be taken in placing and spading the concrete against the forms and at all joints and assemblies so as to prevent honeycombing. b. Excessive voids and honeycombing in the edge of the pavement, revealed by the removal of the side farms, may be cause for rejection of the section of slab in which the defect occurs. H. FinishinC,o, 1. Machine a. Tolerance Limits 1) While the concrete is still workable; it shall be tested for irregularities with a 10 foot straightedge placed parallel to the centerline of the pavement so as to bridge depressions and to touch all high spots. 2) Ordinates measured from the face of the straightedge to the surface of the pavement shall at no place exceed 1/16 inch -per -foot from the nearest point of contact. 3) In no case shall the maximum ordinate to a 10 foot straightedge be greater than 1/8 inch. 4) Any surface not within the tolerance limits shall be reworked and refinished. b. Edging 1) The edges of slabs and all requiring edging shall be carefully tooled C� edging with an edger of the radius required by the Drawings at the time the C, concrete begins to take its "set" and becomes non -workable. C� 2) All such work shall be left smooth and true to lines. Hand a. Hand finishing permitted only in intersections and areas inaccessible to a finishing machine. b. When the hand method of striking off and consolidating is permitted, the concrete, as soon as placed, shall be approximately leveled and then struck off with screed bar to such elevation above grade that, when consolidated and finished, the surface of the pavement shall be at the grade elevation shown on the Drawings. c. A slight excess of material shall be kept in front of the cutting edge at all times. d. The straightedge and joint finishing shall be as prescribed herein. I. Curing 1. The curinc, of concrete pavement shall be thorough and continuous throughout the C� 1_� ZD entire curing period. C� 1 Failure to provide proper curing as herein prescribed shall be considered as 0 sufficient cause for immediate suspension of the paving operations. 3 The curing method as herein specified does not preclude the use of any of the other commonly used methods of curing, and the City may approve another method of curing if so requested by the Contractor. C) 4, If any selected method of curing does not afford the desired results, the City shall have the right to order that another method of curing be instituted. CITY OF FORT WORTH Walsh Ranch Pump Station Project TECHNICAL SPECIFICATIONS Project No. 02294 3213 13-14 CGNCRETE PAVfNG Page 14 of 14 5. After removal of the side forms, the sides of the slab shall receive a like coating before earth is banked agairist them. 6. The solution shall be applied, under pressure with a spray nozzle, in such a manner as to cover the entire surfaces thoroughly and completely with a uniform film. 7. The rate of application shall be such as to ensure complete coverage and shall not exceed, 20-squarre-yards-per-gallon of curing compound. 8. When thoroughly dry, it shall provide a continuous and flexible mernbrane, free from' cracks or pinholes, and shall not disintegrate, check, peel or crack during the curing period, 9. if for any reason the seal is broken during the curing period, it shall be im, mediately repaired with additional sealing solution. 10. When tested in accordance with ASTM C.156 Water Retention by Concrete Curing Materials, the curing compound shall provide a fihn which shall have retained within the test specimen a percentage of the moisture present in the specimen when the curing compound was applied according to the following. 11 Contractor shall maintain and properly repair damage to curing materials on exposed surfaces of concrete pavement continuously for a least 72 hours. 3.2 SITE QUALITY CONTROL A. Testing of Materials 1.. Sarnples of all materials for test shall be made at the expense of the Contractor, unless otherwise specified in the special provisions or in the Drawings. 2. In the event the initial sampling and testing does not comply with the specifications, all subsequent testing of the material in order to determine if the material is acceptable shall be at the Contractor's expense 3. All testing shall be in accordancewith applicable AK M Standards and concrete test ng technician must be ACI certified or equivalent. END OF SECTION CITY OFFORTWORTH Wa3sh Ranch Pump Stafion Project TECHNICAL SPECIFICATIONS Project No, 02294 32 92 13 - I HYDROTMULCHING, SEEDING AND SODDING Page I of 5 SECTION 32 92 13 HYDROMULCHING AND SEEDING PARTI- GENERAL 1.1 SUMNIARY A. Section Includes: 1. Furnishing installing and installigrass hydromulch and permanent seeding as shown on 1= 0 Drawings, or as directed. B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division I - General Requirements 1.2 PRICE AND PAYMENT PROCEDURES 1. Hydomulch and Seeding a. Measurement and Payment 1) Measurement and payment for this Item shall be considered subsidiary to the lump sum for pump station site work. b. The work shall include: I ) Stockpiling topsoil disturbed during construction for placement, spreading, and grading on and over disturbed areas 2) Furnishing and placing all Seed 3) Furnishing and applying water for seed fertilizer 4) Slurry and hydraulic mulching 5) Fertilizer 6) Watering (until established) 7) Disposal of surplus materials 1.3 INFORMATIONAL SUBMITTALS A. Seed 1. Vendors' certification that seeds meet Texas State seed law including: a. TestinC, c, and labeling for pure live seed (PLS) M b. Name and type of seed 2. All seed shall be tested in a laboratory with certified results presented to the City in writing, prior to planting. C 3. All seed to be of the previous season's crop and the date on the container shall be within 12 months of the seeding date. C) A. Seed 1. If using native grass or wildflower seed, seed must have been harvested within 100 miles of the construction site. 2. Each species of seed shall be supplied in a separate, labeled container for acceptance by the City. B. Fertilizer 1. Provide fertilizer labeled with the analysis. FORT WORTH WATER DEPARTMENT Walsh Ranch Purnp Station Project TECHNICAL SPECIFICATIONS 32-92-13 Project No. 02294 329213-2 F1'YDR()1vflTL,C'1IING, SEEDING AND SODDING Page 2 of 5 2. Conform to Texas fertilizer law. MMMEEM A. Materials L Seed a. General 1) Plant all seed at rates based on pure live seed (PLS) a) Pure Live Seed (P.LS) determined using the formula: (1) Percent Pure Live Seed = Percent Purity x [(Percent Germination + Percent Firm or Hard Seed) + 100] 2) Availability of Seed a.) Substitution of individual seed types due to lack of availability may be permitted by the City at the time of planting. b) , Notify the City prior to bidding of difficulties locating certain species. 3) Weed seed a) Not exceed ten percent by weight of the total of pure live seed (Pl S) and other material in the mixture b) Seed not allowed.- (1) Johnson sass (2) Nutgrass seed 4) Harvest seed within I -year prior to planting b. Non-native Grass Seed 1) Plant between April 15 and September l. 0 Lbs. Common Name Botanical Name Purity Germination. PLS/Acre (percent) (percent 9- 25 Bermuda (unhulled) c�ynodon dactylon 85 90 75 Bermuda (hulled) ynodon dactylon 95 90 2) Plant between September 10 and April 15 Lbs. Common. Name Botanical Name Purity Germination PLS/Acre (Per.c,ent): "1 (percent) 220 Rye! Grass 01i. Wn Mulfifl6l­um 8 5 90 75 Bermuda, (unhulled) qVn0d0jj dacly1of, 95 90 c. Native Grass Seed .1) Plant between Febmary.1 and October 1. Lbs. PLS/Acre 1.6 5.5 3.7 17,0 1.8 0.5 6°O &0 1.2 Common Name Botanical Name Green Sprangletop Leptochloa dubia Sideoats Grama* Bouteloua curfipendiela, Little Bluestein* Schizach);riunt scoparium BuffalogoTass Buchloe dacoloides Indian Grass* Sorgha�&um nutans Sand Love rays* Erqposds ifichodes Big Bluestem AndrqP0g0)7 gerarciff Eastern Grama TH17,Ycacum dacryloides Blue Gram.a Boatteloua gracifi� FORT W'CWrH WA�MR DEPARTMENT Walsh Ranch Pump Station Project TECIDUCAL SPECIFICATIONS 32-92-13 Project No. 02294 3292 13 -3 0011 HYDRONflJLCHING, SEEDING AND SODDING Page 3 of 5 1.8 Switchgrass Panicum virgatum 10.0 Prairie Wildrye* Elymus canadensis d. Wildflower Seed 1) Plant between the following: a) March 5 and May 31 b) September I and December I Lbs. PLS/Acre Common Name Botanical Name 3.0 Bush Sunflower Sinsia calva 5.0 Butterfly Weed Asclepias tuberosa 2.0 Clasping Coneflower* Rudbeckia amplexicaulis 3.0 Golden - Wave Coreopsis basalis 13.4 Illinois Bundleflower Desmanthus illinoensis 13.6 Partridge Pea Cassia fasciculata 2.0 Prairie Verbena Verbena bipinnatifida 8.0 Texas Yellow Star Lindheimeri texana 8.0 Winecup Callirhoe involcrata 2.0 Black-eyed Susan Rudbeckia hirta 18.0 Cutleaf Daisy Engelmanniapinnatifida 2.0 Obedient Plant Physostegia intermedia .3.0 Pitcher Sage Salvia azurea 2.0 Plains Coreopsis Coreopsis tinctoria 8.0 Scarlet Sage Salvia coccinea *not to be planted within ten feet of a road or parking lot or within three feet of a walkway e. Temporary Erosion Control Seed 1) Consist of the sowing of cool season plant seeds. Mulch a. For use with conventional mechanical or hydraulic planting of seed. b. Wood cellulose fiber produced from virgin wood or recycled paper -by-products (waste products from paper mills or recycled newspaper). c. No growth or germination inhibiting factors. d. No more than ten percent moisture, air dry weight basis. e. Additives: binder in powder form. f Form a strong moisture retaining mat. C 3. Fertilizer a. Acceptable condition for distribution b. Applied u ' niformly over the planted area c. Analysis 1) 16-20-0 2) 16-8-8 d. Fertilizer rate: 1) Not required for wildflower seeding 2) Newly established seeding areas - 100 pounds of nitrogen per acre 3) Established seeding areas - 150 pounds of nitrogen per acre C, C, 4. Water: clean and free of industrial wastes or other substances harmful to the germination of the seed or to the growth of the vegetation. 5. Soil Retention Blanket FORT WORTH WATER DEPARTMENT Walsh Ranch Pump Station Project TECHNICAL SPECIFICATIONS 32-92-13 Project No. 02294 329213-4 HYDRONMLCHING, SEEDING AND SODDING Page 4 of 5 a. "Curlex I" from American Excelsior, 900 Ave. H East, Post Office Box 5624, Arlington, Texas 76001, 1-800-777-SOIL or approved equal. MMFZ��� A. Surface Preparation: clear surface of all material. including: 1. Stumps,' stones, and other ojects larger than one inch. 2. Roots, brush, wire, stakes, etc. 3. Any objects that may interfere with seeding or maintenance. FAI � I 1. Compacted areas: fill 1 inch deep 2. Areas sloped greater than 3: 1: run a tractor parallel to slope to provide less seed/water run-off I Are near trees: Do not till deeper than 1/2 inch inside "drip line" of trees. ® INSTALLATION L General a. Seed only those areas indicated on the Drawings and areas disturbed by construction. b. Mark each area to be seeded in the field prior to seeding for City approval. 2. Broadcast Seeding a. Broadcast seed in 2 directions at right angles to each other. b.. Harrow or rake lightly to cover seed. c. Never cover seed with more soil than twice its diameter., d. For wildflower plantings: 1) Scalp existing grasses to 1 inch 2) Remove grass clippings, so seed can make contact withilie soil. 3, Mechanically Seeding (Drilling,): a. Uniformly distribute seed over the areas shown on the DraNvings or as directed. b. All varieties of seed and fertilizer may be distributed at the same time provided that each component is unifomily applied at the specified rate. c. Drill seed at a depth of 1/4 inch to 3/8 inch utilizing a pasture or ran eland type drill. d. Drill on the contour of slopies e. After planting roll with a roller integral to the seed drill, or a corrugated roller of the "Cultipacker" type. f. Roll slope areas on the contour. 4. Hydromulching a. Mixing: Seed, mulch, fertilizer and water may be mixed provided that: 1) Mixture is uniforraly suspended to form a homogenous sluny. 2) Mixture forms a blotter -like ground cover imprepated unif-brinly with grass seed. 3) Mixture is applied within 30 minutes after placed in the equipment. b. Placing FORT—WOR"m WATER DEPARTMEN'T" Walsh Mich Pump Stafion Project TECHNICAL SPECIFICATIONS 32-92-13 Project No. 02294 3292 13-5 HYDROMULCHING, SEEDING AND SODDING Page 5 of 5 1) Uniformly distribute in the quantity specified over the areas shown on the Drawings or as directed. 5. Fertilizing: uniformly apply fertilizer over seeded area. 6. Watering a. Furnish water by means of temporary metering / irrigation, water truck or by any other method necessary to achieve an acceptable stand of turf as defined in 3.13.B. b. Water soil to a minimum depth of 4 inches within 48 hours of seeding c. Water as direct by the City at least twice daily for 14 days after seeding in such a manner as to prevent washing of the slopes or dislodgement of the seed. d. Water until final acceptance. e. Generally, an amount of water that is equal to the average amount of rainfall plus 1/2 inch per week should be applied until accepted. 3.3 AIALNTENANCE A. Seeding Z:1 1. Water and mow sod until completion and final acceptance of the Project or as directed by the City. 2. Maintain the seeded area until each of the following is achieved: a. Vegetation is evenly distributed b. Vegetation is free from bare areas 010"11- 3. Turf will be accepted once fully established. a. Seeded area must have 100 percent growth to a height of 3 inches with I mow cycle performed by the Contractor prior to consideration of acceptance by the City. B. Rejection 1. City may reject hydromulch or seeded area on the basis of weed populations. FORT WORTH WATER DEPARTMENT Walsh Ranch Pump Station Project TECHNICAL SPECIFICATIONS 32-92-13 Project No. 02294 3 .33 0131 - I CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page I of 2 SECTION 33 0131 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION A. Section Includes: I . Requirements and procedures for Closed Circuit Television (CCTV) Inspection of large diameter water mains. B. Related Specification Sections include, but are not necessarily limited to: 1. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 1.2 PRICE AND PAYMENT PROCEDURES 1. Measurement a. Measurement for this Item will be by the linear foot of buried 30" and' )6" water main installed as part of the Walsh Ranch Pump Station Project. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will receive no direct compensation but will be considered incidental to the unit price to install buried 30" and 36" water mains and fittings. 3. The work shall include: a. Mobilization b. Cleaninc, 0 c. Digital file 0911WE"M 111HOCINE111111 lfllkvjnffkiwlff��� A. Coordination 1. Water Lines a. Any equipment used to inspect water mains must be completely and thoroughly 0 disinfected prior to allowing entry into a potable water main for inspection purposes. 1.4 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 ) 00. A. Pre -CCTV submittals for water mains shall include 1. Project schedule 2. Listing of CCTV equipment and procedures 3. Description of equipment disinfection procedures. CITY OF FORT WORTH Walsh Ranch PumpStation Project TECHNICAL SPECIFICATIONS Project No. 02294 330131-2 CLDSED CIRCUTT TELEEVISION (CCIV) INsPi7crION Page 2 of 2 1.6 CLOSEOUT SUBMITTALS A., Post -CCTV submittals L 2 copies of CCTV video results on DVD 2. 2 hard copies of Inspection Report ,A,. Water Lines 1. Coordinate with City.of Fort Worth Water Department for CCTV equipment and cleaning requirei-nents. 2.2 INSPECTION (CCTV) ,A. General 1. Be& inspection immediately after- cleaning ofthe main. 2. Move camera lbrough the line in either direction at a moderate rate, stopping when nccesswy to permit proper doculnentation of the main's condition. 3, Do not move camera at a speed greater than 30 feet per minute. 4® Use manual winches, power winches, TV cable, and power rewinds that do not obstruct the camera view, allowing for proper evaluation. 5. Durbig investigation stop camera at each defect along the main. a. 'Record the nature, location and orientation of the defect or infiltration location as specified in the CCTV Manual. 6. Pan and tilt the cimera to provide additional detail at: a. Valves b. Branchesand connections c. Any debris or material defect, 7. Provide UCLIrate distance, measurement, a. The meter device is to be accurate to the nearest 1/10 foot. 8. CCTV inspections are to be continuous. a. Do not provide a single segment of main on more than I DVD. B.. Post - Installation Inspection 1. Flush and clean main prior to perfbnning inspection. C. Documentation of CCIN Inspection 1. Water 11nes a.. Provided docurneritation. for video, data logging md reporting END OF SECTION CITY OF FORTIVVOR T1 I Walsh Rmch PunipStafion Project TECHNICAL SPIECIFICATIONS Project No. 02294 33 04 10- 1 JOINT BONDING AND ELECTRICAL ISOLATION Paae I of 5 SECTION 33 04 10 JOINT BONDING AND ELECTRUCALIASALI 1V A. Section Includes: 1. Joint bonding requirements for electrical continuity of: C� a. Dielectrically coated steel pipe b. Ductile iron pipe 2. Electrical isolation devices for installation at: a. Connections to existing piping b. Laterals to pump station c. Mag meter connection d. Flanged gate valve connection e. Selected below bade to above ground piping transitions B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division I ® General Requirements A. Measurement and Payment 1. The work performed and materials famished in accordance with this item are subsidiary to the unit price bid for buried steel or ductile iron pipe. 2. The work shall include: a. Passive cathodic protection system for 30" and 36" buried water pipelines, designed to electrically isolate and protect buried pipelines from external corrosion, in accordance with NACE SP0169 and/or SPO 100. b. Famish and install Joint Bonding and Electrical Isolation materials/equipment as required c. Excavation d. Famishing, placement, and compaction of backfill e. Field welding f. Connections g. Adjustments h. Testing i. Clean-up j. Start-up/Commissioning 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date loorcrZ�C�ed at the end of this Specification, unless a date is specifically cited. FORT WORTH WATER DEPARTMENT Walsh Ranch Pump Station Project TECHNICAL SPECIFICATIONS 33-04-10 Project No. 02294 330410-2 JOINT BONDD14G AND ELECITUCAL ISOLATION Page 2 of 5 2. ASTNUIntemational (ASTM). 3, American Water Works Association (AWWA): a. C207, Steel Pipe Flanges for Waterworks Service -, Sizes 4 IN througlwi, 144 IN. 4. NACE Interriational (NACE). A.. Submittals shall be in accordance with. Section, 0133 00. B. All submittals shall be approved bythe City prior to delivery and/or fabrication for specials. 1.5 ACTION SUBMITT' ALSfINFORMATIONAL SIB AUTTALS 1. Manufacturer's catalog cut sheets shall be submitted for each item. a. Include the manuf4durer's name and provide sufficient! information. to show that the materials meet the requirements of the Contract Documents for: 1) Flange Isolation 2), BondffigClips 3) Petrolatum -tape 2. Where more than .1 item or catalog number appears on a catalog cut sheet, clearly identiv the item proposed, B. Test and Evaluation Reports I . Record results for the Post --Installation Thermite Weld Inspection and submit to the City for approval prior to back.fillip g. 2. Record results for bonded joint testing and submit to City for approval prior to backfilling. 3 Record results for the continuity test for ca,sing to cw7ier pipe and submit to the City fix- approval prior to backfilling. 1.6 CLOSEOUT SUBM][TTALS A. Test results :for electrical continuity, flange isolation and casing to carrier pipe isolation shall be submitted to the City. B. Results of all testing are to be submitted to City for inclusion in the O&M manual. PART 2 ® PRODUCTS 2®1 MATERIALS A., Joint Bonding arid Electrical Isolation Materials to be incorporated into the project include, but are not limited to, the following, 1. Electrical continuity bonds 2. Fimige isolation assemblies B. Electrical Coiifiriuity Bonds 1. Applications for Electrical Continuity Bonding include the fo. flowing: a. Bonding across bolted joint assemblies b. Bonding across gasketedjoint assemblies FORT WORTH WAI'ER DEPAMMENT Walsh Ranch Pump Station Pro..*t "I'ECHNICAL SPECEICA"T'IONS 33-04­10 Pro.ject No, 02294 3304 10 -3 JOINT BONDING AND ELECTRICAL ISOLATION Pan 3 of 5 C. Flange Isolation 1. Required applications of dielectric flange isolation assemblies include, but are not limited to, selected locations where new piping is mechanically connected to existinC, g piping. 2. Gasket a, Isolating and seal gasket b. G- 10 Epoxy Glass material c. Full face d. 1/8-inch thickness e. Use with a minimum of I EDP M sealing element placed in a tapered groove. f. NSF 61 certified g. A minimum of 800 volts/mil dielectric strength is required. h. Flange shall seal for the test pressure without leaking. 3. Sleeves a. Provide full length mylar sleeves. 4. Washers a. Provide double G-10 washer sets. A. Preparation of Steel Pipe for Bonding C, 1. Bonding wires are not required for welded steel pipe. 2. Mechanical jointed steel pipe requires the installation of bond wires across the joint as shown on the Drawings. B. Preparation of Ductile Iron Pipe for Bonding C' 1. Install insulated bond wires as required by the passive cathodic protection system design. C. Electrical Bond Wires 1. Electrical bond wires are to be a minimum No. 4 AWG, 7 stranded, copper cable with TFHIN insulation. 2. Remove I inch of THHN insulation from each end of the bond wire. 3. Therinite weld the bond wires to the pipeline. 4. Provide the minimum number of bond wires as shown on Drawings for steel or ductile iron pipe. D. Electrical Bond Clip 1. Weld 3 AST M 366 steel bondingC, clips, each approximately 0. 13 inches thick, 2.5 inches long, and 1.25 inches wide, with 1/8-inch fillet welds to the bell and spigot of adjacent pre -stressed concrete cylinder pipe or steel pipe with rubber gasketed joints. 2. Manufacture clips to maintain continuity regardless of small deflections of finished joints. FORT WORTH WATER DEPARTMENT Walsh Ranch PLIMP Station Project TECHNICAL SPECIFICATIONS 33-04-10 Project No. 02294 330410-4 JOINI'BONDING AND ELECTRICAL ISOLATION Page 4 of 5 L Inspection a. Use continuous bond wires with no cuts or tears in the insulation covering the conductor. 2. General a. Attach bond wires at required locations by thermite welding process. 3. Thermite Welding Methods a. Perform, thermite welding of bond wires to piping in the following manner: 1) Clean and dry pipe to which the wires are to be attached. 2). Use grinding wheel to remove, all coating, mill scale, oxide, grease and dirt from an area approximately, 3 inches square. a) Grind surface to bright metal. 3) Remove approximately I inch of insulation from each end of wire to be thermite welded to pipe exposing clean, oxide -free copper for welding. 4) Select proper size thermite weld mold as recommended by manufacturer. Place -wire or strap between graphite mold and the prepared metal surface. 5) Place metal disk in bottom of mold. 6) Pour thermite weld charge into the mold. Squeeze bottom of cartridge to spread ignition powder over charge, 7) Close mold cover and ignite starting powder with flint gun. 8) After exothermic reaction, remove thermite weld mold and gently strike weld with a hammer to remove weld slag. 9) Pull on wire oi- strap to assure a secure connection. l 0) If weld is not secure or the bond breaks, repeat procedure with new wire. 11) If the weld is secure, coat all bare metal and weld metal with Stopaq CZ tape. 4. Post-InstallatiOn'Thermite Weld Inspection a. Contractor is responsible for all testing. b° All testing is to be performed by or under the supervision of certified :NAC personnel. c. Visually examine each thermite weld connection for strength and suitable coating prior to backfilling. dMeasure resistance through selected bonded joints with a digital low resistance ohmmeter (DLRO). 1) Resistance of 0.001 oluns or less is acceptable. 2) If the above procedure indicates a poor quality bond connection, reinstall the bond. 3) Record results and submit to the City 15or approval prior to back -filling, 5. Backfilling of Bonded Joints a. Perf6rin backfil ling of bonded piping in manner that prevents damage to the bonds and all connections to the metallic structures. b. Use appropriate backfill material to completely cover the electrical bond. c. Provide.protection so that future construction activities in the area will not destroy the bonded comiections. d. If construction activity darnages a bonded connection, install new bond wire. B. Installation of Pipeline Flange lsola6'm Devices 1. Placement a. Install isolation joints at the locations shown on the Drawings. 2. Assembly a. Place gasket, sleeves and washers as recommerided by the manufacturer, FORT WORTH WATER DEPARTMENT Walsh Ranch Pump SWion Pro.iect T ECIINICAL SPECIFICATIONS 33-04-10 Project No. 02294 E;A 33 04 10-5 JOINT BONDING AND ELECTRICAL ISOLATION Page 5 of 5 b. Follow manufacturer's recommendations for even tightening to proper torque. Testing a. Immediately after an electrical isolation fitting has been installed, contact the City to perform testing for electrical isolation effectiveness. C� 4. Painting C� a. Do not use metal base paints on electrical isolation devices. 5. Encapsulation a. Encapsulate below -grade isolation joints with the Denso Densyl Tape system after the isolation joint has been tested for effectiveness. A. Testing of Joint Continuity Bonds and Isolation Joints 0 1. After the completion of the continuity bonding of individual joints, but before the 0 pipe is backfilled, each bonded joint shall be tested for electrical continuity. 2. A DC current shall be impressed on the pipe on I side of the joint under test using a portable 12-volt battery and a driven ground rod. The battery shall be connected such that the positive terminal is connected to the ground rod and the negative terminal is connected to the pipe section under test. The magnitude of test current is not important as long as it causes a change in pipe -to -soil potential on the section of pipe that is in the test current circuit. 3. The pipe -to -soil potential shall be measured on each side of the isolation joint using a high impedance voltmeter and portable copper/copper sulfate reference electrode with the test current "on" and "ofF. 4. Ajoint is considered electrically continuous if the "on" and "off potentials are the same on either side of the joint under test. 5. This same procedure shall be used to test individual isolation joints except that the joint is considered effective if the pipe -to -soil potential is not the same when measured on each side of the joint when the test current is "on". 6. Record results and submit in accordance with this Specification. FORT WORTH WATER DEPARTMENT TECHNICAL SPECIFICATIONS 33-04-10 Walsh Ranch Pump Station Project Project No. 02294 33 04 11 - I CORROSION CONTROL TEST STATIONS Page I of 6 SECTION 33 04 11 CORROSION CONTROL TEST STATIOXTS 1. Test station materials and installation requirements. 2. Required applications of corrosion control test stations include locations where future testing is anticipated for the following reasons: a. Testing to determine the effectiveness of the installed Cathodic Protection systems and to allow for startup adjustments b. Testing to determine sources and magnitude of stray DC currents and required mitigative measures c. Periodic monitorino, to determine status of existing Cathodic Protection systems, stray current and foreign line influence B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division I — General Requirements 3. Section 33 04 12 — Magnesium Anode Cathodic Protection System 1WM 2*114[si W,110r �.M 1021 a A. Measurement and Payment 1. Measurement and Payment a. This Item is considered subsidiary and incidental to the unit price for the installation of either buried steel or ductile iron water pipe. 2. The work shall include a. Design of passive cathodic protection system for 3 0" and 3 6" buried water pipelines, designed to electrically isolate and protect buried pipelines from external corrosion, in accordance with NACE SPO 169 and/or SPO 100, b. Furnish and install Corrosion Control Test Stations, materials and equipment c. Excavation d. Furnishing, placement, and compaction of backfill e. Field welding f. Connections C�Cr . Adjustments h. Testing i. Clean-up j. Start-up/Commissioning C� FORT WORTH WATER DEPARTMENT Walsh Ranch PLIMP Station Project TECHNICAL SPECIFICATIONS Project No. 02294 330411-2 CORROSIOlq CONTROLTEST STATIONS Page 2 of 6 I . Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. NAC.E.International (NACE) 1.4 SUBNHTTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery and/or fabncation for specials.. A. Product Data 1. Submit product data for all components of the Corrosion Control Test Stations. Data submitted shall include. a. Test Station b. Wiring c. Splicing materials d. Thermite weld materials e. Weld coatings A. StructureAo-soil potential data shall be submitted to the City. 1.7 QUALITY ASSURANCE A. Certifications 1. Provide manufacturer's certifications that all components of the corrosion control system meet the requirements of the Contract Documents., a. The certification shall reference the applicable Section of the Specifications and the applicable standar(I details. B. Inspection 1. The City may, at its own cost., inspect the Cathodic Protection materials prior to, or during, installation. NEE= L The drawings for the corrosion control test stations are diagrammatic and shall not be scaled for exact locations, unless scales are explicitly stated on the specific drawing. 2. Field conditions, conflicts with other utilities or mechanical, and structural features shall detemaine exact locations. I Contractor shall note other existing utilities in the area and during excavation, shall not damage these utilities,, 4. Any damaged utilities shall be repaired to the satisfaction of the City at the Contractor's expense, FORT WORTH WATER DEPARTMENT Walsh Ruich Pump Station Project TECHNICAL SPECIFICATIONS Project No. 02.294 Nlnl� �N_V_ � I 33 04 11 -3 CORROSION CONTROL TEST STATIONS Page 3 of 6 1. Test stations shall consist of test wires, a terminal head and a traffic box as shown on the Drawings. 2. The terminal head shall be a 7 terminal "Bic, Fink" as manufactured by Cott Zn Manufacturing Company or approved equal. 3. The test station shall be installed in a 24-inch x 24-inch x 6-inch concrete pad. 4. The Precast Concrete traffic box shall be a 10.25-inch diameter 3-RT with a cast iron cover marked "CP Test" as manufactured by Brooks Products, Inc. or approved equal. 5. Install a marker sip adjacent to all flush -mounted test stations. B. Above -Grade Test Stations 1. At test station locations where flush mounted structures cannot be installed, or where stated on Drawings, an above -grade test station shall be used, and placed such that possible damage from vandalism, traffic, etc. is minimized. 2. The test station shall be a 7 terminal "Big Fink" as manufactured by Cott Manufacturing or approved equal. 3. The "Big Fink" test station shall be mounted on a 5 foot length of 3-inch diameter UV -resistant plastic conduit in populated locations and mounted on a 5 foot length of 3-inch diameter concrete filled galvanized steel conduit in low population locations. 4. The test station shall be installed adjacent to a permanent structure, if available, for physical protection. a. If exposed to traffic, provide a frangible base for test station. 5. The interior of the test station conduit shall be filled with Portland cement concrete after the installation of the test and bond wires. 6. The test station conduit shall be installed with a 24-inch x 24-inch x 6-inch concrete pad. C. Permanent Reference Electrodes 1. The permanent reference electrode shall be a copper sulfate Permacell Plus double membrane ceramic cell in a aeomembrane package as manufactured by Corrpro C C� Companies, Inc. or approved equal. 2. Equip with No. 14 AWG Stranded copper wire with blue HMVVPE insulation of suitable length to attach to the terminal board of the test station. 1. Test station lead wires of all sizes shall have TW, THW, or THHN insulation as shown on the Drawings. C) 2. Insulation type shall be color coded based upon connection to underground structures. a. Protected pipeline: white b. Foreign structures: red c. Steel casings: yellow d. Permanent reference cells: blue FORT WORTH WATER DEPARTMENT Walsh Ranch PLIMP Station Project TECHNICAL SPECIFICATIONS Project No. 02294 33 04 11 - 4 MUZOSION C'ONTROL TEST STATIONS Page 4 of 6 e,, Anode header cable: black (HMWPE) f, Unprotected or existing pipeline: black (11M.WPE) 1 Test station lead wires shall be terminated on the test station terminal board utilizing crimped on solderless ring terniinals. 4. All terininal boards shall be wired by the installer as shown on the Drawings. E. Therrnite Weld Equipment I. Charges and Molds a. Weld charges and mold size shall be specified by the manufacturer for the specific surface configuratioia. b. Use only the correct charges for the specific application. c. Welding charges and molds shall be Enico, Cadweld or Continental Industries Thermoweld. 2. Weld Coating a. Coat weld with Stopaq CZ tape or approved equal. L Install test stations at each of the locations scheduled on the Drawings. At a mirthriurn, test stations are required at each of the following locations: a. At all major underground metallic pipeline crossings b.. At all underground isolation flanges c. At all magnesium anode ground bed locations B. General 1. Install test stations at locations indicated on Drawings. a. If a flush mounted test station is not feasible in a particular location, then an above -grade test station may be used, subject to approval by the City or its designated representative. 2. Use continuous test station lead wires without cuts or tears in the insulation. 3. I.ocate test stations as indicated on Drawings, as close to the pipe as possible. a. If the pipe is instal "led under a road, place the test station at the curb for easy access. 4. Attach test lead wires to the pipe by thermite welding. 5. Attach test wires to the pipe prior to backfilfing, 6. Use color coded test wires as indicated on the Contract Documents. T Wire test station. terminal board configiirations as shower on the Drawings. .At forei&m pipeline crossing test stations: a. Notify the owners of the pipeline and obtain permissimi before the test leads are connected to their pipeline. b. The foreign pipeline owner should have a representative present. c. Contractor shall not install lead wires or bond wires on foreign pipelines. d. If foreign pipeline owner refuses test leads connected to their pipeline, then document owner's refusal. and install potential test station on water main. e, Document the owner's contact name, phone number, email address and date of contact. f Submit docUlnentation to the City or its designated representative, FORT WORTI I WATER. DEPARTMENT Walsh Ranch Pump Suation ProJect TECIR11CAL. SPECIFICA,rIONS Project No. 02294 33 04 11 -5 CORROSION CONTROL TEST STATIONS Page 5 of 6 C. Flush -Mount Test Stations 1. Install as shown on the Drawings. Sufficient slack shall be coiled beneath the test station to allow for soil settlement and to prevent damage to the leads during backfilling. a. Additional slack shall be left to allow for withdrawal of the terminal board a minimum of 18 inches above the top of the precast concrete traffic box for test purposes. 3. Install with permanent copper sulfate reference electrodes where indicated on the Drawings. a. Install permanent reference electrode approximately 6 inches from the pipe. b. Compact native soil by hand around the electrode. c. The balance of the backfill shall be select granular backfill material. d. Saturate the backfilled permanent reference electrode with 5 gallons of water. 4. Set test stations installed outside areas of permanent paving materials in a Portland cement concrete pad. a. The concrete pad shall be a minimum of 24 inches square and no less than 6 inches thick. D. Above -Grade Test Stations 1. Install above -grade test stations where a flush mounted test station cannot be located. 2. Use and location of above -grade test stations shall be approved by the City or its designated representative. 3. Locate test station adjacent to a permanent structure a power pole), if (e.g.C, available, for physical protection. 4. Coil sufficient slack beneath the test station to allow for soil settlement and to prevent damage to the leads during backfilling. C5 5. Pour a 24-inch x 24-inch x 6-inch concrete pad at grade around the test station conduit. 6. Fill the interior of the 3-inch above -grade test station steel galvanized conduit with Portland cement concrete after installation of the test stations wires. E. Test Lead Wire Attachment 1. Attach test leads to the pipe by thermite welding directly to the pipe on steel and ductile iron pipelines as shown on Drawings. a. See Drawings. 2. The pipe to which the wires are to be attached shall be clean and dry. 3. When connecting directly to the pipe, use a grinding wheel to remove all coating, mill scale, oxide, grease and dirt from an area approximately 3 inches square. a. Grind the surface to bright metal. 4. The wires to be thermite welded to the pipe shall have approximately I inch of insulation removed from each end, exposing clean, oxide -free copper for welding. 5. Using the proper size thermite weld mold as recommended by the manufacturer, place the wire between the graphite mold and the prepared metal surface. a. Use a copper sleeve crimped over the wire for all No. 10 AWG or smaller wires. 6. Place the metal disk in the bottom of the mold. FORT WORTH WATER DEPARTMENT Walsh Ranch PLIMP Station Project TECHNICAL SPECIFICATIONS Project No. 02294 330411-6 CORROSION COMMOL TEST STATIONS Page 6 of 6 7'. Pour the th.ermite weld charge into the mold. 8. Squeeze the bottom of the cartridge to spread. igpition powder over the charge. 9. Close the mold cover and ignite the starting powder with a flint gun. 10. After the exothermic reaction, remove the thermite weld mold and gently strike the weld with a hammer to remove the weld stag. 11. Pull on the wire to assure a secure connection. 12. If the weld is not secure or the wire breaks, repeat the procedure. 13. If the weld is secure, coat all bare metal and weld metal with Stopaq CZ tape. F. Post Installation Backfilling of Test Station — Lead Wires I . Protect test station wires to prevent damage to the wire insulation and conductor integrity during backfilling. 2. After completion of the backfilling of the test wires to the pipe, verify the connection by measuring and recording a pipe -to -soil potential. 1 Replace any test wire found to have a high resistance connection. 3.2 FIELD QUALITY CONTROL .A.. All test stations shall be visually :inspected during the final walk through. B. Materials or installation work not conforming to the requirement of this Specification shall be replaced or repaired to the City's satisfaction, C. Damaged or missing test station components shall be replaced by equal components. 3®3 SYSTEM STARTUP .A. Commissioning 1. Native state structure.--to-soil potentials shall be acquired along the water main and submitted to the City. B. Method 1, Measure native state structure -to -soil potentials along the water line using a portable reference electrode at the following locations a. Each test station b. Above grade pipeline appurtenances c. Test stations on foreign, pipelines crossing or parallel to the water main. 2. Ver.ify that all electrical isolation devices are operating properly including flange isolators and casing spacers. M C. Contractor -is responsible for all testing, D. All testing is to be ' done by or under the supervision of certified MACE personnel. E. Record results and submit in accordance with this Specification. ®4 MAINTENANCE A. Refer to Section 33 04 12, END OF SECTION FORT WOR711 WATFR DEPAKTMENI' WaCsh Ranch Pump Station Project TECHNICAL SPECIFICATIONS Project No. 02294 X 33 04 12- 1 MAGNESnJIvI ANODE CATHODIC PROTECTION Page I of 9 SECTION 33 04 12 i-Akii X%, NOW A. Section Includes: 1. Requirements for Cathodic Protection Systems on buried carbon steel or ductile pipelines using Magnesium Anodes 2. The Cathodic Protection System shall include, but not be limited to the following: a. Cathodic protection system design and initial testing b. Materials and installation c. Post -installation survey d. Final Report B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division I —General Requirements 3. Section 33 05 26 — Utility Markers/Locators 1. Measure and Payment a. This item shall receive no direct compensation but will be considered incidental to the unit price bid for installation of ductile iron or steel buried pipe. 2. The work shall include: a. Design of passive cathodic protection system for 30" and 36" buried water pipelines, designed to electrically isolate and protect buried pipelines from external corrosion, in accordance with NACE SPO 169 and/or SPO 100. b. Anode groundbeds c. Anode test stations d. Excavation e. Fumishing, placement, and compaction of backfill f Field weldinc, 0ol. Connections h. Adjustments i. Testin0c, j. Clean-up k. Start-up/Commissionin0c, A. Abbreviations and Acronyms 1. AWG: American Wire Gau-e 0 2. CSE: Copper/Copper Sulfate Reference Electrode 3. F1MVvTE: High Molecular Weight Polyethylene FORT WORTH WATER DEPARTMENT Walsh Ranch Pump Station Project TECHNICAL SPECIFICATION 33-04-12 Project No. 02294 330412-2 MAGNESIUM ANODE CAU-10DIC PROTECTION Page 2 of 9 B. Definitions 1. Anode: The electrode of an electrochemical cell at which oxidation occurs. 2. Cable ire; One conductor or multiple conductors insulated from one another. I Cathode: The electrode of an electrochemical cell at which reduction is the principal reaction. 4. Cathodic Polarization: The change of electrode potential in the negative direction caused by direct current (DC) flow across the electrode/electrolyte interflice., 5. Cathodic Protection- A. technique used to reduce the corrosion of a metal surface by making that surface the cathode of an electrochemical cell. 6. Corrosion: Degradation of a material, usually a metal, that results from a reaction with its environment. Corrosion Control Engineer: NACE certified, licensed engineer in the state of Texas, employed by a Corrosion Engineering Fill. 8. Corrosion Engineering Firm: Engineering firm in charge of the corrosion protection, C� design on behalf of the Contractor. 9° Criterion: Standard for assessment of the effectiveness of a Cathodic .Protection System. 10. Current: Flow of electric charge. 11. Electrode.- A conductor used to establish contact with an electrolyte and through which current is transferred to or from an electrolyte. 12. Electrolyte: A chemical substance containing ions that migrate in an electric field (i.e.:, soil or water), 13. Foreign Structure: Ajiy metallic structure that is not intended as a part of a system under Cathodic Protection. 14. Galvanic An.ode: A metal that provides sacrificial protection t6another metal that is less active (raore noble) when electrically coupled in an electrolyte. 15. Interference: Any electrical disturbance on a metallic structure as a result of stray current. 16. Pipe -to -Electrolyte Potential: The potential difference between' the pipe and the electrolyte that is measured with reference to an electrode in contact with the electrolyte. IT Polarized Potential: The potential across the structure/electrolyte interface that is the sum of the free corrosion potential and the cathodic polarization 18. Reference Electrode: An electrode whose open -circuit potential is constant under similar conditions of measurernent and is used to measure the relative potentials of other electrodes 19 Stray Current: Current flow through paths other than the intended circuit. 20. Voltage: Electromotive force or difference in electrode potential expressed in volts. C. Reference Standards L NACEante mational(N"ACE),. .A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. FORT WORTH WXrER. DEPARTMENT Walsh Ranch Purnp Station Prqject TECHNICAL SPEC IFICATION 33-04-12 Project No. 02294 33 04 12 -3 -pill MAGNESIUM ANODE CATHODIC PROTECTION Al Pa,-e 3 of 9 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBNHTTALS A. Product Data 1. Submit product data for all components of the Cathodic Protection System. Data submitted shall include: a. Anodes b. Anode Test Stations c. Wiring d. Splicing Materials e, Thermite Weld Materials f. Weld Coatings C� A. The results of all testing procedures shall be submitted to the Engineer or the City for C� C� review and approval. Testing information required includes: 1. Anode groundbed current outputs 2. Pipe -to -soil potentials 3. Results of interference testinc, 4. Results of electrical isolation joint tests 5. Operating and maintenance instructions B. Results of all testing are to be submitted to Owner for inclusion in the O&M manual. C. Provide written documentation from the Corrosion Control Engineer of any deficiencies discovered during the post installation inspection. 0 A. Qualifications 1. Cathodic Protection installer shall show adequate documented experience in the type of Cathodic Protection work required for the project. B. Certifications 1. The Contractor shall, upon request by City, furnish manufacturer's certified test reports that indicate that anodes meet Specifications and that all tests have been performed in accordance with the applicable- standards. A. Sacrificial Anodes - Magnesium 1. Magnesium Anodes a. Use high potential prepackaged Magnesium Anodes. b. The metallurgical composition of the Magnesium Anodes shall conform to the following: Element Content A] 0.01 Mn 0.50 to 130 FORT WORTH WATER DEPARTMENT Walsh Ruch Pump Station Project TECHNICAL SPECIFICATION 33-04-12 Project No. 02294 330412-4 MAGNESIUM ANODE CA fl-IOMC PRO11MON Page 4 of 9 Cu 0.02 Maximum Ni 0.001 Maximum Fe 0.03 Maximum Other 0. 05 Each or 0.3 Maximum aotal).� . Magnesium Remainder 2. Ma,piesium, Anode Current Capacity a. Magnesiurn Anodes require a cinTent capacity of no less than 500 ainp-hours per pound of rnagmesium, 3. Anode Backfill Material a. Use chemical backfill, material around all galvanic anodes. b. Backfill provides a redaced contact resistance to earth, provides a uniform enviromuent surrounding the anode, retains moisture around the anode and prevents passivation ofthe anode,. c. All alvartic anodes shall come prepackaged in a backfill, material conforming 9 to the following composition: I') Ground hydrated gypsum.: 75 percent 2) Powdered bentonite: 20 percent 3) Anhydi.-mis sodium sulfate: 5 percent 4) Have a grain. size backfill such that 100 percent is capable of passing through a 20-mesh. screen and 50 percent is retained by a I 00-mesh screen. d. Completely surround the anode with the backfill mixture within a cotton bag. e. For cast magnesimningots, the required weight of backfi.11 shall be as follows: Anode Weight Backfill Weight Total Weight (Pounds) (Pounds) (Pounds) 17 44 61 20 50 70 32 58 90 40 —65 195 4.8 48 96 600 130 4. node Lead Wires a. For the lead wire lbr tfie Mar plesium Anodes, use a 10-foot length of No. 12 AWG solid copper wire equipped Frith. 'I'W of'TB. w insulation. 5. Lead Wire Connection to Magneshim Anode a. Cast Magnesium Anodes with a 20 gauge galvanized steel core., b. Extend I end of the core beyond the anode for the lead wire connection, c. Silver -solder the lead wire to the core and fully insulate the connection, B. Splicing Tape I . Tape used for covering anode lead wire to anode' header cable connections shall be 2 layers of Scotch 130C rubber splicing tape, then 2 layers of Scotch 88 vinyl electrical -tape as manufactured by 3M Scotch, or al.)proved equal. 2. Taped splices shall be covered with a coating of 3M Scotchkote electrical coatirig, or approved equal, C. Crimping Lugs N FORTWORT11 WATER DEPARTMENT Walsh Ranch Pump Station Project TECIR41CAL SPECIFICATION 33-0442 Roject No, 02,294 33 04 12 -5 MAGNESIUM ANODE CATHODIC PROTECTION Page 5 of 9 1. Crimping lugs used to connect the anode lead wire to anode header cable shall be copper compression crimpit Catalog No. YC 1 OC 10 as manufactured by Bumdy, or approved equal. 11. Anode header cables routed between the anode groundbed and the test stations shall be #10 AWG stranded copper conductors with type HMWPE insulation (black). E. Anode Test Stations 1. Test stations shall consist of test wires, a terminal head and a traffic box as shown on the Drawings. C� 2. The terminal box shall be a 7 terminal NM-7 with cast iron lockable lid as manufactured by CP Test Services, or approved equal. 