Loading...
HomeMy WebLinkAboutContract 29388 CITY SECRETARY'Q Q 2J�S CONTRACT NO. SPECIFICATIONS AND ORIGINAL CONTRACT DOCUMENTS FOR GREENWAY ADDITION MODEL BLOCK LIFT STATION IN THE CITY OF FORT WORTH, TEXAS SEWER PROJECT NO. PS 58-070580175450 w Robert D. Goode, P.E. Dale A. Fisseler, , P.E. A. Douglas Rademaker, P.E. Gary W.Jackson F Director Director Director T/PW Department Water Department Department of Engineering City Manager FP PREPARED BY: Dunaway E"v"°�" Planners Surveyors Associates, Inc. LandSCapeArchteds 1501 Merrimac Circle,Suite 100 Fort Worth,Texas 76107 ° F ...... •'�9 T 0 Phone 817.335.1121 Fax 817.335.7437 0 ( .. 0 ��P•• se°°o 2003 e*:• * ••. °i DAI No. 2001089-02 BRIAN S. D ...�•.• . A.R.. j 82623 B Y °o �m °o ' F 0, SOISTO C COED CIR G 11A ILn � �Oa ore FT. w aiff 1, TEX. & 3 L- Lklo Page 1 of') City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 12/2/2003 - Ord. 15772 DATE: Tuesday, December 02, 2003 LOG NAME: 60GREENWAY REFERENCE NO.: **C- SUBJECT: /8qq Appropriation Ordinance and Award of Contract to Control Specialist, Inc. for the Greenway GieWeK Lift Station RECOMMENDATION: It is recommended that the City Council: 1. Authorize the transfer of $483,717.00 from the Water and Sewer Operating Fund to the Sewer C, Projects Fund; and 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriation in the Sewer Capital Projects Fund in the amount of$483,717.00; and 3. Authorize the City Manager to execute a contract with Control Specialist, Inc. in the amount of $443,967.00 for the Greenway Sewer Lift Station. DISCUSSION: On October 2, 2001 (M&C C-18759), the City Council authorized the City Manager to execui engineering agreement with Dunaway and Associates, Inc. for the preparation of plans and specific for water and sanitary sewer relocations for the Greenway Addition Model Block. The Greenway Sewer Lift Station will provide sanitary sewer service to the Greenway Additior surrounding 200 acres. Currently, existing sanitary sewer mains located in and passing througl Greenway Addition are extremely shallow, laid at flat grades, and susceptible to mainter problems. The construction of the Greenway Sewer Lift Station will allow the existing sanitary sewer to be replaced with new sanitary sewers placed deeper and with steeper slopes, thereby reducin potential for maintenance problems. The project was advertised for bid in the Commercial Recorder on July 17 and July 23, 2003. On A 14, 2003, the following bids were received: BIDDER TOTAL BID CONTRACT TIME Control Specialist, Inc. $443,967.00 210 Calendar Days Steve Dake Construction $451,147.48 Red River Construction $541,600.00 Ranier Construction $553,347.66 http://www.cfwnet.or-/council_packet/Reports/mc�rint.asp 12/11/2003 Page 2 of 3 Control Specialist, Inc., is in compliance with the City's M/WBE Ordinance by committing to 15% Mi participation. The City's goal on this project is 15%. In addition to contract amount, $22,000-00 is budgeted for contingencies and $17,750.00 is budgetE construction inspection. This project is located in COUNCIL DISTRICT 8. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that upon approval and completion of recommendation 1, and the adopi the attached appropriation ordinance, funds will be available in the current capital budget, as appropr of the Sewer Capital Projects Fund. TO Fund/Account/Centers FROM Fund/Account/Centers 1&2 $483,717-90- 3) 443 9E PS58472045 070580175450 PS58 541300 070580175450 z $465,967.00 IPE45 538070 0709020 $483,71 PS58 541300 070580175450 2) $17,750.00 na,t-Pt[Renorts/mc -onnt.asp 12/11/2003 Page 3 of') PS58. 511070 070580175450 Submitted for City_Manager's Office by_: Marc Ott (8476) Originating_Department Head: Dale Fisseler (8207) Additional Information Contact: Dale Fisseler (8207) http:/Iww,w.cfwnet.org/council_packety'Reports/mc_pnnt.asp 12/11/2003 TABLE OF CONTENTS PART A NOTICE TO BIDDERS SPECIAL INSTRUCTIONS TO BIDDERS PART B MINORITY &WOMEN'S BUSINESS ENTERPRISES SPECIFICATIONS PROPOSAL PART C GENERAL CONDITIONS PART Cl SUPPLEMENTARY CONDITIONS TO PART C PART D SPECIAL CONDITIONS PART E TECHNICAL SPECIFICATIONS • PART F CERTIFICATE OF INSURANCE CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW EXPERIENCE RECORD EQUIPMENT SCHEDULE PERFORMANCE BOND PAYMENT BOND MAINTENANCE BOND PART G CONTRACT PART H TARRANT REGIONAL WATER DISTRICT EASEMENT APPENDIX A SELECTED STD. DETAILS FORM FWWD GENERAL CONTRACT DOCUMENTS AND SPECIFICATIONS APPENDIX B GEOTECHNICAL REPORT 2001089-02_Specs_03-0523_BSD.doc TABLE OF CONTENTS APPENDIX C ONCOR SERVICE AGREEMENT 2001089-02_Specs_03-0523_BSD.doc OF PART A NOTICE TO BIDDERS SPECIAL INSTRUCTIONS TO BIDDERS 200108302_Specs_03-0523_BSD.doc NOTICE TO BIDDERS Sealed proposals for the following Greenway Addition Model Block Lift Station, Sewer Project Number PS 58-070580175450, will be received at the office of the Purchasing Manager until 1:30 P.M., Thursday, August 14, 2003 and then publicly opened and read aloud at 2:00 P.M. Plans, Specifications