3. The Precast Concrete traffic box shall be a 10.25-inch diameter 3-RT with a cast iron cover marked "CP Test" as manufactured by Brooks Products, Inc, or approved equal. 4. If the area is not paved, the test station shall be installed in a 24-inch x 24-inch x 6- inch square concrete pad. 5. Install a marker sign adjacent to all flush -mounted test stations. F. Shunt 1. Monitoring shunt shall be a 0.01 ohm Type RS shunt as manufactured by AW Holloway, or approved equal. 2. There shall be at least I shunt in each Magnesium Anode test station. G. Test Lead Wire 1. Test station lead wires shall be 912 AWG stranded copper cable with type TW, THW or THEN insulation, black in color. 1. The permanent reference electrode shall be a copper sulfate Permacell Plus double membrane ceramic cell in a geomembrane package, as manufactured by Corrpro Companies, Inc., or approved equal. 2. The permanent reference electrode shall be equipped with No. 14 AWG stranded copper wire with blue HMWPE insulation of suitable length to attach to the terminal board of the test station. I. Marker Sign 1. Provide marker sign in accordance with Section 33 05 26. 3.1 E16TALLATION A. Installation of Sacrificial Anodes 1. Placement a. Each anode shall be installed vertically in a 12-inch diameter by 10 foot deep hole or by trench maintaining the same spacing as shown on the Drawings. b. Centerline of the anode shall be at a minimum of 10 feet from the centerline of the pipe. FORT WORTH WATER DEPARTMENT Walsh Ranch PLIMP Station Project TECHNICAL SPECIFICATION 33-04-12 Project No. 02294 330412-6 MAGNESIUM ANODE CATHODIC PROTECTION WE= c. Anodes shall be installed within the pipeline right-of-way, 2. Augured, Hole a. The anode hole diameter shall easily accommodate the anode. 3. Backfillhig a. After the hole is augured, the packaged anode shall be lowered into the hole and the soil shall be firmly tamped around the package so that it is in intimate contact with the package. b. Pour a minimum of 5 gallons of water into the anode hole. c. Backfill the remainder of the anode hole. 4. Anode Lead Wire a. Lead wires from the anodes shall be run underground at a mini -mum depth of 24 inches, b. Each anode lead wire shall be connected to an anode header cable as indicated on the Drawings. 5. Handling a. Anodes shall be handled in a manner that will avoid damaging anode materials and wire connections. B. Installation of Permanent Anode 1. Location a. Install I pen-nanent copper sulfate reference electrode at each anode ground bed. b. The pennanent reference electrode shall be within. 6 inches of the pipe at pipe depth. c. Prepare and install the permanent reference electrode in strict accordan. ce with the manufacturer's recornmen(hations, 2. Placement a. Place the permanent reference electrode in the same ditch with the water line and carefully covered with the same soil as the pipeline backfill. 3. Lead Wire a. Protect-, the perrri.anent reference electrode lead wire during backfill operations and route to the test station along with the water line test leads and anode ground bed cables. C. Installation of Wire and Cable I Depth. a. All underground wire and cable shall be installed at a nfinimum of 24 inches below final grade with a minimum separation of 6 inches from other underground structures, 2. Anode Header Cable a. Each anode lead wire shall be connected to a#10 AW'(.Y'/HMWPE header cable which shall be routed into a flush -to -grade test station, 3. Anode Lead Wire to Header Cable Connection a. Each anode lead wire to header cable connection shall be made using a copper compression connector, b. Each connection shall be taped using rubber tape, vinyl tape and coated with Scotchkote electrical coating as shown on the Drawings. 4. Anode -to -Pipeline Connection FORT WORTH WAITR DEPARTMENT WaNh Ranch Pump station Project TECHNICAL SPECIFICATION 33-04-12 Project No, 02294 330412-7 MAGNESIUM ANODE CATHODIC PROTECTION Page 7 of 9 a. Connect each group of anodes to the pipeline through a test station as shown on the Drawings. b. A 0.01 ohm shunt shall be used to connect the anode header cable to the pipeline as shown on the Drawings. 5. A 3-inch wide, yellow, non -detectable warning tape labeled "Cathodic Protection Cable Buried Below" shall be buried at a depth of 18 inches below the surface and along the length of all Cathodic Protection cable trenches. D. Test Lead Wire Attachment 1. Test lead cables shall be attached to the pipe by thermite welding. 2. The pipe to which the wires are to be attached shall be clean and dry. 3. A grinding wheel shall be used to remove all coating, mill scale, oxide, grease and Z� dirt from the pipe over an area approximately 3 inches square. a. The surface shall be cleaned to bright metal. 4. The wires to be thermite welded to the pipe shall have approximately I inch of insulation removed from each end, exposing clean, oxide -free copper for welding 5. Charges and Molds a. Weld charges and mold size shall be as specified by the manufacturer for the specific surface configuration. b. Care shall be taken during installation to be sure correct charges are used. c. Welding charges and molds shall be the product of a manufacturer regularly engaged in the production of such materials. 6. Using the proper size thermite weld mold as recommended by the manufacturer, the wire shall be placed between the graphite mold and the prepared metal surface. 7. The metal disk shall be placed in the bottom of the mold. 8. The cap from the weld charge container shall be removed and the contents poured into the mold. 9. Squeeze the bottom of the weld charge container to spread ignition powder over the charge. 10. Close the mold cover and ignite the starting powder with a flint gun. The mold 'D 0 should be held firmly in place until all Of the charge has burned and the weld has cooled slightly. 11. Remove the thermite weld mold and gently strike the weld with a hammer to remove the weld slag. 12. Pull on the wire to assure a secure connection. 13. If the weld is not secure or the wire breaks, repeat the procedure. 14. If the weld is secure, coat all bare metal and weld metal with Stopaq CZ tape, or approved equal. E. Flush -to -Grade Anode Test Stations 1. Flush -to -grade anode test stations shall be installed as shown on the Drawings. 2. Test stations shall be installed in a 24-inch x 24-inch x 6-inch square concrete pad. 3. Sufficient slack shall be coiled beneath the test station to allow for soil settlement and to prevent damage to the leads during backfilling. a. Additional slack shall be left to allow for withdrawal of the terminal board a minimum of 12 inches above the top of the concrete pad for test purposes. F. Post Installation Backfillin'g of Cables FORT WORTH WATER DEPARTMENT Walsh Ranch Pump Station Project TECHNICAL SPECIFICATION 33-04-12 Project No. 02294 330412-8 MAGNE ,SIUM ANODE CATHODIC PROTECHON Page 8 of 9 1. General a. During the back -filling operation, cables shall be protected to prevent damage to the wire insulation and conductor integrity. qoil�1' A. Cut wires shall be spliced by using a copper compression connector. 1. The connection shall be completely sealed against moisture penetration. by the use of rubber tape, vinyl tape and Scotchkote electrical coating. B. Damaged or missing test station components shall be replaced by equal components. 3.3 FIELD QUALITY �ONTROL .A. Field Tests and Inspections 1. All components of the Cathodic Protection System shall be visually inspected by the City prior to commissioning of the systerm 9XIEW "MOUIRIKINVIN cwluffl� 1. The Cathodic Protection Systern shall be inspected, energized and adjusted (commissioned) as soon as possible after the Cathodic Protection equipment has been installed. B. Equipment 1. All Cathodic Protection testing instruments shall be in proper working order and calibrated according to factory specifications. C. Commissioning .1. The commissioning of the Cathodic Protection System. shall be performed by, or under the direct supervision of, the Corrosion Engineering Firm qualified to verify compliance with this Specification and with the referenced corrosion control standards set forth by, N ACE International. .1. Measure native state structure -to -soil potentials along the water line using the permanent reference electrodes at each anode test station and a portable reference electrode at all other test stations and at above grade pipeline appurtenances. 2. Energize the Cathodic Protection System by connecting each Magniesium Anode groundbed to the pipeline lead in the test stationjui.iction box by means of a 0.01 ohm shunt. 3. Record each anode groundbed current using the shunt. 4. Allow sufficient time for the pipeline to polarize. 5. Adjust, if necessary, the Cathodic Protection current output in each anode test station to satisfy the 100-mV polarization shift criterion or the 450 millivolts-CSE polarized potential criterion as established by NACE Interrtational standards, 6. Record all final current outputs measured at each test station. 7. Verify that all electrical. isolation devices are operating properly including -flange isolators and casing spacers,, 8. Veri� .y that interference does not exist with fi.)reign structures. FORT WORTH WATER DEPARTMENT Walsb Ranch'Punip Station Project TECHNK".'AL SPECIFICATION 33 04 12 Project No. 02294 330412-9 MAGNESIUM ANODE CATHODIC PROTECTION Page 9 of 9 9. Perform joint tests with owners of the foreign structures (if any) and mitigate any i 0 interference detected. 10. If necessary, install resistance bonds to mitigate interference. 11. Interference testing coordination with the owners of foreign structures is the responsibility of the Cathodic Protection tester. E. Verification and Responsibilities 1. Contractor shall correct, at his expense, any deficiencies in materials or installation procedures discovered during the post -installation inspection. Z� FWN11+ W FORT WORTH WATER DEPARTMENT Walsh Ranch Pump Station Project TECHNICAL SPECIFICATION 33-04-12 Project No. 02294 33 04 40 - 1 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Pace I of 7 SECTION 33 04 40 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS 1 a.X1.4 011071 =_ L Before any newly constructed potable water mains will be permitted to be placed into service in the Fort Worth Water Department's Water Distribution System, it shall be cleaned (purged) and tested, or cleaned, disinfected, and tested until the bacteria count within the water main meets the standards established by the Fort Worth Water Department and the requirements of Chapter 290 of the Texas Administrative Code (TAC) established by the Texas Commission on Environmental Quality (TCEQ). B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division I — General Requirements 3. Section 33 0131 —Closed Circuit Television (CCTV) Inspection A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the water main being Cleaned and Tested. 2. Payment a. The work performed and the materials furnished in accordance with this Item to clean, disinfect, hydrostatic test, and bacteriological test shall be subsidiary to the unit price bid per linear foot of water pipe complete in place, and no other compensation will be allowed. A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Water Works Association/American (AWWA): a. C651, Disinfecting Water Mains. b. C655, Field De -Chlorination. E-1009ITIOTIM For 24-inch and larger water mains, provide the following: C) 1. Cleanin-c Plan —Prior to the start of construction, submit a water main cleaning plan detailing the methods and schedule, including: 1= FORT WORTH WATER DEPARTMENT Walsh Ranch Pump Station Project TECHNICAL SPECIFICATIONS 33-04-40 Project No. 02294 330440-2 CLEANING AND ACCEPTANCIII..' 17MIND 011 'AT IHR MAI.NS Page 2 of 7 a. A detailed description of cleaning procedures b. Plan to pig, CCT'V', or manually clean post construction. If required, plan for Pigging entry and exit ports c. Flushing proce,dures d. Plans and hydraulic calculations to demonsuate adequate flushing velocities e. Control of water f. Disposal 2. Disinfection Plan -- pnor to the start of consfiuction submit a disinfection plan including: a. The method mixing and ffitroducing chlorine b. Flushing c. De -chlorination d. Sampling 2.1 PRODUCT TYPES A. Pigs 1. Open cell polyurethane,fbam, body 2. Densities between 2 pounds per cubic foot up to 8 pounds per cubic foot 3. May bewrapped with polyurethane spiral treads 4. Abrasives are not permitted, u,rnless expressly approved by the City in wr�iting for tine particular application. 5. Must, pass through a reduction tip to 65 percent of the cross sectional area of the nominal pipe diameter 6. Pigs shall be able to traverse standard piping arrangernents such as 90 degree bends, tees, crosses, wyes, and gate valves. 3.1 CLEANING color= 1. All waterrnains shall be cleanedpyiortc) hareteriologicald testing. a. Pig 3 0- inch and smaller water mains. A.san.altemative,30"mains canbe televised (CCTV) to verify debris has, been removed fi-oin pipe. b. Pig, CCTV orinanrually sweep 36-inch water mains. c. F 11, ushing is only permitted when spec ially designated in the Drawings, or if pigging is not practical and approved by, the City. B. Pigging Method If the method of pigging is to be used, prepare the main for the instaflatiOln[ and removal of a pig, including: a. FurniShr all equipment, material and labor .to satisfrkctorily expose cleaning wye, remove cleaning wye covers, etc. b. %cire expulsion of the pig is required through a dead -ended conduit: 1) Prevent back -flow of purgerd waterinto the main after passage of the pig N FORT WORTH WATER DEPARTME',rr Wi 'uJsh Ranch Pump Station ProJect T.F.-",CIINI.CAL,��PECIFICA'TIOP�S 33-04AO Project No, 02294 330440-3 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Pale 3 of 7 2) Install a mechanical joint to provide a riser out of the trench on 12-inch and smaller mains to prevent backwater re-entry into the main. 3) Additional excavation of the trench may be performed on mains over 12 inches, to prevent backwater re-entry into the main. 4) Flush any backflow water that inadvertently enters the main. Flush short dead-end pipe sections not swabbed by a pig. Once pigging is complete: 1 ) Pigging wyes shall remain in place unless otherwise specified in the Contract Documents. 2) Install cleaning wye, blind flanges or mechanical joint plugs. 3) Plug and place blocking at other openings. 4) Backfill 5) Complete all appurtenant work necessary to secure the system and proceed with disinfection. C. Flushing Method Prepare the main by installing blow -offs at appropriate locations, of sufficient sizes and numbers, and with adequate flushing to achieve a minimum velocity in the main of 2.5 feet per second. a. Minimum blow -off sizes for various main sizes are as follows: 1) 4-inch through 8-inch main —3/4-inch blow -off 2) 1 0-inch through 12-inch main — I -inch blow -off 3) 16-inch and greater main — 2-inch blow -off b. Flushing shall be subject to the following limitations: 1) Limit the volume of water for flushing to 3 times the volume of the water main. 2) Do not unlawfully discharge chlorinated water. 3) Do not damage private property. 0 4) Do not create a traffic hazard. c, Once Flushing is complete: 1) Corporations stops used for flushing shall be plugged. D. Daily main cleaning 1. Wipe joints and then inspect for proper installation. 2. Sweep each joint and keep clean during construction. 3. Install a temporary plug on all exposed mains at the end of each working day or an I extended period of work stoppage. E. Hydrostatic Testing All water main that is to be under pressure, shall be hydrostatically tested. to meet the followin-, criteria: a. Furnish and install corporations for proper testing of the main. 1) Furnish adequate and satisfactory equipment and supplies necessary to make such hydrostatic tests. 2) The section of line to be tested shall be gradually filled with water, carefully expelling the air and the specified pressure applied. b. The City will furnish water required for the testing at its nearest City line. c. Expel air from the pipe before applying the required test pressure. d. Test Pressure 1) Test pressures should meet the following criteria: FORT WORTH WATER DEPARTMENT Walsh Ranch PIMP Station Project TECHNICAL SPECIFICATIONS 33-04-40 Project No. 02294 330440-4 CLEANINO AND ACCEPTANCE ITSTMG OF'WAT ER MAINS Page 4 of 7 a) Not less than L25 (187 psi nihiiminn) times the stated warking pressure of the pipeline measured at the highest elevation along the test section. b) Not less than 1.5 (22 5 psi inininaum) times the stated war king pressure at the lowest elevation of the test section, e. Test Conditions 1) Must be at least 2 hour duration 2) Add water as necessary to sustain the required test pressure. 3) Test fire hydrants to the fire hydrant valve.. a) Leave the isolation valve on the fire hydrant lead line open during the hydrostatic testmg. 4) Test service Hn6s to curb stop a) Leave the corporation stop on the service line open during the hydrostatic testing. 5) Close isolation. valves for air release valves. 6) Makeup water must come from a container of fixed 55 gallon container that does not have a water source. f. Measure all water used in the pressure test through an approved meter, or measure the difference in volume within a 55 gallon container. 1) Do not test againsi existing water distribution valves unless expressly provided for in the Drawings, or apprave(i by the City. 2) If the City denies approvalto test against existing -water distribution system valve, then make arranon gerneritsto plug and test the pipe at no additional cost, 2. Allowable Leakage a. No pipe installation should be accepted if the aniount of makeup water is greater -than that determined using flie following formula: In inch -pound units, I., SI) 148,000 Where, L = testing allowance (make up �water), gallons per hour S = length of pipe tested, ft. D = nominal diameter of pipe, in. P average test pressure during the hydrostatic test, psi b. For any pipefine that fails to pass hydrostatic testo I) Identitr the cause 2) Repair the leak 3) Restore the trench, and siirtace 4) Re -test c. All costs associated -with repairing the pipeline to pass the hydrostatic -test is the sole responsibility of the Contractor and included in. the price per lime foot of pipe. d. If the City determines that an existing system valve is responsible for the hydrostatic test to fail, the Contractor shall make provisions to test the pipe'line without the use of the system valve. e. Ikere shall be no additional payment to the Contractor if the existirig valve is unable to sustain the hydrostatic test and sh: all be included in the price per linear foot of pipe. FOR.TWORTH WXTI R DEPARTMENT WaM Ranch Purnp SLation ftjea IECIIHNICAL SPECIFICATIONS 3344,40 Project No. 02294 33 0440-5 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 5 of 7 F. Disinfection 1. Geicerzl a. Disinfection of the main shall be accomplished by the "continuous feed" method or the "slug" method as determined by the Contractor. b. The free chlorine amounts shown are minimums. The Contractor may require higher rates. 1) Calcium hypochlorite granules shall be used as the source of chlorine. c. Continuous Feed Method 1) Apply water at a constant rate in the newly laid main. a) Use the existing distribution system or other approved source of supply. 2) At a point not more than 10 feet downstream from the beginning of the new main, water entering the new main shall receive a dose of chlorine. a) Free chlorine concentration: 50 mg/L minimum, or as required by TCEQ, whichever is greater. b) Chlorine applications shall not cease until the entire conduit is filled with heavily chlorinated water. 3) Retain chlorinated water in the main for at least 24 hours. a) Operate valves and hydrants in the section treated in order to disinfect the appurtenances. b) Prevent the flow of chlorinated water into mains in active service. c) Residual at the end of the 24-hour period: 10 mg /L free chlorine, minimum, for the treated water in all portions of the main. 4) Flush the heavily chlorinated water from the main and dispose of in a manner and at a location accepted by the City. 5) Test the chlorine residual prior to flushing operations. a) If the chlorine residual exceeds 4 mg/L, the water shall remain in the new main until the chlorine residual is less the 4 mg/L. b) The Contractor may choose to evacuate the water into water trucks, or other approved storage facility, and treat the water with Sodium Bisulfate, or another de -chlorination chemical, or method appropriate for potable water and approved by the City until the chlorine residual is reduced to 4 mg/L or less. c) After the specified chlorine residual is obtained, the water may then be discharged into the drainage system or utilized by the Contractor. Slug " Method 1) Water from the existing distribution system or other approved source of supply shall be made to flow at a constant rate in the newly laid main. 2) At a point not more.than 10 feet downstream from the beginning of the new main, water enterino, the new main shall receive a dose of chlorine. a) Free chlorine concentration: 100 mg/L minimum, or as required by TCEQ, whichever is greater. b) The chlorine shall be applied continuously and for a sufficient time to develop a solid column or "slug" of chlorinated water that shall expose all interior surfaces to the "slug" for at least 3 hours. Operate the fittings and valves as the chlorinated water flows past to disinfect the appurtenances. 4) Prevent the flow of chlorinated water into mains in active service. 5) Flush the heavily chlorinated water from the main and dispose of in a manner and at a location accepted by the City. FORT WORTH WATER DEPARTMENT Walsh Ranch PLIMP Station Project TECHNICAL SPECIFICATIONS 33-0440 Project No. 02294 330440-6 CLEANING AND ACCEPTANCETESTING OF WATER MAINS Page 6 of 7 6) Upon completion, test the chlorine residual remaining in the main. a) Chlorine levels of 4 mg1l or less should be maintained. 2. Contractor Requirements a. Furnish all equipment, material and labor to satisfactorily prepare the main for the disinfection jnethod approved by the City with adequate provisions for sampling. b. Make all necessary taps into the main to accomplish chlorination. of a new fine, unless otherwise specified in the Contract Documents. c. After satisfactory completion, of the disinfection operation, as determfined by the City, remove surplus pipe At the chlorination andsampling points, plug the remaining pilpe,backfill and complete all appurtenant work necessary to secure the main. G. Dechlrorination 1. General —All chlorinated water shall be de -chlorinated before disclum,ge to the environment. Chemical arnounts, as listed in ANSI/AWWA C651: "Disinfecting Water Mains", shall be used to neutralize the residual chlorine concentrations using de -chlorination procedures listed in ANSI/AWWA C655: "Field De -Chlorination". De -Chlorination. shall continue until chlorine residual is non -detectable. 2. Testing, Contractor shall contbiuously test for the cWorin.e residual level immediately downstream of the de -chlorination process, during the entire dischwge of the chlorinated water. Contractor shall periodically conduct clilonne residual testing and check for possible fish kills at locations where discharged water enters the existing watershed. 3. Fish Kill. If a fish kill occurs associated with the discharge of water from the distribution system or any other construction activifies. a. The Contract shall inunediately alter activities to prevent furtherfish bills. b. The Contractor shall inunediately notify Water Department Field Operations Dispatch. c. The Contractor shall coordinate with City to properly notify TCEQ d. Anyflines assessed by the TCEQ (or local., state of federal agencies) for :ash kills shall be the responsibility of the, Contractor. H. Bacteriological Testing (Water Sampliiig) General a. Notify the City when thernahi, is suitable for sampling. b. 'nie City shall then U,,U(.e watersaniples fi-oni a suitable tap for analysisicy the City's laboratory, unless otherwise specified. in the Contract Documents. 1) No hose or :fire hydraxit shall be used in the collection of samples. Water Sampling a. Complete microbiological sampling prior to connecting the new main into the existing distribution systeln in accordance with AWWA C651. b. Collect samples for bacteriological analysis in sterile bottles treated with sodium thiosulfafe, c. Collect 2 consecutive sets of acceptable samples, taken at least 24 hours apart, from the new main. d,. Collect at least .1 set of samples l..rom every 1,000 linear feet of the new main (or at the next available sampling point beyond 1,000 linear feet as designated by the City), plus 1 set from the end of the line and at least I set ftom each branch. FORTWOR"m WATER DEPARDENT Walsh Ranch Pump SLation Project IECHNICAL SPECIFICA11ONS 33-0440 Project No. 02294 33 0440-7 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 7 of 7 e. If trench water has entered the new main during construction or, if in the opinion of the City, excessive quantities of dirt or debris have entered the new main, obtain bacteriological samples at intervals of approximately 200 linear feet. f. Obtain samples from water that has stood in the new main for at least 16 hours after formal flushing., 3. Repetition of Sampling Z:) a. Unsatisfactory test results require a repeat of the disinfection process and re - sampling as required above until a satisfactory sample is obtained. FORT WORTH WATER DEPARTMENT Walsh Ruch Pump Station Project TECHNICAL SPECIFICATIONS 33-04-40 Project No. 02294 33 05 10 - I UTILITY TRENCH EXCAVATION, DvMMvfENT, AND BACKFILL Pa.ae I of 14 SECTION 33 51 UTILITY TRENCH EXCAVATION, EMBEDMENT AND AC ILL " F 0 �1111►1a111 � 1. Excavation, Embedment and Backfill for: a. Pressure Applications 1) Water Distribution or Transmission Main 2) Sewer Plumbing Pipe 2. Including: a. Excavation of all material encountered, including rock and unsuitable materials b. Disposal of excess unsuitable material c. Site specific trench safety d. Pumping and dewatering e. Embedment f. Backfill g. Compaction B. Related Specification Sections include, but are not necessarily limited to: ME= 3. Section 03 30 00 — Cast -in -place Concrete Section 3125 00 — Erosion and Sediment Control Trench Excavation, Embedment and Backfill associated with the installation of an underground utility or excavation a. Measurement 1) This Item is considered subsidiary to the installation of the utility pipe line as designated in the Drawings. g b. Payment 1) The work performed and the materials furnished in accordance with this Item are considered subsidiary to the installation of the utility pipe for the type of embedment and backfill as indicated on the plans. No other compensation will be allowed. RKJNR��� A. Definitions 1. General — Definitions used in this section are in accordance with Terminologies ASTM F412 and ASTM D8 and Terminology ASTM D653, unless otherwise noted. 2. Definitions for trench width, backfill, embedment, initial backfill, pipe zone, haunching bedding, springline, pipe zone and foundation are defined as shown in the following schematic: CITY OF FORT WORTH Walsh Ranch Pump Station Project TECHNICAL SPECIFICATIONS 33-05-10 Project No. 02294 3305 10-2 U11MY TRENCHEXCAVATION, ENDEDNENT, AND BACKFILL Page 2 of 14 w0l$UNPAVED' AREA,) "P AVED AREA'� X" 1WHAL 8ACKPLL UJI SHNGIpip E M M, HAUNCHNG BEDDING FOUNDKID14 EXCAVA"ff."'D I-PENCH WDI'H .......... 1:,J1 EL OD CLE.ARANCE 1 Deleterious materials — Harniftil materials such as clay lumps, silts and organic material 4, Excavated"Frencli Depth . ........ Distance from the surface t® the bottom of the bed -ding or the trench foundation 5. Final Backfill Depth a. Unpaved Areas ..- The depth of the final backfill measured from the top of the initial backfill to the surface b. Paved Areas --The depth of the final backfill measured from the top of the initial back -fill to bottom of pernianent or temporary pavement repair B. Reference Standards 1.. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically, cited. 2. ASTM Standards: a. ASTM C33-08 Standard, Specifications for Concrete Aggregates b. ASTM C88-05 Soundness of Aggmgate by Use of Sodium Sulfate or Magnesium Sulfate c. AST C 13 6­01 Test Method for Sieve Analysis of Fine and Coarse Aggregate d . ASTM D448-08 Standard Classification for Sizes of Aggregate for Road and Bridge Construction, CITY OF FORT WORTI I Walsh Ranch 1kimp Station Pro.ject TECHNICAL SPECIFICATIONS 33-05-10 ProJerl No.. 02294 33 05 10-3 UTILITY'I'P,ENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 3 of 14 e. ASTM C535-09 Standard Test Method for Resistance to Degradation of Large - Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine f. ASTM D588 — Standard Test method for Moisture -Density Relations of Soil - Cement Mixture g. ASTM D698-07 Test Method for Laboratory Compaction Characteristics of Soil Using Stand Efforts (12,400 ft-lb/fU 600 Kn-m/M3 ))). h. ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in Place by Sand Cone Method. i. ASTM 2487 — 10 Standard Classification of Soils for Engineering Purposes (Unified Soil Classification System) j. ASTM 2321-09 Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity -Flow Applications k. ASTM D2922 — Standard Test Methods for Density of Soils and Soil Aggregate in Place by Nuclear Methods (Shallow Depth) 1. ASTM 3017 - Standard Test Method for Water Content of Soil and Rock in place by Nuclear Methods (Shallow Depth) in. ASTM D4254 - Standard Test Method for Minimum Index Density and Unit Weight of Soils and Calculations of Relative Density 3. OSHA a. Occupational Safety and Health Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P - Excavations 0 1. Utility Company Notification a. Notify area utility companies at least 48 hours in advance, excluding weekends and holidays, before starting excavation. b. Request the location of buried lines and cables in the vicinity of the proposed work. B. Sequencing 0 1. Sequence work for each section of the pipe installed to complete the embedment and backfill placement on the day the pipe foundation is complete. 2. Sequence work such that proctors are complete in accordance with ASTM D698 prior to commencement of construction activities. A. Submittals shall be in accordance with Section 01 33 ) 00. 1. Within Existing Rights -of -Way (ROW) a. Spoil, imported embedment and backfill materials may be stored within existing ROW, easements or temporary construction easements, unless specifically disallowed in the Contract Documents. b. Do not block drainage ways, inlets or driveways. c. Provide erosion control in accordance with Section 31 25 00. 2. Designated Storage Areas CITY OF FORT WORTH Walsh Ranch Pump Station Project TECHNICAL SPECIFICATIONS 33-05-10 Project No. 02294 3305 10 4 UT111TY TTC­'NCH EXCAVA1102q, ENMIZDMIM, AND BACKTILI. Page 4 of'14 4N" a. If the Contract Documents do not allow the storage of spoils, embedment, or backfill materials within the ROW, easement or temporary construction easement, then secure and maintain an adequate storage location. b. Provide an affidavit that rights have been secured to store the materials on private property. c. Provide erosion control in accordance with Section 3125 00. d. Do not block drainage ways. B. Deliveries and haul -off,- Coordinate all deliveries and baul-off, 1®7 FIELD [SITE] CO.NDIIJONS .A . Existing Conditions , 1. Any data which has been or may be provided on subsurface conditions is not intended as a representation. or warranty of accuracy or continuity between. soils. It is expressly under9tood that neither the City nor the Engineer will be responsible for interpretations or conclusions drawn there torn by the Contractor., 2. Data is made available for the convenience of the Contractor. PART2- PRODUCTS 2®1 MATERIALS 1. 'Utilily Sand a® Grwiular and :iYee flowing b. Generally, meets or exceeds the limits on deleterious substances per Table I for fine aggregate according to ASTM C 33 c. lkeasonably free of organic material. d. Gradation: Sieve Size Percent Retained L. I inch 0 3/8 inch 0-1.0 #40 20-60 #100 95 2. Cmashed. Rock a. Durable crushed rock or recycled concrete b. Meets the gradatiarof'ASTM D448 size numbers 56, 57 or 67 c® May be unwashed d. ,Free fr6rn significant silt clay or unsuitable materials e., Percentage of wear not more than 40 percent per ASTM C131 or C535 f'. Not more -than a 12 percent maxiinum loss when subjective to 5 cycles of sodium sulfate soundness per ASTM C88 Fine Crushed Rock a. Durable crushed rock b. Meets the gradation of A STM D448 size numbers 8 or 89 c. May be unwashed d. Free ftom significant silt clay or unsuitable materials., e. I -lave a percentagre of wear not more than 40 percent per AST;131 or C535 CITTOF FORIFWORTI I Wa�sh Ranch Pump Station Pro*t TECHNIrAL SPECIFICATIONS 33 05-10 Project No02294 3305 10-5 400ih. UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 5 of 14 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium sulfate soundness per ASTM C83 4. Ballast Stone a. Stone ranging from 3 inches to 6 inches in greatest dimension. b. May be unwashed c. Free from significant silt clay or unsuitable materials d. Percentage of wear not more than 40 percent per AS C 131 or C535 e. Not more than a 12 percent maximum loss when subjected to 5 cycles of sodium sulfate soundness per ASTM C88 5. Acceptable Backfill Material a. In -situ or imported soils classified as CL, CH, SC or GC in accordance with ASTM D2487 b. Free from deleterious materials, boulders over 6 inches in size and organics c. Can be placed free from voids d. Must have 20 percent passing the number 200 sieve 6. Blended Backfill Material a. In -situ soils classified as SP, SM, GP or GM in accordance with AS D2487 b. Blended with in -situ or imported acceptable backfill material to meet the requirements of an Acceptable Backfill Material c. Free from deleterious materials, boulders over 6 inches in size and organics d. Must have 20 percent passing the number 200 sieve 7. Unacceptable Backfill Material a. In -situ soils classified as ML, MI-1, PT, OL or OH in accordance with ASTM D2487 8. Select Fill a. Classified as SC or CL in accordance with ASTM D2487 b. Liquid limit less than 35 c. Plasticity index between 8 and 20 9. Cement Stabilized Sand (CSS) a. Sand 1) Shall be clean, durable sand meeting grading requirements for fine aggregates of ASTM C33 and the following requirements: a) Classified as SW, SP, or SM by the United Soil Classification System of ASTM D2487 b) Deleterious materials (1) Clay lumps, ASTM C 142, less than 0.5 percent (2) Lightweight pieces, ASTM C 123, less than 5.0 percent (3) Organic impurities, ASTM C40, color no darker than standard color (4) Plasticity index of 4 or less when tested in accordance with ASTM D4318. b. Minimum of 4 percent cement content of Type I/H portland cement c. Water 1) Potable water, free of soils, acids, alkalis, organic matter or other deleterious substances, meeting requirements of ASTM C94 d. Mix in a stationary pug mill, weigh -batch or continuous mixing plant. e. Strength 1) 50 to 150 psi compressive strength at 2 days in accordance with ASTM D 16' )3 ), Method A CITY OF FORT WORTH Walsh Ranch PLIMP St,16011 Project TECHNICAL SPECIFICATIONS 33-05-10 Project No. 02294 330510-6 WiTrLrrY TRENM EXCAVATION, EMBEIMWT, AND BACKFILL Page 6 of 14 2) 200 to 250 psi compressive strength, at 28 days in accordance with.ASTM D 1633, Method A 3) The maximum compressive strength in 7 days shall be 400 psi. Backfill that exceeds the maximum compressive strength shall be removed by the Contractor for no additional compensation. f. Random samples of delivered product will be taken in the field at Point of delivery for each day of placement in the work area. Specimens will be prepared in accordance with ASTM D 1632. 10. Trench Geotextile Fabric a. Soils other than ML or OH in accordance with ASTM D2487 I ) Needle punch, nonwoven geotextile composed of polypropylene fibers 2.) Fibers shall retain their relative position 3) Inert to biological degradation, 4) Resist naturally occuffm.g chernicAls 5) IYV Resistant 6) Mirafi 140N by Tencate, or approved equal b. Soils Classified as 1W, or OH in accordance with ASFM D2487 1) High -tenacity monofilament polypropylene woven yam 2) Percent open area of 8 percent to 10 percent 3) Fibers shall retain their relative position 4) Inert to biological degradation 5) Resist naturally occurring chemicals 6) UV Resistant 7) Mirafi. FW402 by Tencate, or approved equal 11. Concrete Encasement a. Conform, to Section. 03 30 00. 3.1 EXAMINATION A, Verification of Conditions 1. Review all known, identified or marked utilities, whether public or private, prior to excavation. 2. Locate and protect all known, identified and marked utilities or underground facilities as excavation progresses., 3. Notify all utility owners within the proJect limits 48 hours prior to beginning excavation. 4. The information and data shown in the Drawings with respect to utilities is approximate and based on. record information or on physical appurtenances observed within the project limits. 5. Coordinate with the Owner(s) of widerground facilities. 6. Irrunediately notify any utility owner of damages to underground facilities resulting from construction activities. 7. Repair any damages resulting from the construction activities B. Notib(the City immediately of any changed condition that impacts excavation, and installation of the proposed utility. CITY OFFORT WORTH Walsh Ranch Pump Station' Project TECHNICAL SPECIFICATIONS 33-05-10 Project No. 02294 33 05 10-7 UTILITY TRENCH EXCAVATION, ENMEDMENT, AND BACKFILL Pa.-e 7 of 14 A. Protection of In -Place Conditions Pavement a. Conduct activities in such a way that does not damage existing pavement that is designated to remain. 1) Where desired to move equipment not licensed for operation on public roads or across pavement, provide means to protect the pavement from all damage. b. Repair or replace any pavement damaged due to the negligence of the contractor outside the limits designated for pavement removal at no additional cost to the City. 2. Drainage a. Maintain positive during drainage durconstruction and re-establish drainage for all C, - swales and culverts affected by construction. 3. Above ground Structures a. Protect all above ground structures adjacent to the construction. 4. Fences a. Protect all fences designated to remain. b. Leave fence in the equal or better condition as prior to construction. A. Excavation 1. Excavate to a depth indicated on the Drawings. 2. Trench excavations are defined as unclassified. No additional payment shall be granted for rock or other in -situ materials encountered in the trench. 3. Excavate to a width sufficient for laying the pipe in accordance with the Drawings C) and bracinaC, in accordance with the Excavation Safety Plan. 4. The bottom of the excavation shall be firm and free from standing water. a. Notify the City immediately if the water and/or the in -situ soils do not provide for a firm trench bottom. b. The City will determine if any changes are required in the pipe foundation or bedding 5. Unless otherwise permitted by the Drawings or by the City, the limits of the excavation shall not advance beyond the pipe placement so that the trench may be backfilled in the same day. ;IW#7=• a ' Fill over excavated areas with the specified bedding material as specified for the specific pipe to be installed. b. No additional payment will be made for over excavation or additional bedding material. Unacceptable Backfill Materials a. In -situ soils classified as unacceptable backfill material shall be separated from acceptable backfill materials. b. If the unacceptable backfill material is to be blended in accordance with this Specification, then store material in a suitable location until the material is blended. CITY OF FORT WORTH Walsh Ranch PLIMP Station Project TECHNICAL SPECIFICATIONS 33-05-10 Project No. 02294 330510-8 UTUTY "WENCH EXCAVAXION, EMBEDMENT, AND BACKFILL Page 8 of 14 c. Remove all unacceptable material from the project site that is not intended to be blended or modified. 8, Rock — No additional compensation will be paid for rock excavation or other changed field C011ditions. B. Shoring, Sheeting and Bracing I . Engage a Licensed Professional Engineer in the State of" Texas to design a site specific excavation safety system in accordance with Federal and State requirements. 2. Excavation protection systems shall be designed according to the space limitations as indicated in the Drawings, 3. Furnish, put in place and mainlain a trench safety systern in accordance with the Excavation. Safety Plan and required by Federal, State or local safety requirements, 4. If soil or water conditions are encountered that are not addressed by the current Excavation Safety Plan, engage a Licensed professional Engineerin the State of 1- .1.1 exas to modifthe Excavation Sa,fety Plan and provide a revised submittal to the city, S. Do not allow soil, or water containing soil, to migrate through the Excavation Safety System in sufficient quantities to adversely affect the suitability of the Excavation Protection System. Movable bracin& shoring plates or trench boxes used to support the sides of the trench excavation shall not: a. Disftlrb the embedment located m. the pipe zone or lower b. Alter the pipe's line and grade after the Excavation Protection. System is removed c. Compromise the compaction of the embedment located below the Spring line of the pipe and in the hatinching C. Water Control I . Surface Water a. Furnish all materials and equipment and perforin all incidental wor.k. required .to direct surface water away from the excavation. 2. Ground Water a. Fumish all materials and equipment to dewater ground water by a method which preserves the undisturbed state of the subgrade soils. b. Do not allow the pipe to be submerged withi n 24 hour's after placement. c. Do not allow water to flow over concrete until it has sufficiently cared. d. In the event that there, is no bid itewn for a Ground Water Control and the City requires an Engineered Ground Water Control Plan due to conditions discovered at the site, the contractor will be eligible to skib�nmit a change orde , n e. Control of ground water shall be considered mibsidiary to the excavation whem 1) No Ground Water Control Planisspecifically identified and required in the Contract Documents f Ground Water Control Ilan installation., operation and mitintenance 1), Furnish all materials and equipment necessary to.implernent, operate and maintain the Ground Water Control Plan. 2) Once the excavation. is complete, remove aground water control equipment not called to be incorporated hito the work, g. Water Disposal 1) Dispose of gTound wa- ter in accordance with City p)hcy or Ordinarice. N CITY OF FORTWORTH WaaSh lZaM.1.11 P¢JMP St"J.Jjoja PXroje�.t , rECHNICAL SPECIFICATIONS 33-105-10 hqject No, 021,94 33 05 10 -9 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Pa.-e 9 of 14 2) Do not discharge ground water onto or across private property without written permission. 3) Permission from the City is required prior to disposal into the Sanitary Sewer. 4) Disposal shall not violate any Federal, State or local regulations. D. Embedment and Pipe Placement 1. to Lines less than, or equal to, 12 inches in diameter: a. The entire embedment zone shall be of uniform material. b. Utility sand shall be generally used for embedment. c. If ground water is in sufficient quantity to cause sand to pump, then use crushed rock as embedment. 1) If crushed rock is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. d. Place evenly spread bedding material on a firm trench bottom. e. Provide firm, uniform bedding. f Place pipe on the bedding in accordance with the alignment of the Drawings. g. In no case shall the top of the pipe be less than 42 inches from the surface of the proposed grade, unless specifically called for in the Drawings. h. Place embedment, including initial backfill, to a minimum of 6 inches, but not more than 12 inches, above the pipe. i. Where gate valves are present, the initial backfill shall extend to 6 inches above the elevation of the valve nut. j. Form all blocking against undisturbed trench wall to the dimensions in the Drawings. k. Compact embedment and initial backfill. 1. Place marker tape on top of the initial trench backfill. 2. Water Lines 16-inches through 24-inches in diameter: a. The entire embedment zone shall be of uniform material. E Utility sand may be used for embedment when the excavated trench depth is less than 15 feet deep. c. Crushed rock or fine crushed rock shall be used for embedment for excavated trench depths 15 feet, or greater. d. Crushed rock shall be used for embedment for steel pipe. e. Provide trench geotextile fabric at any location where crushed rock or fine crushed rock come into contact with utility sand f Place evenly spread bedding material on a firm trench bottom. Cr. Provide firm, uniform bedding 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. h. Place pipe on the bedding according to the alignment shown on the Drawings. i. The pipe line shall be within: 1) ±3 inches of the elevation on the Drawings for 16-inch and 24-inch water lines j. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. CITY OF FORT WORTH Walsh Ranch Pump Station Project TECHNICAL SPECIFICATIONS 33-05-10 Project No. 02294 3305 10-10 LJ'FII,rW'Y EXCAVATION, EMBEDNCENT, AND BAC%FILL Page 10 of 14 lc.. Place remaining embedment including initial backfill to a nainIMAnn of 6 inches, but not more than 12 inches, above the pipe. 1. Where gate valves are present, the initial backfill shall extend to up to the valve nut. m. 4'"-7ompact the .ern bedment and initial backfill to 95 percent: Standard Proctor ASIM D 698. n. Densily test may be peifortned by City to verify that the compaction of embedment meets requirements" o. Place trench geotextile fabric on top of the initial backfill. p� Place marker tape on top of the trench. geotextile fabric. 3. Water Lines ' 30-inches and greater in diameter a. The entire embedment zone shall be ofuniforin material. b. Crushed rock shall be used for embedment. c. Provide trench geotextile fabric at any location where crushed rock or fine crushed rock come into contact with utility sand. d. Place evenly, spread bedding material on a firm trench bottom. e. Provide finn, uniform bedding. 1.) Additional bedding may be required Yground water is present in the trench. 2) If additional crushed rock. is required which is not specifically identified in the Contract Documents, then crusbed rock shall be paid by the pr,e-bid it t pncev f Place pipe on the bedding according to fire Mign ment shown on the Drawings, g 'I'h 'pipe line shall be within. e 1) inch of the elevation on the Dawings for 30-inch and larger water lines h. Place and compact embedinent rnatenal to ardequately support haulacbes in accorciance with the pipe manufacturer's recommendations. i. For stee] pi;,-.)e greater than 30 inches in diaineter, the ffiftial embednient lift shall not exc,eed the spiing line prior to compaction, CA j. Place remaining embedment, including initial backfill, to a rainimum of 6 inches, but not more than 12 inches, above the pipe. k. Where gate valves are present the initial backfill shall extend to up to the valve nut. 1. Compact the embedment and initial backfill to 95 percent Staaldard Proctor ASTM D 698. rn. Density test may be performed by City to verify that the compaction of errbedment meets requireDient,, T, t. Place trench. geotextile fabiic on top of the initial baclefill. o. Place marker tape on top of the trench geotextile fabric, 4. Sanitary Sewer Services a, '17he entire embe&rient zone shall be of uniforni inaterial. b. Cmshed rock shall be used for embedment. c. Place evenly spread bedding niatefial on a fim trench bottorn. d. Spread bedding so that lines and gradvs are maintained and that there are no sags in the sanitiu)r sewer pipe line. e. Provide firm, uniform bedding. 1) Additional beddhig may be required if ground water is present in the trench. crry OF FORT WORTH Walsh Rainch PUrnp Station Project 'I ECHNICAL SPECIFICA]IONS 33-05-10 Project Na 02294 33 05 10- 11 'Aulk UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 11 of 14 2) If additional crushed rock is required which is not Specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. f. Place pipe on the bedding according to the alignment of the Drawings. g. Place remaining embedment, including initial backfill, to a minimum of 6 inches, but not more than 12 inches, above the pipe. h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. i. Density test may be required to verify that the compaction meets the density requirements. E. Trench Backfill 1. At a minimum, place backfill in such a manner that the required in -place density and moisture content is obtained, and so that there will be no damage to the surface, pavement or structures due to any trench settlement or trench movement. a. Meeting the requirement herein does not relieve the responsibility to damages associated with the Work. 2. Backfill Material a. Final backfill depth less than 15 feet 1) Backfill with: a) Acceptable backfill material b) Blended backfill material, or c) Select backfill material, CSS, or CLSM when specifically required b. Final backfill depth 15 feet or greater: (under pavement or future pavement) 1) Backfill depth from 0 to 15 feet deep a) Backfill with: (1) Acceptable backfill material (2) Blended backfill material, or (3 )) Select backfill material, CSS, or CLSM when specifically required 2) Backfill depth from 15 feet and greater a) Backfill with: (1) Select Fill (2) CSS, or (3) CLSM when specifically required c. Final backfill depth 15 feet or greater: (not under pavement or future pavement) 1) Backfill with: a) Acceptable backfill material, or b) Blended backfill material d. Backfill for service lines: 1) Backfill for water or sewer service lines shall be the same as the requirement of the main that the service is connected to. Required Compaction and Density a. Final backfill (depths less than 15 feet) 1) Compact acceptable backfill material, blended backfill material or select backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at moisture content within -2 to +5 percent of the optimum moisture. 2) CSS or CLSM requires no compaction. b. Final backfill (depths 15 feet and greater/under existing or future pavement) 1) Compact select backfill to a minimum of 98 percent Standard Proctor per ASTM D 698 at moisture content within -2 to +5 percent of the optimum moisture. CITY OF FORT WORTH Walsh Ranch PLI111P Station Project TECHNICAL SPECIFICATIONS 33-05-10 Project No. 02294 330510-12 LTIIT ITY MENCH EXCAVATION, EMBEDNEXT, A.ND BACKFILL Pagge 12 of'14 2) CSS or CLSM requires no compaction, c. Final backfill (depths 15 feet and greater/not under existing or future pavement) 1) Compact acceptable backfill material blended backfill material, or select backfill -to a minimum of 95 percent Standard Proctor per A,s,rM D 698 at moisture content within -2 to +5 percent of the optimum moisture. 4. Saturated Soils a, if in -situ. soils consistently demonstrate that they are greater than 5 percent over optimum moisture content, the soils are considered saturated. b. Flooding thetrencli or waterjetfing is strictly prohibited,. c. If saturated soils are identified in the Draw ings or Geotechnical Report in the Apperifix, Contractor shall proceed with Work following all backfill procedures outlined in the Drawings for areas of soil saturation greater than 5 percent. d. If saturated soils are encountered during Work but not identified in Drawings or Geotechnical Report in the Appendix. 1) The Contractor shall: a) Immediately notify the City. b) Submit a Contract Claim for Extra Work associated with dixection from City. 2) The City shall: a) investigate soils and determine if Work can proceed in the identified locabon. b) Direct the Contractcyr of cbanged backfill procedures associated with the saturated soils that may include: (1) Imported back -fill (2) A site specific backfill design. 5. Placement of Backfill a. Use only, compaction eqyipinent specifically designed for conipactkm of a particular soil type and within the space and delydi limitation, experienced in. the trench. b. Flooding the trench or water setting is strictly prohibited. c® Place in loose lifts not to exceed 12 inches. & Compact to specified densities. e. Compact only on top of initial backfill, undisturbed trench or previously compacted backfill. f R.emove any loose materials due to the niovement of any, trench box or shoring or due to sloughing of the trench wall. g, Install appropriate tracking balls fi-)r water and sanitary sewer trenches. 6, Backfill Means andMethods Dennonstration. a. Notify the City in 'writin,g with sufficient time for the City to obtain samples and perform standard proctor test in accordance widi ASTM D698. , b, The results of the standard proctor test must be received prior to beginning excavation. c. Upon conurnencing of backfill placement for the project the Contractor shall demonstrate means and methods to obtain the reqyired densities. d. Demonstrate wear and Methods for compaction including: 1) Depth of lifts for backfill which shall not exceed 12 hiches 2) Method of moisture control for excessively al y or wet backfill 3) Placement and moving trench box, if used 4) Compaction techniques in an open trench CI I'Y OF FORT WORI'li Walsh Ranch Pump Station Project TECHNICAL SPECIFICATIONS 33-.0540 Project No. 02294 33 05 10- 13 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 13 of 14 5) Compaction techniques around structure e. Provide a testing trench box to provide access to the recently backfilled material. f The City will provide a qualified testing lab full time during this period to randomly test density and moisture continent. 1) The testing lab will provide results as available on the job site. C� 7. Varying Ground Conditions a. Notify the City of varying ground conditions and the need for additional proctors. b. Request additional proctors when soil conditions change. c. The City may acquire additional proctors at its discretion. d. Significant changes in soil conditions will require an additional Means and Methods demonstration. Proctors a. The City will perform Proctors in accordance with ASTM D698. b. Test results will generally be available to within 4 calendar days and distributed to: 1) Contractor 2) City Project Manager 3) City Inspector 4) Engineer c. Notify the City if the characteristic of the soil changes. d. City will perform new proctors for varying soils: 1) When indicated in the geotechnical investigation in the Appendix 2) If notified by the Contractor 3) At the convenience of the City e. Trenches where different soil types are present at different depths, the proctors shall be based on the mixture of those soils. Density Testing of Backfill a. Density Tests shall be in conformance with ASTM D2922. b. Provide a testing trench protection for trench depths in excess of 5 feet. c. Place, move and remove testing trench protection as necessary to facilitate all test conducted by the City. d. For final backfill depths less than 15 feet and trenches of any depth not Linder existing or future pavement: 1) The City will perform density testing twice per working day when backfilling operations are being conducted. 2) The testing lab shall take a minimum of 3 density tests of the current lift in the available trench. e. For final backfill depths 15 feet and greater deep and under existing or future pavement: 1) The City will perform density testina, twice per working day when backfilling operations are being conducted. 2) The testing lab shall take a minimum of 3 density tests of the current lift in the available trench. 3) The testing lab will remain onsite sufficient thrie to test 2 additional lifts. f. Make the excavation available for testing. CITY OF FORT WORTH WaIS11 Ranch PLIMP Station Project TECHNICAL SPECIFICATIONS 33-05-10 Project No. 02294 330510-14 UTI.I.M.TTRENCH EXCAVA110K, EMBEDMERTF, AND BACMUL Page 14 of,'14 g. The City will detenmine the location of the test. h., The City testing lab will provide results to Contractor and the City's Inspector upon completion of the testing. i. A formal report will be posted to the City's Buzzsaw site within 48 hours. j. Test reports shall include- 1) Location of test by station number 2) Time and date of test 3) Depth of testing 4) Field moisture 5) Dry density, 6) Proctor identifier 7) Percent Proctor Density 3. Density of Embedment a. Storm sewer boxes that are embedded with. acceptable backfill Triaterial, blended backfill material, cement modified backfill matenal or select material will follow the same testing procedure m backfitil. b. The City may test fine crushed rock or crushed, rock embedment in accordance with ASTM, D2922 or ASTM. 1556. B. Non -Conforming Work 1. All non-conforining work shall be removed and replaced. END OF SIC TTON CITY OFFORT WORTH Walsh Rm-wh Pump Station Project TECHNICAL SPEC1FJCAT1()NS 33.05-10 ProJeca No. 02294 k 33 05 13 - I FRAME, COVER, AND GRADE RINGS Page I of 3 SECTION 33 05 13 FRAME, C04F-1, LILD GZa-W ff—V A. Section Includes: 1. Frame, cover and grade rings used as access ports into water, sanitary sewer and storm drain structures such manholes or vaults B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 —Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division I — General Requirements 11W= 23"304�0 A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the structure or equipment containing the frame cover and grade rings. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the unit price bid per each structure or equipment complete in place, and no other compensation will be allowed. A. Reference Standards I . Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM) a. ASTM A48 — Standard Specification for Gray Iron Castings b. ASTM A536 - Standard Specification for Ductile Iron Castings 0 c. ASTM C478 - Specification for Precast Reinforced Concrete Manhole Sections 3.. American Association of State Highways and Transportation Officials (AASHTO) a. AASHTO M306 —Standard Specification for Drainage, Sewer, Utility and Related Castings C� B. All submittals shall be approved by the Engineer or the City prior to delivery and/or fabrication for specials. 0 1 kyl I M. CITY OF FORT WORTH WaIS11 Ranch I'Linip Station Project TECHNICAL SPECIFICATIONS 33-05-13 Project No. 02294 330513-2 FRAJW;', COVEF, AND GRADE RINGS Page 2 of 3 Jl 1. All castings shall be cast with: a. Approved foundry's name b. Part number c. Country of origin 2. Provide manufacturers: a. , Speccations b. Load tables c. Dimension diagrams d. Anchor details e. Installation instructions B. Certificates 1® Manufacturer shall certify that all castings conform -to the ASTM. and AASFITO designations, vrmw A. Manufacturers L Only the manufacturers as listed on the City's,Standard Products fist will be considered. a. The manufacturer must comply with this Specification and related Sections. 2. Any product ct that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Castings I . Use castings for frames that conform to ASTM A48, Class 35B or better. 2. [J'se castings for covers that conform to ASIM. A536, Grade 65-45-12 or better. 3. Use clean casting capable of withstanding application of AMATO HS-20 vehicle loading with permanent deformation.. 4.. Covers a. Size to set flush with the frame with no larger than a if inch gap between the frame and cover b. Provide with 2 inch wide pick slots in lieu of pick holes. c. Provide gasket in frame and cover. d. Standard Labels 1) Water . a) Cast lid with the word'`WATEX` in 2-mcli letters across the lid. e. 11inge Covers 1) Provide water tight gasket on all hinged covers. 2) Water a) Provide hinged covers for all water structures. C. Grade 11ings 1. Provide grade rings in sizes from 2-inch up to 84rich. 2. T.Jse concrete in traffic loading areas. 3. In non-tral-Tic areas concrete or HDPE can be used. D. Joint Sealant MY OF FORTWORTH Walsh Ranch Purnp Station Project TECHNICA1, SPECMCATIONS 33-05-13 Project No. 02294 33 05 13 -3 FRAME, COVER, AND GRADE RINGS Page 3 of 3 1. Provide a pre -formed or trowelable bitumastic sealant in an extrudable or flat tape form. 2. Provide sealant that is not dependant on a chemical action for its adhesive properties or cohesive strength. A. Grade Rings C� - 1. Place as shown in the water and sanitary sewer City Standard Details. 2. Clean surfaces of dirt, sand, mud or other foreign matter before placing sealant. 3. Seal each grade ring with sealant specified in this Specification and as shown on the City Standard Details. B. Frame and Cover 1. Water a. For water structures install frame, cover and grade rings in accordance with applicable City Standard Detail. 2. Hinge Cover a. Provide hinge cover on elevated manholes, junction boxes, in the flood plain and where specified on the Drawings. C. Joint Sealinc, 1. Seal frame, grade rings and structure with specified sealant. D. Concrete Collar 1. Provide concrete collar around all frame and cover assemblies. FgkNLI-t"X#-]ILIXM- CITY OF FORT WORTH Walsh Ranch Pump Station Project TECHNICAL SPECIFICATIONS 33-05-13 Project No. 02294 1W 33 05 16- 1 CONCRETE WATER VAULTS SECTION 33 05 16 CONCRETE WATE.WL�JFJ 9���Mffl HEE1\ l �-111 � 1. Concrete vaults to be used in water utility applications B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division I — General Requirements 3. Section 03 30 00—Cast-In-Place Concrete 4. Section 3' ) 05 10 — Utility Trench Excavation, Embedment and Backfill Pa.-e 1 of 4 A. Measurement and Payment AM, 1. Measurement and Payment a. When installed as part of a valve vault, the price shall be considered subsidiary to the unit price for the valve installation. b. When installed as part of a meter vault, the price shall be considered subsidiary to the unit price for the meter installation. 1.3 REFERENCES 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO). 3. American Concrete Institute (ACI): a. 350, Code Requirements for Environmental Engineering Concrete Structures and Commentary. 4. ASTM International (AST): a. A61.5, Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement. b. C857, Standard Practice for Minimum Structural Design Loading for Underground Precast Concrete Utility Structures c. C85 8, Standard Specification for Underground Precast Concrete Utility Structures d. C891, Standard Practice for Installation of Underground Precast Concrete Utility Structures. e. C923, Standard Specification for Resilient Connectors Between Reinforced Concrete Manholes Structures, Pipes, and Laterals. 5. Occupational Safety and, Health Administration (OSHA) CITY OF FORT WORTH Walsh Ranch Pump Station Project TECHNICAL SPECIFICATIONS 33-05-16 Project No. 02294 330516-2 CONCRETF WATER VAIJEJS Page 2 o!f 4 a. 1.910.23, Guarding Floor and Wall Openingi and.14oles 1.4 Sal 3NUTTALS A. Submittals shall be in accordance with Section 0133 K B. All submittals shall beapproved by the City, pnor to delivery. 1.5 ACTION SUBMITTALS/WFORMATIONAL SUBMITTALS A. Product Data I . Precast Concrete Vault 2. Connection materials 3. Pipe connections at vault walls 4. Stubs and stub plugs 5, Grade ring 6. Ladder 7. External coating material 1.6 QUALITY ASSURAN'CE A. Qualifications 1. Meet the requirements of ACI 318. 1.7 DELIVERY, STORAGE, AND HANDLING A. Deliver vault or panels (units) top°qject site in such. quantity to assure continuity of installation. B. Store units at the project site in a mannerwhich prevents cracking did-tortion, staining or other physical damage. C. Lift imits by designed lifting points or supports. A. Manufacturer Warranty 1. Manufacturer's Wk=r ity shall be b.1 accordance with Division L 2.1 EQUTP,IAENTPROD (JCT TYPES, MAARIALS A. Manufacturers 1. Only the rnawfacturers as listed on the City's Standard Products List will be considered, a. The manufacturer must comply with this Sjxcification. and related Sectimls. 2. Amy product that is not. listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section, 0125 00. B. Performance / Design, Criteria 1. Vault a. 'Vault diinensions per the Dra-Arings b. Opening per the DraiNings M'Y OF FORT WORTH Walsh Ranch Pump Station Proiect TECHNICAL SPECaFICATIONS 33-05 16 Project NO, 022% 33 05 16-3 CONCRETE WATER VAULTS Page 3 of 4 c. Incorporate a sump into the base or floor of the vault. 1) Avoid conflicts with piping. 2) Do not locate directly under the access location if applicable. d. Place floor on a minimum 2 percent slope towards the sump. 2. Water Pipe Penetrations a. Use adjustable -linked rubber seal devices or gout, as shown in Drawings, to provide seals around pipe penetrations. 3. Vault Access a. Cover/ Door 1) For non -traffic areas — non H-20 loading 42-inch x 42-inch steel single leaf door, Bilco Type J model or approved equal 2) For traffic areas — 32-inch hinged ductile iron frame and cover or as shown in manhole lid assembly in Drawings 3) With steel door, provide an automatic hold -open arm with release handle and locking device. 4) Provide Bilco type fall protection grating under aluminum door that meets OSHA 29 CFR 1910.23 requirements or approved equal, 5) Incorporate a drain gutter with an outlet routed to the exterior of the vault lid. b. Ladder 1) Provide ladder to dimensions shown on Drawings. C. Materials 1. Concrete for utility construction — Conform to Section 03 ) 30 00. 2. Frame and Cover — Conform to Section 33 05 13. 3. Grade Ring— Conform to Section 33 05 13 and ASTM C 478. 4. Reinforcing Steel — Conform to Section 03 30 00. 5. Sewer Pipe Connections — Conform to ASTM C923 or AS C 1628. 6. Adjustable -linked rubber seal devices a. Manufactured by Link -Seal or approved equal 7. Interior Coating or Liner — Not Required. S. Exterior Coatin0c, a. Coal Tar Bitumastic for below grade damp proofing M b. Dry film thickness (DFT) no less than 12 mils and no greater than 30 mils c. Solids content is 68 percent by volume ± 2 percent. 1. Vault a. Perform installation in accordance to ASTM C891. b. Construct vault to dimensions shown on Drawings. CITY OF FORT WORTH TECHNICAL SPECIFICATIONS 33-05-16 Walsh Ranch Pump Station Project Project No. 02294 33 05 16 - 4 CONCRETE WATER VAULTS Daggs 4 of 4 c. Precast Sections 1) Clean bell spigot and gaskets a) Lubricate djoin 2) Minimize number of segInents. d. Vault Base 1) Place vault base on 6-inch minimurn base of compacted crushed rack (per' Section 33 05 10) over undisturbed soils and grade level to elevation showil, on the Draw higs. 2. Water Pipe Penetrations a. Install adJustable-linked rubber seal devices around pipe penetrations in accordance with the manufacturer's recommendation. END OF SECTION CITY OF FORT WORTH Walsh Ranch Purnp Station Project TE'Ca. NICAL SPECIFICATIONS 33-05-16 Project No. 02294 33 11 05 - I BOLTS, NUTS, AND GASKETS Pa.-e I of 6 SECTION 33 1105 BOLTS, NUTS, AND GASKETS A. Section Includes: 1. All nuts, bolts and gaskets associated with pressurized water utility lines including: a. T-Bolts and Nuts b. Flange Bolts and Nuts c. Threaded Rods d. Push -on Gaskets e. Mechanical Joint Gaskets f. Flange Gaskets g. Flange Isolation Kits h. Petrolatum Tape Systems B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division I — General Requirements 3. Section 33 04 10 — Joint Bonding and Electrical Isolation 4. Section 33 11 10 —Ductile Iron Pipe A. Measurement and Payment 1. All Bolts, Nuts and Gaskets a. Measurement 1) The Items in this Section are considered subsidiary to the Item being installed. b. Payment 1) The work performed and materials famished in accordance with this Item are subsidiary to the unit price bid for the Item being installed and no other compensation will be allowed. A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. American Iron and Steel Institute (AISI). 3. American Society of Mechanical Engineers (ASNIE): a. PCC-1-2012 Guidelines for Pressure Boundary Bolted Flange Joint Assembly. 4. American Society of Testing and Materials (AST): CITY OF FORT WORTH Walsh Ranch Pump Station Project TECHNICAL SPECIFICATION 33-11 -05 Project No. 02294 33 1105-2 BO1,TS, Mn"S, AND GASKETS Page 2 of 6 104S" a. A193, Standard Specification for Alloy -Steel. and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications. b. Al 94, Standard Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both. c. A242, Standard Specification. for Bigh-Strength Low, -Alloy Carbon. Structural Steel d. B 117, Salt SprayTesting e. F436, Standard Specificafion:f.br Hardened Steel Washers 5. American Water'Works Association (A,WWA): a. C1 I I/A21.1 1, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. b. C207, Steel Pipe Flanges for Waterworks Service — Sizes 4 In.Through 144 In.. (1,00 mm Through 3,600 mm). c. C600, Installation of Ductfle-fron Mains and Their Apptutenances. d. M 11, Steel Pipe. e. M41, Ductile-fron Pipe and Fithngs. 6. Fastener Curably Act (FQA) a. Public Law 106-34 (P.L. 106-341 7. NS 1" International (NSF): a. 61, Driskin g'Water System Components - Health Effects. 8. Society for Protective Coating (SSPQ Surface Preparation Standards (SP): a. SP2. Hand Tool Cleaning b. SP3, Power "Fool Cleaning 1.4 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.5 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS A. Product Data 1. Bolts and nuts for inechanical and or flange joints 2. Gaskets 1. Furnish an a]Tidavitcerti�fy,ixigthat iilI fasteners, excludir�igT-Bolts, shall conforni to the 'Fasten er Qua.lft.y Act (FQA) (P.L. 106-34). 2. Furnish an affidavit certifying drat the"Kylan Coating is ManUfactured by Whitft)rd I Corporation, or a )A4ritford Corporation certified Applicator. 1.6 QUALrrY ASSURANCE A. Qualifications 1. Manufacturers a. F&itener manufacturing operations (bolts, nuts,, gaskets and coatings) shall be performed under the control of the manufacturer. CITYOAF FORTWORTH Walsh Rarwhi Purnp Sunion Project TE( I TINICA1. SPECIFICATION 33-11-05 PiDject No, 01194 33 1105 -3 BOLTS, NUTS, AND GASKETS Pave 3 of 6 b. All gaskets shall meet or exceed the latest revisions NSF 61 and shall meet or exceed the requirements of this Specification. B. Preconstruction Testing, 1. The City may, at its own cost, subject random ng fittings for destructive testing by an 0 t:� independent laboratory for compliance with this Specification. a. The compliance test shall be performed in the United States. b. Any visible defects or failure to meet the quality standards herein will be grounds for rejecting the entire order. 1. Only the manufacturers as listed on the City's Standard Products List will be considered. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. All fasteners, excluding T-Bolts, shall conform to the Fastener Quality Act (FQA) (P.L. 106-34). All fasteners shall meet the marking requirements set forth by this Act. 1. Standard Xylan Coated T-bolt and Nut a. High strength, corrosion -resistant, low -carbon weathering steel in accordance with AVvWA/ANSI C 11 I/A2 1.11 and ASTM A242 b. Xylan Coating in accordance with this Section 2. Stainless Steel T-bolt with Xylan Coated Stainless Steel Nut a. Stainless Steel T-bolt and Nut in accordance with AISI 304. b. Coat nut with Xylan in accordance with this Section. D. Flange Bolts and Nuts 1. Stainless Steel Bolt and Xylan Coated Nut a. Meet requirements of AWWA C207 b. Bolts: ASTM A193, Grade B8, Class I(AISI 304 Stainless Steel, carbide solution treated) c. Nuts and Washers: ASTMA194, Grade 8 Nuts with AISI 304 Stainless Steel Washers 1) Coat nut with Xylan in accordance with this Section. E. Threaded Rods 1. Meet requirements of A C207 2. Rods: ASTMA193, Grade B8, Class I(AIS1304 Stainless Steel, carbide solution treated) 3. Nuts and Washers: ASTMA194, Grade 8 Nuts with AISI 304 Stainless Steel Washers CITY OF FORT WORTH Walsh Ranch Pump Station Project TECHNICAL SPECIFICATION 33 3-11-05 Project No. 02294 33 1105-4 BOLTS, NUI IS, AND GAS 3KETS Page 4 of 6 a. Coat nut with XYlari in accordance with this Section. F. Push -on Gaskets 1 . Conforming to the physical and marking requirements specified in ANSI/AWWA CIII/A21AL 2. All gaskets shall meet or exceed the latest revisions NSF 61 3. Rubber gaskets shall be made of vulcanized styrene butadiene rubber SBR, unless otherwise specified in Dra'Whigs. 4. Gaskets shall be free from porous areas, foreign material and other defects that make -them unfitfor intended use. 5. Gaskets shall be the size and shape required to provide an adequate compressive �farce against the plain end and socket after assembly to affect a positive seal under all conibinations ofjoint and gasket tolerances. G. Mechanical Joint Gaskets I . Conforriiiing to the physical and marking requirements specified in ANSI./AWWA C I I I/A21.1 1. 2. All gaskets shall meet or exceed the latest revisions NSF 6 1. 3 Rubber gaskets shall be made oftuilcanized styrene butadiene rubber SBP, unless otherwise specified in Drawings. 4. Gaskets shall be free from porous areas, foreign material and other defects that make them unfit for intended use. H. Flange Gaskets I . Class E Flanges a. Fullface b. Manufactured -truce to shape from minimuin 80 durometer SBR rubber stock of a thickness not less than 1/8 inch c. Virgin stock d. Conforming to the physical and test requirements speci flied inn AWW,A/ANSI CI 1. I/A21.1 I e. All gaskets shall meet or exceed the latest. revisions NSF 61. f. Einished gaskets shall have holes punched by the manufacturer and shall match the flange patteni in every respect. & Frayed cut edges are not acceptible. h. Field cut sheet gmkets are snot acceptable, L Flange Isolation Kits 1, Flanges which are required by the Drawings to be Isolation Flanges shall conforms to Section 33 04 10° 2. For bolts used widi isolation sleeves per Section 33 04 10, ttueadirig inust extend, to bolt head with no grip to ensure sleeves fit properly J. Petrolatum Tape System 1. Petrolatum Tape Primer: Denso Paste, or approved equal 2. Molding and Filler mastic: Deans Mastic, or approved equal 3 .11 Purpose Petrolatum Tape: Densyl 'rape, or approved equal K. Xylan Coating Crl['Y OF FORT WORTH Watsh Rmch Purnp Station Prqect TECHNTCAL SPEC'MCATION 33-11-05 Pr*ct No, 02294 33 1105 -5 BOLTS, NUTS, AND GASKETS Pa.ae 5 of 6 a. Coat nuts and bolts with a ceramic -filled, baked on fluorocarbon resin, when required. b. Coated nuts and bolts shall be prepared "near white" or "white" when coated to the coating manufacturer's recommended thickness by a certified applicator. c. Coating shall be of Xylan as manufactured by Whitford Corporation and applied by Whitford Corporation or Whitford Corporation Recommended Coater, d. Coating shall be free from holidays and defects. e. Coating thickness shall between 0.0007-inches and 0.00 12-inches and shall be such that the nut turns freely on the bolt. f. Coating shall conform to the performance requirements of AST M B 117, "Salt Spray Test," and shall include, if required, a certificate of conformance. A. Mechanical Joints 1. Assemble mechanical joints in accordance with ANSFAWWA CI I l/A2 1.11 Appendix A, A C600 and A Manual M41. 2. Use Standard Xylan Coated T-bolts and Nuts. a. Stainless Steel T-bolts with Xylan Coated Stainless Steel Nuts shall only be AW used when specifically required in the Drawings. B. Flanged Joints 0 1. Install in accordance with ASN/1E PCC-1-2012. 2. Use Stainless Steel Bolts and Xylan Coated Nuts. 3. Wrap all buried steel flanges for A C200, C301 or C303 pipe with Petrolatum Tape System. a. If only I flange in ajoint is steel (AWWA C200, C301, or C303 )), petrolatum tape wrapping will be required. b. If a joint is made between two ductile iron flanges, the joint should be polyethylene encased in accordance with Section 33 11 10. 4. Flange bolts are normally spaced evenly around the flange. C 0 During assembly, tighten nuts gradually and equally using a three -pass method in accordance with AS ME PCC-1-2012. a. For the first pass, tighten the nuts to 50 percent at diametrically opposite sides to prevent misalignment and to ensure that all bolts carry equal loads. b. For the second pass, tighten the nuts to 100 percent again in a diametrically opposite pattern. c. Allow a minimum of I hour to pass to provide time for settlement between bolts and nuts and gasket relaxation. d. Complete the third pass by checking each bolt in a clockwise pattern. Each nut should be tightened until it will no longer turn. This step compensates for elastic interaction and brings all bolts into parity. C� C. Flanged Mints with Isolation Kit C 1. Flange Isolation Kits shall be installed in accordance with Section 33 04 10. CITY OF FORT WORTH Walsh Ranch Pump Station Project TECHNICAL SPECIFICATION 33-11-05 Project No. 02294 33 1105-6 BOLFS, NUTS, AND GASKETS Page 6 art' 6 2. Ciwill verif�l Isolation in accordance with Section 33 04 10. 1. install as part ofJoint harness assernblyin accordance with AWWA Manual M11. 2. Space rods evenly around the pipe. 3. During assembly, tighten nuts gn,adually and equally using a three -pass method in accordance with ASME PCC-1-2012. a. For the first pass, tighten the nuts to 50 percentat diametrically opposite sides to Prevent misalip.iment and to ensure that all bolts carry equal loa&,. b. For the second pass, tighten the nuts to 100 percent again in a diametrically opposite Pattern. 4. The threads of the bol.ts should protrude a minimurn of 1/2-inch :from the nuts. 5. Wrap joint harness assembly with Petrolatum Tape System, E. Petrolatum Tape System .1. Surf4ces should be free from dirt, loose ruA scale or flaking coatings. a,, Clean surfaces in accordance with SSPC SP2 or SSPC SP3. 1) High pressure wash of 3,000 to 7,000 psi is also suitable. b. Surfaces may be dainp but shall not have droplets or continuous film. of water. 2. Apply, a uniftnui, thin coat of Petrolatimi "Dipe Primer to the entire surface by stiff brush, gloved hand or rag, at norriial ambient temperatures. 3. By hand application., apply Molding and Filler Mastic to a rounded configuration to fill iri-egular shapes and reduce sharp -edged stirfaces. 4. Spirally wrap All Purpose Petrolatum Tape -with a nrinii-mun, overlap of I inch. a. For severely corrosive environments, an, overlap of 55 percent is recommended. b. Press air pockets out and smooth all lap seams. 5. For additional mechanical protection, over rap may be applied to increase impact strength and electrical resistance, END OF SECTION CITY OF FORT WOPUE Walsh Ranch Pump Suftion Protect TECHNICAL SPECIFICATION 33-11..05 Proiect No, 02294 33 11 10 - I 19ML DUCTILE IRON PIPE 7F- Paee I of 11 WWALt 1m1 11 1' ` �M- 1. Ductile Iron Pipe 3-inch through 64-inch for water service. B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division I — General Requirements 3. Section 33 ) 01 31 — Closed Circuit Television (CCTV) Inspection 4. Section 33 04 10 — Joint Bonding and Electrical Isolation 5. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 6. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 7. Section 33 11 05 — Bolts, Nuts, and Gaskets 8. Section 33 11 11 — Ductile Iron Fittings ID Ductile Iron Pipe a. Measurement and Payment 1) All buried 3 0" and 3 ) 6" pipe shall be measured and paid per linear foot, alonc, the surface from centerline to centerline, which shall including fittings, retainer glands, and appurtenances. Buried ductile pipe and fittings less than 30" diameter, and all above ground flanged ductile iron pipe and fittings, shall be paid as part of the lump sum price for pump station mechanical. b. The price bid shall include: 1) Furnishing and installing Ductile Iron Pipe, with joints and fittings as specified in the contract documents. 2) Polyethylene encasement 3) Lining 4) Cathodic protection system 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing, placement and compaction of embedment 10) Furnishing, placement and compaction of backfill 11) Thrust restraint, both mechanical retainer glands and concrete 12) Bolts and nuts I')) Gaskets CITY OF FORT WORTH Walsh Ranch Pump Station Project TECHNICAL SPECIFICATIONS 33-11-10 Project No. 02294 33 1110-2 DUCTILE MON PrPE Page 2 a 1 tpJ 14) Clean-up 15) Cleaning 16) Disinfection 17) Testing L, Gland or Follower Gland a. Non -restrained, meclianical joint Fitting 2, Detainer Gland a. Mechanically restrained mecbanical. joint fitting L Reference standards cited in this Specification refer to the current reference stai�i.dard published at, the time of the latest revirSiOn date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State 1-bghway and,rransportation Officials (AASHTO). 3. Anierican Society of Mechanical Engineem a. 1316.1, Gray iron Pipe Flanges and Flanged. Fittings (Classes 25, 125 and 250). 4. A STM International (ASTM). a. A 193, Standard Specification for Alloy -Steel and Stainless Steel Boltiri g for 1figh Temperature or Migh Pressure Service and Other Special Purpose Applications b. .A.1.94, Speci-fication for Carbon and Alloy Steel Nuts for Bolts for Ifigh Pressure or lhgh Temperature Service, or Both c. A.242, Standard Specification for ffigh-Strength Low -Alloy Structural Steel" d. A.307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength, e. A674, Standard Practice for Polyethylene Encasement for Ductile iron Pipe for Water or Other Liquids. f B 117, Standard Practice for Operating Salt Spray, (Fog) Apparatus. & B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel. 5, Arnerican Water Works Association (A. WWA.): & C203, Coal -Tar Protective (.,batings and Linings for Steel Water Pipelines - Erm-nel and Tape -Twat Applied. b" C600, Instal lation of Ductile- Iron 'Water Mains and their Appu rten ances,, c. M41, Ductile -from Pipe and Fittuilgs, 6. American Water Works Associatim/American National Standards Institute (AWWA/AN'Sl): a. C 1. 04/A.21A, Cemej:ft--'tvR,)rtax- Lining for Ductile-ironl?ipe and Fittings. b. C I 05/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. c. C I I I/A21.1 1, Rubber -Gasket Joints for Ductile-lron.Pressm,Me Pipe and Fittings, d. C I I VA21.15, Flanged Ductile -lion Pipe with Ductile. -Iron or Gray-Tron Tilreaded Flanges, e. C150/A21.50,11ickness Design of Ductile -Iron Pipe., 15 1 /A,21.5 1, Ductile -Iron Pipe, Centifugally Cast, for Water. g, C600, Installation of Ductile-Tron Water Mains and their Appurtenances CITY OF FORT WORTI I Walsh Ranch Pump Ste ion Pro*t TECHNICAL, SPECIFICATIONS 33-11 .40 Pmject No, 02294 33 11 10-3 DUCTILE IRON PIPE Pa;e 3 of I I 7. NSF International (NSF): a. 61, Drinking Water System Components -Health Effects. 8. Society for Protective Coatings (SSPC): a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. A. Product Data 1. Interior lining a. If it is other than cement mortar lining in accordance with AVV_WA/ANSI C104/A21.4, including: 1) Material 2) Application recommendations 3) Field touch-up procedures 2. Thrust Restraint a. Retainer glands and concrete blocking 3. Gaskets a. If hydrocarbon or other special gaskets are required B. Shop Drawings — Furnish for Ductile Iron Pipe used in the water distribution, including: 0 1. Information on pipe wall thickness design, to include: a. Working pressure b. Surge pressure c. Deflection 2. Provide thrust restraint information 3. Lay schedule and drawing, to include: a. Pipe class b. Joints type c. Fittings d. Stationing e. Transitions f, Joint deflection C. Certificates 1. Furnish an affidavit certifying that all Ductile Iron Pipe meets the provisions of this Section, each run of pipe furnished has met Specifications, all inspections have been made, and that all tests have been performed in accordance with AWWA/ANSI C 15 1/A21.5 1. 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. A. Qualifications 1. Manufacturers CITY OF FORT WORTH Walsh Ranch PLIMP Station Project TECHNICAL SPECIFICATIONS 33-11-10 Project No. 02294 33 1110-4 DUCTILE MON PIPE Page 4 of I I a. Finisbed pipe shall be the product of 1 manufacturer. 1) Change orders, specials, and field changes may be provided by a different manufacturer upon City approval. b. Pipe manufacturing operations (pipe, lining, and coatings) shall be performed under the control of the manufacturer. c. Ductile Iron Pipe 1) Manufactured in accordance with AWWA/ANSI CISI/A21.51 a) Perform quality control tests and maintain results as outlined within standard to assure compliance., 2) Subject each pipe to a hydrostatic test of not less than 500 psi for duration of at least 10 seconds. B. Preconstruction'resting L The City may, at its own cost, subject randoinlengths of pipe for testing by an independent laboratory for compliance with this Specification. a. The compliance test shall be performed in the United States. b. Any visible defects or failure to meet the quality standards herein will be grounds for rejecting the entire order. A. Storage and Handling Requirements 1. Ductile Iron Pipe shall be stored and handled in accord a nrce with the guidelines as stated in AWWA M4 1. 2. Secure and maintain a location to store the material in accordance with Section 01 6600. VWMILOUtIAT1111cm 11111,111 1, 1 1 1 � I A. Manufacturers 1, Only the manufacturers as listed in the City's Standard Products List will be considered. a. The manufacturer must comply, with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted inaccordance with Section 0125 00. B.., Pipe 1. Pipe shall be in accordance with AWWAJANSI Cl 1 I/A21.1 1, AWWAJANSI C 150/A21.15, and AWWAC. NSI C 15 I/A.21.5 1. 2. All pipe shall meet the requirements of NSF 61. 3. -Pipe shall have a lay length of 18 feet or20 feet except for special fittings or closure pieces andnecessary to comply with the Drawings. 4. As a minimum the following pressures classes apply, The Drawings may specify a higher pressure class or the pressure and deflection design criteria may also require a higher pressure class, but in no case should they be less than the following: Diameter I.in Pressure Class CITY OF FORT WORTH WaWi Ranch Pump Station Project TECHNICAL SPECIFICATIONS 33-11-10 Project No, 02294 33 11 10-5 DUCTILE IRON PIPE Pace 5 of 11 (inches) (psi) 3 through 12 350 14 through 20 I 250 24 200 30 through 64 I 150 �!Irr, lllalmI16551 C151/A21.51. Minimum pipe o markings shall be as fllows: a. "DI" or "Ductile" shall be clearly labeled on each pipe b. Weight, pressure class and nominal thickness of each pipe c. Year and country pipe was cast d. Manufacturer's mark I 6. Pressure and Deflection Design a. Pipe design shall be based on trench conditions and design pressure class. b. Pipe shall be designed according to the methods indicated in AVv7WA/ANS1 C1 50/A21.50, AWWA/ANSI C1 5 I/A21.5 1, and A M41 for trench construction, using the following parameters: I ) Unit Weight of Fill (w) = 130 pcf 2) Live Load = AASHTO HS 20 3) Trench Depth = As indicated i 3 in i in Drawings 4) Bedding Conditions = Type 4 5) Working Pressure (Pw) = 100 psi 6) Surge Allowance (PS) = 100 psi 7) Design Internal Pressure (P) = Pw + + P, or 2: 1 safety factor of the actual working pressure plus the actual surge pressure, whichever is greater. a) Test Pressure (1) No less than 1.25 minimum times the stated working pressure (187 psi minimum) of the pipeline measured at the highest elevation alonc, the test section. (2) No less than 1.5 times the stated working pressure (225 psi minimum) at the lowest elevation of the test section. 8) Maximum Calculated Deflection (DJ = 3 percent 9) Restrained Joint Safety Factor (Sf) = 15 percent c. Trench depths shall be verified after existing utilities are located. 1) Vertical alignment changes required because of existing utility or other conflicts shall be accommodated by an appropriate change in pipe design depth. 2) In no case shall pipe be installed deeper than its design allows. 7. Provisions for Thrust a. Thrust at bends, tees, plugs or other fittings shall be mechanically restrained joints with concrete thrust blocks. b. Restrained joints, when required, shall be used for a sufficient distance from each side of the bend, tee, plug, valve or other fitting to resist thrust which will be developed at the design pressure of the pipe. For the purpose of thrust, the following shall apply: 1) Valves shall be calculated as dead ends. 2) Design pressure shall be greater than the working pressure of the pipe or the internal pressure (Pi) whichever is greater. CITY OF FORT WORTH Walsh Ranch PLI111P Station Project TECHNICAL SPECIFICATIONS 33-11-10 Project No. 02294 33 1110-6 DUCTME IRON PIPE Page 6 of I I 3) Restrained joints shall consist of approved mechanical restrained or push - on restrained joints as listed in the City's Standard Products List as shown in Section 0160 00. c. The Pipe Manufacturer shall verify the length of pipe with restramedjoints to resist thrust in accordance with the Drawings, AWWA M41, and the following: 1) The weight of earth (W,) shall be calculated as the weight of the projected soil prism above the pipe, for unsaturated soil conditions, 2) Soil density 130 pcf (max imum value to be used), `for unsaturated soil conditions 3) If indicated on the Drawings and the Geotechnical Borings that ground water is expected, accourit for reduced soil densitY. Joints a. General — Comply with AWWAIANSI CI I I /A2 1.11. b. Push -On Joints c. Mechanical. Joints d. Push -On, Restrained Joints I) Restraining Push -on joints by means of a special gasket a) Only those products that are listed in Section 0160 00 b) The working pressure rating of the restrained gasket must exceed the test pressure of the Pipe line to be installed. c) Otherwise only approved. if specially listed on the Drawings 2) Push -on. Restrained Joint bell andVigot a) Only those product,-, list in the standard products list will be allowed for the size listed in the standard products list per Section 0 160 00. b) Pressure rating shall exceed the working and test pressure of the pipe line. e. Flanged Joints- AWWAJANSI C115/A21.15, ASME B16.1, Class 125 f. Flange bolt circles and bolt holes shall match those of ASMEB16.1, Class 125. g. Field fabricated fla'nges are prohibited. 9. Gaskets a. Provide Gaskets in accordance with Section. 33 1105. 10. Isolation Flanges a. Flanges required by the dir,awings to be Isolation Flanges shall conform, to Section 33 04 10. 11. Bolts and Nuts a. Mechanical Joints 1) Provide bolts and nuts inaccord ance with Section 33 1105. b. FlangedEnds 1) Meet requirements of AWWA Cl 15. a) Provide bolts and nuts in accordance with Section 33 11 054 12. Flange Coatings a. Connections to Steel Flanges I) Buried connections with Steel Flanges shall be coated with a Petrolatum Tape System in accordance with Section 33 1105. 13. Ductile Iron Pipe Exterior Coathigs a. All ductile iron shall have an coatincr' uasphaltic mini of I it thick, on the p C� pipe exterior, unless otherwise specified in the Contract Doc eats. 14. Polyethylene Encasement crry OF FORTWORM Wsh Ranch Pump Station Prqiect TECHNICAL SPECIFICATIONS 33-11-10 Project No. 02.294 33 11 10-7 DUCTILE IRON PIPE Paae 7 of 11 a. All buried Ductile Iron Pipe shall be polyethylene encased. b. Only manufacturers listed in the City's Standard Products List as shown in Section 0 160 00 will be considered acceptable. c. Use only virgin polyethylene material. d. Encasement for buried pipe shall be 8 mil linear low density (LLD) polyethylene conforming to AWWA/ANSI C I 05/A21.5 or 4 mil high density crass -laminated (HDCL) polyethylene encasement conforming to AWWA/ANSI C I 05/A21.5 and ASTM A674. e. Marking: At a minimum of every 2 feet along its length, the mark the polyethylene film with the following information: 1) Manufacturer's name or trademark 2) Year of manufacturer 3) AWWA/ANSI C I 05/A21.5 4) Minimum film thickness and material type 5) Applicable range of nominal diameter sizes 6) Warning — Corrosion Protection — Repair Any Damage f. Special Markings/Colors 1) Reclaimed Water, perform one of the following: a) Label polyethylene encasement with "RECLAIMED WATER", b) Provide purple polyethylene in accordance with the American Public Works Association Uniform Color Code; or Oak, c Attach purple reclaimed water marker tape to the polyethylene wrap. 2) Wastewater, perform one of the following: a) Label polyethylene encasement with "WASTEWATER"; b) Provide green polyethylene in accordance with the American Public Works Association Uniform Color Code; or c) Attach green sanitary sewer marker tape to the polyethylene wrap. g. Minimum widths Polyethylene Tube and Sheet Sizes for Push -On Joint Pipe Nominal Pipe Diameter in. Width — Flat Tube Min. Width — Sheet (inches) (inches) (inches) 14 28 4 14 28 6 16 32 8 20 40 10 24 48 12 27 54 14 30 60 16 34 68 18 37 74 20 41 82 24 54 108 30 67 134 36 81 162 42 81 162 48 95 190 CITY OF FORT WORTH W,11Sh RUCK PLIMP Station Project TECHNICAL SPECIFICATIONS 33-11-10 Project No. 02294 33 1110-8 DUCTILE IRON PIPE Pagge 8 of 11 54 108 216 1 60 108 216 111 64 121 242 15. Ductile Iron Pipe Interior Lining a. Cement Mortar Lining 1) Ductile Iron Pipe for potable water shall have a cement raot tar lining in accordance with AWWAJANSI C104/A21.04 and be acceptable according to NSF 61. 3.1 INSTALLATION .A. General 1. Install pipe, fittings, specials and appurtenances as speci Fled herein, as specified in A C600,.AWWA M41 and in accordance with the pipe manufacturer's recommendations. 2. See Section 33 11 11 for installation requirements for Ductile Iron Fittings. 3. Lay pipe to the lines and grades as indicated in the Drawings. 4.' Excavate and backfill trenches in accordance with Section 33 05 10. 5. Embed Ductile Iron Pipe in accordance with Section 33 05 10. B. Pipe Handling L Haul and distribute pipe and fittings at the project site. 2. Handle piping with care to avoid damage. a. inspect each joint of pipe and reject or repair any damaged pipe prior to lowering into the trench. b. Do not handle the pipe in such a way that will damage the interior lining. c. Use only nylon ropes, slings or other lifting devices that will not damage the surface of the pipe for hand1ling the pipe. 3. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Joint Making 1 ° Mechanical Joints a. Bolt the follower ring into compression against the gasket with the bolts tightened down evenly then cross torqued in accordance with AWWA C600. b. Overstressing of bolts to compensate for poor installation practice will not be permitted. 2. Push -on Joints a. Install Push -on joints as defined in A'WW.AJANSI C 11 VA2 1.11. b. Wipe clean the gasket seat inside the bell of all extraneous matter. c. Place the gasket in the bell in the position Prescribed by the manufacturer, d. Apply a thin film of non -toxic vegetable soap lubricant to the inside of the gasket and the outside of the spigot prior- to entering the spigot into the bell. UFY OF FORT WORTT I Wakh R,,.mch Pump Station Project TECHNICAL SPECIFICATIONS 33-1140 Project No. 02294 33 11 10-9 DUCTILE IRON PIPE Page 9 of I I e. When using a field cut plain end piece of pipe, refinish the field cut and scarf to Z:� conform to A C600. Flanged Joints a. Use erection bolts and drift pins to make flanged connections. 1) Do not use undue force or restraint on the ends of the fittings. 2) Apply even and uniform pressure to the gasket. b. The fitting must be free to move in any direction while bolting 1) Install flange bolts with all bolt heads faced in one direction. Z:� 4. Joint Deflection a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines and grades and shown in the Drawings. b. The deflection of each joint must be in accordance with A C600 Table 3. c. The maximum deflection allowed is 50 percent of that indicated in AWWA C600. d. The manufacturer's recommendation may be used with the approval of the Engineer. D. Polyethylene Encasement Installation 1. Preparation a. Remove all lumps of clay, mud, cinders, etc., on pipe surface prior to installation of polyethylene encasement. 1) Prevent soil or embedment material from becoming trapped between pipe and polyethylene. b. Fit polyethylene film to contour of pipe to affect a snug, but not tight encase with minimum space between polyethylene and pipe. 1) Provide sufficient slack in contouring to prevent stretching polyethylene where it bridges irregular surfaces such as bell -spigot interfaces, bolted joints or fittings and to prevent damage to polyethylene due to backfilling operations. 2) Secure overlaps and ends with adhesive tape and hold. c. For installations below water table and/or in areas subject to tidal actions, seal both ends of polyethylene tube with adhesive tape at joint overlap. 2. Tubular Type (Method A) a. Cut polyethylene tube to length approximately 2 feet longer than pipe section. b. Slip tube around pipe, centering it to provide 1-foot overlap on each adjacent pipe section and bunching it accordion -fashion lengthwise until it clears pipe ends. c. Lower pipe into trench and make up pipe joint with preceding section of pipe. d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. e. After assembling pipe joint, make overlap of polyethylene tube, pull bunched polyethylene from preceding length of pipe, slip it over end of the new length of pipe and wrap until it overlaps joint at end of preceding length of pipe. f Secure overlap in place. g. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel of pipe, securing fold at quarter points. h. Repair cuts, tears, punctures or other damage to polyethylene. i. Proceed with installation of next pipe in same manner. 3. Tubular Type (Method B) a. Cut polyethylene tube to length approximately I foot shorter than pipe section. CITY OF FORT WORTH Walsh R,'MCII PLIMP Station Project TECHNICAL SPECIFICATIONS 33-11-10 Project No. 02294 33 11 10-10 DUCTILE IRON PIPE Pagge 10 of I I b. Slip tube around pipe, centering it to provide 6 inches of bare pipe at each en c. Take up slack width at top of pipe to make a snug, but not tight, fit along b ;rr of pipe, securing fold at quarter points,; secure ends; d. Before making up j oint, slip 3 -foot length, of polyethylene tube over end of proceeding pipe section,bunching it accordion -fashion lengthwise. e. After completingjoint pull 3-foot length of polyethylene overjoint overlapping polyethylene previously i installed on each adj. acent section of pip 'by at least I foot; make each end snug and secure. I 4. Sheet Type a. Cut polyethylene sheet to alength approximately 2 feet longer than piece section. b. Center length to provide 1-foot overlap on each adjacent pipe section,, bunching it until it clears the pipe ends. c. Wrap polyethylene around pipe so that it circumferentially overlaps top quadrant of pipe. d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. e. Lower wwrrapped pipe into trench and make up pipe joint with preceding section of pipe. f. Make shallow bell hole at joints to facilitate installation of polyethylene. g. After completingjoint make overlap and secure ends. h. Repair cuts, tears, punctures or other damage to polyethylene., L Proceed with installation of next section of pipe insame manner. 5, Pipe -Shaped Appurtenances a. Coverbends, reducers, offsets and other pipe -shaped appurtenances with polyethylene insame manner as pipe and fittings. 6. Odd -Shaped Appurtenances a. When it is not practical, to wrap valves, tees, crosses, and other odd -shaped pieces in tube, wrap with flat sheet or split length polyethylene tube''by passfi-ig sheet under appurtenances and bringing it up around body. 'b. Make seams by bringing edges together, folding over twice and taping down. c. Tape pol;Y ethylene SeCUTely in place at the valve stem and at any other penetrations. 7. Repairs a. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape or -with short length of polyethylene sheet or cut open tube, wrapped around fating to cover damaged area and secu:red in place 8. Openings in Encasement a. Provide openings for branches, seT'Vice taps, bl6w-offs, air -valves and sirnilar appurtenances by making an X-shaped cut in polyethylene and temporarily folding back film. b. After appurtenance is installed, tape slack securely to appurtenance and repair cut, as well as other damaged area in polyethylene with tape. c. Service taps ..may also be made directly tlu-ough polyethylene, with any reSnIting damaged areas being repaired as described above. 9. ..Junctions between Wrapped and Unwrapped Pipe: a. Wheie polyethylene -wrapped pipe joins an adjacent pipe that is not wrapped, extend polyethylene -wrap to cover adjacent pipe for distance of at least 3 feet. b. Secure end with circumferential turns of tape. CM7 OF FORT WORTH Walsh Rarich Pump Station Project TECHNICAL S1''E0FICATIONS 33-11-10 Project No, 02294 33 11 10- 11 DUCTILE IRON PIPE Pa.-C I I of 11 Wrap service lines of dissimilar metals with polyethylene or suitable dielectrz tape for minimum clear distance of 3 feet away from Cast or Ductile Iron Pip.M;. 1. Excessive field -patching is not permitted of lining or coating. C� C� 2. Patching of lining or coating will be allowed where area to be repaired does not C exceed 100 square inches and has no dimensions greater than 12 inches. 3. In general, there shall not be more than I patch on either the lining or the coating of any I joint of pipe. 4. Wherever necessary to patch the pipe: a. Make patch with cement mortar as previously specified for interior joints. b. Do not install patched pipe until the patch has been properly and adequately cured and approved for laying by the City. 5. Promptly remove rejected pipe from the site. 1. Cleaning, disinfection, hydrostatic testin(, and bacteriological testinor of water mains a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water main as specified in Section 33 04 40. CITY OF FORT WORTH Walsh Ranch Purrip Station Project TECHNICAL SPECIFICATIONS 33-11-10 Project No. 02294 SECTION 33 1111 DUCTILE T1ZnLAL=F HFE�l -* � 33 11 11 - I DUCTILE IRON FITTINGS Pate I of 10 1. Ductile Iron Fittings 3-inch through 64-inch for potable water, wastewater, and other liquids for use with Ductile Iron Pipe and Polyvinyl Chloride (PVC) Pipe 2. All mechanical joint fittings shall be mechanically restrained using restrained wedge type retainer glands. B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 03 30 00 — Cast -in -Place Concrete 4. Section 33 04 10 — Joint Bonding and Electrical Isolation 5. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 6. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 1. Ductile Iron Water Fittings with Restraint a. Measurement and Payment 1) Buried ductile iron pipe fittings of 3 0" and 3 ) 6" diameter will be measured and paid by the linear feet of pipe and fittings installed, of the various diameter. 2) Buried ductile iron pipe fittings that are less than 30" in diameter will be paid at the lump sum price for Pump Station Mechanical 3) Above ground ductile iron pipe fittings shall be paid at the lump sum price for Pump Station Mechanical b. For buried pipe fittings; the price bid shall include: I ) Furnishing and.installing fittings as specified by the Drawings 2) Restraints 3 3) Polyethylene encasement 4) Lining 5) Cathodic protection 6) Pavement removal 7) Excavation 8) Hauling 9) Disposal of excess material 10) Furnishing and installing bolts, nuts, and restraints 11) Furnishing, placement and compaction of embedment 12) Furnishing, placement and compaction of backfill CITY OF FORT WORTH Walsh Ranch Pump Station Project TECHNICAL SPECIFICATIONS 33-11-11 Project No. 02294 33 1111 - 2 Ducrll.E MON FITTINGS Page 2 of 10 13) Trench water stops 14) Clean-up IS) Cleaning 16) Disinfection 17) Testing 1.3 REFERENCES L Gland or Follower Gland a. Non -restrained, mechanical joint fitting 2., Retainer Gland a. Mechanically restrained mechanical faint fitting, consisting of multiple" gipping wedges incorporated into a follower, gland inecting the applicable requirements of ANSI/AWWA C1 IO/A.21.1 0. B.. Reference Standards I . Reference standards cited in this Spccifica6on refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2.. American Society of Mechanical Engineers (A.SMTL,): a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 2�, 125 and 250). 3, ASTM International (A S'IM): a. A 193, Standard Specification for AJI(:y�-Steel and Stainless Steel Bolting for I. figh Temperature or J ligh Pressure Service and Other Special Purpose Applications b,, A 194, Specification for Carbon, and Alloy Steel Nuts forl3olts for High Pressure or Fligh Temperature Service, or Both c. A242, Standard Specification for high -Strength 1,ow Alloy Sixuctural Steel. d. A674, Standard.Practice for Polyethylene Encasement f.br Ductile iron Pipe for ' Water or Other Liquids. e., B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 4. American 'Water Works Msociation (AW'WA,): a. C203, Coal -Tar Protective Coatings and Linings for Steel Water Pipelines - Emumel and Tape - Hot Applied. b. C600, Installation u.)f Ductile -Iron Water.mairis and their Appurtenances, c. M41, Ductile-Iro'n Pipe and Fittings., 5. Arnerican Water Wofl(s Association/American National Stwidards Institute (AWWAIANSI): a. C104ZA21.4, C'einerit—Mortar Lining for 13uctfle-1ron, Pipe and Fittings. b. C105/A21.5, Polyethylene Encasementfor Nctile-born]"iIx Systems. c. Cl 10/A21.10,Ductile-Iron and Cyray-Iron Fiftin. gs., d. C1 I I/A21.1 ljkubber-Gasket Joints for Ductile-Irolli Pressure pipe and Fittings. e. C I 15/A21.15, FIxiged Ductile -Iron Pipe with Ductile -Iron or Cara -lion Threaded Flanges. f C15 I/A21.5 1, Ductile Iron Pipe, Centriflugal1y Cast for Water. g. C1 53/A21.53, Ductile -Iron Compact Fittiriigs for Water Service 6. 'NSF International (N'SF)� a. 61, Drinking Water System Coinpianents - ffealth Effect�s. (.',rrY OF FORT WOR I TH I Walsh Ranch Nirnp Staff Project TECHTUCAL SPECIFICATIONS 3M,1. 11 Project No. 022,94 33 11 11 -3 DUCTILE IRON FITTINGS Page 3 of 10 7. Society for Protective Coatings (SSPC): a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. 1.4 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.5 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS A. Product Data 1. Ductile Iron Fittings a. Pressure class b. Interior lining c. Joint types 2. Polyethylene encasement and tape a. Planned method of installation b. Whether the film is linear low density or high density cross linked polyethylene c. The thickness of the film provided 3. The interior lining, if it is other than cement mortar lining in accordance with AWWA/ANSI C I 04/A21.4 a. Material b. Application recommendations c. Field touch-up procedures 4. Thrust Restraint a. Retainer glands b. Thrust harnesses c. Any other means 5. Gaskets a. Provide Gaskets in accordance with Section 33 11 05. 6. Isolation Flanges a. Flanges required by the drawings to be Isolation Flanges shall conform to Section 33 04 10. 7. Bolts and Nuts a. Mechanical Joints 1) Provide bolts and nuts in accordance with Section 33 11 05. b. Flanged Ends Flang ed Meet requirements of AWWA C 115. a) Provide bolts and nuts in accordance with Section 33 11 05, 8. Flange Coatings a. Connections to Steel Flanges 1) Buried connections with Steel Flanges shall be coated with a Petrolatum Tape System in accordance with Section 3' ) 11 05. B. Certificates 1. The manufacturer shall furnish an affidavit certifying that all Ductile Iron Fittings meet the provisions of this Section and meet the requirements of AWWA/ANSI C I I O/A2 1. 10 or AWWA/ANSI Cl 53/A21.53. CITY OF FORT WORTH Walsh Ranch Pump Station Project TECHNICAL SPECIFICATIONS 33-11-11 Project No. 02294 33 11 11-4 DUCTILE IRON Frl'I'MGS Page 4 of," 10 2. Furnisli a certificate stating that buried bolts and nuts confonn to ASTM B 117. 1.6 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Fittings nianufactunng operations (fittings, lining, and coatings) shall be perf6rmed under the control of the manufacturer, b. Ductile Ron Fittinigs shall be manufactured in accordance with AWWA/ANSI C1 10/A2110 or AWWAZANSI C153/A21.53. 1.) Pe6orm qual ity control tests and maintain the results as out] ined in these standards to assure compliance, B. Precon.struction'Test in.g 1. The Cfty may, at its own. cost, subJect random fittings for destructive tesfingby an independent laboratory for con-ipharice with this Specifi. cation. a. The compliance test shall be pert6nmed in the United States. b. Any visible defects or failure to meet the quality standards herein will be grounds for reiecting the entire order., A. Storage and.1-landlin.gRequiiren"uenf,,s 1. Store and handle in accordance wid-i the guidelines as stated inAWWAM41. 2. Secure and maintain a location to store the material in accordance with Section 01 6600. PART 2 - PRODUCTS 2.1 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Mfmufacturers 1. ()nly the manufacuirers as listed on the City's Standard Products List will be considered. a. The manufacturer must coinply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products.List is considered a substitution and shall be submitted in accordance wiffi Section 0125 00. B. Ductile Tron 1-ittings I . Ductile Iron Fittings shall be in. accordance with AW"WA/ANSI Cl 10/A21.10, AWWA./ANS1 C I 53/A21.53 2. All fittings for potable water service shall meet the requirements of NSF 61. 3. Ductile1ron Fittings, at a ininimum, shall meet or exceed the pressures classes of the pipe which the fitting �is connected, unless qxcifically indicated in the Drawings. 4. Fittings Markings, a., Meet the ininimum requirements of AWWA/ANSI C1.51. A21,61. b. Minimum markings shall include: 1) "Dr or "Ductile" castor metal stamped on each fitfing 2) Applicable AWWA/ANSI standard -for that the fitfing 3) Pressure rating Cr I � Y OF FORTWORTH Walsh Ranch PLIMP StWiQl P10ieCt rECfflq1CAL SPECIFICATIONS 33-11-11 Project No, 0229A FE 33 11 11 -5 DUCTILE IRON FITTINGS Page 5 of 10 4) Number of degrees for all bends 5) Nominal diameter of the openings 6) Year and country fitting was cast 7) Manufacturer's mark Joints a. Mechanical Joints with mechanical restraint 1) Comply with AWWA/ANSI C1 II/A21.11 and applicable parts of ANSI/AWWA C I I O/A2 1.10. 2) The retainer gland shall have the following working pressure ratings based 0 9 t-15 �n on size and type of pipe: a) Ductile Iron Pipe (1) 3-inch — 16-inch, 350 psi (2) 18-inch — 48-inch, 250 psi b) PVC C900 and C905 (1) 3-inch — 12-inch, 305psi (2) 14-inch — 16-inch, 235psi (3) 18-inch — 20-inch, 200psi (4) 24-inch — 30 —inch 165psi c) Ratings are for water pressure must include a minimum safety factor of 2 to I in all sizes 3) Retainer glands shall have specific designs for Ductile Iron and PVC and should be easily differentiate between the 2. 4) Gland body, wedges and wedge actuating components shall be cast from grade 65-45-12 ductile iron material in accordance with AS TM A536. 5) Mechanical joint restraint shall require conventional tools and installation procedures per A C600, while retaining full mechanical joint deflection during assembly as well as allowing joint deflection after assembly. 6) Proper actuation of the gripping wedges shall be ensured with torque limiting twist off nuts. b. Push -On, Restrained Joints 1) Restraining Push -on joints by means of a special gasket a) Only those products that are listed in 0 160 00 b) The working pressure rating of the restrained gasket must exceed the test pressure of the pipe line to be installed. 2) Push -on Restrained Joint bell and spigot a) Only those products list in the standard products list will be allowed for the size listed in the standard products list per Section 01 60 00 b) Pressure rating shall exceed the working and test pressure of the pipe line Flanged Joints 1) AWWAJANSIC115/A21.15,ASMEB16.1, Class 125 2) Flange bolt circles and bolt holes shall match those of AS ME B16.1, Class 0 125. 3) Field fabricated flanges are prohibited. 0 6. Gaskets a. Provide Gaskets in accordance with Section 33 11 05. 7. Isolation Flanges CITY OF FORT WORTH TECHNICAL SPECIFICATIONS 33-11-11 Walsh Ranch Pump Station Project Project No. 02294 33 11 11-6 DUCMLE IRON Frl"TINGS Pagge 6 of 10 a. Flanges required by the drawings to be Lsolation Flanges shall conform to Section 33 04 10. 8. Bolts and Nuts a. Mechanical Joints 1) Provide bolts and nuts in accordance with Section 33 11 05 b. Flanged Ends 1) Meet requirements of AWWA C115. a) Provide bolts and nuts in accordance with Section 33 1105. 9. Flange Coatings a. Connections to Steel Flanges 1) Buried connections with Steel Flanges shall be coated with a Petrolatum Tape System in accordance with Section 33 1105. 10. Ductile Iron Fitting Exterior Coatings a. All Ductile Iron Fittings shall have an asphaltic coating, iiiinirnurn of 1 mil thick, on the exterior, unless otherwise specified in the Contract Documents. I L Polyethylene Encasement a. All buried Ductile Iron Fittings shall be polyethylene encased. b. Only manufacturers listed in the City's Standard Products List as shown in Section 0 160 00 will be considered acceptable. c. Use only virgin polyethylene material. d. Encasement for buried fittings shall be 8 mil linear to density (LLD) polyethylene conf-braiing to AWWA/ANSI C 1 05/A21.5 or 4 it high den, city cross -laminated (H.DCL) polyethylene encasement conforming to C013forming to AWWA/ANSI C I 05/A21.,5 and ASTM A674. e. Marking-, At a minimum of every 2 feet along its length, the mark. the polyethylene fihn with the following information: 1) Manufacturer's name or t:rad.emark- 2) Year of manufacturer 3) AWWA/ANSI C105/A21.5 4) Mininium film thickness and material type 5) Applicable range of nominal diameter sizes 6) Warning — Corrosion Protection -- Repair Any Damage tp f. Minimum. widths Polyethlene Tube and Sheet Sizes for Push -On of Fittings Nominal Fittings Diameter Nfin. Width — Flat Tube NEn. Width — Sheet (inches) (inches) (inches) 3 14 28 4 14 28 6 16 32 8 20 40 10 24, 48 fl 12 27 54 14 30 60 16 34 68 18 37 74 CFTY OF FOR,r WORTH Wits Rmch Purnp Station Project TIM141CAL SPECIFICATIONS 33,4 1 -11 Projed No. 02294 33 11 11 -7 IDUCTMIE IRM FTrTUqGS Page 7 of'10 20 41. 82 24 54 108 30 67 134 36 81 162 42 81 162 48 95 190 54 108 216 60 108 216 ...... .. .... ...... 64 121 242 12, Ductile Iron Fittings Interior Lining a. Cernent Mortar Lining 1) Ductile Iran Fittings for Potable water shall have a cement mortar lining in accordance with AWWAIANS.1 C I 04/A21.4 and be acceptable according to NSF 61. PART 3 - EXECUTION 3® INSTALLATION A, General 1. Install fittings, specials and appurtenances as specified herein, as specified in AWWA C600, AWWA M41, and in accordance with the fittings rnanufacturer's recommendations. 2. Lay fittings to the lines and grades as iiidicated in the Drawings. 3. Excavate andbackfilltrenclies in accordance with 33 05 10. 4. Embed Ductile Irorii. Fittings in, accordance wid'i. 33 05 10. B. Joint Making 1. Mechanical Joints with required mechanical restraint a. All ineebanicaljoints require inechaiiical, restraint. b. Bolt the retainer gland into compression against the gasket, with the bolts tightened down evenly then cross torqued in accordance with AWWA C600. c. Overstressing of bolts to compensate for Poor installation practice will. notbe permitted. 2. Push -on Joints (restrained) a. All push-onjoints sliall be restTained push -on lype. b. Install Push-onjoints as def ined in AWWAJANSI C1 I VA21.1 L c. Wipe clean the gasket seat inside thebell of all extnruieous matter. d. Place the gasket in, the bell in the position prescribed by the manufacturer, e. Apply a than.filmof non -toxic vegetable soap I ubricant to the inside of the gasket and the outside of the spigot Prior to entering the spigot into the bell. f. When using a field cut plain end piece of pipe, refinished. the field cut and scarf to conform to A WWA M-4 1. 3. Flancred Joints tP a. Use erection bolts and drift pins to make flanged connections. 1) Do not use undue force or, restraint on the ends of the Fittings. 2) Apply even and uniform Pressure to true gasket. CITY OF FORT WORTH WaWi Ranch Pump Station Pmpect TECHNICAL SPECIFICATIONS 33-11-11 Project, No. 07294 33 111.1 - 8 DUCTILE TR()N.IFTrTTNGS Page 8 of 1.0 b. The fitting must be free to move in any direction while bolting. 1) install flange bolts with all bolt heads faced in I directiom 4. Joint Deflection a. Deflect the pipe only When necessary to avoid obstruction's or to meet the fines and grades and shown in the Drawings. b. The deflection of each joint must. be in accordance with AWWA C600 Table I c. The maximurn deflection allowed is 50 percent of that indicated iii AWWA C600. & The manufacturer's recommendation may be used with the approval of the lEngineer. C. Polyethylene Encasement Installation L Preparation a. Remove all lumps of clay, mud, cinders, etc., on fittings surface prior to installation of polyethylene encasement. 1) prevent soil or embedment material from becoming trapped between fiffings and polyethylene. b. Fit polyethylene film to contour of fittings to affect asnug, but not tight encase w ith minimirrii space between polyethylene andfitthigs. 1) Provide sufficient slack in contouring to prevent stret6ing polyethylene where it bridges hTegular surfaces such as bell -spigot interfaces, bolted joinLs or fittings, and to prevent damage to polyethylene due to backfilling operations. 2) Secure overlaps and ends with adhesive tape and hold. c. For installatioiis below -water table and/or in areas subject to tidal actions, seal both ends of polyethylene tube with adhesive tape at joint overlap. 2. Tubular'l."ype (.M6tb.od.A) a. (.ut polyethylene tube to length approxiinately 2 feet longer than fittings section. b. Slip tube around fittings, centeripg it to provide .1 foot overlap on each adjacent pipe section and bunching it accordion -fashion lengthwise until it clears RaIngs ends. c. Lower fiftlings into trench with preceding section of pipe. d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. e. After assembling fittings make overlap of polyethylene tube, pull bu:nched polyethylene from preceding length of 1..)ipe, slip it over end of the fitting and wrap until it overlaps joint at end of preceding length of pipe. f. Secure wrerlapin place. g. Take up slack -width at, top offitting to make a snug, but not tight, fit along barrel of fitting, secizing Bold at quarter points. - h. Repair cuts, tears, punctures or other damage to polyethylene. L Proceed with installation of next fitting in same manner. 3. Tubular Type (Method B) a. Cut polyethylene tube to length approximately I foot shorter thanflitting section. b. Slip tube aroinid fitting, centreriDg ft to provide 6 inches of bare, fitting at each end. c. "Fake up slack widtli at top offitting to make a snug., but not tigjft, fit aloiag barrel of fitting, securing fold at qumter pobits; secure ends,. cn,,yr OF 1::ORTWORTH Wallsh Ranch Pump Station Prq.JeLt TECHNICAL SPECIFICATIONS 33 11-11 Project No. 02294 33 11 11 -9 DUCTILE IRON FITTINGS Pa.-e 9 of 10 d. Before making up joint, slip 3-foot length of polyethylene tube over end of proceeding g pipe section, bunching it accordion -fashion lengthwise. 1_1� e. After completinc, joint, pull 3-foot length of polyethylene over joint, overlapping polyethylene previously installed on each adjacent section of pipe by at least I foot; make each end snug and secure. 4. Sheet Type a. Cut polyethylene sheet to a length approximately 2 feet longer than piece section. b. Center length to provide 1-foot overlap on each fitting, bunching it until it clears the fitting ends. c. Wrap polyethylene around fitting so that it circumferentially overlaps top quadrant of fitting. d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. e. Lower wrapped fitting into trench with preceding section of pipe. f. Make shallow bell hole at joints to facilitate installation of polyethylene. C'. After completing joint, make overlap and secure ends. h. Repair cuts, tears, punctures or other damage to polyethylene. i. Proceed with installation of fittings in same manner. 5. Pipe -Shaped Appurtenances a. Cover bends, reducers, offsets, and other pipe -shaped appurtenances with polyethylene in same manner as pipe and fittings. 6. Odd -Shaped Appurtenances a. When it is not practical to wrap valves, tees, crosses and other odd -shaped pieces in tube, wrap with flat sheet or split length polyethylene tube by passing sheet under appurtenances and bringing it up around body. b. Make seams by bringing edges to -ether, folding over twice and taping down. c. Tape polyethylene securely in place at the valve stem and at any other penetrations. 7. Repairs a. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape or with short length of polyethylene sheet or cut open tube, wrapped around fitting to cover damaged area, and secure in place. 8. Openings in Encasement a. Provide openings for branches, service taps, blow -offs, air valves and similar appurtenances by makinc, an X-shaped cut in polyethylene and temporarily folding back film. b. After appurtenance is installed, tape slack securely to appurtenance and repair cut, as well as other damaged area in polyethylene with tape. c. Service taps may also be made directly through polyethylene, with any resulting damaged areas beinc, repaired as described above. 4:� 9. Junctions between Wrapped and Unwrapped Fittings a. Where polyethylene -wrapped fitting joins an adjacent pipe that is not wrapped, extend polyethylene -wrap to cover adjacent pipe for distance of at least 3 ) feet. b. Secure end with circumferential turns of tape. c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric tape for minimum clear distance of 3 feet away from cast or Ductile Iron Fittings. CITY OF FORT WORTH Walsh Ranch PLIMP Station Project TECHNICAL SPECIFICATIONS 33-11-11 Project No. 02294 331111-10 DUCTILE [RON FrITINGS D. Blockii-q 1. Install concrete blocking in accor(lance with Section 03 30 00 for all bends, tees, crosses and plods in the pipe lines as hidicated in the Drawings. 2. Place the concrete blockbig so as to rest against.firm undisturbed trench walls, normal to the thrust. 3. The supporting area for each block shall be at least as great as that indicated on the Drawings and shall be sufficient to withstand the thrust including water hammer, ,Which may develop. 4. E.achblock shall rest on a firm, undisturbed foundation or trench bottom., 5. If the Contractor encounters soil that appears to be different than that which was used to calculate theblocking according t® the Drawings, the Contractor shall notifthe Engineer, prior to the installation of the blocking. I . Excessive field -patching is not permitted of lbi.ing or coating. 2. Patebing of lining or coating will be allowed where area to be repaired does not exceed 100 square inches and has no dimensions greater than 12 inches, 3. In general, there shall not be more than I patdh on either the liming or the coating of any.fitting., 4w Wherever necesswy to patch the fitting: a. Make patch with cement mortar as previowsly specified, for interior joints, b. Do not install patchedflitting until the pateb has been proper,ly and adequately cured and approved for laying byr the City. c. Promptly remove rejected, fittings from the site. 3.3 FIELD �ORJ SITE QTJALFI`Y CONTROL A. Potdble Water.Mains I . C Aeaning, disinfection, hydrosishc testing and bacteriological testing of water mains a. Clean, flush, pig, disinfect, by (fi-ostatic test and bacteriological test the water mahi as specified in Section 33 04 40. CITY OF FOR'r WORTH W&h Ranch Pump S hation Project TECHNICAL SPECIFICATIONS 33-11-1 Project No. 02294 33 11 14- 1 BURIED STEEL PIPE AND FITTINGS Page I of 25 SECTION 33 1114 BURIED STEEL PIPE AND FITTINGS 9��Iklfl M 1. Buried Steel Pipe 24-inches and larger for potable water applications B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division I — General Requirements 3. Section 33 04 10 — Joint Bondino, and Electrical Isolation 4. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 5. Section 33 05 10 — Utility Trench Excavation, Embedment, and Backfill 6. Section 33 11 05 —Bolts, Nuts, and Gaskets A. Measurement and Payment 1. Buried Steel Pipe and Fittings a. Measurement 1) Measured horizontally along the surface from center line to center line, includes both pipe and fittings, per linear foot 'installed. b. Payment 1) The work performed and materials famished in accordance with this Item will be paid for per linear foot for various size pipe. c. The price bid shall include: 1) Furnish/install pipe with joints and fittings as shown in the Drawings 2) Coating 3) Lining 4) Cathodic protection 5) Pavement removal 6) Excavation 7) Hauling 8) Disp'osal of excess material 9) Famishing, placement and compaction of embedment 10) Thrust restraint 11) Bolts and nuts 12) Welding 13) Gaskets 14) Famishing, placement and compaction of backfill 15) Trench water stops 16) Clean-up 17) Cleaning 18) Disinfection CITY OF FORT WORTH 33-11-14 Walsh Ranch Pump Station Project TECHNICAL SPECIFICATION Project No. 02294 3311 14-2 BURIED SThEL PUTAND F171INGS wm� SMIM A. Reference Standards L: Reference standards cited :gin this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification., unless a date is specifically cited. 1 American Architectural Manufacturers Association (AASHTO). 3. American Society, of Mechanical F-En6tineers (ASME): a. B 16. 1, Cray Iron Pipe Flanges and Flwiged Fittings Classes 25, 125 and 250). 4. ANSI International (A.STNI): a. A307, Standard Specification for Carbon Steel Bolts and Stands, 60,000 PDI Tensile Strength. b. B 117, Standard. practice tor Operating Salt Spray (Fog) Apparatus. c. B633, Standard Specification.fbr Electrodeposited Coatings of Zinc on .Iron and Steel. d. C33, Standard Speciflications for Concrete Aggregates. e. C 144, Standard Specification for Aggregate for Masonry Mortar. .f. C 150, Standard Specification for Portland Cem,ent. g. C216, Standard Specification for Facing Brick (Solid Masonry Units Made from Clad or Shale). h.. D16, Standard Terminologyfor Paint, Related Gmtings, Materials, and Applications. i. D242, Standard Specificatioi-i for Mineral Filler for Bituminous Paving Mixtures. DD522, Standard. Test Methods for Mandrel Bend Test of AttAched Organic Coatings. L D2240, Standard Test Method for Rubber, Property-Durometer Hardness. 1. D454 1, Standard Test Metbod for Pull-OffStrength of Coatings Using Portable A,dliesion. Testers m:E 165, Stan.dard Practice lbr Liquid. Penetrant Examination for General. Industry. 5. Ainerican Welding Society (AWS) 6. D 1. 1, Structure Welding Code ,- Steel. 7. A imeri can Water Works Association (AWWA):! a. C200, Steel Water Pipe ® 6 Inches and Larger. 14 . C205, Cement Mottar, Protective Lining and Coating for Steel Water Pipe 4 Ins and Larger Shop -Applied. ,c. C206, Field Welding of Steel Water Pipe. d. C207, Steel Pipe flanges for Waterwork.i Service - Sizes 4 IN through 144 IN e,, C208, Diniensionsfor Fabricated Steel Water Pipe Fittings, E, C2 10, Liquid -Epoxy Coating Systeins .for ffi,e Interior and Exterior of Steel Water Pipe] ines, g. C216, Heat Shrinkable Cross -Linked Polyolefin Coatings for the Exterior of Special Sections, Connections, and Fitt ingsfor Steel Water Pipelines h. C222, Polyurethane Coatings for the Interior and Exterior of Steel Water Pipe and Fittings i. Ml 1, Steel Pipe - A Guide for Desijpi and 'histallation, 07YOF FORTWOR."rif 33-11-14 Walsh Ranch Pump Station Project TECHNICAL. SPECIFICATION Projecl No, 02294 33 11 14-3 BURIED STEEL PIPE AND FITTINGS Page 3 of 25 8. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. Cl II/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. 9. International Organization for Standardization (ISO). 10. NACE International (NACE): a. SP0188, Discontinuity (Holiday) Testing of New Protective Coatings on Conductive Substrates. 11. NSF International (NSF): a. 61, Drinking Water System Components -Health Effects. 12. Spray Polyurethane Foam Alliance (SPFA). 13. Society for Protective Coatings (SSPC)/National Associate of Corrosion Engineers (NACE) a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. b. SP 1, Solvent Cleaning, c. SP 2, Hand Tool Cleaning d. SP 3, Power Tool Cleaning. 14. Society for Protective Coatings/National Associate of Corrosion Engineers (SSPC/NACE) a. SP 10/NACE No. 2, Near -White Blast Cleaning. 11MENNAM110FUR A. Submittals shall be in accordance with Section 0 13 3 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. low A. Product Data 1. Exterior Coatin0c, a. Material data b. Application recommendations c. Field touch-up procedures 2. Heat Shrink Sleeves, if applicable a. Material data b. Installation recommendations 3. Joint Wrappers, if applicable a. Material data b. Installation recommendations 4. Mixes a. Mortar for interior joints and patches b. Bonding c, agents for patches C) 5. Gaskets AND, B. Shop Drawings 1. Wall thickness design calculations including: a. Internal pressure 1) Maximum design pressure CITY OF FORT WORTH 33-11-14 Walsh Ranch Pump Station Project TECHNICAL SPECIFICATION Project No. 02294 33 1114 - 4 BURIED STEEL PEPEAND FUTINGS Page 4 of 25 2) Surge pressure b. External pressure 1) Deflection 2) Buckling 3) Extreme loading conditions c. Special physical loading such as supports orjohit design d. Thermal expansion and/or contiuction 20 Tbrust restraint calculations.for all fittings and valves including the restraint length 3. Fabrication and lay drawings showing a schematic location with. profile and a tabulated layout schedule, including: a. Pipe class b. Joint types C. Fittings A. Outlets e. Thrust Restraint f Stationing (in accordance with the Drawings) g. Transitions h. Joint deflection L interior lining J. Outlet locations for welding, ventilation, and access k. Weldfiag re(,Iuirements and provisio: ns for thennal stress control C. Clertificates and Test Reports 1. Prior to shipment of the pipe, the pipe manufacturer shall submit the following- a. A Certificate of Adequacy of Design, stating that the pipe to be furnished complies with AWWA C200:, AWWA C205, AWWA C210,.AVvrWA C222 and these Specifications. b. Copies of results of factory hydrostatic tests shall be provided to the Engineer. c. Mill certificates, firicluding chemical and physical test resultsfor each heat of steel. d. A Certified Test Report from, the polyurethane coating manufacturer indicating that the coatings were applied in accordance with immufacturer's requirements and in accordance with this Specification. e. Certified test reports for welder certification .fair factary and field welds in accordance with AWWA C200, Section 4.11. f Certified test reports for cement mortar tests. & Certified test reports forsteel cylinder tests, 1.6 QUALITYASSURANCE A. Qualifications Manufactiirers a. Shall be certified under SY.F.A. or I.S.O. qtiality certification program for steel pipe and accessory manufacturing b. Finished pipe shall be the product of'I manufacturer. c. Pipe manufacturing operations (pipe, lining and coatings) shall be 1perfbi-need under the control of the manufacturer. d. The pipe manufacturer shall not have less than 5 years successful experience n.ianufactuiing pipe of the particular type and size indicated or demonstrate an ex.perience record that is satisfactory to the Engineer and ('.."ity. MY OF FOR]" WORTH 3341-14 Walsh Ranch Pump Station Project rECTIM11CAL SPECIFICATION Project No 02294 i 33 11 14-5 BURIED STEEL PIPE AND FITTINGS Pale 5 of 25 1) This experience record will be thoroughly investigated by the Engineer, and acceptance will be at the sole discretion of the Engineer and City. 2) Pipe manufacturing operations (pipe, fittings, lining coating) shall be performed at I location, unless otherwise approved by the Engineer. Manufacture pipe in accordance with the latest revisions of AWWA C200, AWWA C205, AWWA C210 and AWWA C222. 1. Prepare pipe for shipment to: a. Afford maximum protection from normal hazard of transportation b. Allow pipe to reach project site in an undamaged condition 2. Pipe damaged in shipment shall not be delivered to the project site unless such damaged pipe is properly repaired. C� 3. After the completed pipe and fittings have been removed from the final cure at the manufacturing plant: a. Protect pipe lining from drying by means of plastic end covers banded to the pipe ends. b. Maintain covers over the pipe ends at all times until ready to be installed. c. Moisture shall be maintained inside the pipe by periodic addition of water, as necessary. 4. Pipes shall be carefully supported during shipment and storage. a. Pipe, fittings and specials shall be separated so that they do not bear against each other and the whole load shall be securely fastened to prevent movement in transit. b. Ship pipe on padded bunks with tic -down straps approximately over stulling c. Store pipe on padded skids, sand or dirt berms, tires or other suitable means to protect the pipe from damage. d. Each end of each length of pipe, fitting or special and the middle of each pipe joint shall be internally supported and braced with stulls to maintain a true circular shape. 1) Internal stulls shall consist of timber or steel firmly wedged and secured so that stulls remain in place during storage, shipment and installation. 2) Pipe shall be rotated so that I Stull remains vertical during storage, shipment and installation. 3 At a minimum, stulls shall be placed at each end and center. a) Additional stulls may be required depending upon the length of the joints and pipe design. 4), Stulls shall not be removed until backfill operations are complete (excluding final clean up), unless it can be demonstrated to the City's satisfaction that removal of stulls will not adversely affect pipe installation. B. Delivery, Handling, and Storage 0 1. Once the first shipment of pipe has been delivered to the site, the Engineer and the I Contractor shall inspect the pipe's interior coating for excessive cracking. 1 2. If excessive cracking is found, the Contractor shall modify shipping procedures to JOB&- reduce or eliminate cracking. Z� 3 Deliver, handle and store pipe in accordance with the manufacturer's recommendations to protect coating systems. I CITY OF FORT WORTH 33-11-14 Walsh Ranch Pump Station Project TECHNICAL SPECIFICATION Project No. 02294 331114-6 BURIED STEEL PIPE AND FITTINGS Page 6 of 25 4. Secure and maintain a location to store the material. in accordance with Section 01 6600. .A. Manufacturers 1. Only the manufacturers as listed by the City's Standard Products List will be considered as shown in Section 1 ,. , accordance with Section 0125 00. 1 In= 1. General a. Pipe shall be manufactured in accordance with the latest revisions of A C200, AWWA C205, A C2 10 and A C222. b. All pipe lining 0 material in contact with. potable water shall meet the p requirements of NSF 61. 2. Exterior Polyurethane Coating a. For .pipes 1) Polyurethane Coating shall be &ctory applied and meet the requirements of A C222. Use a Coating Standard AST.M D16, Type'V system which is a 100 percent solids, 2-component polyurethane (or 2-package polyisocyanate, polyol-cured urethane) coating. a) Components shall have balanced viscosities in their liquid state and shall not require agitation during use. b) Conversion to Solids by Volume: 97 percent± 3 percent c) Temperature Resistance: Minus 40 degrees F and plus 150 degrees F d) Minimum Adhesion-. 1500 psi, when applied to steel pipe which has been blasted to comply with S SPC Sp 1 O/NACE No. 2 (1) Cure Time: For handling in 2-3 minutes at 120 degrees F and fall cure within 7 days at 70 degrees F e') Maximum Specific Gravities (1) Polyisocyanate resin, 1020 (2) Polyol resin, 1.15 f) Minimum Impact Resistance: 80 inch -pounds using Much diameter steel ball g) Mini mum'Ferisile Strength: 2000 psi um h) Hardriess: MinimDuronieter hardness of 65 on the Shore D scale in accordance with ASTM D2240 i) FlexibilityResistance (1) ASTD522 using 1-inch mandrel (2) Allow coating to cure for days. (3) Perforni testing on test cuuj,.)ons held for 15 minutes at temperature extremes specified above. J) Dry Film Thickness: 35 mils MY OF FOR"r WORTH 3341-14 Walsh Ranch Pump Station ProJect 'ITCHNICA] . SPECIF ICATION ProjectNo, 02294 33 11 14-7 Page 7 of 25 k) Coating shall be a self priming plural component, 100 percent solids, non -extended polyurethane, suitable for burial or immersion and shall be: (1) Corropipe H Omni as manufactured by Madison Chemical Industries Inc. (2) Durashield 210 as manufactured by LifeLast, Inc., or (3) Protec 11, as manufactured by ITW — Futura Coatings, Inc. 2) The coating manufacturer shall have a minimum of 5 years experience in the production of this type coating. b. For Specials, Fittings, Repair and Connections 1) Provide shop -applied and field -applied coating as follows: a) Corropipe 11 Omni, and GP H (E) Touch -Up, respectively, as manufactured by Madison Chemical Industries, or b) Durashield 210, Durashield 310, or Durashield 310 JARS as manufactured by LifeLast, Inc., or c) Protec 11, or as recommended by the coating manufacturer. d) Properties specified above. e) Mix and apply polyurethane coatings in accordance with the coating manufacturer's recommendations. Cement Mortar Linings a. Cement mortar linings shall be shop -applied. b. Shop -applied cement mortar linings shall conform to the requirements of A C205 with the following modifications: 1) Sand used for cement mortar shall be silica sand AST M C33. 2) Curing of the linings shall conform to the requirements of A C205. 4. Gaskets 1) Flange in accordance with AWWA C207. C� 2) Provide Gaskets in accordance with Section 33 1105. 5. Bolts and Nuts a. Flanged Ends 1) Flange in accordance with A C207. 2) Provide bolts and nuts in accordance with Section 33 1105. 6. Flange Coatings a. Flange Coatings in accordance with Section 33 11 05. C� Steel shall: a. Meet the requirements of AWWA C200 b. Be of continuous castinc, c. Be homogeneous d. Be suitable for field welding e. Be fully kilned f. Be fine austenitic grain size 8. Bend Fittings a. Fabricate all fittings from hydrostatically tested pipe. tl b. All bend fittings shall be lonc, radius to permit easy passage of pipeline pigs. 9. Threaded Outlets a. Where outlets or taps are threaded, Threaded with CC Threads and furnish and install brass bushings for the outlet size indicated. 10. Weld Lead Outlets CITY OF FORT WORTH 33-11-14 Walsh Ranch Purnp Station Project TECHNICAL SPECIFICATION Project No. 02294 33 1114-8 BURIED STEEL PLFEAND FiTriNcTs lm� a. Use of threaded outlets for access for weld leads is permitted. b.Additional outlet, configurations shall be approved by the .Engineer, c. Outlets shall be welded after use. I L Mixes a. Mortar fear .Jousts I ) Mortar shall be I part cement to 2 parts sand. 2) Cement shall beASTM C150,Type I or H. 3) Sand shall be of sbarp silica base. a) Sand shall conform tea .AST.M. C144. 4) Interiorjoint mortar shall be mixed with as little water as possible so that the mortar is very stif.t but or able. 5) Water for ceinent mortar shall be fi-om a potable water source. 6) Mortar for patchirig shall be as per interior joints, b. Bonding Agent I ) Bonding Agent for Cement Mortar Lining must meet NSF 6 1, if cement lin.ing is in contact with potable water, 2) Bonding agent for cement mortar lining patclung shallbe: ,a) Probond Epoxy Bonding Agent ET-150, parts A and B b) Sikadur 32 Hi -Mod, or c) Approved equal 12 Heat Shrink Sleeves for Polyurethane Coated Steel Pipe a. Primer, Provide as recommended by the sleeve manufacturer. b. Filler Mastic. Provide mastic filler as recommended by the heat shrink. sleeve inaritifacturer. 1.) Size and type shall be as recommended by the sleeve manufacturer for type of pipe and joint. c. Joint Coating: Cross -linked polyolefin wrap or sleeve with a mastic sealant; 85 .mils total flaickness, suitablefor pipeline operating temperature, sleeve material recovery as recommended by the manufacturer, 1) 1ligh recovery sleeves shall be provided forbell and spigot mid coupling style Joints with a mininiurn of'50 perca'A recovery. 2) Sleeve length shall provide a minimum of'3 inches over1q.) onto intact pipe coating on each side of theJoint. 3) Width to take into consideration sbrinkage of the sleeve due to installation and joint pr6file d. Heat shrink sleeves shall meet.AWWA C216, as manufactured by: 1) Cariusa 2) Raychem, or 3)Approved, equal e. Provide heat shrink sleeve suitable to interiorioint welding without damage to heat shrink sleeve. C. Perfonnarice / Design Criteria 1. Pipe Design a.. Steel pipe shallbe designed, manufactured and tested in confofTnance with AWWA C200, AWWA MI I and these Specifications, b. Sizes said pressure classes (working pressure) shall be as shown below. c. For the pta-pose of pipe design, the transient pressure plus working pressure shall be as indicated below. fff"YOFFOR]" WORTI-1. . 33,41-14 Walsh Ranch Purnp Stafion Project TECHNICAL SPECIFICATION Project No,, 02294 9 11 33 11 14-9 BURIED STEEL PIPE JiM=—JkJGS Pa.-e 9 of 25 Fittings, speciaE'and connections shall be designed for the same pressures as the adjacent pipe. Pipe design shall be based ontrenchconditions and the desigon pressure in accordance with A Mf 1; usinC, cr the following parameters: ZD 1) Unit Weight of Fill (W) = 130 pounds per cubic foot 2) Live Load a) = AASHTO HS 20, at all locations except at railroads b) = Cooper E80, at Railroads 3) Trench Depth = As indicated in the Drawings 4) Deflection Lag Factor (DI) = 1.0 5) Coefficient (K) = 0.10 6) Maximum Calculated Deflection: a) Dx = 3 percent (for polyurethane coated pipe) b) Dx = 2 percent (for cement mortar coated pipe) 7) Soil Reaction Modulus (E') < 1,000 8) Working Pressure = 100 psi a) Test Pressure (1) No less than 1.25 minimum times the stated working pressure (187 psi minimum) of the pipeline measured at the highest elevation along the test section. (2) No less than 1.5 times the stated working pressure (225 psi minimum) at the lowest elevation of the test section. 9) Surge Allowance= 100 psi, minimum a) Where Total Pressure (including surge) = 100 psi + 100 psi = 200 psi Fittings and specials shall be: 1) Designed in accordance with A C208 and A MI I except that crotch plates shall be used for outlet reinforcement for all Pressure Diameter Values, PDV, greater than 6,000. Where the pipe requires additional external support to achieve the specified maximum deflection, the Contractor and pipe supplier will be required to furnish alternate methods for pipe embedment. 1) No additional compensation will be made to the Contractor by the Owner where this method is required. Trench depths indicated shall be verified after existing utilities are located. 1) Vertical alignment changes required because of existing utility or other conflicts shall be accommodated by an appropriate change in pipe design depth. 2) In no case shall pipe be installed deeper than its design allows. Field fabrication or cutting is not allowed, unless otherwise approved by the C Ity. 2. Provisions for Thrust a. Thrust at bends, tees or other fittings shall be resisted by restrained joints. 1) Thrust at bends adjacent to casing shall be restrained by welding joints through the casing and a sufficient distance each side of the casing. 2) The distance for thrust restraint shown on the Drawings is the minimum restraint and does not relieve the manufacturer from calculating the restraint needs as specified herein. a) In no case shall the restrained distance be less than indicated on the Drawings. CITY OF FORT WORTH 33-11-14 Walsh Ranch Purnp Station Project TECHNICAL SPECIFICATION Project No. 02294 33 11 14 ­ 10 BURIE-D STEEL PIPEAND FUTINGS Page 10 of 25 b. Res trafined johns shall be used a sufficient distance from each side of the bend, tee, plug or other fitting to resist thrust which develops at the design pressure of the pipe. c. Resti ained joints shall consist of weldedjoints., d. The length of pipe designed with restrained joints to resist thrusa shall be verified by the pipemanufacturer in accordance with AWWA M I I and the following: 1) The weight of the earth (W.) shall be calculated as the weight of the projected soil prism above the pipe, for unsaturated soil conditions 2) Soil Density = 110 you per cubic foot (maximum value to be used), for unsaturated soil conditions 3) Coefficient of Friction = 0.25 (maximurn value to be used for polyurefliane coated steel pipe). 4) If indicated on the DraMngs and the Geotechnical BoHngs that ground water is expected, account for reduced soil density. 5) For horizontal bends, the length of pipe to be restrained shall be calculated as.follows: L = _P A G — cos cal A = Deflection angle L = Length of pipe to be restrained on each side P = internal pressure A = Cross sectional area of pipesteel cylinder I.D. W, = Weight of prism of soil over the pipe Wp = Weight of pipe Ww = Weight of water :f = Coefficient of." fTiction between pipe and soil 3. inside Diameter a,. The inside diameter, including the cement -mortar lining, shall be a mininuffn of the nominal diarneter of the pil..)e specified, unlers otherwise indicated on the Dra,Afings. 