and Contract Documents for this project may be obtained at - the offices of Dunaway Associates, Inc., 1501 Merrimac Circle, Suite 100, Fort Worth, TX 76107. One set of documents will be provided at a non-refundable cost of forty dollars. General Contract Documents and General Specifications for Water Department projects, dated January 1, 1978, with the latest revisions, also compromise a part of the Contract Documents for this project and may be obtained by paying a non-refundable fee of $50.00 for each set, at the office of Water Department, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas. All bidders must be pre-qualified with the City of Fort Worth Water Department a minimum of seven (7) days prior to bid opening. Bid security is required in accordance with the Special Instructions to Bidders. A non-rri' datory pre-bid conference will be held at 10:00 AM on Thursday, July 31, 2003 at the Village Creek Wastewater Treatment Plant Conference Room, 4500 Wilma Lane, Arlington, TX, 76107, (MAPSCO 68N) to discuss the scope of the project and to answer questions about the — plans and specifications. The Engineer will transmit to all prospective bidders of record such Addenda as he considers necessary in response to questions arising at the pre-bid conference. Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive. Information regarding the status of addenda may be obtained by contacting Brian Darby, P.E., with Dunaway Associates, Inc., at 817-332-1115. The City reserves the right to reject any and/or all bids and waive any and/or all formalities. No bid may be withdrawn until the expiration of ninety (90) days from the date the bids are received. For additional information, contact Brian Darby, P.E., at 817-332-1121 or Chris Harder, P.E. at 817-871-6820. Advertising Dates: July 17, 2003 July 24, 2003 2001089-02 Spec9_03-0523 BSD.dM A- 1 SPECIAL INSTRUCTIONS TO BIDDERS 1) PREQUALIFICATION REQUIREMENTS: All contractors submitting bids are required to be prequalified by the Fort Worth Water Department prior to submitting bids. This prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. It is the bidder's responsibility to submit the following documentation: a current financial statement, an acceptable experience record, an acceptable equipment schedule and any other documents the Department may deem necessary, to the Director of the Water Department at least seven (7) calendar days prior to the date of the opening of bids. a) The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by _ an appropriate State licensing agency and shall have been so prepared as to reflect the financial status to the submitting company. This statement must be current and not more than one (1) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. b) For an experience record to be considered to be acceptable for a given project, it must reflect the c __ rience of the firm seeking qualification in )rk of both the same nature and technical level as that of the project for which bids are to be received. c) The Director of the Water Department shall be the sole judge as to the acceptability for financial qualification to bid on any Fort Worth Water Department project. d) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as such. e) The City, in its sole discretion, may reject any bid for failure to demonstrate experience and/or expertise. f) Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if inadvertently opened, shall not be considered. g) The City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received. Failure to notify shall not be a waiver of any necessary prequalification. 2. BID SECURITY: A cashier's check, or an acceptable bidder's bond, payable to the City of Fort Worth, in an amount of not less than five (5%) percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeiture in the event the successful bidder fails to execute the Contract Documents within ten (10) days after the contract has been awarded To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City — 2001 0e9-02_Specs_03-0523_eso.a0c A-2 SPECIAL INSTRUCTIONS TO BIDDERS upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 3. BONDS: A performance bond, a payment bond, and a maintenance bond each for one hundred (100%) percent of the contract price will be required, Reference C 3-3.7. 4. WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, including the payment 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, Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by " Cit;, The provisi; of D-3 Right to Audit pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above. (d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. 5. AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the Proposal. 6. BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas. 7. NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business in located. "Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract involves federal funds. 