4. Wall Thickness a. The ininirrium pipe wall steel. thickness shall be as designed, but not less than 0.25 inches or pipe 1 /240, whichever is gr eater for pipe and, finings, with rio minus tolerance, where D is the nominal inside pipe diameter. b. Where indicatedon -die Drawings, pipe and fittings shall have tbickersteel pipe 'all., c. The rnfi-iiniurn, steel wall thick-raess shall also be such that the fiber stress shall not exceed: 1) 50 percent of the miniminn Meld strength of the steel. for working pressure and 2) 75 percent of the ininimuin yield strength i of the steel at the maximum pressure (including tTwisient pressure), nor the follo Wing ,aa t the working pressure: . ..... ....... TIE PA . . . ......... .. .. . ...... _L_ Maximum Stress at CITY OF FORT WORTH 334144 WaNh Rxich Pump Station Project TECHNICAL SPECIFICKRON Project No, (Y2294 33 11 14- 11 BURIED STEEL PIPE AND FITTINGS Page 11 of 25 I Working Pressure Poly -urethane Coated Steel 23,000 psi Mortar Coated Steel NOT USED d. Pipe which is placed in casino, or tunnel shall have a minimum pipe wall steel thickness of 0.375 inches or pipe D/ 144, whichever is greater, where D is the nominal pipe diameter. e. Pipe, fittings and specials shall be designed such that the maximum stresses in 0 the pipe due to thrust loading will not exceed 18,000 psi. Seams a. Except for mill -type pipe, the piping shall be made from steel plates rolled into cylinders or sections thereof with the longitudinal and girth seams butt welded or shall be spirally formed and butt welded. 1) There shall be not more than 2 longitudinal seams. 2) Girth seams shall be butt welded and shall not be spaced closer than 6 feet except in specials and fittings. Joint Length a. Maximum joint length shall not exceed 50 feet. b. Maximum joint length of steel pipe installed in casinc, shall meet the project requirements. c. Manufactured random segments of pipe will not be permitted for straight runs 0 of Pipe. 1) Closing piece segments, however, shall be acceptable. 7. Joint Bonds, Insulated Connections and Flange Gaskets a. Joint Bonds, Insulated Connection, and Flange Gaskets shall be in accordance with Section 33 04 10. 8. Bend Fittings 0 a. All bend fittings shall be ]on- radius to permit passage of pipeline pigs., 9. Pipe Ends a. Pipe ends shall be: 1) Lap welded slip joints 2) Butt strap j o int 3) Flanged joint 4) Flexible coupled joint 5) Roll groove gasket joint b. Pipe ends shall be welded or harnessed where indicated and as necessary to resist thrust forces. 1) Thrust at bends adjacent to casino, shall be restrained by welding joints through the casino, and a sufficient distance each side of the casing, c. Rubber Gasket Joint 1) Rubber gasketed joints (0-ring or Carnegie Joints) will only be allowed for pipe sizes 54-inch diameter and smaller. 2) Joints shall conform to A C200 standard. 3) The joints shall consist of: a) Bell (1) Flared bell end formed and sized by forcing the pipe or a plug die e00011 or by expanding on segmental dies. b) Spigot CITY OF FORT WORTH 33-11-14 Walsh Ranch Pump Station Project TECHNICAL SPECIFICATION Project No. 02294 3311 14-12 BURIED STEEL PIPE AND FMINGS Page 12 of 25 (I.) Rolled spigot or carnegie shaped steel Joint ring 41 accordance with A C200 and as shown as Item F or H in Figure 8-1 of the AWWA M 11. 4) The welded area of bell and spigot: pipe ends shall be checked after fon.-ning by the dye penetrant or magnetic particle method., 5) The difference in diameter between the interior diwneter (I.,D.) of the bell and the outer diameter (O.D.) of the spigot shoulder at point of full engagement with an allowable deflection shall be no more than 0.04 inches as measured on the circumference with a diarneter tape. 6) The gasket shall have sufficient volume to approximately fill the area of the groove and shall conform to AWWA C200. 7) TheJoint shall be suitable for the specified test and/or surge pressure and deflection. 8) Joints shall be of clearances such that water tightness shall be provided under all operating and test conditions with a pipe diameter deflection based upon the supplied pipe coating. 9) Joints shall be electrically continuous. d. 11,ap Welded Slip Joint I ) Lap welded slip.joint shall be provided in all locations for pipe larger than 24-inches and where joints are welded for thrust restraint. 2) Lap we Ided slip joints may be welded from the inside or outside. 3) Ends of pipe, fittings and specials for field welded Joints, shall be prepared with I end expanded in order to receive a plain end making a bell and plain end type ofjoint. a) Clearance between. the surfaces of lap joints shall not exceed 1/8 inch at any point around the periphery. 4) In addition to the provisions for a minimurn lap of IVA, inches as specified in AWWA C200, the depth of bell shall be such as to provide for a mininium distance of I inch between. the weld and the nearest tangent of the bell radius when welds are to be located on the inside of the pipe, e. Fittings with. Flanges I ) Flanged join is shall be provided at connections to valves and where indicated on the Drawiligs. 2) Ends to be fitted witli slip-on flanges shall have the longitudinal or spiral welds ground Rush to accommodate the type of flanges provided. 3) Pipe flanges and welding of Ranges to steel pipe shall conf6rrn to the requirements of AWWA C207 and AWWA C206. 4) Pipe flanges shall be of rated pressure equal to or greater tkaj'i the adjacent pipe class. 5) I"langes shall match the fittings or appurtenances which are to be attached, 6) Flanges shall be Class E with 275 psi worki�ng pressure in accordance with AWWA C207 and drilled in accordance with .SME 16.1 Class 125 for are designated with a 225 test pressure, 7) When Isolation Flanges are requ.ired by the Drawings, Driffings shall accommodate the required spacing for mylar sleeves according to Section 33 04 10. f Flexible Couplings 1) Flexible couplings shall be provided where specified on the"Drawings. 2) Ends to be joined by flexible couplings shall be: a) Plain end type, prepared as stipulated in AWWA C200, ,m% MY OF FORTWORTI 1 334 1-14 Walsh Rmch Pump Station Pmiect TECHNICAL. SPECIFTCATION Project No. OZZ94 33 11 14- 13 BURLED STEEL PIPE AND FITTINGS Page 13 of 25 b) Welds on ends to be joined by couplings shall be ground flush to permit slipping the coupling in at least I direction to clear the pipe joint. c) Harness bolts and lugs shall comply with A MI 1. C. Butt Strap Closure Joints 1) Where necessary to make closure to pipe previously laid, closure joints shall be installed using butt strap joints in accordance with AWWA C206 I= and applicable provisions of this Specification. 10. Polyurethane Coating a. Applicator Qualifications 1) Equipment shall be certified by the coating manufacturer to meet the requirements for: a) Material mixing b) Temperature control c) Application rate d) Ratio control for multi -part coatings 2) Equipment not meeting the written requirements of the coating manufacturer shall be rejected for coating application until repairs or replacement of the equipment is made to the satisfaction of the City. 3) Personnel responsible for the application of the coating system shall: a) Provide certification of attendance at the coating manufacturer's trainino, class within the last 3 years b) Be present during all coating application work and shall have responsibility for controlling all aspects of the coating application b. Surface Preparation 1) Remove visible oil, grease, dirt and contamination in accordance with SSPC SP 1. 2) Remove surface imperfections such as metal slivers, burrs, weld splatter, ,gouges or delaminations in the metal by filing or grinding prior to abrasive surface preparation. 3 3) In cold weather or when moisture collects on the pipe and the temperature of the pipe is less than 45 degrees F, preheat pipe to a temperature between 45 and 90 degrees F and 5 degrees F above dew point. 4) Clean pipe by abrasive blasting with a mixture of steel grit and shot to produce the surface preparation cleanliness as required by coating manufacturer and as specified. a) Recycled abrasive shall be cleaned of debris and spent abrasive in an air wash separator. 5) Blast media mixture and gradation shall be adequate to achieve a sharp angular surface profile as required by coating manufacturer and to the minimum depth specified. 6) Protect prepared pipe from humidity, moisture and rain. 7) Keep pipe clean, dry and free of flash rust. a) Remove all flash rust, imperfections or contamination on cleaned pipe surface by reblastinc, prior to primer application. 8) Complete priming and coating of pipe in a continuous operation the same day as surface preparation. 9) Abrasive blast exterior surfaces in accordance with S SPC SP I O/NACE No. 2; to a near -white blast cleaning with a minimum 3.0 mil angular profile in bare steel. CITY OF FORT WORTH 33-11-14 Walsh Ranch Pump Station Project TECHNICAL SPECIFICATION Project No. 02294 33 11 14 14 BURED STEEL PIPEAND K17INGS Page 14 of 25 c. Equipment 1) 2-component, heated airless spray unit in accordance with coating manufacturer's recommendation d. Temperature 1) Minimum 5 dep-ees F above dew point temperature a) The temperature of the surface shall not be less than 60 degrees F during application. e. flumidity 1) Heating of pipe surfaces may be required to meet requirements of this Section if relative humidity exceeds 80 percent. A. Resin 1) Do not thin or mix resims; use as received. 2) Store resins at a temperature recommended by the coating manufacturer. g. Application 1) Applicator shall be certified by the coating manufacturer and conform to coating manufacturer's recommen6tions. a) Thinning is not permitted. 2) Apply directly to pipe to achieve a total ch-y film thickness (DFT) off". 5 mils. 3) Multiple -pass, I coat app�lication process is per, mitted provided maxim. tim allowable recoat time specified by coatirig manufacturer is not ex.ceede& 4) Provide cutbacks in accordance with coating manufacturer's recommendations as appropriate for the type ofJoint and heat shrink sleeve to be used. h. Recoatirig 1) R,ecoa,t only when coating has cured less than. max.finurn firne specified by coating manufacturer. 2) When coating has cured for more thanrecoat time, brush -blast or thoroughly sand the surface. 3) Blow -off cleaning using clean, dry, high pressure coi ipressed air. i. Curing 1) Do not handle pipe until coating has been allowed to cure, per maniffacturer's recommendations. 2.2 SOURCE QUALITY CONTROL A. Marking for Ideritification 1.. For each ,.point of pipe and each litting, plainly mark on I end: a. Class for which it is designated b. Date of manufacturer c. Identification minder d. Top centerlines shall be marked ori all specials B. Factary Tesfing L Cement Mortar. I.fiaing - Shop -applied cement mortar linings shall be tested in accordance with AWWA C205. 2. Polytirethane Coating .... 'n-ie polyurethane coating shall be tested in accordance with AWWA. C222. a, 'I'hickness: Test fluickmess of coating in,, accordance with SSPC PA 2. CITYOF FORT WORTH 33,41 14 Walsh Ranch Pump Station Project MCHNTCAL SMCIFICATION Project No, OZZ94 33 11 14- 15 BURIED STEEL PIPE AND FITTINGS Pa.ee 15 of 25 1) Test coating system applied to the pipe for holidays according to the procedures outlined in NACE SPOI 88 using a high voltage Mark tester (operating at 100 volts per mil), for the dry film thickness (FT) specified of 35 mil. Adhesion Testing CD 1) Polyurethane coatings or linings shall have an adhesion to steel of 1,500 CD pounds per square inch, minimum. 2) Test polyurethane coating adhesion to steel substrates using pneumatic pull CD off equipment, such as HATE Model 108 or Delfesko Positest, in accordance with ASTM D4541 and A C222, except as modified in this Section. 3) Adhesion testing records shall include: CD a) Pipe identification b) Surface tested (interior or exterior) c) Surface temperature d) Coating thickness e) Tensile force applied f) Mode of failure g) Percentage of substrate failure relative of dolly surface 4) Glue dollies for adhesion testing to the coating surface and allowed to cure for a minimum of 12 hours. a) Because of high cohesive strength, score polyurethane coatings around the dolly prior to conducting the adhesion test. 5) Failure shall be by adhesive and cohesive failure only. a) Adhesive failure is defined as separation of the coating from the steel substrate. b) Cohesive failure is defined as failure within the coating, resulting in coating remaining both on the steel substrate and dolly. CD C� 6) Retest partial adhesion and glue failure if the substrate failure is less than 50 percent relative of the dolly surface area and the applied tension was less than the specified adhesion. 7) Glue failures in excess of the minimum required tensile adhesion are accepted as meeting the specified adhesion requirements. 8) Conduct, accept and reject adhesion tests on polyurethane pipe coating and lining independently (where applicable). 9) Frequency of adhesion testing in accordance with AW-WA C222. 10) Randomly select repair patches on the polyurethane coating for adhesion testing in a manner as described herein and at the discretion of the coating inspector conducting the adhesion tests. CD a) Adhesion of repairs shall be as specified by the coating manufacturer' for the type of repair. 1. Pipe Manufacturer's Representative a. If required by the during Engineer or requested by the Contractor duriconstruction, C� CD the pipe manufacturer shall furnish the services of a factory trained, qualified, job experienced technician to advise and instruct as necessary in pipe laying and pipe jointing. CITY OF FORT WORTH 33-11-14 Walsh Ranch PLIMP Station Project TECHNICAL SPECIFICATION Project No. 02294 3311 14-16 BUMED STEEL PPE AND FMINGS Page 16 of 25 1) The technician shall assist and advise the Contractor in his pipe laying operations and shall instruct constniction personnel in proper joint assembly andjoint inspection procedures. 2) The tecimician is not required to be on -site full time; bowever, the teclmician shall be regularly on -site during the first 2 weeks, of pipe laying and thereafter as requested by the Engineer, City or Contractor. 2. 11oly-uretbane Coating Manufacturer's Representative a. The pipe manufacturer shall provide services of poly -urethane coathig manufacturer's representative and a representative from the heat shnnkjoi.nt manufhcturer. for a pefiod of not less than 3 days at beginning of actual pipe laying operations to advise Contractor and City regarding histallation, including but not limited to: 1) Handling and storage 2) Cleaning and inspecting 3) Coating repairs 4) Field applied coating 5) Heat shrink installation procedures 6) General construction method!,, and 1-tow, they may affect pipe coating b. Representative shall.be required to return if, in. the opinion of the Engineer, the polyurethane coating or the Conti -actor's construction methods do not coznpl�y with Contract Specifications. 1) Cost for the manufkturer's representatives to return to the site shall beat no additional cost to the City, D. Hydrostatic Pressure T estuig .1. Perl'orn.1 hydrostatic pressure testing inaccordarlee with.AWWA C200 2. HydrosLatically test each johit of pipe prior to application of lining or coating. a, The internal test pressureshall be that which results, in a fiber stress equal to 75 percent of the minimurn yield strength of thesteel used. b. Each joint of pipe tested shall be completely wateitigght under maxirrium test pressure. cm rest pressure shall be held for sufficient time to observe the weld seams. d. Maintain a recording pressure gauge, reference number of pipe testecl, etc. 1) The pipe shall be numbered in order that this iriforruation can be recorded. 3. Test fittings by : a. Hydrostatic test b. M 'apietic pailicle test c, Ultrasonic d. Radiography e. Dye penetrant test E. City Testing and Inspection L Pipe maybe subject to inspection, at the manufacturer's facility by an independent testing laboratory, -which laboratory shall be selected and retained by the City. a. Representatives of the City, CiVs laboratory, or the Engineer shall have access to the work whenever it is in preparation or progress. b. Pipe manufactuxer shall provide proper facilities for access and :for inspection. Cri'YOF FORT WORTH 3111 ­ 14 Walsh Ranch Pump Station Project TECHNICAL SPECIFIC I ATTON Noject Na02294, 33 11 14- 17 BLTUED STEEL PIPE AND FITTINGS Pa.-C 17 of 25 c. Pipe manufacturer shall notify the City in writing, a minimum of 2 weeks prior to the pipe fabrication so that the City may advise the manufacturer as to the City's decision regarding tests to be performed by an independent testing regarding laboratory. d. Material, fabricated parts and pipe, which are discovered to be defective, or which do not conform to the requirements of this Specification shall be subject to rejection at any time prior to City's final acceptance of the product. 2. The inspection and testing g by the independent testing laboratory anticipates that 0 production of pipe shall be done over a normal period of time and without "slow downs" or other abnormal delays. a. The pipe manufacturer shall coordinate their manufacturing schedule with the Contractor and advise the Contractor of any changes in the schedule. I . Install steel pipe, fittings, specials and appurtenances as specified herein, as specified in A M 11, in accordance with the pipe manufacturer's recommendations and as required for the proper functioning of the completed pipe line. 2. Lay pipe to the lines and grades as indicated in the Drawings. 3. Excavate, embed and backfill trenches in accordance with Section 3' ) 05 10. 4. For installation of carrier pipe within casing, see Section 3' ) 05 24. 5. Inspect and test each joint for holidays just prior to pipe being lowered into the ditch. a. All damaged areas and holidays are to be repaired before the pipe is lowered into the trench. 6. Place and consolidate embedment and backfill prior to removing pipe stulls. 7. Maximum allowable pipe deflection is limited to: a. 2 percent for mortar coated steel pipe b. 3 percent for polyurethane coated steel pipe 8. Install bonds at all pipe joints, except for welded joints or insulated joints. B. Pipe Handling 1. Haul and distribute pipe and fittings at the project site. 2. Handle pipe with care to avoid damage. rl� a. Pipe shall be handled at all times with sufficient non-abrasive slings, belts or other equipment designed to prevent damage to the coatinZ, g or lining. b. The spacingof pipe supports required to handle the pipe shall be adequate to prevent cracking or damage to the lining or coating V 0 C) 01 c. Inspect each joint of pipe and reject or repair any damaged pipe prior to lowering into the trench. d. The equipment shall be kept in such repair that its continued use is not injurious to the coating. e. Do not lay pipe in wet conditions. CITY OF FORT WORTH 33-11-14 Walsh Ranch Pump Station Project TECHNICAL SPECIFICATION Project No. 02294 33 11 14-18 BURIED STEEL PrPE AND FUTINGS Page 18 of'25 3. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash —during and after the laying operation., b. Effectively sea! the open end of the pipe using a gasketed night cap. C. Line Up at Bends I . Line up pipe forjoining so as to prevent damage thereto. , a. Thoroughly clean the bell and spigot ends of each joint of pipe of foreign. matter, rust and scale before placing sp�igot into bell. 2. Where abrupt changes in gm de and direction occur, employ special shop fabricated fittings for the purpose. a. Field cutting the ends of the steel pipe to accomplish angular changes in grade or direction of the line shall not be permitted,, D. Pipe 1.,aying L Rubber Gasket Joints a. Join rubber gasket joints in, accordance with the manufacturer's recommendations. b. Clean bell and spigot of foreign material. c. Lubricate gaskets and bell and relieve gasket tension around the ],-)erimeter of the pipe. d. Engage spigot as far as possible in bell. e. Joint deflection or pull shall not exceed the manufacturer's recommendation. f, Check gasket with feeler gauge all around the pipe. g. In areas of petroleum. hydrocarbon soil contamination, install special Neoprene gaskets or approved equal 2. Welded Joints a,. Weld joins in. accordance with AWWA C206. 1) Contractor shall provide adequate ventilation for welders and for City's representative to observe welds. 2) Welds shall be full circle fillet weldis, tunless otherwise specified. 3) Welding shall be completed after application of field applied joint coating, b. Adequate provisions for reducing temperature stresses shall be the responsibility of the Contnlctor. c. After the pipe has been joined and properly aligned and prior to the start of the welding procedure: 1) The spigot and bell shall be made essentially concentric by shimming or tacking to obtain clearance tolerance around the periphery of the johit. 2) In no case shall the clearance tolerance be pennitted to accuirnulate. d. Before welding: 1) Thoroughly clean pipe ends. 2) Weld pipe by machine or by the manual shielded electric arc process. 3) Welding shall be perfonmed so as not to damage lining or coating, 4) Cover the polyurethane coating as necessary to protect from weld splatter. e. Furnish labor, equipment, tools arid supplies, including shielded type 'welding rod. 1) Protect welding rod from any deterioration prior to its use. 2) If any portion of a box or carton is damaged, reject the entire box or carton, f, Hand Welding 1) 'I'h.e metal shall be deposited in successive layers. CYT Y OFFORT WORTH 33­11 14 Walsh Ranch Pump Station Proiect TECTINICAL SPECIFICAnoi,4 Projccl No, 02294 �M BURIED STEEL PIPE AND FITTINGS Page 19 of 25 2) Not more than 1/8 inch of metal shall be deposited in each pass. 3) Each pass except the final 1, whether in butt or fillet welds, shall be thoroughly bobbed or peened to relieve shrinkage stresses and to remove dirt, slag or flux before the succeeding bead is applied. 4) Each pass shall be thoroughly fused into the plates at each side of the welding groove or fillet and shall not be permitted to pile up in the center of the weld. 5) UndercuttinC, g along the side shall not be permitted. ZD g. Welds shall be free from pin holes, non-metallic inclusions, air pockets, undercutting and/or any other defects. h. If the ends of the pipe are laminated, split or damaged to the extent that satisfactory welding contact cannot be obtained, remove the pipe from the line. i. Furnish each welder employed with a steel stencil for marking the welds, so that the work of each welder may be identified. j. Have each welder stencil the pipe adjacent to the weld with the stencil assigned to him. 1) In the event any welder leaves the job, his stencil shall be voided and not duplicated if another welder is employed. k. Welders 1) Use only competent, skilled and qualified workmen. a) Each welder employed by the Contractor shall be required to satisfactorily pass a welding test in accordance with A C206 before being allowed to weld on the line. b) After each welder has qualified in the preliminary tests referred to above, inspections shall be made of joints in the line. c Any welder making defective welds shall not be allowed to continue to weld. E. Interior Joint Grouting I . Upon completion of backfilling of the pipe trench, clean out dirt or trash which has collected in the joint and moisten the concrete surfaces of the joint space by spraying or brushing with a wet brush. 2. Fill the inside of the joint recess with a stiff cement mortar. 3. Where the mortar joint opening is I inch or wider, such as where trimmed spigots are required, apply a bondinor anent to mortar and steel surface prior to J placing g joint mortar. 4. Rarn or pack the stiff mortar into the joint space and take extreme care to ensure that no voids remain in the joint space. 5. After the joint has been filled, level the surfaces of the joint mortar with the interior surfaces of the pipe with a steel trowel so that the surface is smooth. 6. Interior joints of pipe 24-inch and smaller shall have the bell buttered with mortar, prior to inserting the spigot, such that when the spigot is pushed into position it will extrude surplus mortar from the joint. a. The surplus mortar shall be struck off flush with the inside of the pipe by pulling a filled burlap bac, or inflated ball through the pipe with a rope. F. Exterior Joint Protection Heat Shrink Sleeves a. General CITY OF FORT WORTH 33-11-14 Walsh Ranch I'Limp Station Project TECHNICAL SPECIFICATION Project No. 02294 33 1114-20 BURIED STEEL PIPE AND FITTINGS Page 20 of'25 1) Buried pipe joints shall be field coated after pipe assembly in accordance with A C216, using Heat Shrink Sleeves. 2) Width of heats sleeve shall be sufficient to overlap the polyurethane coating by a minimum of 3 inches. 3) Overlapping of 2 or more heat shrink sleeves to achieve the necessary, width will not be permitted. b. Installation. 1) Clean pipe surface and adjacent coating of all mud, oil, grease, rust and other foreign contaminates with a wire brush in accordance with SSPC SP 2, or SSPC 8P 3. Remove oil or grease contamination by solvent wiping the pipe and adjacent coating in accordance with SSPC SP 1. a) Clean the full circumference of the pipe and a minimum of 6 inches onto the existing coating. 2) Remove all loose or damaged pipe coating at joint and either repair the coating as specified herein or increase the length of the joint coating, where reasonable and practical. 3) Complete joint bonding of non -welded pipe joints before application. of joint coating. 4) Joint bonds shall be to profile bonds and all gaps and crevices around the bonds shall be filled with mastic seahmt. 5) Store sleeves in shipping box until use is required. a) Keep dry and shel.tered from exposure to direct sunlight. b) Store off the ground or concrete floors and maintain at a temperature between 60 degrees F and 100 degrees F as recommended by the sleeve manufacturer. 6) Metal surface shall be free of all dirt dust and flash rusting prior to sleeve application. 7) Preheat pipe uniformly to 140 degrees F to 160 degree's F or as recornmended-lby the sleeve Manufacturer. a) Monitor pipe temperature using a surface temperature gauge, infrared thermometer or color changing crayons. b) Protect preheated pipe from rain, snow, fi-ost or moisture with tentitig or shields and do not permit the joint to cool. 8) Prime joint with specified primer and fill all cracks, crevices and gaps with mastic filler in accordance with the manufacturer's recommendations for the full circumference of the pipe. 9) Apply heat shrink sleeve when it is at a minimum temperature or 60 degrees F and while maintaining the pipe temperature above the 17rehreat temperature specified. 10) Apply sleeve in accordance with the manufacturer's instructions and center the sleeve over the joint to provide arninmum of 3 --inch overlay, onto the existing pipe coating. 1.1.) Apply heat to the sleeve using either propane fire infrared heaters or wrap around heaters. a) Hold flame a mininium of 6 inches from the sleeve surface., b) Periodically roll the coating on the pipe surface,, c) Heat from the center of the sleeve to the outer edge until properly seated, then begin in the opposite direction. d) Monitor sleeve for color change, where appropriate, or with appropriate temperature gauges. 01"Y OF FORT WORTH 33-41-14 Walsh Ranch Purnp Station Project TECHNICAL, SPECIFICATION Project No, 02294 33.11 14-21 BURIED STEEL PIPE AND FITTINGS Page 21 of 25 e) Take care not to excessively heat the parent coating. 12) Completed joint sleeve shall be fully bonded to the pipe and existing coating surface, without voids, mastic beading shall be visible along the full zn C� circumference of the sleeve, and there shall be no wrinkling'or excessive bums on the sleeves. a) Sleeves which do not meet these requirements shall be removed and the joint recoated as directed by the Engineer. b) Minor repairs may be repaired using heat shrink sleeve repair kits. 13) Allow the sleeve to cool before moving,handling or backfilling. In hot zn zn climates, provide shading g from direct sunlight. zn a) Water quenching will be allowed only when permitted by the sleeve manufacturer. G. Protective Welded Joints Coating System — Weld After Backfill C, 1. General a. Application of protective coating at the pipe joints will be as follows: 1) Apply a 3 layer joint coating system consisting of a factory applied 35 mil ZD ZD polyurethane coating 2) A field applied 60 mil by 6 inch wide strip of CAN -USA HCO Wrapid Tape heat resistant tape at the location of the welding 3) A field applied 110 mil (full recovered thickness) by 18 inch wide CAN -USA AquaWrap high shrink heat shrinkable joint sleeve 4) After the heat shrinkable joint sleeve is installed, backfill the trench and then weld the joint. b. The Contractor is responsible for his operations so that they do not damage the factory applied coating system. c. When applying the 3 layer joint coating system for post welding the joints, the ZD Contractor must show that his operation will not damage the joint coating p ZD ZD system to the Engineer's satisfaction. d. The Contractor will be required to fully uncover a maximum of 10 joints, selected at random by the Engineer or City to visually inspect and test the joint after welding. Any damage must be repaired. 1) If the Contractor's welding procedure damages the 3 layer joint coating ZD system, the Contractor, at the direction of the Engineer, will be required to modify his welding procedure. ZD Joint Coating (3 Layer) a. Apply 3 Layer Joint Coating g System before Welding the Joint zn b. Pipe Manufacturing and Heat Tape 1) A 35 mil thickness polyurethane coating shall be applied over entire length of pipe. 2) The Contractor shall field apply 60 mil thick by 6 inch wide strip of CAN -USA HCO Wrapid Tape heat resistant tape to the exterior bell end of the pipe, centered on the location of the welding, over a 35 5 mil factory applied polyurethane coating' c. Surface Preparation and Installation for Heat Shrinkable Joint Sleeve 1) Clean pipe surface and adjacent coating of all mud, oil, grease, rust and other foreign contaminates with a wire brush in accordance with SSPC SP 2, or SSPC SP 3. Remove oil or grease contamination by solvent wiping g the pipe and adjacent coating in accordance with SSPC SP 1. zn CITY OF FORT WORTH 33-11-14 Walsh Ranch Pump Station Project TECHNICAL SPECIFICATION Project No. 02294 TE33 1114 - 22 BURIED SEL HIT AND FTTTTNGS Page 22 of 25 a) Clean thefull. circumference of the pipe and a minimum, of 6 inches onto the existing coating. 2) Remove all loose or darnaged pipe coating atJoint and either repair the coating as specified herein. or increase the length of the „point coating,, where ZD reasonable and practical. 3) Conn plute joint bonding of pipe joints before application of joint coating. a) Joint bonds shall be low profile bonds and all gaps and crevices around the bonds shall be filled with mastic sealant. 4) Store sleeves in shipping box until use is required. a) Keep dry and sheltered from exposure to direct sunlight, b) Store off the ground or concrete floors and Maintain at a temperature between 60 degrees F and 100 degrees F as recommended by the sleeve man,ufacturer. 5) Metal surface shall be free of all dirt, dust and flash rusting prior to sleeve applicatior)- 6) Preheat pipe uniformly to 140 degrees F to 160 degrees F or as recommended by the sleeve manufacturer. a) Manitor pipe temperature using a surface temperature gauge, infrared therammeter or color changing crayons. b) Protect preheated pipe from raffi, snow, frost or moisture with tenting or shields and do not permit thejoint to cool, 7) P-fime joint widi. specifled.17nner and fill all cracks, crevices, and gaps with mastic filler in accordance with the manufacturer's recommendations for the full circumference of the pipe. 8) Apply heat shrink sleeve when it is at a minimum temperature or 60 degrees F and while maintaining the pipe temperature above the preheat temperature specified. i), Apply, sleeve in accordance with the mmiufacturer's itastructions and center the sleeve over the joint to provide a mininium of. -i.nch overlay onto the existing pipe coating. 9) Apply beat to the sleeve tising either propane fire infrared heaters or wrap around heaters. a) Hold flame a minimurn of 6 inches fi-om the sleeve surf -ace. b) Periodically roll the coating on the pipe surface. c) Heat from the center of the sleeve to the outer edge until properly seated, Then ' begin bi the opposite direction. d) 'rake care not to excessively heat the parent coating, e) Mon.itor sleeve for co or cbang r I ge, where appropriate, or withapprop appropriate temperature gauges. 10) Completed joih.t sleave shall be fully, bonded to the pipe and existing coating surface, without voids, mastic beading shall be visible along the full circuinference of the sleeve, and there shall. be no wrinkling or excessive burns on the sleev,es. a) Sleeves wliich. do not meet these requirements shall be removed and the joint recoated as directed by the Engineer. b) Minor repairs maybe repaired using heats sleeve repair kits. 11) A, Uow the sleeve to cool before moving, handling or baclialing. a) in hot climates, provide shading from direct sunlight. b) Water quenchirig will be allowed only when permitted by the sleeve manufacturer. ary, OF FORT WORTH 33-11-14 Walsh Ranch Pump Station Project TECHNICAL SlIECIFICATION Prq�ect No. 02294 33 11 14-23 BURIED STEEL PIPE AND FITTINGS PaRe 23 of 25 12) Holiday testing shall be performed using a high voltage holiday tester (operating at 100 volts per mil) at each joint after field application of heat shrinkable joint sleeve per SPOI S& a) If any holidays or cuts are detected, the sleeve shall be repaired using the heat shrink sleeve manufacturer's recommendation. b) The damaged area shall be covered with a minimum of 50-mm overlap around the damaged area. 1. Coat buried ferrous metal such as bolts and flanges, which cannot be protected with factory or field -applied polyurethane coatings or heat shrink sleeves, with 2 wraps of wax tape and encase in flowable fill. MNNK�l Of 1. For repair and field touch-up of polyurethane coating, apply: a. Madison GP II (E) Touchup Polyurethane Coating b. LifelastDurasheild2lO,310 or310 JARS c. IT W — Futura Coatings Protec H, or d. Coating manufacturer's recommendation 2. Holidays a. Remove all traces of oil, grease, dust, dirt and other debris. b. Roughen area to be patched by sanding with rough grade sandpaper (40 grit). c. Apply a 35 mil coat of repair material described above. d. Work repair material into scratched surface by brushing or rolling in accordance with manufacturer's recommendations. e. Retest for Holiday. Field Cuts or Large Damage a. If in the opinion of the City the polyurethane coating is excessively damaged, the pipe segment will be rejected until the coating system is removed and replaced so that the system is in a like -new condition. b. Remove burrs from field cut ends or handling damage and smooth out edge of polyurethane coating, c. Remove all traces of oil, grease, dust, dirt and other debris. d. Roughen area to be patched with rough grade sandpaper (40 grit). e. Feather edges and include overlap of 2 inches of roughened polyurethane in area to be patched. f. Apply a 35 5 mil coat of repair material described above, in accordance with manufacturer's recommendations. or. Work repair material into scratched surface by brushing C C11 h. Feather edges of repair material into prepared surface. C, i. Cover at least I inch of roughed area surrounding damage or adjacent to field cut. Test repairs for holidays. B. Patch of Cement Mortar Lining zl� 1. Repair cracks larger than 1/ 16 inch. C, 2. Pipes with disbonded lining's will be rejected. 3. Excessive patching of lining shall not be permitted. CITY OF FORT WORTH 33-11-14 Walsh Ranch Pump Station Project TECHNICAL SPECIFICATION Project No. 02294 3311 14-24 BURED STEEL PIPE AND MITINGS Page 24 of'25 4. Repair in accord" we with AW'WA C205 and as follows - a. Apply bonding agent to patch area. b. Patching of lining shall be allowed where area to be repaired does not exceed, 100 square inches and has no dimension greater than 12 inches., c. In. general, there shall be not more than I patch in the lining of yjoint of pipe. 5. Wherever necessary to patch due pipe, make the patch. with the mortar indicated. 6. Do not install patched pipe until the patch has been properly and adequately cured, imless approved by the City. ®3 RELD QUA 1XrY CONI-MR, A. Field Tests and Inspections 1. Quality Control of Field Applied Polyureflimie Coating a. Surface Preparation 1) Visually inspect surfacepreparation to ensure cleanliness and dryness requirements have been met. 2) Use Testex tape on at least lJoint per day to ensure that adequate profile is being acbieved, b. Visual I ) Visually inspect cured coating to ensure that the coating is completely cured with no blistems, cracks, pinholes, missed areas, excessive roughliess, "sticky" or "gooey" areas. 2) Check to ensure that the coating completely covers the steel and existing coating. c. Ibickness 1) Use a magnetic chy film thickness (DFT) gauge on cared coating to ensure adequate thickness has been achieved according to SSPCPA 2. a) If the thickness of the coating is below the iniumima specified millage anywhere along the lung of the pipe, then adjustments must be made to the spray system to correct the problem, 2) At a nihiimuin, the thickness shall be measured for eVery 50 square feet of sprayed area. d. Adhesion 1) Perfonn the f6flowing procedure on a. min.irnuin of I joint per day: a) Select area to test that has cured for at least I hour for fast setting Coatings. b) Test and repair in accordance with ANWA C222 Dolly Pull-off'Fest. e. Holiday'"I'esting 1.) Holiday testing shall be perfonned usffig a higli voltage holiday tester at each joint no sooner than I hour after field application of polyurethane coating. f. Inspection at Welding Joints I ) 'When applying the 3 layer Joint coating system for post welding the joints, the Contractor must show that his operation will not (Lunage theJoint. coating system to the Enghleer's satisfaction. 2) The Contractor will be required to fully uncover a maximum of 10 jo hits, selected at nudoin by the Engineer or City to visually inspect and test the joint after welding. 3) An.y darnage inust be repaired. M CITY OF FORT WOR"TH 33-11,44 Walsh Ranch Pump Suition Project TECHNICAL SPECIFICATION Paject No, 0'2294 33 11 14-25 BURIED STEEL PIPE AND FITTINGS Page 25 of 25 4) If the Contractor's welding procedure damages the 3 ) layer joint coating 0 C� C� system, the Contractor, at the direction of the Engineer, will be required to zn modify his welding procedure. 1 Weld Testing a. Dye penetrant tests in accordance with AS TM E 165, or magnetic particle test in accordance with A C206 and set forth in AS D.1.1. shall be performed by the Contractor under the supervision and inspection of the City's Representative or an independent testing laboratory, on all full welded joints. 1) Welds that are defective will be replaced or repaired, whichever is deemed necessary by the Engineer, at the Contractor's expense. 2) If the Contractor disagrees with the Engineer's interpretation of welding zn tests, test sections may be cut from the joint for physical testing. The Contractor shall bear the expense of repairing the joint, regardless of the results of physical testing.. 3) The procedure for repairing the joint shall be approved by the Engineer zn before proceeding. 3. Deflection Testing a. Prior to hydrostatic testing, the City's inspector shall perform deflection testing at a minimum rate of I measurement for every 2,500 linear feet of water line. b. City may reject any areas not meeting the deflection requirements of this Specification. 4. Cleaning and Testing a. Cleaning, disinfection, hydrostatic testing, and bacteriological testing of water mains: 1) Clean, flush, pie, disinfect, hydrostatic test, and bacteriological test the water main as specified in Section 33 ) 04 40 5. Closed Circuit Television (CCTV) Inspection a. Provide a Post -CCTV Inspection for water lines 24-inch and larger in accordance with Section 3' ) 0 13 1. FJOJL�� CITY OF FORT WORTH 33-11-14 Walsh Ranch Pump Station Project TECHNICAL SPECIFICATION Project No. 02294 33 1220 - I RESILIENT SEATED (WEDGE) GATE VALVE Pa2e I of 7 SECTION 33 12 20 RESILIENT SEATED (WEDGE) GATE VALVE ,T_ A �Flu_ U - ,: 1. Buried Resilient Seated (Wedge) Gate Valves 30-inch and 36-inch diameter for use with potable water mains a. 36-inch valve will require an integral bypass k� B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division I — General Requirements 3. Section 33 11 05 —Bolts, Nuts, and Gaskets A. Measurement and Payment 1. Gate Valve a. Measurement 1) Measurement for this Item shall be per each buried gate valve installed, complete with valve vault and spur gear, per details. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "3 0" and 3 6" buried "Gate Valve" installed. c. The price bid shall include: 1) Furnishing /installing buried Gate Valves with connections as specified 2) Spur Gear 3) Valve vault and appurtenances, including cushion pad. 4) Minimum 4" diameter bypass with isolation valve for' )6" valve 5) Petrolatum tape for connections to steel flanges 6) Tapping saddles, corporations, 2-inch copper risers and isolation ball valves 7) Cathodic isolation kits when installed with flanged connections 8) Polyethylene encasement 9) Excavation 10) Hauling 11) Disposal of excess material 12) Furnishing, placement and compaction of embedment 13) Furnishing, placement and compaction of.backfill 14) Clean-up 15) Cleaning 16) Disinfection 17) Testing I CITY OF FORT WORTH Walsh Ranch Pump Station Project TECHNICAL SPECIFICATION 33-12-20 Project No. 02294 33 1220-2 RESILIENT SEATFD (WEI)GE) GAITi VALVE Page 2 of 7 1.3 RE.FERENCES A. Abbreviations and Acronyms 1 NRS — Non Rising Stem 2. OS&Y — Outside Screw and Yoke B. Reference Standards I . Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision to logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation. Officials (AASM.'O). 3. American Society of Mechanical Engineers (ASM.F.): a. B16.1, Gray Iron Pipe Flanges and.Elan ged Fittings (Classes 25, 125, and 250). 4. American Iron and Steel Institute (AISI). 5. ASTM International (ASTM): a. A48, Standard Specification for Gray Iron Castings. b. A242, Standard Specification for High-Strengt1i, 1,ow-Alloy Structural Steel. c. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. d. A536, Standard Specification for Ductile Iron Castings. e. B 117, Standard Practice for Operating Salt Spray (Tog) Apparatus. f B633, Standard Specification. for Electrodeposited Coatings of Zinc on Iron and Steel. 6. American Water Works Associdtion, (AWWA): a. C509, Resilient- Seated Gate Valves for Water Supply Service. b. C515, Reduced -Wall, Resilient -Seated Gate Valves for Water Supply Service. c. C550, Protective Interior Coatings for Valves and Hydrants. d. C900, -Polyvinyl. Chloride (PVC) Pressure Pipe and FabricatedFittings, 4 IN' through 12 IN, for Water Transmission and Distribution, 7. American Water Works Association/Arnencan National Standards Institute (AWWA/ANSI): a. C I 05/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systeins. b. Cl I I/A21 ° 1. 1, Rubber -Gasket Joints for Ductile -Iron. Pressure Pipe and Fittings. c. C I 15/A21.15, 171migedDuctile.-Iron Pipe witli. Ductile -Iron or Gray -Iron Tlu-eaded Flanges. & NSF Intemational,(NSF): a. 61, Druildi.i.g Water System Components - Health Effects, 1.4 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery, 1.5 ACTION'STJB.nnT.,kf..,,S/M'O.RM.A,TIONAL SUBMITTALS .A. Product Data L Resilient Seated (Wedge) Gate Valve noting the pressure rating and coating system supplied, including: UTY OF FORT' WOR11i Walsh Ranch Pump Stifion Project rECHNICAL SPECIFICAT[ON 33-12-20 Project No, 02294 33 1220-3 RESILIENT SEATED (WEDGE) GATE VALVE Page 3 of 7 a. Dimensions, weights, material list, and detailed drawings b. Joint type c. Maximum torque recommended by the manufacturer for the valve size 2. Polyethylene encasement and tape a. Whether the film is linear low density or high density cross linked polyethylene b. The thickness of the film provided 3. Thrust Restraint, if required by contract Documents a. Retainer glands b. Thrust harnesses c. Any other means 4. Instructions for field repair of fusion bonded epoxy coating 5. Gaskets B. Certificates 1. Furnish an affidavit certifying that all Resilient Seated (Wedge) Gate Valves meet 0 t:1 the provisions of this Section, each valve meets Specifications, all inspections have been made and that all tests have been performed in accordance with AWWA C509 or AWWA C515. 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. 3. Furnish affidavit that Resilient Seated (Wedge) Gate Valve manufacturer has five years experience manufacturing Resilient Seated Gate Valves of similar service and size with experience record. 4. Furnish affidavit that Resilient Seated (Wedge) Gate Valve manufacturer owns or 0 controls any foreign factory/foundry that supplies valve casings and can certify that 0 the Resilient Seated (Wedge) Gate Valve manufacturer is in control of quality control at the foreign factory/foundry. 1.6 QUALITY ASSURANCE A. Qualifications Manufacturers a. Valves shall meet or exceed AWWA C509 or AWWA C515. b. On this project, the 36" valve shall be equipped with a bypass, the bypass valve must be of the same manufacturer as the main valve. c. Resilient Seated Gate Valves shall be new. d. Resilient Seated Gate Valve Manufacturer shall not have less than 5 years of successful experience manufacturing of Resilient Seated Gate Valves of similar service and size, and indicated or demonstrate an experience record that is satisfactory to the Engineer and City. This experience record will be thoroughly C� tD investigated by the Engineer, and acceptance will be at the sole discretion of the Engineer and City. e. Casings for Resilient Seated Gate Valve, such as valve body, wedge, and bypass; that are not manufactured within the United States of America, shall be manufactured by factories/foundries that are owned or controlled (partial ownership) such that the Resilient Seated Gate Valve Manufacturer can control and guarantee quality at the foreign factory/foundry. CITY OF FORT WORTH Walsh Ranch Pump Station Project TECHNICAL SPECIFICATION 33-12-20 Project No. 02294 33 1220-4 MES11n..'WE" SEATED (WEDGE) GATE VA1,VE- Page 4 of'7 MMMMM��� A. Storage and Handlin,g Requiremeitts 1. Protect all parts so that no dainage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed. and the units and equipment are ready for operation. 2. Protect all equiprment and parts against any damage during a prolonged period at the site. 3. Protect the fmisb ed surfaces of all exposed flanges 'by wooden blank flanges, strongly built and securely bolted thereto. 4. protect finished iron or steel surfaces not painted to prevent rusl and corrosion. 5. Prevent plastic and similar brittle items from being directly exposed to sunlight or exixernes in temperature. 6. Secure and maintain a location to store the inaterial in. accordance with Section 01 6600. .A. Manufacturer Warranty 1. Manufacturer's Warranty shall be in accordance with Division. 1. 2.1 EQUIPMENr, PR.o.Ducl i-YPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with tbis Specification and related Sections. 2. Any product that is not listed on the Standard Products List i.s considered a substitution and shall be submitted in accordance with, Section 0125 00. 1. Regulatory Requirements a. Valves shall be new and meet or exceed WWA C509 or.AWW.A C515 and shall meet or exceed the requirements of this Specification. b. All valve components in contact with pc)tlble water shall conforin to the requirements of'N'SF 61. 1. Valve Body a. Mdve body: ductile iron per ASI MA.536 b. Flanged ends: Furnish maccordance wit.h.AW"WAJANS1 C1 15/A21.,15. c. Mechanical Joints: Furnish with outlets which conform. to. AWWAJANSI CIII/A21.11. d. Valve interior and exterior surfaces: fusion bonded epoxy coated, minimuni 5 rrils, meeting AWWA C550 reqtsirements e. Buried valves: Provide with polyet�hyllene encasement in accordance with AWNVAJANSIC105/A21.5 CITY OF FORTWORTH Wakh Ranch Pump Staflon Project TECHNICAL SPECIFICATION 33-12-20 Project No. 02294 33 1220-5 0�0 RESILIENT SEATED (WEDGE) GATE VALVE Page 5 of 7 1) Polyethylene encasement: Furnish in accordance with Section 33 11 10. 2. Wedge (Gate) a. Resilient wedge: rated at 150 psig cold water working pressure C t, ®g b. The wedge (gate) for all valve sizes shall be I piece, fully encapsulated with a permanently bonded EPDM rubber. 3. Bypass a. For gate valves using a double roller, track and scrapper system, an integrally cast bypass on the body of the valve is required. 1) Orient the bypass on the same side of the gate valve as the spur gear to allow operation of both valves from the manhole opening. 2) The bypass shall be a minimum 4-inch in size. 4. Gate Valve Bolts and Nuts a. Bonnet, Stuffing Box and Gear Box - Hex head bolt, and hex nut: Steel ASTM A307 Gr. B, Zinc Plate perASTM B633, SC3 for non -buried service (4-inch throuah 12-inch valves) or as specified in 2.2.C.4.b. b. Hex head bolt and hex nut: AISI 304 stainless steel for buried service (all sizes) and for valves 16-inch through 36-inch (non -buried service) C� 5. Bolts and Nuts a. Mechanical Joints a) Provide.bolts and nuts in accordance with Section 33 11 05. b. Flanged Ends 1) Meet requirements of A C 115 or A C207 depending on pipe material. 2) Provide bolts and nuts in accordance with Section 33 11 05. 3) ng Flanged isolation kits shall be provided when connecting to buried steel or 0 0 concrete pressure pipe. Kits shall conform to Section 33 04 10. 6. Joints a. Valves: flanged, or mechanical joint or any combination of these as specified on the Drawings or in the project Specifications 1) Flanged joints: AWWA/ANSIC115/A2'1.15,ASNMB16.1, Class 125 a) Flange bolt circles and bolt holes shall match those of AS ME B16.1, Class 125. 2) Steel or concrete pressure pipe a) Use flange joints unless otherwise specified in the Contract In Documents. 3) Ductile Iron or PVC pressure pipe a) Use Mechanical joints with mechanically restrained retainer alands unless otherwise specified in the Contract Documents. 7. Operating Nuts a. Supply for buried service valves b. I- I 5/16-inch square at the top, 2-inch at the base, and 1-3/4-inch high c. Cast an arrow showing the direction of opening with the word "OPEN" on the operating nut base. d. To open, the operating nut shall be turned to the RIGHT (CLOCKWISE) direction. Nut shall be painted red per AWWA specifications CITY OF FORT WORTH Walsh P—IFIC11 PLIMP Station Project TECHNICAL SPECIFICATION 33-12-20 Project No. 02294 33 U20-6 RJESILIE.-,"NT SEATED (Vff-.DGE) GATE VAINE Page 6 of 7 e. Connect the operating nut to the shaft with a she pin that prevents the nut from transferring torque to that shaft or the gear box that exceeds the manufacturer's recommended torque. f Furnish hand.wheel operators for non -buried service, or when shown in the Drawings. 8. Gearing a. Gate valves that are 24 inch and Jarger. Equip with a spur gear. b.. Bevel gears for horizontally mounted valves are not allowed. c. The spur gear shall be designed and supplied by the manufactizer of the -valve as an integnd part of the gate -valve. 9., Gaskets a.' Pr°ovide gaskets in accordance with Section 33 .1105. 2.2 ACCESSORIES Ar. All gate -valves shall have the following accessories provided asp of the gate -valve histallation: I . A. keyed', solid extension. stern of sufficient length to bring the operating nut up to within I foot of the surface of the ground, when the operating nut on the gate -valve is 3 feet or more beneath the surface of the ground. Extension Sterns are: a. Not required, on City stock orders b. Not to be bolted or attached to the valve -operating nut c. To be of cold rolled steel with a cross-sectiona.larea of 'I square inch, fitting loosely enough to allow deflection, I Furnish joint components such as gaskets, glands, lub H.",can.t, bolts, and nuts in sufficient quiantity for assembly of each joint. I Cast, Tron Valve Boxes: . provide for buried service gate valves, cast iron. valve boxes and cowers a. Each valve box for 4-inch through 12 4nch valves shall be 2-piece, 5 11/4-inch shafts, screw type, consisting of a top section and a bottom section. b. Valve boXes shall be as listed in the City of Fort Worth. Standard Products List in attached in Section 0 160 0 0. c. 'Valve box covers shall be so designed that they can be easily removed to provide access to valve operating nut. d. 'Valve box covers must be designed to stay in position and resist dainage under AASHTO IIS 20 traffic loads, e. Each cover shall be tasted with, the word "WXI'ER!' or "RECIAINIEM" in raised letters on. the uPper surfacel. f Cast iron val.ve boxes and covers shall conforni to ASTM A.48, Class 35B. 1.) Valve box cowers shall be round for 1)(Aiable water applications and square .for reclaimed wader apl'Iffleations. g, Box extension material shall be .AC900 PVC or ductile iron. lmm� 3.1 INSTALLATION A. General icricy OFFORI"WOUH Walsh Ranch Purnp Sration Project TECHNICALSPECIFICATION 33-12-20 Pro.ject No, 02294 33 1220-7 RESILIENTSI.-ATED (WEDGE) GATE VALVE Page 7 of 7 1. All valves shall be installed in vertical position when utilized in normal pipeline installation. 2. Valves shall be placed at line and grade as indicated on the Drawino-s Z- * 3. Polyethylene encasement installation shall be in accordance with Section 33 11 10. A. Field Inspections 1. Before acceptance of the installed valve, the City Field Operations Staff shall have ,the opportunity to operate the valve. 2. The City shall be given the opportunity to inspect all buried flanges before they are covered. 3. The Operator will be assessing the ease of access to the operating nut within the C valve box and ease of operating the valve from a fully closed to fully opened position. 4. If access and operation of the valve meet the City's criteria, then the valve will be accepted as installed. B. Non -Conforming Work 1. If access and operation of the valve or its appurtenances does not meet the City's criteria, the Contractor will remedy the situation until it meets the City's criteria, at the Contractor's expense. CITY OF FORT WORTH Walsh Ranch PLIMP Station Project TECHNICAL SPECIFICATION 33-12-20 Project No. 02294 � I W.3 ry 33 1240- 1 FIRE HYDRANTS Page I of 6 1. Dry -barrel fire hydrants with 51/4-inch main valve for use with potable water mains B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract C� 2. Division 1— General Requirements 3. Section 33 05 10 — Utility Trench Excavation; Embedment and Backfill 4. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 5. Section 33 11 10 — Ductile Iron Pipe 6. Section 33 11 11 — Ductile Iron Fittings C� 7. Section 33 11 14 — Buried Steel Pipe and Fittings z:1 8. Section 3' ) 12 20 — Resilient Seated (Wedge) Gate Valve loom-wic 1. Measurement a. Fire Hydrant and Extension 1) Measurement for this item shall be by the each hydrant assembly, as described within Section 01-11-00 "Summary of Work", complete in place. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured under "Measurement" will be paid for at the unit prices bid per each "Fire Hydrant Assembly" installed. 3. The price bid shall include: a. Furnishing and installing Fire Hydrants Assemblies per specs. and details b. Dry -Barrel Fire Hydrant assembly c. Extension barrel and stem d. Anchor tee off main e. Fire hydrant isolation gate valve, riser, and box f Fire hydrant lead and riser pipe g. Adjusting hydrant to the appropriate height h. Painting i. Excavation j. Disposal of excess material k. Furnish, placement and compaction of embedment I. Furnish, placement and compaction of backfill in. Blocking, Braces and Rest n. Clean up o. Disinfection p. Testing CITY OF FORT WORTH Walsh Ranch Pump Station Project TECHNICAL SPECIFICATIONS 33-12-40 Project No. 02294 331240-2 FME HYDRAJM Pagge 2 of 6 1.3 REFERENCES L Base: The lateral connection to the fire hydrant lead; also called a shoe B. Reference Standards I . Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Water Works Association. (AWWA)- a. C502, Dry -Barrel Fire 1-lydrants b. Manual of Water Supply Practices M17 (.A .A Manual M17) ...-Instaflation, Field Tesling, and Maintenance of Fire Hydrants 3. NSF International a. 61, Drink, in Water System Components Realth Effects 4. National Fire protection Association FFA) a. 1963, Standard for Fire Hose Connections 5. Underwriters [,at)oratories, inc. (13L) a. 246, Ilydrants for Fire-Protecti.on Service 6. J. actotT Mutual (FM) a. Class Number 1510, Approval Standard for Fire Hydrant, (Dry Barrel Type) for Private Fire Service 1®4 SUBYRTTALS .A. Submittals shall be in accordance with Sectin 0133 00. B. All submittals shall be approved by the City pnor to coiristxuction. 1®5 AC'RON SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data I Dry -Barrel. Fire 1jydrant stating: a. Main -valve opening size' b. N=16 arrangement and sizes c. Operating nut size d. Operating nut operating direction e. Working Pressure rating f Coillponetit assenibly and materials g. Coatings and Finishes 1.6 (III ALITIC' ASS URANCE A. Qualifications 1. Manufacturers a. Drury -Barrel Fire flch-ants shall be the product of I manufacturer. 1.) Cbmige orders, specials mid field clan es may be.provided by a different manufacturer upon City approval, 2. Dry -Barrel Fire Hydrants shall be in conformance with A C502, LIT...., 246 and FM 1510. Cf"FY OF FOR TWORTH Walsh Ranch Pump Station Project TECHICCAL. SPECIFICATIONS 31 12,40 llrq�ect No, 02294 33 1240-3 FIRE HYDRANTS Paje 3 of 6 ffliffo= 1. Store and handle in accordance with the guidelines as stated in A C502 and A Manual MI 7. 2. Protect all parts so that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. 3. . Protect all equipment and parts against any damage during a prolonged period at the site. 4. Protect the finished surfaces of all exposed flanges by wooden blank flanges, strongly built and securely bolted thereto. 5. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 6. Prevent plastic and similar brittle items from being directly exposed to sunlight or extremes in temperature. 7. Secure and maintain a location to store the material in accordance with Section 01 6600. A. Manufacturer Warranty 1. Manufacturer's Warranty shall be in accordance with Division 1. FREVUN� � 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. 3. The Dry -Barrel Fire Hydrant shall be new and the product of a manufacturer regularly engaged in the manufacturing of Dry -Barrel Fire Hydrants having similar tD engaged C, ZD service and size. Regulatory Requirements a. Dry -Barrel Fire Hydrant shall meet or exceed the latest revisions of A C502 and shall meet or exceed the requirements of this Specification. b. All Dry -Barrel Fire Hydrant components in contact with potable water shall conform to the requirements of NSF 61. I 1. Capacities a. Rated working pressure of 250 psi or greater Awl� 2. Design Criteria a. Operating nut 1) Uniformly tapered square nut ineasuring: CITY OF FORT WORTH Walsh Ranch Pump Station Project TECHNICAL SPECIFICATIONS 3 33- 12) -4 0 Project No. 02294 331240-4 CURE HYDRAYrS Page 4 ter 6 a) 1 inch at the base b) 7/s inch at thi e- top 2) Open by timming the operating nut to the right (clockwise) a) Provide operating direction clewly marked with an arrow and the word "OPEN". 3) Provide W'eather shield with operating nut. b. Main Valve 1) Minimurn, 51/4-inch opening 2) Compression -type a) Opening against, pressure b) Closfiig with pres'sure c. Nozzles 1) 'T' shape, 3 no le arrangement 2) Nozzle sizes, threads and configuration in accordance with NYPA 1963 a) Hose ncz2les (1) 2 x 21/2-inch (nominal size of connectilon) (a) 180 deg)-ees apart (b) Thread Desipa on 2.5-7.5 NH (NTPA 1963) b) Pump nozzle (1) 4­inch (noi�ninal size of oorniection) (a) Thread Designation 4-4 NIT (NFPA 19,63) d. flydrant.Barrel Configuration. 1) Upper barrel 2) Breakableflange and stem a) To be installed above gound at, the coruiection, to the upper barrel 3) Extension barrel (if needed) and lower barrel a) Extension barrel and stem (1) L,engthenffi 6-mdh increirients Drain Valve 1) Non -corrodible inaterial 2) Spring operated drain valves are not allowed. D. Function 1. Drain Valve a. Drain fire hydrant baiTels when main valve is closed,, 1. Furnish materials in accordance with AWWA C502. 2. Dry -Barrel Fire Hydrant Assembly a. Internal parts 1) Threads a) Provide operating thread desig ,ned to avoid metal such as iron orsteel threads against iron or steel partes, 2) Stem a) Stem Nuts (1) Provide brora.e stem nuts. (a) Grades per AWWA C502 b) Where needed, stem shall be grooved and sealed with 0-rings. 3. Provide crushed rock for placement around base conforrning to Section 33 05 10. F. ]Fiii�4isbes CrIFY OF FORT WORTI-I Wan sh Ranch Pump Station Project TECHNICAL SPEOFICA'rTONS 33,1240 Project No, 02294 33 1240-5 ldwbFIRE HYDRANTS Paze 5 of 6 1. Primer Materials a. Furnish primer for Dry -Barrel Fire Hydrants in accordance with A C502. 2. Finish Materials a. Dry -Barrel Fire Hydrant 1) Exterior a) Above grade (1) Furnish exterior coating for above grade Dry -Barrel Fire Hydrant C> assembly components in accordance with A C502. (2) Coating shall be Flynt Aluminum Paint in Silver. b) Below grade (1) Furnish exterior coating for below grade Dry -Barrel Fire Hydrant assembly components in accordance with A C502. 2) Interior a) Interior coating for Dry -Barrel Fire Hydrants assemblies in accordance with A C502 2.2 ACCESSORIES A. Polyethylene Encasement 1. Provide polyethylene encasement in accordance with Section 33 11 10. B. Embedment 1. Provide crushed rock and filter fabric in accordance with Section 33 05 10. 2.3 SOURCE QUALITY CONTROL A. Tests and Inspections 1. Testing and inspection of Dry -Barrel Fire Hydrants in accordance with A C502. B. Markings 1. Provide each Dry -Barrel Fire Hydrant marked in accordance with A C502. 1111,11"i KaTffff mok Emmim" 0FJ0FJaa7_,�_, �$ 1. Install in accordance with A Manual of Water Supply Practice M 17, manufacturer's recommendations and as shown on the Drawings. C, 2. Provide vertical installation with braces, rest and blocking in accordance with City Standard Details. 3. Excavate and backfill trenches in accordance with 33 05 10. 4. Embed Dry -Barrel Fire Hydrant assemblies in accordance with 33 05 10. a. At the location of the weep holes, wrap barrel with polyethylene encasement and crushed rock with filter fabric to prevent dirt and debris from entering the 0 fire hydrant. 5. Polyethylene encasement installation shall be in accordance with the applicable portion of Section 33 11 10. 6. Install concrete blocking, and rest in accordance with Section 03 30 00 as indicated in the Drawings. CITY OF FORT WORTH Walsh Ranch Pump Station Project TECHNICAL SPECIFICATIONS 33-12-40 Project No. 02294 33 1240 - 6 FTRE FNDRANTS Page 6 of 6 7. A mininium 1/3 cubic yard of crushed rock shall be placed W.-ound the base, in accordance with AWWA Manual of Water Supply Practice M17, to allow drain outlets to operate. a. The crushed rock should exiend 6 inches above the dr-ain outlets and a minimum of 1 foot on all sides of the fire hydrant base. 8. Fire hydrant lead line shall be bistalled with a nma ium. cover of 7 feet. a. Cover is measured from the invert at the fire hydrant base, vertical to ground elevation. b. Fittings may be used along fire lead line to ensure rruninium and maxinium C� cover requirements are met.. 3.2 FIELD CONTROL A. Field Inspections I . The Dry -Barrel Fire Hydrant and assernbly shall perfonn as intended with no deformation, leaking or daniage of any kind for the pressure ranges indicated. 2. City inspector will issue final inspection notice to City.staff. 3. City Field Operations Staffand Fire Department Staff shall have the ol.)Portunity. to inspect and operate the hydrant, to ensure that the fire bydrant was installed in accordance with AWWAManual of Water SUPPIY Practice M17. This includes but is not limited to: a. Operation, of Nozzles mid operating nut are not obstructed., b. Drain valve is not obstructed or plugged 4. Keep fire hydrant wrapped or covered to identify that it is out of service until the water line it's coruiected to is put in service. B. Non-Con-foianing Work 1. if access and operation of the Dry - Barrel Fire Hydrant or its appurtenances do not meet the criteria of the AWWA Manual of Water Supply Practice M17, the Contractor will remedy the situation criteria, at the Contractor's expense., END OF SECIIJON CITY OF FORT WORTH Walsh Ranch Pump Swim Project TECHNICAL SPECIFICA MONS 33-12-40 Project No, 02294 33 15 00-1 Pump Station Valves & Appurtenances Page I of 5 SECTION 33 15 00 I�UIVIP STATION VALVES AND APPURTENANCEL"! mmmm���" � Furnish all labor, materials, equipment, and incidentals required to completely install and put into operation, all valves and appurtenances located within the proposed pump station building, as specified herein and as shown on the drawings. 1.02 RELATED SECTIONS A. Section 3' ) 1105 — Bolts, Nuts, and Gaskets B. Section 33 11 10 — Ductile Iron Pipe C. Section 33 11 11 — Ductile Iron Pipe Fittings D. Section 33 12 20 — Resilient Seat (Wedge) Gate Valves A. Gate Valves B. Top Mounted Oil Cushioned Tilting Disc Check Valves C. all Valves — 2" and smaller E. Pressure Gauge F. Corporation Stops G. Mechanical Couplings 1.04 QUALIFICATIONS All of the types of valves and appurtenances shall be products of well -established firms who are fully experienced, reputable, and qualified in the manufacture of the particular equipment to be furnished. The equipment shall be designed, constructed, and installed in accordance with the best practices and methods and shall comply with these specifications as applicable. Fort Worth Water Department Walsh Ranch Pump Station Project Technical Specifications 33-15-00 Project No. 02294 33 1500-2 Pimp Stabon Valves & Apputtenkmces Page 2 of 5 1.05 SUBMITTALS A. The Contractor shall furnish Marrtihcturer's shop drawings clearly showixi,g material sizes, types, styles, parts, catalog nu burs, and complete details, including, but :snot limited to, location, lengths, and connection details. B. The Contractor shall submit the Manufactuxer' s published literature, including technical bulletins, brochures, and operating and maintenance instructions. 1.06 PRODUCTI)ELIVERY AND STORAGE A. Delivery of Materials: Manufactured materials shall be delivered in original, unbroken pallets, packages, contain. ers, or bundles bearing the label of the manufacturer. B. Storage of Materials: All materials shall be carefully band.led to prevent abrasion, cracking, deformations, or other damage. L07 WARRANTY Manufacturer shall guararitee against defects in material or workmanship f6i a period of one (2) years :from the data of substantial completion and accepta -nce testing. PART 2 PRODUCTS 2.0.1 GENERAL A. All wd.ves and appurtenances shall be the size shown on the drawmigs., B. All valves and appurtenances shall have the name of the manufacturer, flow direction arrows, and worlung pressure :fur which they are designed cast in raised letters upon some appropriate part of the body. 2.02 GA TE VALVE'S A. Cute 'Valves, 2 thro-ugh 12 inches: Comply Wit1i, AWWA C-509 1. Valveshall be resilient seated gate valve. 2. Exposed, Valve — Flanged with rncuual band -wheel actuator. Valves actuators shall open by turning in a clockwise direction. B. Gate Valves, .14" diameter and larger, comply with AW WA C-5.15. Fort Worth Water Depallment Walsh Ranch Pump Station Project Tedrnic�d Specifications 33-15-00 Project No. 02294 33 1500-3 Pump Station Valves & Appurtenances Page 3 of 5 I Valve shall be resilient seated gate valve, 250 psi working pressure rating. 2. Exposed Valve — Flanged with manual hand -wheel actuator. ANSI C� Class 125 flanges. Valves actuators shall open by turning in a clockwise direction. A. The Contractor shall furnish and install three (3) 12" diameter oil controlled tilting disk check valves, top mounted dashpot. Acceptable manufacturers shall be Flowserve, Crispin, Val-Matic, Apco or approved equal. B. Valve body shall be tested per AWWA C508. Flanges shall be integral flanges (ANSI Class 125). The disc seating ring shall be centrifugally cast bronze. The valve body shall be ductile iron. A position indicator shall be supplied and shall show position at all times. C. The valve interior shall be coated with an epoxy coating approved (NSF- 61) for potable water. The exterior of the valve shall be shop coated with a universal alkyld primer. E. A top mounted oil dashpot shall be factory installed in the downstream inspection port to provide independent hydraulic control of the valve opening and closing strokes to reduce water hamnier. The dashpot shall consist of a high-pressure hydraulic cylinder with internal cushion adjustment, two external flow control valves, a pressurized oil reservoir, stainless steel non -pressurized oil reservoir, and piping. I F. The oil dashpot shall independently control the opening and closing stroke (time adjustable — 5 to 3 )0 seconds). In addition, the closing stroke shall be C� two -stage with the last 10% of closing travel dampened with the internal cylinder cushion. G. A dashpot spacer which connects the cylinder to the valve shall have an air gap to prevent hydraulic fluid from entering the valve and C� contaminating the water system. The cylinder shall be able to be de - coupled while the check valve is under pressure. AwhH. Valve manufacturer shall furnish the services of a competent technician for the duration of time necessary to assist in the installation, adjustment, and start-up operation, and field acceptance testing. The technician shall Fort Worth Water Department Walsh Ranch Pump Station Project Technical Specifications 33-15-00 Project No. 02294 33 1500 4 Pump Station Valves & Appurtenances Page 4 of 5 instruct the Owner's persormel in the proper care, maintenance, adjustment, and operation of the equipment and shall issue a written certification that the equipment has been properly installed. 2.04 BALI, VALVES — 2" AND SMALLER A. General: all valves shall be two piece, manually actuated, 316 stainless steel ball and stem, branze or cast iron. body, fall port with blowaut proof seams. Ball valves shall have 'lTE seats and seals. Valves shall be full floating ball and be non -lubricated. Valve seats shall be easily adjustable and replaceable. B. Manufacturer: Ball vahres shall be manufactured by Watts, Nibco or ,approved equal. C. Application.- Ball valves shall be placed at following location.9 Within lift station. valve vault: I . At Corabincation Air/Vacuum Valve Assembly for flow isolation. 2. At, pressure gages/pressure transinitters for flow isolation. 1 At all pipe taps in pump station building for flaw isolation., 2.05 CHECK VALVES — 2" AND SNW.LER AGeneral- Check valves shall be stainless steel body, swing or ball type, 150 psi working pressure. B. Maund' cturer: Check valves, 2" and smatler, shall bernarlufactured by 'Watts or approved equal. 2.06 PRESSURE, GAUGES Presstue gauges shall be 4"' diameter, stainless steel, witli. V4" NPT brass bottom connection with snubber, glycerin, filled, 0-30 psi. rating (saction), 0 to 100 psi rating (discharge), mounted as shown on drawings. Pressure gauges shall be Asheroft or approved equal. 2.07 CORPORATION STOPS Corporation sto�ps shall be of brotize or brass and shall be designed and manufactured :in accordance with AWWA Standard C800, except as modified herein. Corporation stops shall have Mueller irdet threads except that corporation stops for use -with service clarrips shall have IPS threads® Fort Worth cuter Deparlinent Walsh Ranch Puinp Station Project TechnicaJ Specifications 33-15-00 ProJect No. 02294 33 1500-5 Pump Station Valves & Appurtenances Page 5 of 5 A. Flanged Coupling Adaptors: Clow, Smith -Blair, JCM, or approved equal. B. Solid Sleeve Couplings: Clow F-2533, Smith Blair 441, JCM 210, or approved equal. B. Transition Sleeve Couplings: JCM 212, Smith Blair 441, Clow, or approved equal. 11 M 10 611 V 1111 XMIX I• A. All valves and appurtenances shall be installed in the locations shown, true to alignment and rigidly supported. Any damage to the above items shall be repaired to the satisfaction of the Engmieer prior to installation. C7 B. After installation, all valves and appurtenances shall be tested at the same duration and pressure as the piping system they are in. If any joint proves to be defective, it shall be repaired to the satisfaction of the Engineer. C CTU Install all brackets, extension rods, . ides, and various types of operatiori and appurtenances as shown on the drawings. Before setting items, Contractor shall check all plans and figures. which have a direct bearing on their location and he shall be responsible for the proper location of these valves and appurtenances during the construction of the structures. D. All materials shall be carefully inspected for defects in workmanship ani materials, all debris and foreign material cleaned out of valve opem*n-s, etc; all operating mechanisms operated to check their proper functioning t:1 Co and all nuts and bolts checked for tightness. Valves and other equipment which do not operate easily, or are otherwise defective, shall be repaired or replaced at no additional cost to the Owner. Ulyl All piping, fittings, bolts and nuts, gaskets, pipe stands, valves, couplings, sleeves, and flanged coupling adaptors within the new pump station shall be paid at the lump sum price for "Pump Station Mechanical" and shall include the labor and materials required to install piping, fittings, pipe stands, resilient seat gate valves, C t:1 tilting disc check valves, ball valves, air/vacuum valves, and the pressure gauges. Corporations and valves installed within the valve vaults shall be subsidiary to the price per gate valve/meter valve installed. Fort Worth Water Department Walsh Ranch Pump Station Project Technical Specifications 33-15-00 Project No. 02294 Minority Business Enterprise Forms ATTACHMEKTIA Page I of 4 FORTWORT it of Fort Worth Minority Business Enterprise MBE at bcontractors/Sunoliers Utilization Form OFFEROR COMPANY NAME' Cheek'appricable Nock to desedbe Felix Construction Cornjmny Offerar PROJECT NAME: MiWIDBE NONINMNIOBE Walsh Ranch Booster Punip Station Project 9124/15 810 EA Clt)(s MBE Project Goah Offeroes MBE Project Commitment- PROJECT NUMBER 18% 2738 % 02294 Identify all subcontractors/suppliers you will use on this project MEEs listed toward meeting the project goal must'bG located in'the six (6) county marketplace at the time of bid or the business has a Significant Business Presence In the Marketplace, Marketplace is the geographic area of Tarrant, Dallas. Denton, Johnson, Parker, and Wise counties. Certification means those firms, located within the Marketplace, that have been dertermhed to be a bondaflde m1norlty business enterprise by the North Central Texas regional CeirtMeat�ion Agency (NCTRCA) or other certifyIng agencles that the City may deem appropriate and accepted by the pity (A Fort Worth, dit as ldn'g',,de , thieVBE-Asted Bn,d , If h6ul1h'g','-s'e"r-v"Jcqs are e given cre `4 Cj�4'��Wri4truck to A#er6tes at l6dstbne, Ll y cense an on',thd d6hira&� Th6 MBE.,may lease iruck� from ari"A fir an8 r6ce"1ve­fiuiA4bE'C I m�� V61udhig', .. :. - o MB credit: 7he- IBE mpy "6610 it for he, s and 1-leats'e, trLic'ks"f'r�o"m'"n"on�-MBEs," indOdft OWner,operatLd, but will 6,H4 -re q ne a -'t .'&e" V , 0 :, Ai66 I i"d b Ifi" d, h iheilea"se bq " ernebt, . ,.c&TifMst ons earne y e r'e Rpv, 2110116 ICS" k& A7TACHMENTIA Page 2 of 4 OiietrBYs are required t1'9 Idanti$y ALL aub6;.P,i➢➢IraC""1➢7tl'PWYppIflen G"c➢U"i$Iea,""a QSff s#aUffR, Le,,, i191PAP',GIy and iItl1n 14ffs.. MBE ffOMU'B'tls are to b63 listed first, use additional sheets if necessary, Please note that only cerkiffiaad MBEs WH be counted to meat an goal. ° SUBCONTRACTOWSUPPLIER NCTRCA 0 Company Name T _. n , Detail Detail Address I Subcontracting Supplies rrt ourlt Tsis'pl one/Fa a' or Purchased Email r 'I B Contact Person I ' Industry Junction gl/A. Pipe, Valves, and 547,901..7C 1010 Kent Brown Appu'rtc,➢w'aAw9::"e➢d Garland, TX 75044 21.4-680 9655 rogelio.c abell'ta@indtagtrryjutwc t ion.conn Rogello CabeUo Garland Heating & A.lr seating, NIA $44,706,00 2115 w, Garland Ave. Ventilation, and Air ' Garland, TX 75041 972-278-5506 —Conditioning p,it@F,arNridheal:itigar.idair.com Patrick Guilber.0 a y G.L. Morris Enterprises N/A 1.Tiautinrg Spoils, Select $41,39:100 2351 W. Northwest 1'Iwy, ste 1303 Fill, Crushed Rock Dallas, "I X 75220 (9'72-247-2940 1, � CSoriario@tryin.ortrucking.coin Johnny Soriano H&H Electrical Electrical/ $ 430,00, ➢0 18475 Country Rd. 271. Instrumentation `I°erreli, T 75160 972-524-0205 1 � keviflfliBH'iGlectric! outIook.coni . ��,...:. Kevin Clement Speed 1aatu-Crete _... _ . ... •.. Precast Build:ar➢S, Roof _ . $144,300,00 PO. Box 15580 Ft' Worth,TX 761,19 51.7.471111'.37 l.' El % kross@a +,laud!'°aka-crete.coarr Knox Ross F3uI.l.dog Steel Products, Inc, Tank ,grad $ 42,95I°Q.R0 1217 S. Access road, PC) box 569 to = sr:5ries Clyde, TX 79510 keith@bulldogsteel.com 1 El X 1325-893-5806 Rev. 2110115 YaYY F0 wr WORT XUACHMENTIA Page 3 of 4 Offerors are required to identiy6-Usubeentract�ors/s�ipp��ers, 0� d nofi-MSEs. reqardWssofsiatus° Le,, * 4@11, 0 ".0 MBE ffm�a are to be ffsted first, use addiflonal sheets if necessary, Please note that only certified MEEs VAII be counted to meet an ME goal, . NCTRCA N SUBCONRA TCTORISUPPLIER .0 Company Name T I Detail Detail Address I M w SubcontracUng Supplies Dollar Amount TelephonelFax a 8 B Work Purchased Email r B Contact Person E I lanson Pipe & Precast -,recast Manholes and $ 12,972,00 �1000 N. MacArthur Blvd Vault Prairie,71 75050 972-260-8175 IGrand marie.baniberg@harison.com Marie Bamberg Greenscaping rydromulch. $1,200.00 �2401 Handley Edervil.le Rd, Ft Worth, TX 76118 817-577-9299 X Cody Jo'hzison ��Segujn Fabricators, Ltd, Hatch and Ladder- for oop* 41,0. Box 1230 Meter Vault �Seguin,TX 78156 t330.3 7941 29 ennifer@sequiiifab.com tenniferWarren Blue Sky Sak%, Inc. Alurninurn Letters for $3,049,00 1806 DalWorth btidding, and Ladder for Mesquite, TX 75149 building �972-288-7766 1. D jason @blueskysalesincxorn Jason Strom "werhead Do or Company of Dallas- . . ....... . . . ... . ....... . . ... . ........ Overhead Door $3,900.00 2617 Andjon Drive DdIa, TX 75220 El '214 350-4621 Dlconcrak(Lt)verlieaddoor(lailAS'Lconi Darren Konczatic Texas Premeir Cciatings. 11C 1456 Ave-. C Canton, TX 75103 214-803-4514 p X joshua Mclanan .. ... .......... . .. .. .... . .... . Rev. 2P1011 5 f ttT C i Tt ATTAU, IMENT IA Page 2 of 4 Offerors are required to idend$�� LL suub c�ntracatcuradsur�yIryPera, ra'�gyaudfess off status, L pp�arlivp, - nn�� Wp iVfE�� fkrrr�� are to b� "9 Br P"tr" w`U a d '"4... . listed first additional sheets if necessary. please note tt�at only, ce�rtiffed MSEs vnii be u�ntea to rneet an MBE goal. ,µ SUBCONT CTORISUPPLlE I FtCTCA aw � F I Company Marne T � Detail Detail Address t Telephone/Fax a Subcontracting SuppliestVl DoiiarArneturit Work Purchased Email r 8 E B E E Contact Person S i ggqA. Serv%t:9 A4 Actuator __.. b455M.M. .. P.O, Box 311 Royce City, TX. 751,89 Gk4^��J.IAY""0932 q^g/ MIke Miller nakc@viiv,asery.com 9 r J�11Vp; "4 I i i .......... ,. El 11 i II ., El 0 Rev, 2JI Oil 5 AOM' FoRTWORTH ATTACHMENT iA Page 4 of Total Dollar Amount of MBE Subcontractors/Suppliers $ 433,949.76 Total Dollar Amount of Non -MBE Subcontractors/Suppliers $ 657,227.00 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 1,091,176.76 The 'Offeror ' will hot ffi;hkeadditions, 'del6ti6 I ns I or s6stifiufiohs tb-this beffifibd -list Without the- pr" approval 6f the ­m- Request I k -6 'b itta. a 'Vv �usines � Enterprise Office Through o'.--su m �,pf. a Reqdes�t for .'A 4n&lt� tih omen. fri ' I , I f pprova. 0, Chaii&Addftion form. Any unjustified change or deletion shall be a material'breach of contract and Suit may re h,-the.pf6c6du s, n ubm i�:I'deb�rm6nt - in accord with re' ouAline'd i6ft otdi'dri6e..-Tfib offeror'�hall �s it ..a 'cletailed niationi of 'how the rieo6dstdi ITIM explanation requested will affect the co' itted',MBE gbal.�'lf the detail explanation is not submitted, itwilt affect the fl'n"al'compliance dete'rmihation:. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit andfor examination of any books, records and files held by their company. The Offeror agrees to. allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBEs) on this contract, by an authorized officer or employee of the City.. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material brethe contract and may result in a determination of an irresponsible Offeror and debarment from p@Afcipatin City worn f or�j eriod of time not less than one (1) year. I I Project Manager Title Felix Construction Company Company Name 3321 Towerwood Dr Address Farmers Branch, TX 75234 City/Stata/zIp Paul M. Hejl Printed Signature Paul Hejl/ Project Manager Contact Name/Title (if different) 469-458-0011 Telephone and/or Fax paulh@felixconstruction.com E-mail Address �� Date Rev. 2/10115 R L PREVAILING2013 (Heavy and Highway Construction Projects) MASSIFICATION DESCRIPTION Ratz Asphalt 1r istdbutcar Operator 1532 Asphalt Paving Machine Operator $ 1 .99 Asphalt (Raker $ 1.2.69 Broom or Sweeper Operator $ 1134 Concrete FWsher, Pav4ig and Structures $ 1.4.1.2 Concrete Pavement Finishing Machine Operator $ 16.0.5 Concrete Saw Operator $ 14.43 Crane Operator, HydraiMuplc 80 toms or less $ 13.12 Crane Operator, Lattice Boom 80 Tons or tress $ 17,27 Crams Operator, Lattice Boom Over 80 Tons $ 20.52 rawW Tractor Operator $ '1.4.07 EGectdclarr $ 19.30 Excavator, Operator, 50,000 pounds or Gass $ 1.7.:1..9 ExcavatorOperator, Over 50,000 pounds $ 16..99 Fla er $ 10.06 Rua Tn BiAlder'/Se't'ter, Structures $ 13.84 Form Setter, Paving & Curb $ 13.16 Foundation IDrc11 Operator, Crawer Mounted $ 17.99 Foundation MAI Operator, Truck Mounted $ 21.07 Front End (Loader Operator, 3 E'X or Less 1.3.69 Front End Loader Operator, Over 3 CY $ 14,32 Laborer, t:aarrromon'a $ 1032 Laborer, UtU ty $ 1232 Loaader/Back!°uce Operator $ 1.5.18 Mechanic $ 17.6 Kfflng Machine Operator $ 14.32 Motor Grader Operator, hie Grade $ 17.19 Motor Grader Operator, Rough $ 16.02 Off Road HauuW $ 12.25 pavement Mai-W)g Machine Operator $ 13.63 lslpelayer $ 1.3.24 Reclaadrner/PuuNedzer Operator $ 1.1-01 Reinforcing S'tee= porker $ 16.15 (Roller Operator, Asphalt $ 13.0 o ler Operator, Either $ 11.51. Scraper Operator $ 1196 Servr cer $ 14.53 Small Sllp'l'rnrm MacHne Operator $ :1.5.96 Spreader Box Operator $ 1.433 Truck Driver Lowboy-Noat $ 1.6..24 Truck Drs"verT'rara.slt-Mix $ 14.1.4 Truck Driver, Single Axle $ 1.2.31 Truck Driver, Sin& or Tanderan Azle Durnp T°rn.uck $ 12.62 Truck Driver, Tandem Axle Tractor, witl'n Serna T"raaller $ 1186 WOder $ 1.4. 4 Work Zone 6ardcade Servicer $ 11a63 The Davis --Bacon Act preval@iro6 wage rates sl'ncvaun for & lead and & llpghway cuarnstruuc°tlon projects were deterrr kmd by the tllrnited .States Department of Il..abor and current as of Septernnber 201.3. The tides and descriptions for the classlllcations Glsted are detailed hi the AGC ofT"exas" St'arndar'd Job Classifications and Descriptions for Highway, Heavy, Utifitles, and lundunstdal Construction in Texas. CLASSIFICATION DESCRIPTION Wage Rate AC Mechanic $ 25.24 ACK8echanicHelper $ 13.67 Acoustical Ceiling Installer $ 16.83 Acoustical Ceiling Installer Helper $ 12.70 BhcNayer/StoneK8ason $ 19/5 Bricklayer/Stone Mason Trainee $ 1331 Bricklayer/Stone Mason Helper $ 10.91 Carpenter $ 17.75 Carpenter Helper $ 14.32 CnncreteCutter/5awer $ 17.00 Concrete Cutter/SawerHelper $ 11.00 Concrete Finisher $ 15.77 Concrete Finisher Helper $ 1I.00 Concrete Form Builder $ 15.27 Concrete Form Builder Helper $ 1I.00 Drywall Mechanic $ 15.36 Drywall Helper $ 12.54 Drywall Taper $ 15.00 Drywall Taper Helper $ 11.50 Electrician (Journeyman) $ 19.63 Electrician Apprentice (*e|per) $ 15.64 Electronic Technician $ 20.00 Floor Layer $ 18.00 Floor Layer Helper $ 10.00 Glazier $ 21.03 Glazier Helper $ 12,81 Insulator $ 16.59 Insulator Helper $ 11.21 Laborer Common $ I0.89 Laborer Skilled $ 14.15 Lather $ 12.99 Metal Building Assembler $ 16.00 Metal Building Assembler Helper $ I2.00 Metal Installer (Miscellaneous) $ I3.00 Metal Installer Helper (K8isceUaneous) $ 11.00 Metal Stud Framer $ 16.12 Metal Stud Framer Helper $ I2.54 Painter $ I6.44 Painter Helper $ 9.98 Pipefitter $ 21.22 PipefitterHe|per $ 15.39 Plasterer $ I6.I7 Plasterer Helper $ I2.85 Plumber $ 2I.98 Plumber Helper $ 15.85 Reinforcing Steel Setter $ I2.87 Rein ftrrchig Steel Satter Hey per $ 11.08 Roofer $ 1630 Roofer I -taper $ 11.15 Sheet Metal Worker $ 16.3.5 Sheet Metah Worker, Helper $ 1..11 SprpN°°Wer System Msta9Rer $ 19.17 Sprinkler System finstailer fielp r $ 1415 Steel Worker Structural $ 17.00 Steel Worker Structural Helper $ 13.74 waterproofer $ 15.00 Equipment Operators Concrete Purnp $ 18.50 Crane, Oarrisheel, Oacicl' oea Derrick, DI lne Shovel $ 1931 ForkHft $ 16.45 Foundation DrHi Operator $ 22.50 Front End Loader $ 16.97 "'Truck Driver $ 16.77 Wender $ 19.96 Weider B lelper $ 13.00 "rlw prevafflng wage rates Owwn for ComrneircW construction projects were Chased on a salary survey conducted and published by the North Texas Construction on Mduusrry (FaH 2012) pindependently co nipped Illy the Lane Gorman Tirr.ul:rutt„ pN..rC Coe ist,raction iro upa. The descdpt ons for the r°Pasarpfucatpons listed are provided on the T 0's (The Cons'tructrporn Assoc6aturwrn) welbspt�.,o Nww,,texoassociatkon.org/r.liapteu/,waf;.P-ratesasp APPENDIX "A" GEOTECHNICAL INVESTIGATION GLOBE Engineers, Inc. Geotechnical, Environmental, MaterWs Testing Ud WALSH RANCH TANK SITE ALEDO, PARKER COUNTY, TEXAS REPORTED TO: Chris Harder, PE Fort Worth Water Department 1511 11thAvenue Fort Worth, Texas '76102 MM ITAWM PREPARED BY, GLOBE ENGINEERS, INC. 17819 Dawnport Rd, Suite 240, Daflas, 7exas'75252 + Office.- 912.-713-3030 * Fax 972-713-3029 '7524 and Street, Fort%N(Mh, TX 75118 * Office: 817-284-5151+ 1ax 817-2a4-5154 13�� GLOBE Engineers, Inc. 23023CM14 Mr. Chris Harder, PE 1511 1 I'h Avenue Fort Worth,'Texas 76102 lull Proposed '14,estside T Pump btat!077 Walsh Ranch Tank Site 8000 E. 120 Aledo, Parker County, Texas Thlsreport presents the results of the Geotechnica� Investigation performed at the site of the above referenced project located in A�edo, Parker COUnty,'Texas. Our engineering analyses as. well as the results of our field and laboratory investigations are included in this study, We appreciate the opportunity to be of assistance on this project, Please feel free to contact us if you have any questions'or if we can be of further service, EM= Mr FAY SAREMI .. .......... ... Fay Saremi, PE, PMP Principal/Senior otechnical Englneer, Flrqect No. 14272 — Flage 2 — GLOBEEngineers, 1.0 EXECUTIVE ...... W......... ................. ....w................ ,..... ..................... ..6 2.0 AUTHORIZATION.......... ....... ................................m, w,,,....w.,,.........,...,.....,................. ......... ........... . 3.0 INTRODUCTION ..... .................................... ....... .................. ........ .....,...w..,....., .............. 3.1 PROJECT DESCRIPTION ..... ,..mmm...,m,,m..w.,m.Ww,....... ..m..,am,,.m..m................... w............ ...m.,w..,W..,,.7 3.2 SITE DESCRIPTION w,m,.mW..w .m .............. — .......... ,m,.mm,...............m,.....m..m.....mwwW...........--.,.............7 3.3 SCOPE OFWORkC.. — .....mvwm,.w..m.wemmu......—...... mmw..w..,.m,,.wW.......ws,.......... —.--....Ww,v......,w.w... 7 3.4 REPORT FORMAT ............ ....... .,m.m...WWmm'............... .......... ..,mmm,w.m„,...........................mw,.....mm.... 7 3.5 SUBSURFACE EXPLORATION.... m.w.....m,w,W.......m. .............,........,...am,wm....... ,..,........ww,, ........3 4.0 SUBSURFACE INVESTIGATION ......w......... ............ ..............,......................................................... 6.0 LABORATORY INVESTIGATIONS.,.,. ................. ......... ........ .....a®............- ............. .. 6.0 SUBSURFACE CON DITIr' NS....,...-........ .am.w..,......... .............................................................. 10 6.1 ST T'IC PHY.............d,. m.mm ..,,m..W.m...... .................. w...........w,........................ ............... ..wm.-.10 6.2 SUBSURFACE WATER CONDITIONS......,...,,.,, .... . .... ........... ....,................. ... 10 6.3 CONSTRUCTION V ,IAA-noVqS...m, ............................ .........,,.,.m.mmm,n ...........a.... 10 7.0 ANALYSIS RECOMMENDATIONS ........ .... ...ffiN............... ................... ............... 11.......... 1 7.1 POTEN-nAL VERTICAL MOVEMENTS ....m.,..... m,..mm....................................,,.............,m...mw 11 7.2 FOUNDATION RECCSIt MENDATIONs FOR COMPRESSOR / DEHYDRATION UNITS .... -- ....... ...m..m 11 8.0 GROUNDWATER CONTROL L.......... ............... ....... ................ —.... ..r...., .................... 12 9.0 SITE DRAINAGE ...................®..,............... .,........,...... .................................. ........,.,.................. 12 10.0 FOUNDATION SETTLEMENT....., .... .................... 1 11.0 CONTROLLED EARTHWORK PLACEMENT RECOMMENDATION.... ....... .......... 13 12.0 I i TIONS......... -....... ... �......................... ... .,.............. ...,....... ...1 GLOBE Engineers, Inc. 11 •F:i4V-2Tk1-wY21 2-11 0 W� Figure 1 Site Location Map Figure 2 Boring Location Map APPENDIX A Boring Logs Key to Soil Classifications and Symb6s �—roj;ct No, 14272 Page 4 GLOBE Engineers, Inc. 1.0 EXECUTIVE SUMMARY Globe Engineers, Inc. has completed a Geotechnical Exploration on proposed Westside V Pump Station project at City of Fort Worth Walsh Ranch Tank Siteat Aledo, Parker County, Texas,, The resufts from this Exploration are briefly summarized below, The text of the report should be O'to 2" Rock Groundwater GENERAL SUBSURFACE CONDITIONS ENCOUNTERED Clay with high expansdon potential. Partially Weathered Rock (PWR) or Limestone was observed during drilling at boring locations below 2 feet from existing grade. Groundwater seepage was not encountered at boring location at the time of drilling,, ANTICIPATED FUTURE CUT AND/OR FILL Per Site Observations At the time of our exploration the Project Site was sloped to the east® some cut or fill is anticipated to bring the site to final grade, GEOTECHNICAL CONCERNS Existing Fill li Existing fill was not observed during drilling at boring locations. Potential Vertical The Potential Vertical Movements (PVM) and associated effective Plasticity Index Movements is on the order of 1.5 inches., This value is highly dependent on the moisture conditions of the soil and time of the year that the test is taken.. Expansive Soils Soils below 2 feet from existing grade are expected to be highly expansive. Foundation design should support this type of soil., Groundwater Groundwater should not be encountered in the excavation required for underground construction. RECOMMENDATIONS MaUBIock Foundatioru The foundation consisting of shallow footings or a matIblock set may be used at System the site if the footings extend to a depth of approximately 2 feet below existing ground SUrface. The foundation system inclu6ng their steel reinforcement should be designed by a structural engineer to withstand the estimated vertical soil movement that could be expected at ttfls project. Foundations Supported in brown clay and tan Miestone designed on a net, maximum allowable bearing capacity of 1,800 PSF. Engineered Fill The material used as select fiffl, if needed, should consist of a non -active sandy clay or clayey sand type substance, having a Plasticity Index (P.I.) varying from 8 to 1& Projert INo. '14272 Page 5 - GLOBE Engin&ers, Inc. The purpose of this geotechnical exploration is to evaluate some of the physical and engineering properties of subsurface materials at the subject site with respect. to formulation of appropriate geotechnical design parameters. Recommendations provided in this report have been developed from information obtained in test borings representing subsurface conditions only at the specific boring locations and at the particular time designated on the logs. Subsurface conditions at other locations may differ from those observed at the boring locations. The scope of work is riot intended to fully define the variability of subsurface materia�s that may be present on the site. The nature and extent of variations between borings may not become evident until construction, If significant variations then appear evident, our office should be contacted to re-evaluate our recommendations after performing on -site observations and tests. GLOBE Engineers, Inc. This investigation has been authori ed by lira Chris Harder, PE with City of Fort Worth Water Department on May 16, 2014 and performed according to Globe Engineers proposal number 14272P dated May 15, 2014. hereinThe study reported is an investigation of subsurface conditions for the proposed Westside V Pump Station at City of Fort Worth Walsh Ranch Tank Site in Aledo, Parker The site is located south frontage road of IH20p rear Hwy 1137 intersection. project site is within City of Fort Worth Water Department Dated Facility at 8000 E IH20 in Aledo, Parker County, Texas, There is an existing Ground Storage Tank on site. The proposed Pump Station will be constructed south of existing ground storage tank. At the time of this investigation, site is covered with vegetation and slopes to the east. 3.3 Sc oe of Work The pur ose °of this study was to evaluate the subsurface conditions at the proposed site by means of subsurface exploration, laboratory testing, and engineering analyses of the resultant data at one Vocation selected by the client; and to develop recommendations to guide design and construction of foundations and infrastructure for the proposed structure, More specifically, the principal purposes of this investigation were to: 1) Develop subsurface soil and rock sratigraphy at the boring locations; 2) Provide recommendations for foundation design pararneters; 3) Provide site preparation recommendation. The first section of this report will describe the field and laboratory phases of the study. The remaining sections present our recommendations to guide design and preparation of plans and specifications. Boring logs and laboratory test results are presented in the Appendix A section of this report. Project No. 1427 — Page 7 — M GLOBE Engineers, Inc. 3.6 Subsurface Exoloration The subsurface exploration at 'the site was accomplished by means of one (1) undisturbed sample core boring drilled to a depth of 'twenty (20) feet below existing ground surface on Thursday, May 29, 2014, Approximate location of test boring is shown on the attached Boring Location Plan in Figure 2, The subsurface investigation consisted of drilling three-inch nominal diameter, core borings, seamless steel SheIby tube samplers, in accordaince with the ASTM D-1 587 method. The shear strength of the cohesive soil samples was estimated by hand penetrometer in the field. To evaluate the relative density and consistency of harder -formation, Texas Department of Transportation Cone Penetrometer tests were performed at selected locations, The actual test consists of driving a three-inch diameter cone with a 170-pound hammer freely falling 24 inches, In hard materials, the penetrometer cone is driven with the resulting penetration:, in inches, accurately recorded the first and second 50 blows for a total of 100 blows. The penetration for the total 100 blows is recorded at the respective testing depths on the boring logs. In relatively so# materials, the penetrometer cone is driven one foot and the number of blows required for each six. -inch penetration is tabulated at respective test depths, as blows per six inches on the log, The results of these tests are shown on the attached boring logs in Appendix A. All undisturbed samples were extracted mechanically frornthe core barrels in the field, classified, wrapped In aluminurn foil, and sealed in airtight plastic bags to prevent moisture loss and disturbance, The samples were transported -to our laboratory for testing and further study. .............. . . . . ........ - F'qect No. 14272 Page 8 GLOBE Engillneers, Inc., 5.0 LABORATORY INVESTIGATIONS All samples from borings were examined and classified in the laboratory by a soil engineer, according to procedures outlined in ASTM D-2488, Laboratory tests were performed on selected soil samples in order to evaluate the engineering properties of the soil in accordance with the indicated standard procedures: LABORATORY TESTS Afterberg Limits (L.L., P. P.I.) Soil Moisture Content Unconfined Compressive Strength Soils Classification Percent Passing #200 Sieve Free Swell Test Potential Vertical Rise (PV'R) STANDARD TESTS ASTM D-4318 ASTM D-2216 ASTM D-2166 ASTM D-2487 ASTM D-1 140 ASTM-4546 Tex-124E Classification Tests: Classification of soils was verified by natural moisture content, afterberg limits and #200 Sieve tests were performed on appropriate cohesive and non -cohesive samples. These tests were performed in accordance with Arriedcan Society for Testing and Materials (ASTM) procedures. The results of these tests are presented at the respective sample depths on the boring logs. Strenath Tests, Unconfined compression tests were performed on selected samples of cohesive soils. Water content and dry unit weight of the foundation soils were determined as routine parts of the unconfined compression -tests., Project No, 14272 Page-i-l"', Specific types and depths of subsurface strata encountered on the site are shown on the attached boring logs in Appendix A. Review of the boring logs indicates that generalized stratography is approximately as follows, Sorinq B-1 Stratum No.. Ava., Deoth (Feet) 0.0-2.0 11 2.0-20.0 Descrir)tion of Strata, Brown CLAY with Broken Limestone (CH) 1 an LIMESTONE with Weathered Clay and CUay Seams Gray LIMESTONE with Shaley Limestone and Shale Seams at 13'. The near surface soils are mostly "CIS"" 'hype soils when ciassffied by the unified soils classification system, "'I'Hs tylpe soil norrnafly exhibits high swell potential during seasonal moisture variations, ESEM Boring was advanced using dry auger drilling methods in order to observe groundwater seepage levels. At the time of this investigation, water seepage was not encountered during. Borehole was dry at completion and end of day. 6 3 construction variations The information contained in this report surnrharizes conditions found on the date that the bearings were drilled. The depth to the static water table may be expected to vary with the environmentai variations, such as frequency and magrJtude of precipitation and the time of year that construction begins. . . .. .......... . . ......... Troject N'o. 12 Page 10 - LOBE Engineers, 7.1 Potential Vertical Movemients Potential "vertical Rise (P P) calculations were performed using the Texas Department of Transportation (TxDOT) Method 124-E in conjunction with engineering judgment and experience, The Potential Vertical Movernents and associated effective Plasticity Index is on the order of 1. inches. Considerably more movement will occur in areas where positive drainage of surface water is not maintained or if soils are subject to an outside water source, such as. leak -age from a utility line or subsurface migration from off -site at i The fdllowing foundation systems will be suitable for proposed Westside V Pump Station„ Dine to rock layer near the surface, the structural loads may be supported on mat/block type foundation as explained below.: 7.2.1 klatlSlock Flooilnq Systeu mat/block reinforced concrete slab can be used for equipment pads. The foundation block must be monolithic, properly reinforced and sized to provide the necessary mass in order to function properly by absorbing and transmitting the operating loads into the mat and subsoil below. The foundation consisting of shallow footings or a mat set may be used at the site if the footings extend to a depth of approximately 2 feet below existing ground surface. A net allowable soil Dearing capacity of 1,800 pounds per square foot (P P) may be used for design of mat foundation system using a safety factor of two (2). The clay material that was discovered in the boring location during drilling at the project site is highly, expansive; the exterior portions of mat/block foundation allong the perimeter of the new additions and about five feet away from th6 mat/Nock foundation should be bacfKlled with sandy clay or clayey sand soils. The backfill soil should be placed according to section 11 of this report" If it is needed to bring the structure up, we recorrin""end removing the existing clay material and replacing it with select fill material. Prior to placement of any select full, strip site SUfficiently to remove all existing vegetation and roots larger than Y2„ in diameter to a depth of six () inches. Then scarify the suubgrade, add moisture if necessary and re- „'#0"Jt / PrqNo 1427 -111 compact to 95% of the maximum dry density as determined by ASTM D-698. (Standard Proctor). The moisture content at the time of compaction of subgrade soils should be within -3 to +3% of the proctor optimum value. When removing mature trees with roots, if any, extreme care should be taken upon removal and disposal of these trees. Upon removal of tree roots, the soil needs to be re -compacted to avoid any soft spots and void spaces. Select fill should then be placed, under laboratory control, in no greater than eight -inch loose layers, and compacted to a minimum of 95% of the maximum dry unit weight, as obtained in the laboratory by means of ASTM D-698 procedure. A moisture content of ±2% optimum should be maintained during placement of the select fill material. A vapor barrier consisting of ten- (10) mil Polyethylene shall be placed between the select fill and the concrete slab. A detail recommendation for placing of controlled earth fill is discussed in section 11 of this report. The material used as select fill should consist of a non -active sandy clay or clayey sand type substance, having a Plasticity Index (P.I.) varying from 8 to 15. During drilling activities, ground water was not encountered. Therefore, water seepage may not be anticipated during foundation excavations. However, if any water seepage is encountered during construction, pumping from foundation excavations with pumps or other conventional de - watering equipment should be sufficient. 9WOMERMEM In order to remedy construction problems, which may develop if attempts are made to work the_ surface materials following prolonged periods of rainfall which are common to this area, it is recommended that prior to starting any work at the site that proper construction drainage is to be provided to maintain a relatively dry construction site. Positive drainage should be maintained at all times to prevent saturation of exposed soils in case of sudden rains. Rolling the surface of disturbed soils will also improve runoff and reduce the fill soil moisture and construction delays. Site grading operations, where required, should be performed in accordance with the section 11 of this report. Project No. 14272 Page 12 - 10.0 FoUNDATION SETTLEMENT detailed settlement analysis was not within the scope of this study. It Is anticipated that the footings designed, using the recommended allowable bearing pressures, will experience small settlements that will be well within the tolerable limit for the proposed structure. 11.1 ,Site Pre gMdon: Preparation of the site for construction should include the removal and disposal of all surface vegetation and foreign materials such as timber, logs, trees, grass„ roots, etc„ 11.2 Cleafil7q.,jrea to �p Filled,- In areas where fills are desired, the stripped surface shall be scarified to a depth obrush, of. The scarified surface shall be free from large lurnps and uneven surfaces. 11.3 ComnactinqArea to be Filled: After clearing and scarifying the area to be filled, the subgrade soils shall be compacted mechanically to at least 95 percent of standard Proctor maximum dry density (ASTM D-696) and at a moisture content within optimum and five (5) percent above the optimum moisture for clayey soils or within ­3 to +3 percentage points of the material's optimum moisture for sands and clayey sand. 11.4 Fill Material: Materials to be used for fill should be approved by the geotechnical engineer„ On -site soil and/or rock can be used as random fill, provided that such material is free from vegetation and other deleterious substances. No fill material shall contain rocks or lumps having a diameter, larger than 6 inches. ,r 11.5 Denth and Mixing of Fill Lavers: 'The fill materials shall It)e placed in level, uniform layers, Each layer shall Ibe thoroughly blade mixed during spreading to Insure uniform cornpacbon, These• Y materials shall be placed in eight (6) Inch loose lifts with compacted thickness not to exceed inches per lift. The compacted field density, and in -situ moisture content shall conform to that specified for random fill, 11.6 Rock There shall be no rock incorporated within the fill that exceed six (6) inches in Its greatest dimension, and no large rods will be permitted within twelve (1) inches of the finished ProjectNo....i� �, . �....... Page�� . ..._ .� �..,...1_.......1.............._..... , mm...........�......... GLOBE Engineers, Inc. 11.7 Comoaction of Fill Laver Compaction equipment shall be capable of compacting all fill soils to the specified density. Compaction of all fill shall be accomplished with the material at the specified moisture content. Each fill layer shall be compacted uniformly with sufficient effort to achieve the specified minimum degree of compaction. YiB Amount of After each fill layer has been placed, mixed, and spread evenly, d shall he thoroughly compacted to the specified density. All slight -to -moderately expansive materials (soils with a plasticity index, P|, below 25 and limestone) shall be compacted toatleast 95 percent ofstandard Proctor maximum dry density (/\STKA [}-698). Expansive soils (soils with plasticity index equal to or greater than 25) gh@|| be compacted to at least 95. but not exceeding 1OOpercent ofStandard Proctor. 11.9 Moisture Content:. All fill material shall be compacted at the appropriate moisture content as defined for the particular soil or rock type. The compacted moisture content of all soils shall be within the range of optimum to five (5) percentage points above the clayey material's and within plus or minus three (3) percent of optimum far sands and clayey sands materials as defined by ASTIVI D-698. The compacted moisture content of limestone or other rock -like materials is not considered crucial, provided that the proper degree of compaction is attained. �0141! MINOR IFINIIIIINE WIN required demsity, the particular soil or rock layer shall be reworked until the proper density and/or moisture content is achieved. Field density tests shall be performed at @ rate of at least 1 teed per lift per each 5OOcubic yards ofmaterial placed. 11.11 Embankment slopes should not exceed @ ration ofthree (3)horizontal to one (1) vertical for either fill or cut slopes. In areas where out or fill slopes exceed 3 feed in depth/height, a detailed slope stability analysis is recommended. For slopes less than orequal to 3 ft in height, a slope ratio of three (horizontal) to one (vertical) shall not be exceeded. Any s|ope, existing or proposed, exceeding three (3) feet in height should incorporate stabilization nnedhOde to include erosion control, embankment stabilization and other slope control measures GLOBE Engineers, Inc. 11.12 SuDervsionSupervision by the Geotechnicai Engineer shall be of such continuity during the grading operations that he/she can adequately describe the work done and evaluate that work in comparison with the specificadons. Actual supervision shall be by the Contractor's Supervisor, collected for this project. Additive conclusions or recommendations made from this data by others are their responsibility. Our sturdy is based on the data obtained from soil bodrigs made at the locations shown on boring plan. The nature and extent of variations between borings may become evident dur'ing construction. We should be requested to observe exposed conditiCons. After making these observations, and noting the engineering significance of variations, we will advise you of any changes in recommendations believed appropriate. To the fullest extent permitted by law, acid not withstarnding any other provision of this Agreement, the total liability, in the aggregate, of the Consultant and the Consultant's officers, directors„ partners„ employees and sub consultants, and any of thernnn to the Client and anyone claiming by or through the Client, for any and all claims, losses, costs or damages, including attorneys" fees and costs and expert -witness fees and costs of any nature whatsoever or claims expenses resulting from or in any way related to the Project or the Agreement from any cause or causes shall not exceed the total compensation received by the Consultant under this Agreement. It is intended that this Hrnnitation apply to any and all liability or cause of action however alleged or arising, unless otherWse prohibited by law. This investigation was conducted in accordance with generally accepted engineering practice. No warranty, expressed or implied, is intended. Boring and laboratory` data presented were developed solely for the preparatiorf of this report We are not responsible for interpretation or use of this data for purposes beyond the stated scope of � _ mm, ... __.mm....,.. ......,....�......... ......mm. _ �. ..,... GLOBE Engineers, Inc. . ........ .. ..... TITLE: BORING LOCATIONS PREPARED BY: FS REVSIONS', CLIENT- FORT WORTH WATER DEPARTMENT . . . . ...... GLOBE Engineers, Inc., LOCATION: Valsh...Ranch lank Ske, Aled.9 EL��a s SCALE: ITS DATE: 5/29/14 ---------- Prcqert No. 14272 Flage 17 — IT' BORING LOGS GLOBE Engineers, Inc. KEYS TO SOIL CLASSIFICATIONS Project No. �T�T[2 �::�ag"e­'1'8 — ------ Globe Engineers, Inc. 10� Geotechnical, Environmental, Materials Testing LOG OF BORING Project: Proposed Westside V Pump Station Walsh Ranch Tank Site Aledo, Texas Project. No: 14272 Boring Ntamber B-1 Date of Boring: 512912,014 Location: See Boring Plan Authorization. 14272P Dry Auger: 0 to 20 Feet SHEAR STRENGTH 0 0 z CL X LPJ W co W LL X. STRATUM DESCRF'1710N z 0 <0 L>U Di W :2 W t W -J a W LLJ a. J 0 ir z LIJ zi z LU -05 , 0 W W Z u- W 0 z a: M a. 0 UJ < 0 < 0 C� f-- z 0 Q� z M 0 2 L't LLJ a en < -J 0 En -J CL Z a. CL - W CL z 0 W CL a- z 0 U) CLAY, Brown, with Broken Limestone CH 25 59 22 37 79 2.3 LIMESTONE, Tan, with Weathered Clay and Clay Seams 5 J— 100/ 0.25' / 1,0111 100 LIMESTONE, Gray, with Sha'Gey Uniestorie 15 10010,717 and Shale Searns 20 Q '51' . . . . . . . . . . . . . . . . . . . . . . . . . . . Bottom at 20 feet 1) Water seepage was not encountered dudrig drflfing. 2) Borehole was dry at conipietion and End of Day, 17819 Davenport f1d,., Sufte 240, Daflas, TX 75252 / Phone: (IF72) 713..30301 Fax (972.) 713 3029 7 524 Sand StrefA, Fort WoM% TX 76118 / Office. 817-2,84-.5151 / Fwc 817 284-5154 GLOBE Engineers, Inc. KEY TO SOIL SYMBOLS AND CLASSIFICATION SUL & ROCK SYURCoLS RELA71VE UEN,07� OF COHES0M—ESS SOR—S Nows-ft) [C-;HL 5-4gft Fa--t3,y Q-461? vw-ayl 0032 m TO LOOS'-= 5 TO I A3 f0 L LvwPl&.=tj CLAN NgEllfuhl 11:1 T'D 30 CLAYMY'2ANE' VERRYCENSS 3:1 TO -53 MMR -=J' ElPIP � xcc#Ar Srx!o—� 3NNO jah1q, lwe Grmtmd MAC SHEAR33-TREN GTH OF CADHESVE SIG_: LS JM-7i T "SW 1% Zrl�" �W' 40 VETY LE-ZaTHAP0 C-25 30FT M� 1`0 TO I Mi OWL& OU CT*7- tta 'I'D 2M: jlAj-wl.' Smm VILT 'Z-Lua -21%) A. WX y ZAR'113 --r-NEf- 'A.30 MKIkLS,; UAF- RELATIVE DEGREE OF FLAST ICTTY iFf LCYN, 44 70� I S El MEEMLIM TV .2-= KBAWL Fc=-,p Grzatt SRkJ=—' VERY ZVERI. 35 lGArl".4cf) clmded RELA"'.77VE FROPORT10flV721 fl%'l I rr-71M= V11 V`3 asl 21 70 3S 40.14% ORSANIC CLIV#' AME, 3e 1`711 Ea FFLL SAMPLINS SYVEOU PAR7CLE S:'ZE J0E?47RCA710,'l4 u1,DlAME,77=-,lR! Dr- 714 ESE (31 ClUl 'M-w ."'O770OS TE,T. 1.0 DS SmonTO 2,01, I A-1=01 aV-lr-L-- G, 0 U R,'r- a A U Z U. rn m M, SA m -m Clat mr 'TCr SA ffm Tmv�z Cam PSN =m "k-rr:�'kj ArD rX.2 m rn, T%a C 1. 0 Nnrm -gym LE22 71--%V4 g.'ll T.�= M rn as its°' APPENDIX "B" EXECUTED ELECTRICAL SERVICE AGREEMENT 6.3 Agreements and Forrns CITY SEcRETAW I Applfcabie.: Entire Certified Service Area Page I of 2 Effective Date, September 21, 2609 CWRACT Mo. 6.3.1 Facilities Extension Agreement WR Nurnber: 3279536 Transaction 0 Agreement is rnade between _., City of Fort woritt , herWnefter called `Custornei' and Oncor Electric Delivery Company LLC, a Delaware HrIgted liability company, hereinafter called "Companyl for the exlermion of Compary Delivery System facififies, as hereinafter descylbed, to the, following locallan at 8000, East IH 20 In Fort Worth, 'I exas The Company has received a request for the extension ot: (check ail that apply) STANDARD DELIVERY SYSTEM FACILITIES TO NoN-RESIDEmnAL DEVELOPMEWI Company shall extvriJ standard Defivesy System fadlifies necessary' to serve Custorner*s estimated rnaximum demand requirement of 450 kW CContract kW), The Derlyp .r.yr System facilities Installed hereunder will be of the character commonly described as . 4,80YI277 volt& at 60 her1z, wfth reasonable variation to be allowed. ElSTANDARD DEUVERY SYSTEM FACILtrIES TO RE SIDENTiAL 1315-VMAPMENT Company shall extend standard Dellvery System facilities necessary to serve: All -electric resldenlW lot(syapartment urqls, or Electric and gas residential iot(s)/apartmenl units; The DrOvery System facilities installed hereunder will be of the chwacter commonly described as volt, ,, phase, at 60 hertz, weigh r,easonable, vwWllon to be allowed. NON-STANitARD DELIVERY SYsnm FACWIES Company shall extendfinstMi the following "o"-Wandard faCillf3es: ARTICLE I •- PAYMENT BY CUSTOMER At the time of acceptance of this Agreement by Customer, Cuslorner will pay to Cornpany S0,00 _aspaymil"nifor the Customer's por0on of the cost of the extermlon of Company fadlides, 41 accordance with Comparry's Facoilties ai enslorl PORCY, such payment to be acid r e. ma"n the property of the Cornpanyw Subs cl lo pimvisWns In Article V. ARTICLE 11 - NOWUTILMA10N CLAUSE FOR STANDARD DELIVERY SYSTEM FACIILITIES This arlde, Adide H, applies only to the installation of standard Delivery Systern racifities, a,'Tbe amount of Contribution in Aid of Comb uction (" CIA CI to be paki by Customer under Articie I above Is calculated based on the estiffmted data (ha,, Contract kW or number and type of iolslunits) suppRed by Customer and sperffied above.' Compa�ny wlll conduct a re%riew of the actual load or number and iype of loWunits at the designated location to determine the a=uracy of ow estimated data supp9ed by Customer, If, wlffitn four (4) years of Company completes the extension of Deilvery System fadTfies, the estimated load as measured by actual maArrium kW billing demand at said location has not nraterialized or the estimated number and type of dwelling unilsliols, at said location have not been substantially completed, Company will re- calculate the CLAC based on actual maximum kW Nillng dernand realized or the number and type of substantwity completed dwelling unitallots. I or purposes of this Agreement, a dwelling urgtAot shall be deemed substantially completed upon the rn lnstaitation of Company's meter. The Inslailaflon ofa Company rneterin connedlon with Temporary Delivery Service does not C-1, constitube substantial cornpWIon. r7i b,Custorner will pay to Cmnparry a "'nion utilizallon charge" In an smount equat to the diff0jence between the re -calculated CIAO amount and the arnoura paid by Gusitomer under Arfwle 1, above. Company's invoice to Customer for, such "noni[difilaflon ctwirge' is due and payable wiHn ffteen (15) days after the date of the tnvOce. Z%D r-j- Tariff for Retail Delivery Service Oncor Electric Delivery Company LLC, a Delaware limited liability company 6.3 Agreements and Forms itire iertified Service Area Company at all times shall have title to and complete ownership and control over the Delivery System facilities extended under this Agreement. Delivery service is not provided under this Agreement. However, Customer understands that, as a result of the installation provided for in this Agreement, the Delivery of Electric Power and Energy by Company to the specified location will be provided in accordance with Rate Schedule 6.1.1.1.3 Secondary Service Greater Than 10 kW which may from time to time be amended or succeeded. This Agreement supersedes all previous agreements or representations, either written or oral, between Company and Customer made with respect to the matters herein contained, and when duly executed constitutes the agreement between the parties hereto and is not binding upon Company unless and until signed by one of its duly authorized representatives. (i) Customer has disclosed to Company all underground facilities owned by Customer or any other party that is not a public utility or governmental entity, that are located within real property owned by Customer. In the event that Customer has tailed to do so, or in the event of the existence of such facilities of which Customer has no knowledge, Company, its agents and contractors, shall have no liability, of any nature whatsoever, to Customer, or Customer's agents or assignees, for any actual or consequential damages resulting from damage to such undisclosed or unknown facilities. (ii) For any motor operated under this Agreement, Customer agrees to limit the starling capacity to no more than 2900 kVA with no more than 2 starts within a one hour period. Customer agrees to start only one motor at a time. Should Company determine that Customer s motors are being started in a manner other than that permitted herein, Customer agrees to discontinue the starting of such motors and install any required corrective equipment necessary to meet aforesaid conditions of service. (iii) Customer will provide and install the required conduits and transformer pad associated with the extension of Company facilities on Customers property in accordance with Company's construction design standards and specifications. U NO M&C RE AMR` W s Fj r� //�_�~ACCEPTED BY COMPANY: ACCEPTED BY CUSTOMER: Oncor Electric Delivery Company LLC ncor �Represenlali Ralph Schroeder Oncor Representative — Printed Name Sr. Engineer Oncor Representative - Title Date ONCQR City of Fort Worth Customer i Company Name Customer Representative Signature —Femay2d0 S 2 Customer Representative — Printed Name A;:5t(®t, Mena er- Custo mer Representative - Title r,A 9/15 Date' APPENDIX "C" ELECTRICAL EASEMENT City of Fort Worth,, Texas Mayor and Council Communication DATE: Tuesday, September 15, 2015 REFERENCE ®s LOG NAMIE: 21PME) WALSH RANCH PUMP STA'TION ONCOR EASEMENT S-13-1E.C.'D Authorize Easement to Oncor Electric Delivery ComparlY, LLC, for Electrical Equipment and Appurtenances for a Total of 0.065 Acres of Land to Serve the Walsh Ranch Pump Station (COUNCIL DISTRICT 3) RECOMMENDATION: It is recorm-nerided that the City Coiancil: L Authorize Easement to Oncor Electric Delivery C ornpany, ITC;, for electrical equipment and appurtemuices for a total of 0.065 Acres of land to serve the Walsh Ranch Purnp Station; and 2. Autlion.ze the execution, and �r,ecording (.-Yf all necessary documents to complete �the conveyanca, 1#11*10-MINimul The City of Fort Worth is working on a new pump station pr(,Iject at the existing Walsh Ranch Tank site. As pa ! of mane or for the pump station, Oncor will need an easement from the City for electric equipment and appurtenances, which will provide electrical, services to the pump station, r N T' 'R 4QDR.ESS11,EGAL DELCRLULON EARCE IJA C RF-AEF City f Fort & BCo mpany oAb mpany Survey No. stract 0,065 Acres H.T.�'o. 647, Parker County, Texas This property is located hi COUNCIL DISTRUCT 3, Mapsco 358 E5. .... . ..... 11KAJ, TNFORM-AIMN: TbeFinancial Management Services Director certifies that this action has no material effect on City funds., CENjjj,&: IQ Epnd/A.ccount/Qe_rter int/C ERQW-EL dALw—u enter,j f-ERTIFTCATUM. 5ubmitted fQr-Cit M ana ger's Of. flice 12Y Jay Chapa (5804) Qriginatj Dc artm.entileatL Wayne Corum (5118) AlLditional I.-nfoURjfiqn C nta&t: Leo M. Surmier (6349) ATTAC11W., 'j— All that certain lot, tract or parcel of land lying and situated in the H.T. & B.R.R. Company Survey No. 5, Abstract No. 647, Parker County, Texas, being a portion of that certain tract of zn land described as 3.985 acres in the Donation Deed from Walsh Ranches Limited Partnership to The Ci4g of Fort Wolill executed Julp 2005. recordedimalm", -w1TTr9T&fj�,-:*2*i12#6l0a% the Official Public Records of Parker County, Texas, and being more paiticulayly described as follbws: THENCE North. 88 degrees 26 minutes 31 seconds East along the northerly line of said 3.985 acre tract, 10.00 feet to a point, said point bears South 88 degrees 26 minutes 31 seconds West 300.11 feet from a 5/8" iron rod found capped "Gorrondona" for the northeast comer of said 3.985 acre tract; THENCE So-Lith 0 1 degrees 33 minutes 20 seconds East parallel to and 10easterly of the westerly line of said 31.985 acre tract, 262.00 feet to a point; THENCE South 01 degrees 331 m-inutes 20 seconds East parallel to and 15' easterly of the westerly line of said 3.985 acre tract, 15.00 feet to a point; THENCE South 88 degrees 26 minutes 40 seconds West 15.00 feet to a point lying in the westerly line of said 222.4 acre tract and said 3.985 acre tract, said point bears North 01 degree� 33 minutes 20 seconds West 283.16 feet ftom a 5/8" iron rod found capped "Gorrondona" [control monument), being the southwest comer of said 3.985 acre tract; THENCE North 01 degrees 33 minutes 20 seconds West (directional control line) along the common line between said 222.4 acre tract, said 3.985 acre tract and said 148.300 acre tract, 277.00 feet to the point of beginning and containing 2845.0 square feet of land, as surveyed on the ground May 21, 2014 by the City of Fort Worth. See survey map attached hereto and made a part hereof 7 a�stal' S, RPLS No. 6157 TRANSPORTATION AND PUBLIC WORKS DEPARTMENT,,".,, SURVEY-ING SERVICES TRc1CiT-yor,.-1"oRTWoKrR * 8851 'Ca-mr, "'ovile Blvd West * FoRTWoR7,HTrxAs76116 817 392-7925 * FAx 817-392-7895 EXISTING 10'ELECTRIC DELIVERY EASEMENT TO TXU ELECTRIC DELIVERY. COMPANY BOOK 2408, PAGE IM-9 )FFICIAL PUBLIC RECORDS PARKER COUNTY. TEXAS 5/r IRON ROD FOUND CAPPED *GORRONDONA' (C'm.) 4 F lANF qTWATE LINE &CCC CASEMENT CJUED VORES 02=0193 N TRtI6;Nn. , WALSH RANCHES Lba0PARTNERP OFFICIAL PUBLIC RECORDS VOLUME 1224, PW92 TARRANT COUNTY, TEXAS oma& PUBLIC RECORDS N 88*26'3 . 7E 7ARRAIqTCOUWN7SXAS (JEED) N 88'26 9 31 jo X rn y pp FD Z 0 z> EST M 00 0— Z z (Z) r7l 0 0 L4 z mlurti :J 0 C) - CALLED 3.98SACREr OTYOF FORT WDR7R TEXAS WSTRUMENT No, D205MIN OFFICIAL PUBLIC RECORDS rARRAN rCOUNTY,'rEXAG 0 88-26'40" E Z. '0 5.00' U) b 6i c� rn 15.00' S 88'26'40" W TE: � LEGAL DESCRIPTION ATTACHED VARIABLE VVIDTH ONCOR ELECTRIC DELIVERYCOMPANY EASEMENT LYING IN THE VWwftl*W&&o, AQV-.QVE)imN-a-5,AB STWCT�,4. PARKER COUNTY, TEXAS. cr;YSTAii, D, HARR„tea "n 41- SURVEY CERTIFICATE: THIS MAP IS BASED UPON AN ON THE GROUND SURVEY PERFORMED UNDER MY DIRECT SUPERVISION. ON MAY 21, 2.014 AND IS TRUE AND CORRECTTO THE BEST OF MY KNOWLEDGE. 6RYLSTt �DHZIS&,RPLS No, 6167 FORT W. ORTH Trangportalion & PubHe Works Survey Division DATE 6/9/14 SCALE 1. DRAWN BY —2—DHFILE NO. 727214AO1 'Ity of Fort Worth. TX 1GOO 7hrockmarton SL 76102 Pl% 817-392-7925 w 40111*11 MAYOR AND COUNCIL COMMUNICATION MAP -­-­ ­­­­ -­--­,-­,---,-"-------- - violation oiapplicable Iaws. This product is for ifarm atic cal' purposes and may not have been prepared -for or be suitable for legal, engineering, Project # 02294 or surveymg purposes, It does not i epresent an on -the -ground survey Oncor Easement and represents only the approximate reidtive location of property boundaries. The City of Fort Worth assumes no responsibility for, the accuracy, of said data, APPENDIX "D" ONCOR STANDARD CONSTRUCTION DETAILS .'„'NOTE 2 02 12" CENTERS (SEE DETAIL A) 01 51 MAX. NOTE 1 A A A • 3" 6" X. 12" DETAIL A SECTION "A A . ........... NOTE 3 .. V2 c TMNSFORMER PAD V2 REINFORCING SCHEDULE INUMBER I SIZE I LENGTH I SHAPE 0.145 CU YARDS CONCRETE/PIER TOTAL WEIGHT OF (1) PIER: 565 LBS. varEs: 1. PIER DEPTH SHALL BE 5 FEET BELOW BOTTOM OF PAD UNLESS ROCK OR OTHER HARD SURFACES ARE ENCOUNTERED, IF ROCK OR OTHER HARD SURFACES ARE ENCOUNTERED PRIOR TO A 5 FOOT DEPTH.PIER DEPTH SHALL ECTEND 6 INCHES INTO THE HARD SURFACE. 2. PIER REINFORCING TO E)(TEND 3 INCHES INTO PAD. 3. FOUR PIERS POSITIONED AS SHOWN ARE RECOMMENDED FOR ALL. PAD SIZES EXCEPPAD. SIX PIERS POSITIONED AS SHOWN ARE RECOMMENDED FOR THIS PAD SIZE, 4SEE DETAIL SHEET 21 FOR ADDITIONAL NOTES. ONCR PIER DETAILS TRANSFORMER PADS DDS-4 UG DETAIL SHEET 22 OF 57 03 -10 - NOTE 2 q-� A A PRIMARY ��28' 24" SECONDARY - COMPARTMENT COMPARTMENT PLAN NOTE 4 wI 27- 52' 17' 6. 15" LL4- A'- 3' 12 SECTION "A —Ass A REINFORCING SCHEDULE PAD WITH BEAMS (NOTES 2 & 3) NUMBER LENGTH WEIGHT (LES) OF #3 BARS 12 gr 34.6 7 lir 24.1 6 7r %7 3 2r 2.2 3 13" 1.2 6 r 1.5 Ll CU YARDS CONCRETE TOTAL WEIGHT OF PAD 8,645 LBS REINFORCING SCHEDULE PAD WHOUT BEAMS NUMBER OF #3 BARS LENGTH WEIGHT (LBS) 10 92- 28.8 5 llr 17.2 6 7r 143 3 23w 2-2 3 Irl 1.2 6 r 1.5 114' 20' 3" 12' SE ON B B N_olii- t SEE DETAIL SHEET 21 FOR GENERAL NOTES. 2., CONTRACTOR TO OBTAIN AND INSTALL (2) ST X R'GROUND RODS AS SHOWN. INSTALLATION DEPTH SHALL BE 7- 6. 3. PIERS ARE REQUIRED ON ALL THREE PHASE TRANSFORMER PADS UNLESS WAIVED BY THE COMPANY INSPECTOR. REFERENCE DETAIL SHEET 22 FOR PIER DETAILS. 4, BEGIN SECONDARY CONDUITS AT RIGHT EDGE OF PAD WINDOW, ADD CONDUITS AS REQUIRED RIGHT TO LEFT. DO NOT CROSS DIVIDING LINE BETWEEN PRIMARY AND SECONDARY COMPARTMENTS. 5. GROUT WINDOW AS PER DETAIL SHEET 15. TRANSFORMER PAD Nc R THREE PHASE 750 - 1000 KVA RADIAL DDS-4 UG DETAIL SHEET 26 OF 57 .. . ........... 03 ® 10 ®NC® R ELECTRIC DELIVERY City of FW Eastside Pump Station Project 24" 12.5 kV Conduit Detail from Riser Pole to Transformer Pad myrnemmrm mzmnt-, T7 nrn,-7myffM"n=,9 c ric 'ff . A ,T(Tff7Zb-f:FS —aneast one working day in advance for inspection. 12" Min Final Grade AOW -1 Tamped Backfill 3" min Spare Condui/ 2 - 4" SC H 40 PVC Electrical Conduits > Electrical conduits are to have a minimum separation of 12" from any crossing wet utilities > Electrical conduits are to have a minimum separation'of 5' from any parallel wet utilities > Contractor is to pull mandrel through each conduit to check and clear blockage ➢ One of the following types of approved pull tape must be installed in the conduit system Arneo 131, WP25 Neptco WP2500P All 90' elbows to be 36" minimum radius long sweep elbows > Electrical conduits are to be plugged at both ends APPENDIX "E" HSQ SCOPE OF SERVICES (to be issued by Addendum) APPENDIX "F" CITY SUPPLIED JOCKEY PUMP INFORMATION October 24, 2006 Px0ject: City of or Worth Sendera Ranch Pump Station Representative: CP Engineered Systems Submittal No. C060272 Skid -mounted pre -packaged municipal booster pumping station, factory assembled and tested. Major mechanical components include: Pumps: • Pumps - Patterson Pump Company model 4x3 VIP - 400GPM@260TDH . Pumps performance tested per TR- 1749-0 Pumps hydo-statically tested per TR-797-0 to 185PSI Pumps painted per PI-889-0 motras: • Emerson Motors - 50IqP - 360ORPM . 460/3/60 - 1. IS Service Factor - Inverter Duty - 324JP frame RIRLanz, Valves and Accessories: • 8" grooved steel fusion bond epoxy lined header(s) - 12 54/ 150 9 flange adapters - Gruvlok Couplings - Gruvlok grooved fittings • Pressure Gauges (PSI) Wika 213.53 series 4" Liquid filled Suction 0-60 Discharge 0-300 • Hilti HVA Capsule Adhesive Anchor system raint and Coatinga. a H.B. Fuller Company fusion bond IF5817P 0 System Paint per Paint Instruction-887-0 - Tneme-Zinc #90-97 Testing: • System Hydrostatic Test per TR 1447-1 175PSI for 30 minutes Flo -Pak A business unit of Patterson Pump Company . .. ........ 4 x 3 VIP ME I Tgcvc% VERTICAL IN -LINE CLOSE COUPLED 2"r4a DAM JM2,zm of ENGINEERING DATA: CASING CASING MATEW CAST 7AC#1 STANDARD DISCHARGE FLAME UTU40 mu -IFF STAMARDSUCTION FLANGE RA TWO W -FF QASM WALL TXIG—.4ESS ar PPJMINO NPT Ire GAUGENPT fly®_ IN NPT Tel IMPELLER D-068 mum b Irr IMNIMU61U1AIJET atfr Immum SHPERE Vid' NWMEROFVANES a VEAREASQ IN, vmrplff VM'2tr LWWUMMW=R(LW-FT-2) 060 NOMINAL DIAMeMICALWEAR RING CLEARANC GENERAL MAXIMUM OPERATING TEMPERATURE - F 2CO MAXNLqW WORICKG PRESSURE . ....... . . .... 225 .. .. ...... .. ....... HYDROSTATIC Tm PRESSURE NOMA FRAMES 2wp 2mp 2WP ;WP smp PUMP UNITWEGHT 3m 37= 3w 430 5w am SHAFTAND BEARING ME' 2SUP 2wP 2SSJP 324JP mp AT IMPEUER SHAPT DIAMETER UNDZR SmApr SLEEW lir SEFORESHAFI"SLEEVE 13W CENTMTOCaNTEROFW .ARINGS is.a 16.2 1&2 END OF SHAFT TO INEGARD BEARING la tw 12 aff ENE) QFSHAFTTO WROLLER CM70UNE KEYWAYATOCUPLING ...... ..... W X US . &W R WD7 6211 OMWEDREARING 012 PACIONG BOX 2wp 2SUP 2UJP nWP =4.P BLEVVE Oil 17fir PACNNGAQXBORE 2&W PACKNO BOX DEPTH 211JIS' WE aw PACIGNO NUMM OF RINGS 5 J LAWERN FJNG MDTH wir AO F VT CE"FED BY. IDATE _ NOTE AIL DWEi t4FS a:! �P 3� m� 4-314HOLFAEQJWACED 9-3_14 SE€ SPAO ] SRO T amm ROTATION S4St� 41{4 ` g WffAWW - - xFT au Fa- isms ® U2 N sa 9RGFurff FORCLEMIXIT i la FKAME i -FOR Da M ]DAME IR SMI dF Tip - tQ "D A. 'D• @ - PRUW Patterson Pump Company i selection list -- Search Criteria: Flow. 400 US gpm Head: 260 R Tolerance: — %of head e Fluid: Water Temperature' 60 'F SG: I visccsfv� 1.106cp Vapor pressure, 0.2563psI a Atm pressure: 14.7 psi a NPSHa: i Advanced Criteria: Preferred Operaft Area: — Secondwy Operating Point — Max temperaturw -- *F Max suction pressure. —psi g Max sphem size: —® In Max power — bhp Max suction spadfic speed: — (Nas) Min trim: — % of max diameter Win head dsw — % to shutoff Curve Corrections: none Data Pdnt-- 400 Fkw,- 400 US gpm HOGG. 202 11 320 125- Eff. K 9% Power., 32.6 blip NPSHr 12.1 ft 240 Design Curve — Shutoff Head: 298ft Shutoff dP: 129 psi 80 - flan ow viv— BER 83.1% off PUMP DATA SHEET Palterson 60 11--iz Pumps Catalog,, PATTERSON PUMPS 60HZ VERS I Pump: 43 fie. InUnePumps Synch speed: 3600 rprn Speed: 3620 rpm Dia: 8.125 in Curve no.., 431P-A Spic Speeds Nw 1285 Nsw. — Dlmenslons: Sucti= 4 In Discharge: 3 In Pump Urnits: Terriperaftre: 200 'F Pr sure: 225 psi g Sphere sl7w 0.4375 In Powsc —blip Motor — hp Speed. — Frarne. — Standard: NEMA Fndosure: TEFC Slzhg criteria: none specitled @ 506 US 9prn 0 N, Ott - MOIL Pwr-, 39.7 bhp P 665 US gpin H; 20 Max Curve — r Max Pwr 46 bhp 4o-b @ 700 US gpm h 20 US gpm 80 160 24D 320 400 480 No 720 Pump note: lmpeller D-5656 Patterson Data Interface vers 7.1 PUMP MODEL: 4X3 VIP RATING: 400 GPM at 260 TDH CASING DRAWING: D02-74900 IMPELLER PATTERN: D-5656 SHAFT DIAMETER AT IMPELLER DC:= 1.25 IMPELLER EYE DIAMETER(AT RING) Dl:=4.361 IMPELLER MAXIMUM DIAMETER DO:= 8125 IMPELLER WIDTH INCLUDING SHROUDS SHAFT SPAN BETWEEN BEARINGS SHAFT DIAMETER 13ETWEEN BEARINGS DA:=2.6 SHAFT WEIGHT WS �= 130 IMPELLER WEIGHT Wl:= 15 DISTANCE FROM END OF SHAFT TO IMP CL ICL:=O.o END OF SHAFT TO CENTER OF RADIAL BRG. Z:= 10.425 SPECIFIC GRAVITY HEAD ATSHUTOFF 14SO:=298 DIAMETER OF WEAR RING DWR:= 4,361 RATED SPEED R.PM:=3525 SHAFT DIAMETER 13EFORE SLEEVE DAli. := 1.75 SHAFT LENGHT TO SLEEVE BL:= 3.42 SHAFT DIAMETER UNDER SLEEVE DC:= 1.375 SHAFT LENGHT SLEEVE TO LENGHT FROM RING TO CL IMP, X:=.834 TEST REQUIREMENTS RdOER FIRST USED Olt SMUN-CO60272 Olk.mm- - iRD PA'rrE,RSON PUMP COMPANY i ISSUED BY.— TJ DATE.� loilwos PAGE: I of 1 P05OX790 9201AYERSVILLEROAD of TOCCOA, GEORGIA 30577 JOB: CITY OF H FORT WORTH CUSTOMER ORDER NUMBER: SENDERA RANC SIN: SMUN-0060272 PUMP MODEL: 4X3V]P SUCTION DIAMETER: 4 DISCHARGE DIAMETER., 3 WPELLER P, TR-1 749 .'RM GPM: 400 HEAD: 220 RPM., 3565 EFFICIENCY REQUIRED: 81% MAXIMUMHP PERMISSIBLE: 50 ROTATION: CW SUBMITTAL REQUMED: Yes TEST ARRANGEMENT: ASSEMBLY SECTION: C05-68238-2 NUMBER OF IPUMPS TO BE TESTED: 2 GENERAL ARRANGEMENT. - WITNESS TEST. X CERTWIEDTEST: X SHOP TEST: x FIELD TEST: RE, STAMP FU-,'-,-.,QUlRED (give reqLdrements to witness P.E.) CAPACITY- 0 GPM 1--IEAD,, 298 FT SPEED: RPM POSITIVE SUC-110N HEAD: NUMBER OF TEST POINTS REQUIRED: mmpm. to 500 to 236 to 3565 x M.)CTIC N LIFT": 6 TEST POINTSPA CING� I CURVE DATA REQUIRED HIQ.- x SHUTOFF, X e-ipxm x NPSH: x PUMP EFFICIENCY: OVERALL EFFICBENCY` H° DROS7ATJG PRESSURE: las PSI TfllVE: 5 Kinutes MOTOR(s) TO BE USED, U. S, Electilc VOLTAGE: 460 ' HP: INDUCTIOM V(NGHRONOUS: MOTOR EFFIGFNCY: MOTOR COUPLING - SPECIAL REQUIREMENTS Fomn-AO—Z0 To 912—BJ95 Emerson Motor Company QUOTATZON EM��'RSO Division Of rhdrson* St. Louis, MO 63136 Page;g. Page I of 2 Quotation 450641 SQ Customer: Patterson Pump Co Quotation Date 10/19/2006 Customer Acct. 133663 Attn: Customer Ref # SENDERA RANCH Issued B Jeff F. Kostenko Project #: Phone- (678) 947-8718 Fax.- (678)452-5214 Special Attn: Craiq Dickinson Instruction Sales Rep Jeff Kostenko Line IteiuNumberf Fit. W1. Discount Extended 2L1LqL_.L9 WJ0 g NU M be escrintion Obs U3) Svm Net Ra Ch Net 0.000 QUOTE COMMENTS Comments & Clarificatloris 0 1 1. Quotation based upon description only. No motor spec was provided. It one does become available, forward for review and possible re -quote. 2. Assume not for Fire Pump service, 100.(M DIRI DJ50VI CU-P-ODP-VFD-MOD AC- 385 OS-VFM I COKNOTOR,HORIZ. ODPVFD DUTY Horsepower .............. 00050.00 KW: 37.a Enclosure ............... CDP Poles .... .............. 02 - RPM: 3600 Frame Size .... ......... 324-7P Phase/Frequency/Voltage.. 3-060-460 - Random Wound Service Factor .......... 1.15 Insulation Class ...... Class 'IF" - Insulife 2000 Altitude In Feet (Max) 3300 Ft.(1000 M) Ambient In Degree C (Max) +40 C Assembly Position ....... Footless, Shaft Down Efficiency -Class ........ Premium Efficiency Application . . . .. .. .. .. . . Close Coupled Pump Inverter Duty Rating: Load Type (Base Hz & Below) Variable Torque Speed Range (Base Hz & Below) 10:1 IIAKII Dimension (Inches) 12.500 Temperature Rise (Sine Wave) : 'IF" Rise 0 SF (Resist) starting Method .......... Direct -On -Line Start Motor Type Code .... DFI1 Drip Cover (Canopy Cap) Footless (Round Frame) Vertical Lifting Lugs Special Balance Thermostats - Normally Closed VFD Duty Tarok And Conditions OfTlusQuotadom All Quoy2fions arc subjectio USEMs Standard Terms and Conditions and acceptance al our main office. St. Loins. Wissouri. A copy of the Standard Terms i2nd Coridifiomwill be ftraished upon rcquesL This Qiotatim expires in 30 Days. Time may be e.vmcled with ITSEW's written appsowd. r Page I of 2 �Typfcal Data Only It �. Model Number: 1Jfx9754 1: DI-9754 ° Status: , PUB PUB MotorType' IDH DII Frame: I138 72 t18873 w50 50 00 00 POLES:::: 460 230 NZ. 60 60 11.15 SERVICE.FACTOR. .. 1.15 EFFICIENCY a S.F. 92.8 9"8 FULL 93.0 3 p /4:..,:.. 9.6' 93,6 1/2 929 2.9 189.0 POWER FACTOR m 85,7 �S.F. FULL 85.8 85.8 184.2 3/4 84.2 1 /2 78.6 H 78.6 1/4 60.4 60.4 NO LOADLL 7.4 17.4 LOCKED ROTOR3019 30.9 AMPS......, FULL 59.0 117.0 7°t1 3/4 45.0 89,0 1 „ 1 /2 32.0 64.0 " 1/4 21.8 44.0 1 NO LOAD 16,93.8 LOCKED RUFOR 346.0 693.0 .,, NEMA CODE L � F E1++IA DESIGN LETTER 8 _ � RPM 3565 ., 3565 NEMA NOMINAL EFFICIENCY °93.0 93.0 GUARANTEED EFFICIENCY 91 °7 91.7 MAX KVAR 11.4 _ 111,4 1 q ttp�a// tluc-ac t)Q 'P motc) . onilCIM " !ewcr)(,' b)�ie r .: a:.apa al"-m,w 10/19/2006 l--A-0­RJZ'0N'TA'L MOTORS 07/21!94 CLOSE-CCLPLE10 FtW MOTOR-VERTIOAL KUW&M PR I NT # ; FRAME t .320JPV,, E FFF-C.T I VE't 10 - MAR . 00 SUPERSEDE B NEW TYPC. Dr,-1,FDF-I AB - '-AC a 1 56 .031 R OR 1 UNDEERCUT W I T-H . 0 31 M I IY 02 m go SIZES 2" - IZ' SIZES 14" - 24" Figure 7012 GruiWok Flang ga ne GruvlW rig. 70,12 Flange Wfows direct connection of Class 125 or CIass 150 flanged components to a grooved piping system.The two intedooking halves of the 2' thru 12' sizes at the Gruvlok FIenge are hinged for ease of handilng, and are drawn together by a latch bolt which eases assembly on the pipe, Precision machined bolt holes, key and mating surfaces assure concentriefty and Iciness to provide exact At4ip with flanged, lug, and vafersrt� les of pipe siotem equipment. A speclaHy designedgasket provides a lealc4ght seai on both the ppe and the mahng flange tee. The 14" thru 24' sizes of the Gruvfok Fig. 7012 Flange are cost in 'four segments. A sleek prolle gasket design allows quick and easy assembly of the Gruviok Fftge onto the pipe. All Gruvick Fig. 7012 FWnges have designed -in anti -rotation tangs which We hrito and ,grip the sides of the Pipe grooves to provide a secure, dgld connection. The Gruvlalc Fig® 7012 Flange requires the use of a steel adapter Insert Men used against rubber faced ,nurffeces® waferfiug design valves and serrated or lrregWar seating surfaces, In copper.systems a phenolic adapter Insert Is reqWred, In piece aF the steel adapter Insert. (See InstaWon and Assembly hstructions Section or contact your Anvil Rep. for details.) Housing: Ductffe kon confornilng In ASTNAS36, Grade 6545-12 Coatings. Rust InhiNlIng load -tee pairt War. Orange, (standaW), Red (opHond) Hot Dolped Zinc Golventod (epticnd) For other coaft mq&&n9Pfs corAad your atMck, l9spresenlaft, Latch Solt/Nut V.12"): Segment BoltlNut (14"-24").- Heat trpaIed, zbnc electroplated, carbon steel ov*neck tirade bots confdrWng to ASTM A-1 Q3 and zinc electroplated carbon steel heavy hex ruts corlarralng lc ASTMA-563. Gaskets: (�oecffywhen crdeift) Properties as daignsfed byASTM D-2000. Grade E EPDM (Preen cobr code) NSF 61 Certified Sarvlco Tempardurt Range: -4D-F 10 +230-F Peccrnfnarxled forwater smice, dkAe adds, Weir* 3oldbre, ml free Wr and many chernieWservicas. 11'0T FOR USE VY PETROLEUM APPUCATUNS. Grade T NItr1I e (Orange color co*,) Ser0cie Temperature Range., -201F to +1 80'F Rmmonrnended rar poftbami eWiaarum Nr vdth di vTag, vegetaWe, and Mineral d1s, NOT F0 R US EWTH HOT WATER. sirn manvillintLeorn, MES 3"- 12' SIZES W- 24, WNIqm"no &= GWW Ay fi Gr"6kfhn�Adlmlw, Ulm NOTEA NOTES I arw 2 NOTES - 8 and4 I Latch Ban p Moiling P] Inge WIS 1110mloal Plan MAK� Max. Ronan seallng Appmx� size H workJol End Lalth- Speolfigif Wmenshom Suflaca Who b6fla W). PsookwisT Laodlr Pena& Saint or I So. It Y i z A Max.' a MID. QIV. AUSI Ile (ANSQ 6TIn. ox. SN Eli, R ar eA;Irz= gu 2 37$ 30D IL32D 1/9 x 2% 30 415 "A elf 31AI .4 1A X �?A 110 140 42 �'Z M 6 X'm 149 611 611.2 a? 41107. TO 0 -5 1 j 69 I.K2 Ion 19 N Z875 300 ,;48 W, 12% 30 45 7 91A U 21A 4 4 Uk 2% 110 140 406 0.6'. 1100% 7-1 X ca 170 -41 A r 1 s a.7 19 73 1 tf, Sx 7T 141 100 3 05 z9gG 300 2,115 30 45 7111 V14 U 3 41A - 110 140 1 41 .6.1 21.7 V. 1 w, 0 r - D A'o 61 194 24a 1 74 101 4 W6.06 I 149 196 3 Inau mo 2,386 U x 2% 30 45 7% 1 WA '14 31A Aft 4 % x 2% '110 1,40 6.0 Ki TSA 12 N U107H, /0 i4l 2j o Z' I go I I G .5 W15% ya Ma Ni 4 4M0 300 4,771 14 x 2% 30 45 9 111i U 414. 5,4o B '/x X 2% I 110 140 5.3 0..... 1 j°.3 .7 ...2!'2z t i 'C "hi4 ?is ;.512 iD 111 141 10 1 e, 2 W 2. q, 3 63 300 UK 3 "` 30 45 10 12!/: 15114 F?A a 114 x 2% 220 250 0.5 - - 7jT 21"Ll 71, 4.0 511 QD 5oti 3DU 7,127 30 45 91/0 12"1 u 5"(, V/, - M 1 R50 a 12g In -11 - I is fr°S 4ill 22 i TAP W 9 x -is OL n Us 7,1 6 15-626 .FAO75, 3 —41 % x 2'5 30 45 IT 14 U SU 7 -4- 0 ......'lax 5t5 220 250 9.6 ,4 -M k-1 46 °1�) 4 L1 'f 7 s 6s 561 til -156 149 M 'rAN NO 79re M� a 77 —55 6.500 3)0, 9,9W - 30 4 -4i 'If. 14 U - EU 1% 220 250 93 IM ZS 4 L�2.3 'S 1, 8 8.625 17,525 1/5 X Z'/4 30 45 1311 16A 1 B"i 10 3 x 3% 220 250 15,6 pj A -11*V N", x 7-) pp van 1119 25 10 10.76D 200 2 7,229 3/4 X N4 30 41 11 19 1 1 01A 121% 12 1/# x SIA 320 460 181 M.7 -04 2150 1, A 121 12 400xM 4-1 64 x 9 12.756 Wo 3V 303 114 x 2% 30 45 12 19 21% VA I P214 145 12 x 31/4 320 400 Z91 9 12 17.6 17 12 fPN) 12,750 3W 30,303 - 30 45 1 ON 2.1'A 1 1 VA 141 12 320 400 20.9 DUfti 1a.7 V11CUii ftl 0:; 7,; c. e.5 4r� �W -N �2 25 124 Tvc� 2 f-`0 --V C� 14 1000 300 'A X 4 Y, I W 130 71 24 11/6 14 '16 12. 1 X'�/4 3W 51za DEB Al", I MAI '1' i IF, M2 ?il 2� !M01 406 489 706 21. R 16 16,13vi 300 60,319 %x4X 100 1:31) 2 -3"! 261A 114 '16 19 15 1 x 41K 360 520 67,0 4 CwJ CIS. W 741� 18 16.000 zw 75,341 5 130 IM .25 29 1 rX Is 20 IF IU X IFA 450 T25 82.5 4-*3 176 '444 SS -" —M , . I —1 0 - 45i wj - 20 20,000 200 94,240 %X5 130 1 PID 27,11 20 22 FO I U x 4114 4z6 Z23 1065 -1V wt. 0 Z' i. U027 i-S ;,;4 foo SOP. t= N1 4,1 24 74.000 25 1 113lEQ7 'Ax b1i 1W 220 32 74 76 20 1 �4 x 49A 620 1,003 +3:71U,2, 1 1....,it..6121ril` + FN 16 uses M24 A 90 (PN drnensiorm for 10' wid IT su2 eg 'nm sped We coaling flange Wit 1w-qu a far M24 bolls l., 4 34 - %2 14-K AvdlaWe In ANS I or M at64; bolt SiZes ogy as lrdonted. !'Menge carrml. be assarnbled dka0y to So des 7700 but(anlyvetve FWpge cw be assernitAscj is cre shle of series 7500 arri 7600 Yahoo IF Based u6 use wITI standard wall iplpa. For oddtW nal Spo cilled Bet t Tap4us Informe0on re for to U is Sp m-1 fie id Balt Tiorque 'Sact'Jom For Date Ch art NoW re ter to the C-4-ttelok CatelOg A. The sealing sLirfacas A Max. to B Mn. of the mating Range must E Fig. 7012 GnMok Flange seaffrig gaskets require a hard flat be free from gouges, undulatlons and do rm3fles or arty type surface for adequate seeding, The use of a Gruvlak Flange to ensure proper seeing of gasket. Adaptor Insert N raqLdred for applIczAlona agalral rubber Faced 8- Gnjvlok Flanges are to be assembled an hula erKy valves so as vaWs or Dftr aqulpmeril. Tt7a OrLAck Hen geAdapter Insert is Installed betvmen Me Gruvlok Flange sealing gasket and the not to Interfere with actuator or handle operallon, maling flange or sulfa ce to plow1de a good saallnQ surface area. C. Do not use Gruvlok Flanges within 90 do roes of ono another F. OwWok Flanges are not tee ornmerided for use agatnsl formed 0% on standard 11trings because the outside dimensions may cause Frubber fl�anges. Interlarence, D. GrWok Flanges should not be used as anchor points for Its- 0. Contact AnAl for 01-Electric Flange connections, rods across non-reslralned Joints. FIC1, 7063' FIG. 7061 Redudn9Te1P51zndW'd Tee w/ Threaded Brandi Naming War I Aprox. Kwu ai conter sual to End Size ',a Sin to Eno 71�aplpl- 1. "... - ' ! wly, W Ea. Nominal O.D.CID a OfTE YMMOB MAO,, W, 9"r- ROMM Y5,7 x SO, y 200 V-9 4e7 X8 F sue 14 x 14 1'5 3�1 x 1 A x t?' 15OX 150 r 95 y6s Ag jlxjp.yp-; M 140WO 11 104 i IM5 2/4 i: 2/4 X X3 L'gxyr-O�rara AV W7,0 94 $7 j7 g4 'iox-qvx�w Aj r mj.y 9# 14 x 14 x '12 11 105 1% x Ilh x VA 2'/4 6x6x4 6% C 1 go 21/. 126 ji/ .4 Al 16 x 16 x 4 12 6 C 28,0 3V4 C 6XIx" Ir", 4wx qr?l 4- 10 "AW Z7 p Jr jv 0.0 2x2xl W.rfWx ;"f rt5ax A-1? IJI 8-,T,-ITh-- 33,0 16XI6X0 12 1% 1.900 2% 22/4 17 1 2 x 2 x IX V4 1-7 '11"jq Y':1110' 4 i 15J ,twx,�.vw e iv sz fe At'i :1" 01 6X6X2 i 32.7 16xifixa 12 128 23 2.9 $1 u 2 2,95 31A 4V4 8 X 8 x 2/2 16X Jex 10 12 129 jrj��2hxj V, 4A 4A?x4ATY'%Aff; :AF A/1-5 130 8XSX3 33.5 16 x 16 X12 12 21,A 2 5x2hx I y 2xr x f-47 1&2 Av'j-vwx" 0" $75 At 41 A 354 4.2 -d 59.9 eg.r �? 19F " . 16 x 16x 14 2 132 ;'M z z 'Ff 2%XZiX I A 31/4 4.3 8x8X4 7% C 50.0 107 t "?U'i JV -1 3 MO 411, 8 8.1 F5jj'!i'w4O 95' 10 7A) -- /4 84.7 IS x 18 x 4 16A 188 2�4 x 2!6. x 2 3774--4A- 8XBX5 74 'i zr' I -A7.f:.PeVy t-Vs JY7 .0-10 '-w -TUD IBXIBX6 101 190 000 4Vk 4% 8A sx3xI 4YA 0 M 8x8x6 71AC V ? 3 4. adx';'�' 117,1 3-0 �Ks ire -y-w U, I loxiox1h 9 52.0 18 x 18 x 8 15% 192 go tvis Ito, W W3 x 3 x I A 41/4 5.8 've 4,6g.r 4:f6l, Y&O SW 07.1 T, 20 4 4.500 5 7% 12 IOx1OX2 .9 52.2 laxl8XIO 15% 194 -F, ix3x IM WA 5,9 4 1,7 '70" 05. C, !,!77 IN at ea,r 00,, dt? , 4 �qwfzfnr6v e-1, 196 AT ?.7 ---fx a -x2 41/4 C 55 10 x IOx 24 9 52.6 X 12 1 SA 67 '1 U63 51h. 51h I .' 1 '51 -Y�7n7x6e Mg 10.41 �4-"TXl 4'10. 1 j-0,r ;'1xme)'V.50 ; "PS -L$- 1� 18'1� r4ep mv Zd jr 0 x 3 x 21.1 6.3 IOXIOX3 9 ia x I8x14 I 5h 201 1� X49 159 x 2, Vx 0 221 y6w 2P 53,6 15h 20$ 6 6,625 61h 6 V, 25.6 34/4 TO jOx1Ox4 9 7X41,49 AIM !1V f mg 4x4x f P'- r.1 AT" I -T7-/4-245- 1OXIOX6 9 54.2 200OX6 9 8 8.625 7�/4 r14 45.0 242 171A d---IYO 20 x 20 x a fr 10XIQXG x 4 �H --L5 10.2 PrIl IL AZIT* ,.x '?Yg. j Y.41, IF, 'M 4 'Y'IR7.4 fff? '10 Iva savxm 12" -is -- C 64.7 20 x 20 x 10 17Y4 244 10 10.750 0 9 13-0 4 ), 4 2 10-2 10 x Irx a 9 , 1MV Sdox 5-Cg7,v.?9# -eyt AJV tv" N'?P" -77-6 2a x 20 x 12 17A 246 10 OV 4 x 4 x N 5 C 11,2 12 02 x I maxamfv -Fa 5,PJX, .1,%,�p 4A5 fffq 12 �12.7504 10 SG9 98-0 a eu I2x12x2 id SO'O 120 x 20 x 14 17Y4 248 AP 4(s 4x4x3 5C 11A jwXywxx 54"Oya�W.-'Vmo 'M1 172.5 .12xiZx2A 10 78.0 20x20X16 IN 250 sx5xl S'h 13.6 IS 4 4� ax 6)r 5 x 11/k 5YA 118 iax 1213 10 74,6 20)( 2O x 18 17% 252 Md CU ?Xt,706,r $0 t �W AIS 12%I2x4 10 75.1 24x24xB 20 327 ax5x2 Vh 14 017.9'e"WA, '100, sari'141 prox6vexf(v MY 103 X 1410 a,'i2x 12X 24 x 24 X 10 20 330 11 % g,-j 4 3 11 X 2 �gfv A -'Wr fff 'Mi X 1 'laox aWx ?$,' 50 qg s" 4'�Y.r'%F !wn 95 12 x 12 x 6 10 -i 6-2 24 x 24 x 12 20 M4 tm 6x5xs WA 14.6 15Z 5 m!x 1. .1poxmix Ise, '29-i ad. 600'r av'r Av Jac' F'!"1-6-.x x? '4'd mid -7-6-3 24 x 24 x 14 20 $40 APPROM 5x5x4 51/1 C 17.9 12 x 12X 8 10 1W. 0 er,9,r &X, � j5# &V fsd�� mpg feTr tgs.r "PI 146, sl Z41,V A jwy -M; r-W 61A 20.5 12Xl2xlO !D 7724 x 24 x 16 20 342 6x6x1 egv'r CJ,,?,t wx'w-ra" '351 6 1/1 21,0 14x14x4 X24x18 20 345 1 W I.F9, 6 39 AV G Cat =WWO or du(glie W, 19 WhOls tTay t:fz1;reO 101 24 x 24 x 20 20 347 27g I are fatrwad Aast 66X2 EV, C 26.4 IW4X6, 1 11 If Lj rw, Od ff#,r SeL� Fjwjkv &,a chart on pwff 01w OA Bourdon Tube PressumGauge Model 21X.53 Stainless Steel Construction • Intdrided for adverse service conditions where pulsating or vibration exi3ts ofth liquid fitting) • Hydraulics & compressors IN Suitable gas us orliquid rnedia that will not ob- struct this pressure system = k4bration and shack resistant (With liquid liffind Iff Stainless steel case 0 Pressure ranges up to 15,000 psi sizes, 2', 2Y2'00, P & 100 mrn) Accuracy class 2' & 21*':* 2/11296 of span (ASME B40.1 00 Grade A) ---*4" * 19/6 of span WME 1340100 Grade 1 A) Ranges Vacuum I Compound tD 200 psi Pressure from 15 psi to 16,000 psi Pressure from'15 psi to 10,000 psi - 2* size or other equivalent units of pressure or vacuum Working pressure 2 & 2Y2': Steady. 