2001089-02_Specs_03-0523_BSD.doc A- 3 SPECIAL INSTRUCTIONS TO BIDDERS The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 8. PAYMENT: If the bid amount is $25,000.00 or less, the contract amount shall be paid within forty-five (45) calendar days after completion and acceptance by the City. 9. AGE: In accordance with the policy ("Policy") of the Executive Branch of the Federal Government, Contractor covenants that neither it nor any of its officers, members, agents employees, program participants or subcontractors, while engaged in performing this contract, shall, in connection with the employment, advancement or discharge of employees _ or in connection with the terms, conditions or privileges of their employment, discriminate against persons because of their age except on the bases of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, employees, subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona "de occupational qualification, retirement plan or statutory requirements. Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractor against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. _ 10. DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal, state and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced laws concerning disability discrimination in the performance of this agreement. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES In a accord with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women 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 MBEIWBE UTILIZATION FORM SUBCONTRACTOR/SUPPLIER UTILIZATION FORM , PRIME CONTRACTOR WAIVER FORM, and/or the GOOD FAITH EFFORT FORM ("with Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m., five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive. 200108302_Specs_03-0523_BSD.doc A-4 SPECIAL INSTRUCTIONS TO BIDDERS Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a minority business enterprise (MBE) and/or women business enterprise (WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal, State or local laws or ordinances relating to false statements. Further, any such misrepresentation facts (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less that three (3) years. — 12. FINAL PAYMENT, ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment (less retainage) from the city for each pay period. b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete. C. The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City. d. The warranty period shall begin as of the date that the final punch list has been completed. e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city shall make a progress payment in the amount that city deems due and payable. g. In the event of a dispute regarding either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days. .. A-5 2001089-02_Speca 03-0523 BSD.doc PART B MINORITY & WOMEN'S BUSINESS ENTERPRISES SPECIFICATIONS PROPOSAL 2007089-02_Specs_03-0523_BSD.doc E ATTACHMENT IA � Page 1 of 4 FORT WORTH City of Fort Worth (Subcontractors/Suppliers Utilization Form I I- _ I E E COMPANY NAME: Check applicable block to describe prime .►��1� lLuL 5, L,tt, �._n.C� M/W/DBE E NON-M/W/DBE PROJECT NAME: n/1 BID DATE L-. X L;- 7---,,, City's M/WBE Project Goal: Prime's M/WBE Project Utilization: PROJECT NUMBER 1 _SZ7 % k 19' % PS- S8-0-10 58 01"1%4 Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker,Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 1 SI tier, a payment by a subcontractor to its supplier is considered 2nd tier ALL MIWBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency(NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner-Operators, and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement. Rev.5/21/03 s FORT WORTH ATTACHMENT Page 2 ' Primes are required to identify ALL subcontractors/suppliers,regardless of status;i.e., Minority,Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary. ~ - Certification �— qr SUBCONTRACTOR/SUPPLIER (check one) � T N T Detail Detail Company Name i Address e M W C X 1 Subcontracting Work Supplies Purchased Dollar Amount T D � Telephone/Fax r B B R O E E E C T E A LS'Lt0 �3tc.►Lt� It.rL. i�rt: 1t4-44t- ��,a 1 suriC�..�'i'nA�T � s,10'LS x: 2.14-941»23(a%z �..t..a. An_ -%b.6^-%j%Cti 1LL% Fu�Ca.vCr nH:5tt'1-4-V3- 4.6%5 1..�+ ' tP- ti: VI'L.(011.-"LS1-V zT Art A w-1 S. ,-t%-}%- —'X t�t.�.ks,'r,�c.,�sL�..-t tfv..cs. ��.�-r• �13,tZ o Ssft f A�« i LICT L 34(o Ca ,,T�F (1-ft ZZ5 es L MzL1SSA�Tic o ns+�-t O $o d S 44-a+'0C10 'I to-j P I vC-2— 'J C ej A. ._ Rev.5, FORTWORTH ATTACHMENT 1A Page 3 of 4 ' Primes are required to identify ALL subcontractors/suppliers, regardless of status;i.e., Minority,Women and non-M/WBEs. Please list M/WBE firms-first,use additional sheets if necessary. - Certificaticf t V �- (check one) C ' SUBCONTRACTOR/SUPPLIER T r N T Detail Detail Company Name i Address a m w C X F Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r 8 B T D 1 E E R O E C T E A L4ao T.�n.Eel�� R..� c�.��n�y c►�) q1L- 416-9sZo cs ti.Vr 42 1 �tl� X11-4`6S-4�S`e 'Ct1- Acm-SAYS L S]:j--..r 1 tEs l.v. �ca.X ��� �..�•J L dam! Z Z'5.14 I, 'PH:1'11-'Sl lo-1-1-4 3 F w'. -)--I l-'1110-14 41 fie.► -SiT� S>L^v.c�� ►�rLG kT... ti., T'tiC �C.)Cl ' —rez34 PN=4 40t 61-A- '&'+bu -c %"- I.In-,C 1R3Q ' C,U1, gt1- RVk- %449 M: 511-`b 8-G.ZS'1 i,,.KrtL..,s w.c•t.�t �••3 FA'sR�u.?\a .l ar, A6 49.0 —1 i+cn o 3 1 q-,Cl -t.. ,,na- x Rev.5/21/03 F'oR ATTACHMENT 1A Page 4 of 4 Total Dollar Amount of M/WBE Subcontractors/Suppliers $ R ITotal Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ Z.. 00 4 1 ITOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 2 q 1 The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a I Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE_goal. Ifthe_detaiLexplanation is nQt submitted, it will affect the final compliance determination. 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 M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the MM/DBE(s) 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 and create a material I breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. Authorized Signa re Printed Slpnature I Title Contact NameMtle(if different) I ���.NT•�—L ���«L�+�. Z t-Z{.Ix Tc i'1- ff.'s 'tc 2n q Company Name Telephone and/or Fax I1.4•V--�-. b E tv ck a L%mca. L y w. Address E-mail.Addrass -T t ..rr ct . 2-,,,-, City/State/Zip Date I Rev.5121/03 x FORT WORTH City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is$25,000 or more,the MIWBE goal Is applicable. If the total dollar value of the contract is less than$25,000,the M1WBE oal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid. MIWBE PROJECT GOALS LThe City's MBEfWBE goal on this project is 15%of the base bid value of the contract. COMPLIANCE TO BID SPECIFICATIONS On City contracts of$25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following: 1. Meet or exceed the above stated M/WBE goal,or 2. Good Faith Effort documentation,or; 3. Waiver documentatiori, or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department,within the following times allocated, in order for the entire bid to be considered responsive to the specifications._ 1. Subcontractor Utilization Form, if goal is received by 5:00 p.m., five (5) City business days after the bid met or exceeded: opening date,exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if participation is less than opening date, exclusive of the bid opening date. stated goal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if no M/WBE participation: opening date,exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days after the bid perform all subcontracting/supplier work: opening date, exclusive of the bid opening date. 5. Joint Venture Form, if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid to met or exceed goal. opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S MIWBE ORDINANCE,WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions, please contact the M/WBE Office at(817) 871-6104. Rev.5/28/03 pr ATTACHMENT IA Page 1 of 4 FORT 111111T TH City of Fort Worth Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: _ Check applicable block to describe prime PROJECT NAME: M/W/DBE NON-M/W/DBE BID DATE City's M/WBE Project Goal: Prime's MMBE Project Utilization: PROJECT NUMBER Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5)City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MNVBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications "1 M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker,Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. Fit Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 1 st tier, a payment by a subcontractor to I its supplier is considered 2nd tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. I■ Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency(NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. r If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease L trucks from another M/WBE firm, including M/WBE owner-operators, and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs, including owner-operators, but will only receive credit for the (� fees and commissions earned by the M/WBE as outlined in the lease agreement. Fs Rev.5/21/03 FORT WORTH ATTACHMENT 1A Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers,regardless of status;i.e., Minority,Women and non-M/WBEs. Please list M/WBE firms first,use additional sheets if necessary. - Certification f (check one) C SUBCONTRACTOR/SUPPLIER T r Company Name i N T Detail Detail Address e M W C X P Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r B B T D E E R O 1 C T I A Rev.5121103 FORT WORTH ATTACHMENT 1A Page 4 of 4 Total Dollar Amount of M/WBE Subcontractors/Suppliers $ Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ s TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a �+ Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/V1BE goal. If the detail explanation is not submitted, it will affect the final compliance determination. 