3/4 scale value Flu Ghiating 213 full scale value Shorttinm: hill scale value 4`1 Sleady: full scale value Fluctuating.- 02 x full scale value Short I Mw 1.3 x full scale value YAKA Do tash eat 2 1X53 Y 10 R, Temperature error Additional error when temperature changes frorn reference temperature d 681F ROQ *0A9o, for every 18OF (1 01C) rising or failing. Pemerrtagia of span, Weather proteertion Weatherresistant (NEMA 3 /IP 54) - dry case ---->Weather tight jq�MA 4X/ Ili 65) - Uquid-filled case Operating temperature Ambient -4CPF to +140'F (-40*C to i-60'C) - dry -4°F to + 140'F (_,?o,cto..jq I glyocyine rlled -40'F to 040'F (-40'C to +.609Q) - s&,ona filled Pressure corinGeltion Matedal:,copper afloy Lower mount (IL" orcenter backffmnt(CBNQ - 24 & 2%, LOW Le rlmo,"' Bourdon tube 2h' Size- Maliefial.- CoppFA alloy 30'Hg (VAQ to 800 PSI- G-type (soldered) 100OPS1 to 15,000M- helical type (soldered) Changes to stainless steel at7,500 PSI brazed ^ize­ Material: Copper alloy _< 1,000 PSI 316 stainless steei;�_'1,500 PSI 30'Hg (Vac) to 1,000 PSl-- G-type (polderecl) 1,500 PSI to 15,000 PSI- helical type (brazed) Changes -b stainless ateal at 1,600 PSI Medium: 040-F (40 U) nneximum Pointer Rack Wurninurn RM 'o-3 b' ANIP ',3'& p" RT Eppatt cfyow vosinc- 5 Mac Controls, Inc. P.O. Box 712 Farmersville, Texas 75442 submittal Data Cover Sheet Part Number: SIM-50-4�80-3-60 Voltage: 480, Phase: 3 Hz: 60 . ... .. ..... . ..... h--PML25q) M2 M3 M4 ". ................. . .... . ..... Enclosure. Type N1 1`412 (XX,) N3R N4 N4X- N4X F-Gfm Other C ontLVo ro Ltag 24VAC 24VDC (XX) 1 jOV(X CSS Other VENTS AND FILTERS NoRi�L BYP"ASS SELECTOR AND DRY CONTACT PYPASS STARTER BILL OF MATERIAL ITM QTY PART NO. DESCRIPTION MANUFACTURER JA 1 363018-12 NEMA 12 ENCLOSURE B-LINE 18 1 AW3630P BACK PANEL B-LINE C I KSR3.1021U MAIN NON -FUSED DISC. ENSTO D 1-----KSH48XVV PANDLE--_KlT-_._- --ENST0 IE 1 610381 MOTOR FUSE BLOCK FERRAZ SHAWMUT IF 3 AJTIOO MOTOR FUSES FERRAZ SHAWMUT IG 1 LCID8007 BYPASS CONTACTOR TELEMECANIQUE fi I LADN111 1 NO INC AUX CONTACT TELEMECANIQUE I I [.LRD­3_36I OVERLOAD RELAY TELEMECANIQUE J I LA7D3064 SEPARATE MOUNT BRACKET TELEMECANIQUE K I GS3-4050 VARIABLE FREQ. DRIVE AUTOMATION DIRECT L I j9070TF750D9 lCONTROL, TRANSFORMER SQUARE D M 2 1 ATQR 2 PRIMARY FUSES FERRAZ SHAWMUT N i2 TRM4 SECONDARY FUSES FERRAZSHAWMUT 0 il 130351 1 POLE FUSE BLOCK FERRAZ SHAWMUT P 7 RU4S­Al 10 CONTROL RELAYS IDEC 0 7 1 9Y4-SO5 SOCKET IDEC. R 2 GEIACI0MA110- TIME DELAY RELAYS TR 1,2 IDEC 8 12 SR2_P06 SOCKET IDEG T 1I 'XB4BD21 2 POS SELECTOR SWITCH TELEMECANIQUE XB4BD33 13 POS SELECTOR SWITCH TELEMECANIQUE IV I XE4BT42 E-STOP BUTTON TELEMECANIQUE ZBEIOI NO CONTACT BLOCK TELENIECANIQUE w X .2 ;XB4BVG3 GREEN PILOT LIGHT TELEMECANIQUE Y A XB48VG4 RED PILOT LIGHT TELEMECANI I QUE Z 2 XB4SlAl34G5 RED ILL PUSHBUTTON TELEMECANIQUE AA 40 M416 TERIMINAL BLOCK ENTRELEC- TPC ELECTRIC COMPANY SENDER RA RANCH P.O. 0 352-6520-07 MAC JOB NUMBER 10929 2 PANELS Fo NCRKAL-BYPASS ON vril BYPASS RUN RUN OFF HAND-OFF-REMUTE n vrB FAULT LOW PRESS. Hl PRESS. SHTIVRESE1 'SKI VRESV VFD KEYPAD 6. 6. > Lnj 36' A 3i NEMA 12 STEEI ENCLOSURE DRY CONTACTS V-STop cRpp VrD% ml VFDI FIELD CONNECTIONS (CORN 3 14 118114 DI D D 1)9 40141114214311144 45 46 1471 48.49 j50 51 14 14 17 REMOTE PS-1 4-20 14A INPUT Tal OF BYPASS FROM SCALA E STCiP PERATION BYPASS STARTER E-STOP LOW PRESS F12R SPEED PUSHED STATUS STATUS PS-2 0-10 V TO SCADA NORMAL VF0 RUN VFD RUN START SIGNAL HIGH PRESS. FOR VFD SPEED OPERATION STATUS STATUS FROM SCADA STATUS m 480 VOLT 3 PHASE Ll L2 L3. a'x Ar FAIN FUSED DISCONNECT 66µ as x-� 5 9 C1L1 MI ru -------- -"'05014P A X A � $ ILI A AUTOMATION DIRECT VARYABLE FREQ.. DRIVE � � � � C4 p _ _.. ,.. 9 91, ATOR e NINA— M;--.E-, w' k,W E--STOP 'ID® VA + _ a FU6 �.._ A l2Q TRIII VFD--- .�.. Nib MI MOTOR OT SPACE SAC HEATZR VI _� 2 NORMAL "g FD NORMAL BYPASS _ OPERATION RELAY i `�� •^�--fY 4 CIS 2 VFD BYPASS Rp CPERATION RELAY START COMMAND FROM F£SQ SEADA PANEL STARS COMMAND _. FROM HSO I ENTERFACE RE LAY OFF REMOTE 4 CRLP to CRHP k9 CP.2AP 12 rm, B4 OLl 2 ByrASS MOT,QR STARTER v .:. CR( CRN R,3 F VFD INTERFACE a s t, RELAX 4 Mk (S 2 D'TPASS STARTER RUN PILOT LICHT 4 VFDI l6 2 VFD RUN 1 Y_ _ , PIL®T LIGHT D FAULT ly 2 VFD FAULT' Rl " RiCp _ �,¢ PYLC"f LICQIi 2 'RFD F�AULS _ IN'N`ERFACE RELAY W 4 t�lV YSTEM q .d. w 1 ' 1� _ TR 2 LAY PRESSURE y e SHUTDOWN TIMER g/p qg O f[ RESET m ® 9 A r 1R1� 2Q. 21 (C�R 2 LQLJ PRESSURE SHUTItGWId RELAY W E-*� CP o J NOTC Jr 1" W a I CRLP 4 a i 1� 26 20 2 L PRESSURE SOW PR S URE 0 u � CX Y W U t'p u W a � IL FaFy StnnSi��X < !.3 Lw,.,q S ®G 22 22 (2TR� 2 HIGH PRESSURE SHUTAQWN T rw Ra � .�SnMMm M3�.� @s��� wq, xIp% z RESET d TR2 .. NOTC 23 '. - _. _.. ..... 24.R 2 HIGH PRESSURE SHUTDOWN RELAY ,. WW% 2 CRHP a 1� 23 23 2 HIGH PRESSURE SHUTDOWN LIGHT Rx IR10 Imml, I Di£ I Ac+12 AO IACMI . vrAt . 3S A A A A 4 17 4-'20 HA INPUT 0-10V OUTPUT 'NFD FAULT SEADA FOR SPEED TO SCARA FOR SPEED CONTACTS INPUT FROM HSQ OUTPUT TO HSQ j APPENDIX "G„ CITY SUPPLIED PUMP, MOTOR AND BASE INFORMATION NEMMIMEMM Quote No. n US-959246 Page No: I Type�- . .. . ..... ... AE Honz Mtg - Horizontal Split Case Single Stage Pump Model: Peerless -I OAE14A Norn. Speed: 1733 RPM, 60 Hz Electric Impeller D' a.'. 1173 in& Curve No.. 3132135 Market : Basic Selection Customer: I Contact: Phone: Fax: Date: Wednesday, May 211,20,14 item: 1 Iflinpeiler No 2693193 Fluid: , Water Temperature: 63 T vis(:Osftyv 1.007 cSt Sp. Gravlty° 1.000 Your Ref. : DI-14.00kict-4 M'13004-ch, 42.00iriJj [A-11.00kxh, Duty Flow M 10.00 h&h Duty i lead 2M — .zo Imp, Dia, > 00 0 Power Rpqulrad C NPSH RequVed 10c), -a) Lu ak Power rAosed VaNs Head Tolerance 4011 U) 30- CL 2 Z 20Q�; ........... .. 0 CL 15c� Z WD 4,OM C4 a000 Ro/v- US cp-n .... . . .. ......... ... ..... . ................................... 5600 US gprn 135 ft 1173 inch 222.3 hp 20.5 ft 88.4 % 224.3 hp 206.9 ft Hy,d Inst- Peerless Std Perf. curve represents typi if psrf, vel. head is �ndd. Pe!! 'rj curves tests are performed accordance with HISUs. Flow Head Efficiency Power Required NPSH Required (US gp-) (ft) ON . . ....... . . (hp) . ................ --' (ft) --7- — 2341..9 1 B9.6 64.7 173.2 2984..2 182A 718 166.4 13.6 3626.6 173.7 80.1 19&5 14A 4266.9 163.6 84A 20&9 15A 4911.3 1523 871 216.9 17A 55516 140.0 88.4 222-1 20,2 6196.0 126A 881 224.2 25.2 683&3 111.0 8&9 2212 321 '7480.7 92.6 79.9 ... . . ............. 219.1 412 .......... (!W5 Contact: Proryert Phone Fax Quote Ift US-2380-43 Page INo 2 Date Thursday, August 27, 2015 e f:W - - � --1111--.- . . ..... . .... AE Hoflz Ift - i lorizontW Split Case Sing@e Stage Item - I Pump Model: Peedess - I OA E14A Impeller No.: 2693193 Nom. Speed: 1733 RPM, 60 Hz Bectiric Flul& Water Impeller Dia.: 1373 Inch "renverature, 68 -F Curve No.- 3132135 Viscosity: 1.007 cSt Market Water Sp. Gravlty: 1,000 Your Ref. DI-14.00 inch, D2-13.00 inch, 33-12.00 inch, D4-1 1 .00 Inch, . . . . ................. . . . ........ Duty Flow 5600 US gpm D5-10.00 inch -90 Duty Head 135 ft 200- '20 -,70 imp. Dla- 13.73 Inch 150-' ,60 Power Required 2223 hp �50 r- NPSH Required 20.5 ft 10011, � Z�40 73 Efficiency 88A % -�30 Peak Power 2243 hp 50, "J O Closed Valve Head 20(59 ft 10 Tolerance Hyd linst- Fleedess Std 40 30.. U) 0 2 fL z 10- RL 200- 150 . . ..... - 7- r Corn rne in ts -led. cunee represents ty IpIcal 50, perf, vell. Ihead Ps Mcld, Pert, ox-ves tests are performed on 2,000 4,000 6,000 8,000 accordance wroth ILLStds, Flow - US qpm Mow i lead Efficiency Powey- Requft'ed WISH Requlred (US gprn) (1")1P) (ft) . .......... ................. 2341.9 .... . ........... 189.6 64.7 173.2 2984.2 182.4 718 166..4 13.6 3626.6 1717 80.1 198.5 14.4 4268.9 163.6 84.4 208.9 15A 49113 1523 87.1 216,9 171 5553.6 140.0 88.4 222.1 20.2 6196.0 126.4 80.2 224.2 25.2 6836.3 111.0 85.9 223.2 32.7 74801 92.6 79.9 219.1 412 Gmirbs - RAJ:Nd 415,91 (Whidows 7� 0611h Pb aw1h 2012 (?W5 (.ustorner� contact� Pmject, Phone!" Fax: Quotp No. ; US-238043 Page No,,',, 3 IDate Thursday, August 27, 2015 . . . . ................ ­ . . . . . ........ -- Pump Model: Peer -less - 1 OA El 4A Nora" Speed: 1733 RPM, 60 Hz Electric Duty Flow: 5600 US gpm Type. AE Horiz Mtg - Horizontal Impeller Dia.: 1173 Inch Duty Head W 135 ft Split Case Singie Stage Efficiency, 58.4 % Temperature'. 68 'F Power Required m 22Z3 hp VIscoslty; 1.007 cSt NPSH Required 20.5 ft Curve No.: 3132135 Sp. Gravity, 1. 00 Peak Power: 2243 hp Impeller No. 2693193 Flul& Water Closed Valve Pressure 206.9 ft Item , I Your Ref.: Tolerance . l lyd Inst­Peerless Std D1 -14.00 ind-is 032-1100 lndi, D3-12.00 inch, 134-11.00 Inch, D5­1 0.00 Lnch 200 80 70 150 60 A =50 X 100 LU ..30 50 -20 -10 40,� 30­ 20 eL z cL 200 150_ 1W. 29000 4,000 6,000 8,000 Flow .- US gipm Comments: Perf. curve represents typical perf, vel. head Is incid. Pert. curves tests are performed In accordance with H.I.Stds. (4undfus ­ RAPO vg 25 9 1 Windows 7) - NO March 2("2. W Customer /- �DTFDI �FTC� PIERLISS PUMP Contact: Project: Phone : Fax Quote No. US-2380-43 Page No. 4 Date : Thursday, August 27, 2015 Flow Head Efficiency Power Required NPSH Required (US gpm) (ft) (%) (hp) (ft) 2341.9 189.6 64.7 173.2 2984.2 182.4 73.8 186.4 13.6 3626.6 173.7 80.1 198.5 14.4 4268.9 163.6 84.4 208.9 15.4 4911.3 152.3 87.1 216.9 17.1 5553.6 140,0 88.4 222.1 20.2 6196.0 126.4 88.2 224.2 25.2 6838.3 111.0 85.9 223.2 32.7 7480.7 92.6 79.9 219.1 43.2 Grunf�L's-RAIPID,,8,25.91 WIncows 7)-06d'. March 2012. z DETAIL D 7 nH —XMH = ROW € BEARINGS _ — t01 +- f Y - EN — _, D_ WITH LWIERN RING 1 1 Capacity ; 5600 (us gpm) FramelModel, 447T -PUMP- =Customer i i Ot�f lied: 135 (€t) Elec. spec„ 3 Ph. 460 V. 60 Hz � - - Item o.: 1 � Pump Speed: 1733 (RPM) � Service Factor: 1.15 Quote o- ; U-2360-43 j Impeller Oia.. 13.73 (inch) Rotation, Clockwise Pump k4 'el: Peerless =10A 14A e Power. 250 (hp) a ura p P -— — Date ' Thursday, August 27; 2015 _ . _C-aldfos — -RAPID �8 25 c 9 ,dx:r *%7_ 06th March - w AE STANDARD CAST IRON BRONZE FITTED ITEM DESCRIPTICN MATERIAL NLJPABER� IA, IS UPPER AND LOWER CASING CASTIRON 2 IMPELLER BRONZE,`V —6 1 PUMP SHAFT STEEL 7 CASING RING BRONZE 8 IMPELLER RING (CPTIONAL( BRONZE 13 PACKING RING GRAPHITED I PTFE 14 SHAFT SLEEVE (RH) BRONZE/SSG 14A SHAFT SLEEVE (LH) ........ . ...... BRONZE(b 16 INBOARD BALL BEARING STEEL ASSEMBLY 17 PACKING GLAND_ 304 STAINLESS STEEL 176 GLAND SOLT STEEL is OUTBOARD BALL BEARING STEEL ASSEMBLY —1-8A­ BEARING ROAWING RtNG STEEL ... . .... . .......... 22 BEARING LOCKNk T STEEL F —24 IMPELLER NUT BRONZE() 29 LANTERN RING (OPTIONAL) PTFE 31 INBOARD BEARING HCU&NG CASTIRCN 1 32 IMPELLER KEY STAINLESS STEEL 33 OUTECARDeEARING HOU&NG CAsTIRON 35 INBOARD SEARING HOUSING COVER CAST IRON OUTBOARD BEARING HOUSING COVER, CAST IRON 40A INBOARD DEFLECTOR RUBBER OUTBOARD DEFLECTOR RUBBER 41 iRBOARo BEARING HOUSING CAP CAST IRON 43 0 UTBOARD BEARING HOUSING CAP CASTIRON 46---E0—UPLING KEY STEEL T ........ . 7 .. - i 93A—RD REARING COVER SEAL STEELIRUBBERASSENIBLY 63 STUFFING BOX BUSHING BRONZE 65 MECHANICAL SEAL STATIONARY ELEMENT CERAVIC (2) 73A CASING GASKET J!AOT SHOWN) VEGETABLE FIBER —58­­6E-ikl-RG—C&V-E-W GASKET FIBER ­77­ LUBRICATOR ZINC DIE-CAST;PLASTIC ASSEMBLY 80 MECHANICAL SEAL ROTATING ELEMENT BUNAICARECNISTAINLESS STEEL 80A SHAFTCOLLAR STAINLESS STEEL 0 RING, SHAFT SLEEVE BUNA N RUBBER 1198 0 RING, SHAFT SLEEVE BONA PI RUBBER TT I- BEARING ENE) COVER STEEL 127 WATER SEAL PIPING (OPTIONAL) COPPER WITH BRASS FITTINGS 169 BEARING HOUSING SEAL STEELJRUEBER AS SELIBLY STANDARD MECHANICAL SEAL PUNIP SUPPLIED CARTROGE MECHANICAL SEAL PUIMP SUPPLIED PACKED GLAND PUMP SUPPLIED a) op'nONALLIATERIALNI-AL-BRONZE OPTIONAL MATERIAL AISI 416 STAINLESS STEEL G OPMONALMATERIAL SILICON CARBIDEORTUNGSTEN CARBIDE 0 0 0 Ln u [L 0 hi ra. LL 13 (D 0 0 Lu cl, x E CL kn C4 uj 0 0 o Z 7 E Z w 0, @ E E CL NOZZLE LOADLOADIqG MAX IMUM FORCES & MOMENTS' 1ha pwm- wom and da&"99 12 f4CH SUCTION FLANGE i su a�ckf PLAN VIEW OF FEET Apmatimd'u a =s Y. 125 LB ANSI FLU DRlllG rg r - 22. 0 250 L3 ALIBI FLG DRILLING _4 4.00 PARALLEL TO PUMP SHAFT 10INCH DISCHARGE FLANGE 125 LB ANSI FLG DRILLING 9.50 . i UMP LQ 250 LB ANSI FLG DRILLING 22.00 SOME t1 LES MAYBE TAPPED ` . D l"I L � 950 PUMP FLANGE 4 WITS � F� €�� �� EPN9�'S v.... �� ��g� ... !rr7iutdDETAIL - SHAFT END MKCHARCE 'd i 4 03 4t at �_ INCH A -A VIEW FROM I END A -A VIEW FROM DRIVER END a ,25 INCH t L ROTATION }4 75 Rtt ROTATION qIO ) i 2,25 24.0- 24.00 10AE14A 2,25 1 -ARVENT 2,00 4,88 F s .. [ - ' 3,C, 2950E 1 0 18.00 iI 23,00 1 f , l 3 � 4 ` j \ = DISCHARGE FLANGE 1.12 � � a� '� DISCHARGE FLANGE 31 75 1 4' NPT GAGE CONNECTION SUCTION FLANGE SL1CARID DISCHARGE FAR E E ONLY Dimensions In {Inchl Project: I Capacity: 5600 US gp ; customer. fatal Bead: 135 (q} E Item No.: - - Pump Peed: 1733 (RPM) Quote No.: LDS-238043 Impeller Die.: 13,73 (Inch} PctrstpModel: Peed: S a 10AE14A Power: 250 (hp) 11'2` NPT R_ C ET DRAIN 2 PLACES 1336 LE 607 Kg PUMP WIT FramelModel: PEERLESS 44 l SPUMP Elec. Spec.: 3 Ph 460 V� 60 Hz� I e Ice Factor: 1.15 Rotation: Clockwise ise Erecloure3iyPe: t DP Date: Thursday, August 2f, 2015 €arundtos - RAPID v3.75,9J aid ndawa ` ) . Ufith Mar&h.2012, OF customer Jab Nung P.O. No, 112M W - s Motortrm 'rHP VOHS Pump Size b Ty , 8tyle GFU�1 adifed for U AWo,481 [I Construaic n — _ subiscr to clune€ mats cotifiod for con Wwikn /--;1" Dlk 6 HOLES CONDUIT BOX APF PDX. LOCATION) f pp HE RUT Ho L 34 Typ Lffia I tip i-M DRIB ll� � f DIA, 4 HOLES W -- A44 — A -,,' t 0M M to A - NOTE l aw Mb COUPLING GUARD Note 1Customer bx_. grout betweenallow for.75 to 1.50 Inch grout thickness of fouMation avid bottom base Hole Unit 1 final coupling alignment must be done by the Installing 0"n"al"or For Peerless !, Company Insiallation, Bulletin 288054 ROTATION (RH) ROTATION (LH) 'VI A -A SUCTION FLAINGE 125 L ANSI DRILLING O LB. AIDS; DRILLING AIR VENT °_ Y Y Xate.' 5�...a..® E� _ Z 110 [)IS tit>RGE FLANGE �DISCHARGE FLANGE 125 L9. ANSt DRILLING 125 LB. ANSI DRILLING 250 L .-At4 € DRILLI"Gi f 250 LRa ANSI DRILLING IR VENT U3 2 ✓ Pump Size & Type Suction Flange Size x ANSI Lb. Discharge Flange Size x ANSI Lb. � � �Puni3 Dimensi®ns in Incl'os- yP 9 9 g s Pump Weight in - Rating Rating CP $ .0 i`Y Z Lb. A 10AE14A, 10A€14J 12 x 125 10 x 125 42.75 11.0 24.0 15.0 18.75 KO 1336 -- jl�i 1QAE14R,10AE14J 12 x 125 10 x 250 42.75 11,0 24.0 15.0 18.75 11.0 1336 10AE14A 10AE14J 12 x 250 _ 10 x 250 4235 1 t.0 24.0 15.0 18.75 11,0 1336 1OAE16 12 x 125 10 x 125 42,75 ` 11.0 2470 16.5 21,00 12.0 1480 =. ... ,0 , _... '2.i4 14.0 � cn 10AE20 12 x 125 10 x 125 _4& 59 110 26A 23 0 22,00 14.0 2000 10AE20 12 x 125 10 x 250 46.50 11.0 26.Q 23 Q 2000 e € Puarep Size d Type Motor Frame Unit Dimensions in Inches Base Dimensions In Inches Weight Size C* DM HD" HD HMh HD HEM HT Hit N HA HEI llE HF HF1 HP CpIg. Motor Base Total y e Unit ' 10AEi4A.IOAE14J 286T 1 28 7 71A0 220 29.5 313.15 7 0.25 10 14.88 <4 i213.5 s 30 6 15 370 315 2036 10AE14A,10AE14J 324T 30 8 73 Oil 22,0 3fl 5 315 7 0.25 11.75 15.75 24 72 13.5 30 6 15 475 315 2141 10AE14X IOAE14J 326T 32 8 05.00 22.0 30.5 33.5 7 0 25 1175 18 50 24 72 13,5 _ SO & 15 525 315 219i 10P,E14A 10AE14J 3i➢4T5 31 9 1 74,00 22.0 32,0 33.5 7 0,25 11 75 15 25 24 72 13.5 30 5 1b 630 31s 2297 l 10AE14A,1 14J 365TS 32 9 1 75.00 22.0 32.0 , 33.5 7 025 11,75 1535 ! 24 72 13.5 = 30 6 16 5 1 1 315 2357 1 10AE14A, 10AE14J 364T 34 9 77 00 22.0 32,0 33,5 7 0.25 11.75 17 38 24 T2 13 5 30 5 1E 630 315 2297 1OAE14A, IOAE14J 365T 35 9 78,00 1 22,4 32.0 3415 7 0.25 11,75 17.88 " 24 72 13.5 30 8 50 690 315 2357 ! 10AE14A.10AE14J 404T 35 10 7800 22.0 33.0 33.5 7 0,25 1 11.75 17,00 24 72 13.5 30 6 23 830 315 2503 ° 10AE14A,1QE143 404TS 35 10 7800 220 33.0 33.5 7 ! 75 11.75 17,00 _24 72 13,5 '�0 6 23 830 315 2504' 1 10AE14A,10AE14J 405TS 37 10 80,00 ! 22.0 310 33,5 7 0.25 11,75 17.75 24 72 13L 30 ' 6 23 915 315 2589 1O Ei4A,10AE14J 404T 38 10 81.00 1 22,0 33.0 33.5 7- 025 i1.75 2000 24 72 13.5 30 6 39 830 315 2520 �1 4 10AE14A;10AE14J 405T 39 10 8100 22.0 33.0 33.5 7 0.25 1i.75 2075 24 72 13.5 3039 915 370 2605 � 10AE14A, 10AE14J 444T 44 11 87.OQ 22,0 34.0 33.5 7 Q.25 11.75 23.25 24 84 13.5 g 36 6 99 1095 315 `2845 _ 10AE14A i0AE14J 444TS 41 11 84.00 1. 22.0 340 335 7 n.25 11.715 19.50 24 72 11 30 6 39 1095 315_ 2',785 1gAF14a the 4 1 89.00 22.0 3A 0 33 5 7 0.25 11.75 24,25 24 1 8_4 13.5 36 6 50 1270 370 3026 1 41 44-9 43- 1 8600_ _22.0 34.0 33.5 �7 0,25 5 t2 1s.a 36 as? _ b l _ M 41 @ AFM V4T 34 4 77.1 7? A '12 A 'Al 5 7 n 95 i 1 7s 17 `iR : i4 ?? 2:. .4 i4AEi 3 T 3S 9 7800 22.Q 32.6 33.5 7 0.25 11.75 17.88 24 72 13.5 3p I -6 19 69Q 315 2504 14AE16 4Q4T 38 t g t11.G0 _ 22^0 32 5 _33 5 7_ t1,2 _-11 °75 _ 2f.iN3 2�S 7€ 13,5 a 3Q 6 23 830 315 2"a 1tiAE1s 4f95T 39 10 8100 220 32.5 33.5 7 0.25 11J5 20.75 24 72 13.5 - 30 6 23 915 315 2733 cn 10A 444TS 41 1 1t 84.00 22.0 33.5 33.5 7 0.25 11.75 19.50 24 72 13°5 30 6 39 1100 315 2934 10AE15 445TS 43 11 36,Q1i 22.0 33.5 1 33.5 7 0.25 11.75 20,50 24 72 13.5 30 ty 39 1270 315 3104 10AE16 444T 44 11 87.00 22.0 33.5_ 33.5 7 0.25 11,75 23.25 24 72 116 30 6 39 1100 315 2934 10AE16 445T 46 11 89A0 22.0 33.5 33.5 7 0.25 11.75 24°25 24 84 13.5 a 36 6 I 1270 1 370r � 3159 10f E16 447TS 47 11 90.00 220 33,5 33.5 7 ED 0,25 ! 11.75 22,25 24 84 �13 5 36 6 1680 370 3569IOAE16 449TSI 50 11 93 00 22 fl 33.5- 1 33.5 7 0,25 ;11j5 24.75 24 1 84 13.5 3b 6 2000 370 3889 1tlAFM AnAT `iR 1r1 R4 75 7'i5 34 a 34iA 1 4 � 0 ?a ii 5n ir9 Ai ?4 72 i:i5 1 3n R R I 315 t4 ri 10AE20 4058 39 10 85.75 235 34.0 33.33 9 0.25 11.50 20.75 24 72 13.5 e 30 6 23 91315 3253 10AE20 4447 44 11 90.75 236 35.5 39.38 9 025 11.50 23.25 24 84 13.5 36 6 39 1100 370 3509 X ITI 10AE20 445T 46 11 92.75 23.5 35.5 39.38 9 m 0,25 11.60 1 24.25 24 84 M5 36 6 39 1270 370 3679 10.AE20 444TS 41 11 87.75 23.5 35.5 39.38 9 0.25 11.50 %50 24 72 13.5 30 6 39 1100 315 3454 IOAE20 _445TS 43_ 11 8935 23.5 35.5 39.38 9_ L� 25_ _ 1 i.SQ 20.50 24 84 13.5 36 6 39 1270 370 3679 355 3 0 7 4 19.5 -36 -6 1 39 -. _11.50., .,. E � 3 _ 4089 � 4409 1 t0AE20 449TS 50 11 96.75 23.5 35S 39.39 9 0�5 , 6 24.5 24 822,25 24 4.. 13,5 3r 6 39 1680 3�OQ Maximum dimensions, may be less with different make motors or enclosures. Page 2 Of 2 ®T 4852753 t Unit dimensions for 447-9TS motor frames are approximate, refer to the factory for certified dimensions. Rev. 4- 7 J- Peerless ump Company. - hadasap offs, IN 46207-7026 ELECTRIC OTOR DRIVER Performance ance and Data Sheet ��J' anufac�tu.�rer `�saPd�r ataps g tic BEM 5d0%4 ".? t �A44100M motor Hp.... I250 �.... A00 fc r Frame 1447T 0 tasNte_....._..... 400 M . _..�.... .. �.w. �........ . fwtct �.w a-rTy rturs t�N . _ µ.,w.... _ _ ...._.... _ .... _w.,...__. pia Ss rer�s�iatpor� Ns F IIns 4r0 D mb r rwuce Factor 1 �., T f FLL f13L' ". {Type Motor Efficiency 1prem C�Fp"G xtr0.�r`tN47GD . M_. tNFra N ruue _.. .._. ...... ,. _ Fu H Load Rpm . .w..... ..,.,.. _.. .. .... ......... ... . .. .. .....,.._ .,. 5 �FNiL�adruer�r.%....,.. . 5.8 FuaNN Load Power Factor % 0 3L '4AcNta e Fu fl Load Amps ...._ . . �.. 0 . p h VoLLt q FayG Load �Mrr _ ... e .�..., .w.�.. ... ........... '30...,.. � .... ,..M. . ....M.m . ...... _._.��..ww.. .�. 'Lcww Vo tage Locked Rotor Anips � .. Neu N w°�a9ta Locked Rotor. _ 0 Ampa 0 ...mmm.... ..a_. Pda imurn Aitiitude M Feat 3300 . .f r tatur a wFar urwrt Oppc !!e § haft Fred CIockwise .,.... ,... . The abodata are not certified being extracted from manufactu,rrer'"a ppibHshed cataNr g data sheets and are subtect to change without notice. Peeriesa Pump is not reapa nsibBe fbr wncon-ect data. For certified motor, data refer to the factory,, uaawwm2l'oz. RAPID 4, �1,91 ffflndowsi��"fl , &Oft�,��...�.. P... ,...2012, 11 Ill O#'Y' i Is I I 40P VIA; 641� . ..... .. . Copyright 0 AH product klarrnaboin withM this docurneint is subject to BaMor klwb-c Comillpainy wpyi6ght C protpcton, unless othemAse Inoted, IRAMMOIR, - REVAINCEAR Product Infonnafion Packet: EM25254T-4.- 2501HP, 1785RPM,3PH,60HZ,447T,A44,?OOM,DP,F Part Detail Revision: E Status: PRIDIA Change k Proprietary: No Type: AC Prod. Type: A441 OGM Men. Spec: A44WO1484 CD Diagram: 416820-008 Enclosure: DP Mfg Plant Mach. Spec: Layout 6049894.)50 .............. Frame: 447T Mounting: F1 Poles: 04 Created Date: 10-IM-2.010 Ba Rotation: R Insulation: F Eff. Date: 04-0q-2013 L 601/0 Replaced By. Literature: Elec, Diagram: Page 2 of 12 13—A-T—:001R c • RELI'A NC Pry duct h'iformrw tion Packet E 2 2 4T'-4 - 250HP, d 735PP M,3PH,6d HZ,447T,,A44100M,DP,F Y Nameplate__ NP2377L T,NO, tt:EM25254T4 SPEC NO, P44GI7''7,,5 250 275 0� FP ME 447t RPMS... � 1785 HALTS ... � 60 .... A BIGFJ ..... 0. � SF DRIVE EN® BEARING 90SC03J30X PHASE 3 DUTY COV^ r INSUL.CLASS F OPP D. BEARING f40BC03J30X TYPE p ENCL DID CODE G SeSER,NO. POWER FACTOR 88 NEMA-NOVA®FFFICOENCY 96.2 MAX CORK WAR 40.0 GUARANTEED EFFICIENCY 95A 6 NEMA NOMICSA QUOTED EFF IY MOTOR MIGHT Page S of 12 O . m 1140" Qr f v. nvw..n dl*'� la.AZ—=O.R-RELlANCffA1 Product Wormabon Flacket EM25254T-4 - 25011--1 P, 1785 RPM, 3 PHAO14444 7T,A44 I OOM, DP,F . ............. . . .... PaList Pan NLwnber Desaipdon SA207134 SA P44C,1775 RAVW01 RA P44G 1775 0006130c6pu wp kA. CSA LABLL 000692.00OFF wp 000692.000M LM4EL WARNING IIYP23771. SSSUPER-E C C CSA-C'US C SA4:,EV (LASER) 42,7948044 LABEL, MYLAR 004824015A GREASE POLYREX EM 03201 8005AK H0 KS 114-20X518 M ATED G32018028EK H-CS &R-11M-1121 PUID 0320195ON50K HqCS 112 13X4-112 PLTD, 12.AB . .. . . ..... WSHR 114 STIO PLATT."D 12AB LCM 114 STD. PLATED 060 34. 1AA nn—.—..----.nn— ............... 'C3500000iG BLO @ I/47'OM lfii ACK GREASE REUEF PIT TING, ALEMM-.- 317400 089439051A BR11CT' 44005N39051W1;:TW .... 410-1 - . . . ............................... . ........ . . ........................... . ........... . ........... . ...... WSW� . . ........ . . . . . . . .. . ............ . 702611001A .................... BAFFL 440 SUB PAINT 032018005AK 011 CS 1/4-20=8 PAP ATED 03201802.8EK 0--41CS,518,111M�1r2l PLI'D .................. 032018036DI( HHCS 112-13M 112. PUT1 CY14/)OD012AB WSHR 1/4 S I'D. M.KFED 034017012.AB LCKW 114 STO. PLATED 0,WO0001AA ... . ............. BUSRl 1/4 P"CC1/C1 EN ACC FDage 4 of 12 Quantity t000 F"A. 1.000 EA 1.000 EA 1 MO EA LOOO 1,000 EA 1.000 EA 1.156 TB 4MO L".A 4.000 EA 1000 EA 4.000 EA 4,000 FA 1.(X)O EA . . .............. 1,000 EA. - 1MC EA 1,(X)O EA 1,000 EA C)OO IEA 4L000 SA 3=0 EA 4 V)O EA 4,000 LA 1000 EA ii 13A-T—MOn-RELIANCEM Product Ilrrformatio n Packet: IEM25254"T-4 -25OH1,17 5RPM,3PI4,60HC,447'T,A44100M,DP,F Paft U nu Peet Number jDawApUan ... Quandty O350GG&1001G GREASE IkICN..BC'"F q°T IIIh8G , AC.ICg4q'gq=.31740.0 1,07KllO 5:A O89439O51A CRKT 44OO59439O5WW.,1� fl.000 EA _. ___.. ......... 032018008 K ...R ._ gOCSSM618XILUIILAIrED 4.000EA O32O18008DK IHHICS 112• fl3101 PLA4"ITT 4.000 EA O33512OO4LS 11118"fl'S 1A4-2.oxir2 PLro. 1.000 EA O35OOOOOIA Al.q=TO W" W0.-SL 1.O00 EA 0352. 10001A_. AlLlrF''m 1P8' 1610-1q0... _.. . _.. _. 1.000 EA._ 04889701 O0J BUSH - 4455 1.000 EA' d 0P' 7053114A O':OASK 440 1.000, EA ''.. Gk70870O00S &5G Ir 0YLK7 -44G1 1000 ' O7O371000A C„054?1 CVR gSq.KT-449 1 PA 406056007A GASKET, 1.E.RO611E.A �I 4'85OOO1O3C1 q'g1..UGe #4A Wrj-1lUAWG WA--gOI.E FOR .250 CgOL r 1.000 EA PI 41315GkGbG13A C.,R ::.ASE PmB7"1'1NG CAP 11.0KM EA y 41831!',0003AM GREASE Fr tl T ING C;AII•A 1.000 EA 4150450 02A I SV. Gar'0 1 000 E.A...� R4I181151O14Gru RLfl'ABIIW P ING 1 1000 IOTA 702611001A q:OAPFL 440 SUS IrwA qr i1 1 000 EA MG.�1OOO11O3, R41.PII4SELL2,5311O�1.d°OV94.O0,G.OSS2O, ... ....... O.bo-'w"A G"aA L81346N O.A BEL,SUPEP-E: GaP(47G4) 1,000 EA O33r75004F-A DRSC -1A4 304 a.S. 2.000 CA.. O34180064KA.... i KEY 7A3AO7P81411-3f4 0. 1 0100 EA IEK50MAO1 WOC.M BASE 447 60 X 41-112 500:'r 2O 1013 1 000 5 Page 5 of 12 1��F 9kP 9C.�P C, fMH l9Yv' ":�JF� 9 tln REL� PHASE 3.0 7- HE TIES HERTZ 1111. VOLTS 447T 250 P 3/60 1 785 460 Cp AMECI MENA CODE ANP. DUTY INSUL. DESIGN LETTER ERG L 275 CONT WE 1.15 B G DP TEST TEST STATOR RES.925 'C E/S ROTOR OHM3 (SETWEEM LINES) 43-1713 .�.143U47Xr --S.O. _DATE 0114 PERFORMANCE LOAD HP AMPERES Rpm POWER FACTOR EFFICIENCY ED I— Ili U 67.3 1800 4. 139 0 1 /4 62.6 93.8 1796 65.8 94.9 2/4 125 145 1792 83.6 96.5 3/4 187 208 1788 87.5 96.6 4/4 250 275 1784 88.2 96.3 5/4 313 345 1780 88.4 95.9 SPEED TORQUE TORQUE TORQUE RPM FULL LOAD LB-FTAMPERES LOCKED ROTOR 0 149 1095 1802 1 P1- Up 1360 117 864 1548 1723 237 1742 895 FOIL LORD 1784 100 736 275 AMPEIs SKOWN FOR 460. VOLT CONWECTIOR. IF OTHER VOLTAGE CONNECTIONS ARE AVAILABLE, THE A EKES PILL —Y 1EVERSELY RITE THE RATED VOLTAGE ,HARFS: TYPICAL DATA XE MOTOR-HEMA MON. EFF. 96.2 PCT. A A. az w. L. swIYH A -C MOTOR CR. AY 1— NY 1. V -A. PERFORMANCE A44WGI484-RO01 DATA ISSUE DATE 12/18/10 Printed - 12/19/10 5:58 @ P---, LIE MA-T.4�M-AELIAJVC5f.l Product fnformation Packet: EM25254T-4 - 250 H P, J 785 RPM, 3 PH,60HZ, 447'r,A,441 OOM, 0 P, F ... ......... ..' '4 - -' =� - m PEED N" U00 1 M 20ou M 97% �68 1117 p 1784 088 r19,2 III wxB # -.----tAMPSAT 46"OLV (1) g . .. ........... . ... po IXX) Im 24W o m so 10) L_j AlIM A r .IUD VdJUS 5 m I po lo 3w I 0 41 1-1-554 . . ............ . .......... . ....... . . . .......... . ..... . .... ti . ......... . . .. . ..... 0 7- T, . . ....... . . .. . ..... . ... . .... . ..... Immooft"Weaw III I REL. H.O. RPH 1795 S.F. 1.15 ROTOR 418143047XE a'RAH£ 447'T VOLTS 460 NY- pK... H a TEST s.0. 'TYPICAL DATA RP 250 RN,, 275 COO. LETTER G TEST DAT£ --- TYPE p DUTY CONT ENCLOSURE OF' STATOR US.@ 25 $.0174 P.ASE/.ERTS 3/60 ANB'C/INSUL 40/F E/S 433743 OrRas (H.THE.H IMES) Io om 4 i MOTORINPIIALMNIPEF TURF. < 106C 17OR OVERLOAD AND Acc ,OVI:RL01U f \tl 106 C F0; LOCKE3-ROTOP. I a \ LOCKB0-110TUI 40.0 / CCELERAHON \ f Lr. CKED-ROTOR \ 1 H I I 11111 LOAD CURRENT 0 207 UQ f <*W 307 IGJO 1230 1400 a f I f I I I i IERMAL LFP.4fT Ct}R VE REc+ARRs: XM MOTOR-NEMA NOM. FFF. 96.2 PCT. A�ERE3 9HONH FOR 10 VOLT CONNECTION, IF OTHER VOLTAGE CONNECTIONS ARE AVAILA.LE, THE A ERES HILL VARY LKV£RSEZY HAT. THE RATED VOLTAGE. eR. RY V.C.'�6Ri A—C MOTOR weuusare PERFORMANCE A44WGI434-R001 RIP A. 8 O DATE CURVES I..- DATE 12/18/10 P r4ntmd an SS(46(IP 3:38 @ pmm ea-maGar¢r i 31 Is DUTY MASTER ALTERNATING CURRENT MOTORS SOUtRR€L—CAGE INDUCTION ENCLOSURE: PROTECTED & WEMPERPROTECTED t COOLING: SEV—VENTILATED ,10TALLY ENCLOSED NON —VENTILATED ',. MOUNTM! FOOT P FRAMES 445T THRt 449TS ABOVE NEMA RATINGS EE P I— f FU— t •'x __F_ Y L% t U� o ACT a. LO Rs.33tba A R-K9- I i .9 ksit $ Q f BRA �t.c1 i i[b€ acs t dt2S i �a g3e2 II ssS za.a� a s. a i 13 ss 23€ 2 .23 g� I -S9FS €E.� lfl9B � � P.➢2 I E9 @ 3P`< � £4c5 €—£egg i t.'Q � SP3 i 823 f 3.t ! 3 P @G @fRaP£ Ir. €�° -. p� 1I1_- 9$-II]SFTPPI SS 33943- 6§p 4a 9222Y 2J $si__543Jf@ _22aa5.. f?C- !-B98.4s959i 1 BtS'YsB5@ 3123.9S33ti1535�9'�ie F'@B4C 295'KSS6$:E i 6E33BhS69R>BBm". b 2F rN£YULB.63.369f I}1 gS.2@P.9@3 . E 1 21 ?S 3353- ➢i 54F 10E33G.2.V 2 1 4g 5 1541. €3 3 s. _L9 F fam 2dC tP ll { i L. i ia.i €i lita' -I FRQT 4€N €6: 1 k£ 5 fRF ee PIS e 1 £2.W 2I5 1� .C-3 h R.amp£2.75 6 E .5B 3.fl4 um i9: 3 4 =F b-. Pate, RPM: kdF£ X`£ TAie. tS£ 1f°bb T. Ft= Tm" €dl 4Ta T EEPd € W 'saF€m ig€ eiSl C 4 = b tY am �'i46'P i8 ,spa 'Tim u El Wt b& { gg i QSO^�9E9�� I A-C MOTOR CONNECTION DIAGRAM STANDARD 6 LEAD QELTA (RUN) T6 TI T3 T, TS T2 (DELTA) (STAR) 76 T4 TS T6 T4 TS ;1I ;T. ;TI, T2 T3 T3 LI 1-2 L3 Ll L2 L3 RUN LINE START (N. P. 1767-D0 Y START - DELTA RUN STAR y (STAR T I I T4 T6 �\� z 73 T2 REV- DESC: ADDED T4 TO Y CONNECT DIAGRAM REV. LTR: D VERSION: 04 TOR: 000000847713 FILE: \RAC\00001 \808 1 REVISED: 10: 41: 25 04/08/2014 i BY: RAGJSSl M rL: - 0) cl I 3S.A.1-M01% CONNECT DIAGRAM STD 6 LEAD Y START DELTA RUN SH I aP I 0) ca APPENDIX "H" SELECTED FORT WORTH WATER DEPARTMENT STANDARD DETAILS 4' . .. . . ..... . . . ..... % 2 4Z1 ......................... Tiffe . . ...... roj ec Funding . ........... ­1 . ...... . 2 . .. 2"', - . ....... . . ...... 2 2 Name-'- 2 2 --Questions on this Project Call.,-. 2 Hours Call- (817) 392 - XXXV. t 2 1� Z R V TYP. 1 '1"yp. NOTES: IF APPLICABLE TO THE PROJECT, COLORS., V00fWbRT)i - PMS 288 - BLUE LONGHORN LOGO - PMS 725 - BROWN LETTERING - PMS 288 - BLUE BACKGROUND -WHITE PORDER-BLUFF PROJECT DESIGNATION SIGN, CITY OF FORT WORTH - CONSTRUCTION STANDARD DRAWING NO. 1 - H DATE: NE IE E PLAN VIEW - GRADE RINGS PROFILE VIEW - COVER -2f OPENING ,-RAME WIDTH PROFILE VIEW - FRAME CONCRETE COLLAR AS REQUIRED PER MANHOLE FRAME LID ASSEMBLY DETAILS COLLAR SHALL EXTEND AT LEAST 3" MIN. BELOW MANHOLE TOP OUTSIDE DIAMETER SHALL BE MAX. GREATER THAN OR EQUAL TO a OUTSIDE DIAMETER OF FRAME AND LESS THAN OR EQUAL TO OUTSIDE DIAMETER OF MANHOLE CONE OR TOP dDE DIAMETER SHALL BE JAL TO INSIDE DIAMETER FRAME NOTES: 1. PROVIDE STANDARD FRAME AND COVER WHERE NOT OTHERWISE INDICATED IN THE DRAWINGS OR ON THE DETAILS. 2. LIDS SHALL BE INTEGRALLY MARKED WITH "WATER", "SANITARY SEWER", OR "STORM DRAIN" AS DESIGNATED ALONG WITH FORT WORTH LOGO PER SECTION 33 05 13. 3. FOR WATER AND SANITARY SEWER, ALL TYPES OF FRAMES SHALL ALLOW MINIMUM 30—INCH OPENING, UNLESS OTHERWISE SPECIFIED IN THE DRAWINGS. 4. FOR STORM DRAIN ALL TYPES OF FRAMES ALL ALLOW MINIMUM 24—INCH OPENING PER SECTION 33 05 13, UNLESS OTHERWISE SPECIFIED IN THE DRAWINGS. RAM—NEK OR COVER EQUIVALENT (TYP.) /010 MAXIMUM OF 3 GRADE RINGS ALLOWED IN TRAFFIC AREAS GRADE RINGS SHALL BE CONCRETE, OTHERWISE HDPE WILL ALSO BE PERMITTED MANHOLE OR VAULT PER DRAWINGS CITY OF FORT WORTH, TEXAS MANHOLE FRAME, COVER AND GRADE RINGS UTILITY COLOR TABLE UT I IUT_ COLOR POTABLE W BLUE R CLAIMED WATER PURPLE SANITARY SEWER GREEN' STORM DRAIN RED POST CAP Wp7H COLOR AS PER UTILfff COLOR TABLE "n-il WARWNG LASEL ON BOTH SDES, MDE: RERECIRVE, TAPE YMTH COLOR AS PER U"FILJ7Y COLOR TABZ I' APARr STARTING 6' BELOW CAP. 4" 'JRN" m 40-T—N l p u �A T p ju E 'T L L T �101 N Y �Nj E FoRTWORm W CASE G.V. EMER ENCY PLEASEU'djw 392-44,77 FOR UNE LMATON PU:'j%SE CAIA.; (81-7) 392-8296 L V. LA[-3EL N.'r.S, NO . R. MARKE.RS SHALL BE IUEMARED FOR AIIJ POTABLE WA VER RECLAIMED WATER,, AND SANI"rARY SEWER LINES GREATER 'rHAI4 12 2, MARKERS SHAILI.. BE REQUIRED F'OR STORM DRAINS WHEN INDICATCD ON THE DRAVNGS. 1 PLACE MARKERS AT EACH RIGHT—OF—WAY CROSSWG AND AT MAJOR UTRYTY CROSSINGS AS INDICATED W DilE DRAWNGS, TUTY OF FOR r WORTil, TEMS REMSM O&L31-2012 YORWORTH UTILITY MARKER POLE 33 05 26-DOI 6 or"I'll w NOTES� -AS DETAIL TO BE USED ONLY WERE N, X1v NAPON WTH PROPOSED / , " , , � ,,, , ': , < '4 "N"< SPEOFIE.JD 014 THE IDRAMNC.Z IN 'x COMM MANHOLE OR VAULT W THE SAME LOCATION. 2. ONLY FLAT TOP MA14HOLCS SHALL. BE < ALLOWED FOR UNIMPROVED SURFACES. CONE MANHOLES WILL NOT BE ALLOYA 0, 3. F GRAEE R94GS ARE USED IMEY SHALL, BE NO LESS THAN 2' nlICK, AND SHAL1 IqOr EXCEED 12" 0N FVAL H0QiT. 140 IWORE THAN 3 FOIAL GRADE RINGS, 94ALL BE ALLOWED. 7 4. ALL MEASUREMENTS ARE TYPiiCAL FOR 2" MR4 'Z N/ 1� U ALL SMES OF' MANiinMLE/VAULT` D (1-yP5 '2"'MiIK SEPARATION ASSEMBLY. 5. MANHOLE PLAF TOP SR BALE EXTEND 5" "N' ms rANCE (7yp ) 'o, NA0q. ABOVE HQ­IEST ADJACEN \N"' UN�VPROW.'%'D SURFACE *�F.-.'N RMSED > MANII40LE M H4r.ACAIT.0 M niE DRAWNGS. A' 6PR OM RE04FORCEMENT TMNG COU AR: TO MAM-IOLEL 7, WiERE POSSIBLE, RNNG A14D FRAME NN MAY BE iNTEGRALLY CAST 00'0 FLAT TOP, PROVIDED ALL OTT IER SPACtNG N ✓ REOLAREMENTS ARE MET.. .. ....... . sen WHEN USED, CONCRETE COU ARS SHALL. BE POURED TO EX17.247S OF CONCRETE FLA'r Top, 9, MANHOLE SHALL BE RAISED OR FLLJSR�� AS H4MCA"R`D ON DiE DRAWNGS. EXTENTS OF M EXIS'1114G UN�MPRO\CD SURFACE FRAME AND COi aF AS INMCAIED N 5' M11114, (XRLAR THE DRAWNGS 44 Cq A M FE R m4- (TYPA, '77777, c 7, GRou r FACE 12" MX" *a"smooli (-Tw��) T0p__S0L 2 ROVri RAM-NEIK 01 Mir OARED i3y DRAWING— E(,AAVAirNr Mob �u�t ol (4) '--MANHOLE OR DR1LED #4 BAR!-.v UqT0 VAULT' PER MANHOLE CONE + + DRAWRqGa �31� MM, BOTH < MRECPONS, SEE 4- r t No re, 6 'p RMSEI'll SEC"TION VIEW (4) #4 BARS 0MU.10 KrO MANHOLE CONE 3"" w, I i soll SEE NOTr 6 CONCRE'M: FRAMEAND COVER AS i, R)p;...sOA,. C01 U AR 0NDIC1110 IN 1HD E RAWINGS 6 BOND 4 Yid �r1P 5,777 7,777 . ...... GIRO� FACE 112" 14AX SMOOTH (11'rPj 777� X: A. ROWS FkAM-NEK OR EwIvAu,�"w (TYP,) �x . ........... MANHOLE OR VAUL _ZA F LR DRAWNGS V WK ACCEPTABLE SACKFILL OR 6' MM CSS OR CLOW AS REWRED BY DRAWNGS PER CITY OF FORT WORTH, "I EXAS REVJSED° 08-31-2012 MANHOLE LID ASSEMBLY - UNIMPROVED SURFACE (FLAT TOP) 33 05 13-DO15 i S' W4 ' AND 12' MAX. HIAL BACKFILL UnUTY SAND PER SEC'n0N 33 05 10 %I= TRENCH GE'oTEXnt.E FABRK,' CRUSHED ROCK PER SEER 0N 33 05 10 12" WN. AND IS' MAX. TRENCH WALL CLEARANCE (11W.) IIIENDi DEP rH TRENO-1 DEF rH LESS FHAN OR GREATER 7HAN 15% EQUAL TO 15% GROUND WER AND NO PRESENT, OR BURIED GROUNT.) WATER STrEL HFIE FIER PRESENT' SECMON 33 11 14 pj CITY OOF FORT WORTH, TEXAS REVISED: 08-31-2012 WRTH EMBEDMENT FOR WATER LINES 33 05 10-DI02 16-INCH TO 24-INCH BACKMI 6"' WN. AND B12 CMA 0071AL AKFUL. TRENC11 GEOTE.XULL FABRIC CRUSHED ROCK PER SECTK.A 33 05 10 12* U110C AND 18" MAX TRENCH WALL Cll-'.MANCE (TYP'.) UTY OF FORT WORTH, TE�S DA"m 08-31-2012 V^RTWORTH EMBEDMENT FOR WATER LINES 33 05 10-DI03 ® LA INCH AND RGER WJ CONNECMON WTH ANCHOR TEE OR ANOiOR C3.0113NG FOR DUCrILr EXISTING OR R MAU4 PROPOSED ftN OR PVC P0:'E WAGE CURB X 4, z 6" FVRE HYDRANT/`. LEAD 114E (PVC RETAMER \l— PAVEMENT OR GLAND OTHER SURFACE WATER MAN PLAtIJ VIEW HOMZONTAL OLOCKWIG PER 33 11 00--13I30 — ISACKIMLL SAME AS WArER MAIN PER SECTION 33 05 10 EXIMIING OR - PROP0,SED CURS PAVEMEN'r oR 0'llqER SURFACE xx WW I HORIZON"rAd. rHRUST a 8 LOCKO qG PER 33 11 00-10130 *;.rlli.R MAIN—" MJ AN TEE OR MJ ANCHOR COUPUNG 6" MJ CATC VALVE PER 33 112 20—W26 NOTE: 1, 00 NOT LOCATF.'RRE HMRANT W SMEWALK. P. PROMDE FOUR (4) FOOT ClEARANCE AROUND FIIRIE 11-411.)RANT. 3. EXTENS�ON SEC'nONS MAY BE USIED AS REOWRED AND 04STALLED AS PER MANUFACTURER'S WSTRUCTONS, 4. FOR CONCR11:71..: PRESSURE MPIE OR Q.KJRII�.`.:D STEEL PWE,, PIROVIDE AN NSOLA"IlON PIT AND WAX PETROLATUM TAPE COAMNG PER SECMN 33 04 10 AND Fl xMJl GAM. VALVE. 90EWALK BOTTOM REST NiOMZONTAL THRUST FlRE BI-0004G PER I-111'95RANT 33 11 00—D130 3'..0' rROM IDACK V::' CURB (MAXW) s'L T F I RE HYDRANT a" m"q. PLUMS BREAKER RING W/BRFAKER STEM 2" 11 3'-6* 04. MAXit 7%-0' MAX. 6" ARE 1I1)1)RANT LEAD LINE (u--'VC OR MP) SAND EMBEDMO14T TIER SECTION 33 05 10 RETAWIER GLAND ELEVATQN SEW muowm 0-3 C.Y. CRUSHEf) ROCK PROPORTIONALLY AROUNO BASE. 00 NOT COVER WEEP HOLE. HOR0wrAL r..NLOWNG P ul33 11 00 0130 CONCRETE REST' 12'x1 2*xB' RIE.TAWER GLAND FORTWORTH Ul Y OF FORT WORTH, TEXAS REMSM 06-28-2013 STANDARD FIRE HYDRANT (STRAIGHT) 33 12 40-D120 ?g WCH AND ' ARGER MAIN E D I .°t3 F R mm J sEs FOR DUCTILE /# IRON OR - VC PIPE� ! WA S MAIN' j CONNECT RETAINER GLAND TLLANGED ON ET CONI NEE.TION OR BURIED STEEL AND EONCGRETE PRESSURE PIPE 'CATER MAIN GATE VALVE. P%O1=DE _S0LA [_ON KIT AND lROILAT M c "OA LNG PER SECTION 33 04 IN �122-!NCH AND SMALLER -- VA VE r x J PER 33 ,2 s 26 -RETAINED GLAND £ f s v { # = IILE !RON OR SMALLER E A TI ALL IE MIxMj PER 33 12 26- I25 ANCHOR COUP NIG ,NOSHOWN) 1-IFS AND SMALLLR BRANCH OUTLETS 1 - AND LARGER F--XP RESTRA_K'ED , GATE VALVE PER 33 12 20=sD_i¢7, it TH ISOLATION KIT ANC PETROLATUM TAPE COA�ENG ON ; 20TH SIDES PER srr ` ffia- 64 1u: 24-INCH AND LARGER MAIN � ] i i`'l. TER T�AN�t���:N t GAT= VALVE VAULT WELDED OUTLET E� �� `� ��=71?i EITHER BU i 0K LAB Ij URIEEg���gy LAP f3NELDED BASED ON l �ygqqg.CC �Cei®C�:R PIPE A71-RIAL x � x � �; g� s [ l _X" } £ Pl�E WATER � � tt �`-k=St�e`%yt�4 GAWMAR , t _ VAL�S WITH _- _N"R G'A DS t ; �16' AND LARGER MJxMJ J XE FOR-/ RESPRAINLD GA `L VALVE DUCTILE IRONCQ _. g MAIN, CONNECT t TH RETAINERRESTRAIN DUCTILE IRON-i r GLAND F / if 16—INC—H AND LARGER OR S-� SPOOL PE-'' NCH OUTLETS WITH RETAINER GLAND r VALVE VAULT SEPARATION LIMITS OF WATcE I TRANSMISSION CAE € VALE; SSTE & SIN. VALVE VAULT FOOTING -DISTANCE I WT NEE PER 333 12 -N127 - tie, 8- 6 `2- IORTWORTH CITY OF FORT WORTH, TEXAS BRANCH • • is TO LARGE WATER MAIN 20` 9,v , 2 ' -9 0„ 30' 1 —6' REVISED: 05-08-14013 33 12 20-DI25 r.ojjQREjL .CCLLAX CAMIA4 BARS IN BARS #4 (yp.) RS irME 2 . . .... 0' Ll= CHAMFER (7YP,)—/ FOR UNIMPROVED SURFACES ONLY EAL� M-ASEA2, � CONCREJE'. C(H LAR 0lAMFT-.R 17 IF VALW.. OPERAnNG NU7 OS A THREE-PIECE-111 MORE PIAN 3' BEI-DW PAVEMEN'T SURFACZ, PROIADE VALVEV BOX OR EXTENSON STEM TO V BE -LOW APPROWD EQUAL PAVEME347 SURFACE. wmmmm X"W4.5" USE RETAINER GLANDS FOR VALVE, RESTRAINT '1 l -0 i2' 2 +16 SQUARE. STOCK r 't W1 l" DIA" HOLE DRILLED THROUG11-i 1 "40 SOLID—` f5ir RWND SlOCK I I A VARIES 2* SQUARE Sl'OCK w/ DRIum n-IROOGH p 2'1? 2N' SQUARE�. TURWr, w/ V 11 r THKX WAU Il )LALVk-LlE9-EXJ0ZlQM Ndm 1, GATE VALVES SHALL BE RE.SIL047 SEATED. 2, PROVIDE � 3' WN. OF COW.R OVER RUNFORCEMEN7 IN ALL DIREMNS. COLLARS SHALL BE 4,000 PS CONCRE.,TE PER SECMN 03 30 00, NOM 1, 1" ROUND SOUG BAR & 2* SOIJARE PER ASTM SAE 1020, C(X 0 DRAKN W DLT"IER, 1 2-N SQUARE TUBING PER ASI'M A-512-79, SAE 1020, COLD DRAYN OR BETTER. 3, ALL M..LEIS SHALL COMPLY Wni A.W.S. CODE FOR PROCEMURE, APPEARANCE AND QUALM OF KELDS "Am %III', . .. . ... ...... . 'OAT- DIOAJLV CV'rY OF FORT WORTH,TEXAS REOSMI 08-31-2012 WORTH WATER DISTRIBUTION GATE VALVE & BOX 33 12 20-D126 (12" AND SMALLER) 32* HINGED FRAME AND COVER PER 33 05 13-0008 MANHOLE BASE POLY?SCCYAIqURATE CUSHION PAD V THICK, BENEATH MANHOLE. BASE S EA T G A rE AUG BA SECT�ON B-B VALVF 0 S' OCEW, CASI ON UNDISTURBED SOIL ........... DINIENSiON TABLE GATE BURr N, BURY VANE A 8 Ilk 1: D E M"I'ISITH DEl 11 92C P.....7 . UNPAVED- 6�_. 2. 5,-3" li, a ' s' 0 V-9^X 1 -7" 6" W-.10, 12' 20. 6' 0 1-10- Ls7= 6:j & .- 1. 6,10. ", 1. 12 24' 6' 0T X-. x 7"- W-4" 12' S 30 7' Y-3' , W-11- V-3" 13' 36 7' 0 2'-S;l S'-fT 16- 5' 2' 8'- q' 7'-10- 13' -MINIMUM BURY DEPTH IS EJROM FINISHED G RASE TO TOP OF P , lPE PRE -CAST - MANHOLE PER SJ 39 10,/20 -020H NO I'ES: 1. VAULT TOP SHALL BE PER MANHOLE UD ASSEMBLY DETMILS AS NOICATED ON THE DRAWNGS, 2. RISERS: 2J. DUCTILE IRON OR PVC (PIPE: PROVIDE TAPPING COPPER SIiIALL-"""I-"--"'.�'�,'"I"I" SADDLE Wni CC THREAD, BALL COPPORAPON oo'r BE IN STOP CCxFLARE, COPPER RGER AND X TURN CCWTACT' WITH BALL VALVE FLARExFLARE PER SCCY1ON 33 12 MANHME Ia. STRUCTUE 2,'2. STEEL OR CPN PROVIDE A THREADED OUTLET C�SM OR CSS NTH CC THREAD, BALL CORPORA110N STOP PER SECTION CC.FLARE, COPPER RISER AND J1, TURN RAU. VA0ff FLARExFLARE PER SECTION 33 12 t0. 13 05 10 31. TO OPEN ALL. VALWS TTWE OPERAHNG' NUT DIALL, COPPER RISER, - BE TURNED TO THE RKdL=Q.== SET.: P401'E 2 INSEII 'A STAINLESS STF.,F.11. ' UNI-STRUT V - 0 'MYTS AND ELUAMNV AN RENE #8 BARS 0 VAUUT-PLAN 6" OCEW /.12' HNGED FRAME AND COVER IPER 33 05 13-0008, 9F VAULT IS IN PAIADAEN11, OMENT KINGS TOWARD ONOWING TRAFFIC MANHOLE BASE RENE #6 BARS 0 6' XEW 1 2 &AN. Pol CUSHION PAD:, Ricl(' EXIENDING Imp PIPE LAY DRECTlON WN, )-TThiPEApY APPING' SADN.E W/­/ CC: THREADS PER W/ CC SEC1014 iZ 12 10 FLANGED MJ RETANER PROMDE H PETROLATL GLAND PER SECT; 5 3'X3'Xb' ONCRETE—- SASE WC n� #4 BARS PVC/DIP CPP/,STEEL 0 d- CICEAL CAST ON UNDI"JRBED Sall. $..EC'Tl0N ,A'.. --A STAINLESS STEEL STRAPS TO BRACE COPPER, SEE INSET 'A' GROUT MANHOLE CONNECTION PER SECTIONS 33 39 10 OR 33 39 20 F T3r oCITY OF FORT WORTH, TEXAS -REVISED: 08-31-2012 ... WORTH WATER TRANSMISSION GATE VALVE & VAULT (16" - 36") 33 12 20-DI27 NOTE. Nti 11NG DIUQTILF IROWPIP NOM CONNECTING %DRIED STFFL PIPF TO ONLY G C a PIPE OR zp 1f(I EXISTNQ, PaAt THIS DETAIL MAY BE USED IN EXISTING c ONCRE T E F�ES�R�PP� ,SEEL MAY BE CONNECTED BURIED � PPE REVERSE WHEN CONNECTING A- MID -JOINT §'RCPC9SEI3 CF'P TO EXISTING LENGTHS AS DESIGNATED I ENGTHS AS BURIED STEEL PIPE ON DRAWINGS ESIGN ATED j FLANGE CONNECTION, ON DRAWINGS PROVIDE BELLXFL OR � T CONNECT SPOOL PIECE PROVIDE UM TAPE O AND t SPIGOTxFL CONCRETE � TO STEEL PIPE WITH PETROLATUM TAPE COATING i t$J SCk9L3 SLEEVE PER SECTION 53 O4 iD � � 6 RESTRAINED WITH PRESSURE I�it�E AS - , 54ELEiE® BUTT STRAP RETAINER GLANCES INDICATES PLANS PER SECTION ,33 `< .4 r z _ EXISTING CONCRETE PE%(l STEEL PROPOSED E PRESSURE PIPE SPOOL PIECE BURIED SELLnFt STEEL PROPQSE€T EXISTING r SPOOL PIECE FLx€'DUCTILE LICT L STEEL !PE CONCRETE PRESSURE IRON SPOOL PIECE PROVIDE FLANGE ISOLATION PIPE OR BURIED STEEL 1R PIPE CALLED FLANGED CONNECTION SitNG CPP ARTS WHEN CALL_I FOR C�€� PIPE SPOOL PIECE Ellap SEi_ THE DRAWINGS ST[ IG PR O�Et WRAPPED E IN 2P UREE� UCIt CR®T� UFeiE -PETROLATUM. TAPE STERI PIPE }PP PIPR PRt�SURE RIPE STEEL PIPE CONNECTING QUOIT E ROPPF 7IE`ISTIN CO€�Rc TINE ��P �R RII RlE� STEEL BELL OF CPP OR ISUR-EC STEEL PIPE € PIPE TO FXISTHNG DLIC;TILE IRON PIPE FLANGE CONNEC'nON, LENGTH AS DESIGNATED PROVIDE ISOLATION Kff AND LENGTHS AS DESIGNATED ON DRAWINGS � PE7:iLA_PJW. TAPE COA iNG f ON DRAWINGS PER SEC ON 33 04 10 g t Ei i � NFLANGE CONNECTION. g' AFL STEEL S COL ® M i SOLID SLE-11 s SOLID SLEEVE PROVIDE ISOLATION KIT AND PIECE k MATCH OR OF € RESTRAINED GI NDS E-j f RESTRAINED YaTi;WITH PETROLATtS€! TAPE COATING B- RETAINER GLANDS RETAINER Gt NOS fr PER SECTION 33 04 10 EXISTING PIPE _ELL § ; ! — � - e - PROPOSED CONCRETE -� E €S ING FLxPO L PIECE EXISTING CONCRETE s ELOPE DUCTILE � IRON SPOOL PIECE PRESSURE PIPE CIt PRESSURE PIPE OR IRON SPOOL PIECE PROPOSED ®i DUCTILE BURIED STEEL PIPE BURIED STEEL PIPE DUCTILE IRON PIPE EXISTING DPP P'()p SEA IRON PIPE PRf�Pc�SEO CPP CR' AiEU U€ TILE - STFL PIPE IITC?N PIPE 0 P . OR 13€f&-,L CITY OF FORT WORTH, TEXAS REVISED: 08-31-2012 CONNECTION TO EXISTING WATER MAINS 33 12 2 5-D129 E"!ILOCKING Sh-11ALA EXTEND 1"0 UNDISTURBE:11.) EIARTH All 0kX1N.JE flRON F117TINGS SHAUL BE WAPPED W RESTRAINED PLUG OR CAP POLYETHYLENE FIER SEC"IlON 33 I'll 11 TEI ....................... -4L g, mamilm l - k BEND. '-H-OR ZONTAL THRUST BLOCKING TABLE JGS, ES, 90' SENDS45' B04DS�22,5- BENDSlTI,25' SENDS A -ENDS I"IF T" ­XTI D E 92E -A, M1 Vllq. AR._ N. AREA WN. (SF) 1 (SF) (SF) (SF) (s1r) .. . . .................. 4,(]0- 4,50 4,00' 4,00, a'* 1 1 65.65 800 4,33 4,orj^, 4, 001 5,94 1 2 50 5,76 k00" 4 �30* . . .. .. . ........ . . . ....... 12" V-6` T2.72 I 299 9.74 11.96 kon* .. . ........ . 1 37 22,62 _3t9q 1731 8.83 443 _27 2.'-0"' 35-34 2-7 " -,"3 13.79 5.93 24" 2'-0- 5 _8-25 19,86 ___�L ___ �,WINWUM THRUST SLOOONG SURFACE ARE:A SHALL BE 4. SQUARIE "OlMEN&ON `X" TO BE A WNWUllof OF ONlf-..: FOOT AND SO lNCHES, et)j' IS TO BE lIqCREASED WERE NECESSARY TO PROVIDE BEARqG AGAVNST IJND0S1uJRBE1D 11-Rr3q(,Fil WAU NOTES. 1., 11-ffiUS1 OLOCKlNG AREAS SHOWN ARE BASED al,I' 1.1. 225 PSI TEST PRESSURE ,11.2- 3,00a I:,7sF IqoR0z6R-rA1L OR ILA 0NU, BEARWC, PRESSURE FOR ArCEPTARKE SOILS MHMIJIM COVER OF 4,2* 1I.4. A SAFETY FACTOR OF' 1,5 2. 1HE ENGNEER SHAII, PDOMDE A SETIARAFE BILOCKING IFABILE W-1fl:N THE WN[AllONS DO NOT MEET' 'IFIE AGOW, ASSUMF"IWNS 1HE CCINTRACTOR II REQUIRED 110 PROW)E THRUST RESITiMNT BY MEANS OF 1HRUST BLOCWING FOR AIL P�PES, WS YEM SHAIL BE CONSH)EREID S4MSII11IARY '110 11E VARIOUS fl[EMS BID. 4, ALL Md FITTINGS SHALL F.-'JE ADDIMONAl RESV�AINED WTH RE"I'AlNER GLANDS. & 1:31LOC"K00' G FOR WATER I INC S I ARGER'THAN 24 SHALL K DES�GNED FOR "nff. SPEClAC LOCATION AND SHOWN ON THE DRAWNGS 5, AIJ. DUCT11l.1-..,' lRON F11711 GS '3HAIJ., BE MiAPF1.."1 IN 1"OL1PE11-1YLENE ENCASEMENT PRIOR TO PLACNNG OF BLOCKNG, 7, CONCRETE W"ERW. &Wlt CONFORM '110 SECn0N 03 34 16, a FORTWORTH CFYGF�FORT WORTH,"'rExAs REVISED- 06-.19-2013 HORIZONTAL THRUST BLOCKING 33 11 00-D130 THERMS BRAZED CONNECTIONS - PLACES; PER 31 04 0-0142 NO2 AM, STRANDED COPPER 14141"_ INSJU ATION BOND MIRES s O M . BOND WIRES SPIALL BE PLACED A MINIMUM Or 6' APART CITY OF FORT WORTH, TEXAS ELECTRICAL BONDING ACROSS FLANGE i REVISED: -31-2012 33 04 10-13140 F W'A ER M,' NA_ GRADE �f / '/` I + Y = r a a _ `STRANDED � a CO PPIER TES , - + - INS s N � e BOND R-15 BRAZES CONK€% IONS 'LACES) _R 31 D4 10—DI4a NOTE. L BOND WIRES SHALL BE PLACED A MINIMUM OF 6' APART. RT RT CITY OF FORT WORTH, T REVISED: -31=2 i2 ELECTRICAL BONDING ACROSS33 VALVE 4 0-D1 E HOLD WELDER FIRMLY REMOVE PIPELINE COATING, 0 m IN PLACE WHILE FILE PIPE TO R GHT METAL _ MAKING CONNECTION AND DRY ANY MOISTURE WITH STRIP INSULATION FROM SEE A T EL. IRE SEE ii §t Ldfl. t S T APPLY, SPARK GUN AWAY FROM 0PERATOR 3s =§ 4' f A FAN DLE GRAPHITE MOLD 4 A ONNEC1014 WITH REMOVE SEA-0 BITUMINOUSxCO POUND AND APPLY ITE � STARTING PO DFP F WITH HAMMER x�THERM (((� �� rl r f SEED METAL METAL DISK '.j.aS In I�a�ma s€E - SpSpSp � PIPE SURFACE STEP 4 STEP 5- f f r l . / Al 4e ff z- -%- INSERT NCffES; e. WHEW 114 SOLID TO STRANDED TO flO SOLID 'HIRE IS USED, IT WIC RE NECESSAIZY TO INSTALL A COPPER SLEEVE OF ADEQUATE SIZE VER BARE SECTION OFF WISE ISEFORE CONNECRION aS AT EWIPT D, . THERMAiRE BRAZED PROCEDURES SIMILAR FOR �� � BP,==CKETS, _> REPAIR ALL DAMAGE TO --GATING A [S LINING IN ACCORDANCE WITH - - UFACTR URER'S RECOLdMEN ATeONS IV oI! H CITYOF T WORTH, TEXASC� REVISED' = 1-2012 ` ►1OD! THERMITE BRAZED CONNECTION DETAIL 1: 04 0`C1 THERWE BRAZED CONNECTIONS c }ff Pam_ ,31 04 10-�0§4pp— j NOTE; BOND WES S � BE ¢' A MIMMUM ff 6' APART, it T CITY OF FORT WORTH, BELL AND SPIGOT BONDING 33 2 04 0-D1 3 o -RGH-rENING SEQUENCE NO_E. INSTALLED, A TEST SKALL BE PERF&i ED TO ASSURE P€PELINE QOINT IS ISOLkTED ONE S=DE FROM HE OTHER PRIOR TO Bl RYING TYPE 'V lNSU IN-G SK-, PIREL3 -- SEAL 4 OR APPROrtD EQUAL l _: EE-L VASHER i ? INSULKIIN'a WASHER d NS'-'W;ING SLEEVE j( 1NSUI-A_';NG WASHER STEEL EE? WASHER 1 INSULATING SLEEVE AND RlESetS F _ s INSUILK€sNd WASHER � WASHES? §54:L`€s€z' SLEEVE i E l i EXISii G NVER i - A! E E FLANGE 1 PROFILE VIEW-- CITY OF FORS` WORTS[, TEXAS ISOLATION FLANGE ASSEMBLY 33 REVISED: 8- 1-2 12 0410-D146 Rm - COLLAR CAS: IRON -1D ARKED -ER 3e 7 l NAL DE 9 CONCRETE VALVEr BOX, Bfps 14A WITH H I�r- INSULATION T;R'ERWE' BIRAZED CONNECTIONS LACES B C FR�#N� N __ �E E , OVIDE SUFFICIENT SLACK IN 3-rS TO All W REMOVAL OF TERMINAL RNA- FROM -, BOX, &qw i �A MACHINE SCREW®. WASHER, AND HEX CONNECTOR JC10-14 NUTS •P. 3 PLACES) 14 A o E3 i LEXAN 4�q (REFERENCE �� .=Ruda - BOA�4D ] ' 1 t DETAIL TERMINAL PAINEL CITY OF FORT WORTH, TE,"S FLUSH MOUNTED POTENTIAL • REVISED: 08-31-201-el 33 4 - g MG FINK TES; STATION y 9 MODEL -300 SEE � � � ` i DIA. CONDUI- MACHINE 5CREWS, 4 H_, a HEX v ism; NUTS f (PROTECTED 112 € r (PROTECTED PIPE! N 32' DIAMETER 4 G BLUE 3y( 4 REFERENT- CE 0� �If' t r -;; - 41DETAIL =U`ERA PANEL TO BE LIT 0 ONLY WHERE 2e QN THE ORAWINGS. kwN, GONDUff ANCHOR 1 MARS 0 PIPELINE I OF FORT WORTH, TE REVISED: FORT'tiRTt1CITY��4�-��� E MOUNTED TEST STATION ASSEMBLY 04 1 - ONCRUE COLLAR PER 3k 12 120-D126 TERMINAL PANEL, SEE.7 DErA.L RA 3 CRUSHED ROCK PER SECT* -3 05 iD #8 AV.,-- COLLECTOR CABLE BLACK (e 0-) t� ANODES (SIZE. ATE R AE X- ND BEE ! S¢'A3 LED AT S7RUCTU E DEVR4. A HORQ-0. E POSIT ION AN INIMUM OF 5 FEET FROM CAST iRON LID MARKED FIGRACE ONCRE - VALVE BOX, -UNSIEDIE DI a SSONS) T ER'UE RAZ97 INc r e MP` 2 PLACES) PER x04 14 CufC,-,S044 REFERENCE CELL NOTE: 1, POI' SUP1 1E Sit IN CABLES -0 $ W REMOV L ba EI MINI '-_ PANEL . FROM ALUVE ` Qk CONNECTOR C10-14 cryp, �_ PLACES; 2 AWG WHITE Nw-G COU?ECTOR CAxI BIDACK ,bop) DETAIL E 1= P L 0,01 OHM WIRE SHUNT MACHINE SCREWS. WASHER, ,AN 0 HEX - is I=1 XAN NA ;OAD 12 AING WHITE (PROTECTED PIPELINE) E 14 jkWG BLUE (REFERENCE CEI . _ 1 �1 CITY OF FORT WORTH, TEXAS REVISED- - 1-201 MAGNESIUM ANODE INSTALLATION TEST STATION12-DI52 MANHOLE BURIED YELLOW WARNING TEE (3£ WIDEN ANODE TES STATION T I AJI READS -CAUTION BURIED CATH Dt9 FINAL GRADE PROTECTION LES BELOW" < ,K -- � NEW 'ER LICE 0-ED A GE I L APE f, 4 HER LEE INSTALL v- I LOOP ,2' BELOW CABLE q W H ANOTHER CONNECTION. ` c LEAD IN �� SCH, i PVC -aI� UUT FROG WATER r F £ sly ANODE ��� - HEADER C OLE SPLICE PREPACKAGED 60 Les, HIGH 12 A I° ANODE € POTEINIMAGNESIUM ANODE - LEAD WIRE y I _ AN > :� COLLECTOR CABLE � � _ A -. NO - PR SUFFICIENT SLACK IN CAB�ES TO ALLOW REMOVAL O; TERMINAL PAhea € ROM VALVE BOX. 2a ANODES TO BE INS€QED AT SlRUCTURE DEPTH IN A HORIZONTAL POSITION AND A MINIMUMS OF 5 II, FROM PIPELINE. CITY OF FORT WORTH, TEXAS ANODE INSTALLATION SPECIAL CKaI- LOTi i BAG t 4' I REVISED: 8-31-2 12 .. 33 4 12-DI53 CAST 'RON L€` MARKED CONCRETE COLLAR r c_ TES , DER 33 12 20 C126 .I � FINAL GRADE TERM-NAL PANEL. SEE DEAL �g � "ON, E _o -1AUVr BOX, s F E _ `0a25'o x 12' D: EP, PER ECT; N 3 (I S E DIMENSIONS' s 12V THERMUE BRAZZED C0NNr_CTC0N- _ R -1 04 -13° - - SO4 ,EFE E � a., - T PRUTECTED P - FUME C - _ S TERMINAL � R 0?4 W AS OR!7 ;SEX CONNECTOR #C �UTS P. 3 P S) 8#_ 1 AM ,MINA.' 2 AWG WHIT- nTE - �� (PROTECTED PIPEUNEE; �!! BOARD 12 NW ' -"=E - - '�✓ i -=i `LD , , LLB a #14 A C BLUE (REFERENCE .� L NOW-: : PROVIDE S I I tEI T -LACK �_ =N CABLES TO ALLOW REMOVAL O= ZM110L DETAIL PkNE, FROL C . - TERMINAL44EL E NTONITF fCOPP ERSULFATE TI VOTROFIC GEL 50% _RENTONffr_ 50% PLATING GRADE OPOER SULFIKTIE CRYSTALS CELLED I:H COPPER SC3 FA U SATURATED 'D6&J7EK �AI EER MICRO _ CRE CECTIF)CfllHL E ,11 ATION BAG s TEST ;CATION f F- FIN& GRADE f ri �l REFERENCE ELECTRODE INSTALLED AT PIPELINE CENTERLINE DEPTH W FAIN, FROM PIPE) � ml e CITY -OF FORT WORTH, TEXAS V O PERMANENT REFERENCE CELL ELECTRODE INSTALLATION 33 04 12-DI54