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 M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) 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 and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1)year. a, Authorized Signature Printed Signature Title Contact Name/Title Of different) Company Name Telephone and/or Fax Address E-mail Address R Citylstatnlzip Date - Rev.5/21/03 ATTACHMENT 1 B FORT WORTH Page 1 of 1 City of Fort Worth Prime Contractor Waiver Form PRIME COMPANY NAME: Check applicable block to describe rime PROJECT NAME: M/W/DBE NON-M/W/DBE BID DATE a City's M/WBE Project Goal: PROJECT NUMBER If both answers to this form are YES, do not complete ATTACHMENT 1C(Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO,then you must complete ATTACHMENT 1 C. This form is only applicable if both answers are yes. Failure to complete this form in its entirety and be received by the Managing Department on or before 5:00 p.m.,five(5) City business days after bid opening,exclusive of the bid opening date,will result in the bid being considered non-responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, NO this is xour normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/WBE(s)on this contract, the payment therefore and any proposed changes to the original M/WBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the M/WBEs 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 breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1)year. ■ w ■■ Authorized Signature Printed Signature Title Contact Name(if different) Company Name Phone Number Fax Number Address Email Address Citylstat&OP Date Rev.5/2803 N ATTACHMENT 1C Page 1 of 3 FORT WORTH City of Fort Worth Good Faith Effort Form PRIME COMPANY NAME: Check applicable block to describe rime PROJECT NAME: M/W/DBE NON-MNWDBE BID DATE City's MMBE Project Goal: PROJECT NUMBER a If you have failed to secure MMBE participation and you have subcontracting and/or supplier opportunities or if your DBE participation is less than the City's project goal,you must complete this form. If the bidder's method of compliance with the MNVBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. Failure to complete this form, in its entirety with supporting documentation, and received by the Managing Department on or before 5:00 p.m.five (5) City business days after bid opening,exclusive of bid opening date,will result in the bid being considered non-responsive to bid specifications. i 1.) Please list each and every subcontracting and/or supplier opportunity] for the completion of this project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. (DO NOT LIST NAMES OF FIRMS) On Combined Projects, list each subcontracting and or supplier opportunity through the F tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities ■ f Rev.05/19/03 ATTACHMENT 1C Page 2of3 2.) Obtain a current(not more than three (3) months old from the bid open date) list of M/WBE subcontractors and/or suppliers from the City's M/WBE Office. Yes Date of Listing i / No 3.) Did you solicit bids from M/WBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? Yes (if yes,attach M/WBE mail listing to include name of firm and address and a dated copy of letter mailed.) No 4.) Did you solicit bids from M/WBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone,exclusive of the day the bids are opened? Yes (If yes,attach list to include name of M/WBE firm, ep rson contacted,phone number and date and time of contact.) No NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile is used, attach the fax confirmation, which is to provide M/WBE name, date, time, fax number and documentation faxed. NOTE: If the list of MI BEs for a particular subcontracting/supplier opportunity is ten (10) or less, the bidder must contact the entire list to be in compliance with questions 3 and 4. If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or more, the bidder must contact at least two- ' thirds (2/3) of the list within such area of opportunity, but not less than ten to be in compliance with questions 3 and 4. 5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of plans and specifications in order to assist the M1WBEs? Yes No 6.) Submit documentation if M/WBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the M/WBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes,the bidder will provide for confidential in-camera access to and inspection of any relevant documentation by City personnel. Please use additional sheets,If necessary, and .ttach. Company Name Telephone Contact Person Scope of Work Reason for Re'ection Rev.05119103 ATTACHMENT 1C Page 3 of 3 ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain M/WBE participation on this project. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment w thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed 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 and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the M/WBE(s) listed was/were contacted in good faith. It is understood that any M/WBE(s) listed in Attachment 1 C will be contacted and the reasons for not using them will be verified by the City's IVIIWBE Office. FE Authorized Signature Printed Signature Title Contact Name and Title(if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date PE Rev.05/19/03 Joint Venture P F_ ORT WORTH age 1 of 3 CITY OF FORT WORTH - _Joint Venture Eligibility Form All questions must be answered;use"NA"if applicable. Name of City project: A joint venture form must be completed on each project RFPBid/Purchasing Number: 1.Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Facsimile: E-mail address: Cellular: Identify the firms that comprise the joint venture: M Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the joint venture M/WBE firm Non-M/WBE name: T firm name: Business Address: Business Address: ■ City,State,Zip: City,State,Zip: Telephone Facsimile E-mail Telephone Facsimile ■ Cellular Cellular Certification Status: E-mail address Name of Certifying Agency: 2.Scope of work performed by the Joint Venture: Describe the scope of work of the M/WBE: Describe the scope of work of the non-M/NVBE: r ■ r Rev.3/22/03 Joint Venture Page 2 of 3 3.What is the percentage of NVWBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4.Attach a copy of the joint venture agreement. 5.List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement) Profit and loss sharing: Capital contributions,including equipment: Other applicable ownership interests: s 6.Identify by name, race,sex and firm those individuals(with titles)who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating ----------------------------------------------- b. Marketing and Sales ----------------------------------------------- c. Hiring and Firing of management personnel ----------------------------------------------- d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the M/WBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's M/WBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's M/WBE Ordinance. Rev.3/22103 Joint Venture Page 3 of AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misre resentation of facts. -_ _—__ ——P - - ---f facts. --------- ---------------------------------------------------------------------------------- Name of M/WBE firm Name of non-M/WBE firm Printed Name of Owner Printed Name of Owner *„ Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date Notarization State of County of On this day of , 20 ,before me appeared and to me personally known and who,being duly sworn,did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name Notary Public sis"Wre w Commission Expires (sear) Rev.3/22/03 PROPOSAL TO: Mr. Gary W. Jackson City Manager Fort Worth, Texas FOR: Greenway Addition Model Block Lift Station Sewer Project No. PS 58-070580175450 Pursuant to the foregoing "Notice to Bidders," the undersigned has thoroughly examined the plans, specifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment and materials necessary to fully complete all the work as provided in the plans and specifications and subject to the inspection and approval of the Director, Department of Engineering of the City of Fort Worth. Upon acceptance of this proposal by the City Council, the bidder is bound to execute a contract and furnish Performance, Maintenance Bond, and Payment Bond approved by the City of Fort Worth for performing and completing the sewer construction work within the time stated and for the following sum, to-wit: PAY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL ITEM QUANTITY WITH BID PRICES WRITTEN IN WORDS VALUE VALUE 1. 1 LS Site work Elohty-two Thousand Dollars and. No Cents per LS $ 82,000.00 $ 82,000.00 2. 300 LF Trench and excavation safety T Two Dollars and No Cents per LF $ 2.00 $ 600.00 3. 250 SY Reinforced concrete paving Forty-five Dollars and No Cents per SY $ 45.00 $ 11,250.00 4. 275 LF Wood slat chain link fence/gate Fifty-nine Dollars and No Cents per LF $ 59.00 $ 16,225.00 5. 165 LF Cable fence Twenty Dollars and No Cents per LF $ 200.00 $ 3,300.00 6. 1 LS Underground piping Ten Thousand Dollars and No Cents per LS $ 10,000.00 1 $ 10,000.00 'Contractor must complete the following"City Approved Product'form 2WIOO o2_soea_PWkF_ rop_o3.o91t MD.doc Part B- Proposal 1 PROPOSAL PAY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL ITEM QUANTITY WITH BID PRICES WRITTEN IN WORDS VALUE VALUE 7. 2 EA Standard 4-foot diameter sanitary sewer manhole Four Thousand Two Hundred Dollars and No Cents per EA $ 4,200.00 $ 8,400.00 8. 1 EA Type"A"drop sanitary sewer manhole Five Thousand Dollars and No Cents per EA $ 5,000.00 $ 5,000.00 { 9. 1 EA Fire hydrant assembly Eiohteen Hundred Dollars and No Cents per EA $ 1,800.00 $ 1,800.00 10. 1 LS Water service assembly,RPZ,and washdown station Two Thousand Two Hundred Dollars and No Cents per LS $ 2,200.00 $ 2,200.00 11. 1 LS Reinforced concrete wetwell and discharge chamber One Hundred Thousand Dollars and No Cents per LS $ 100,000.00 $ 100,000.00 12. 1 LS Masonry enclosures to house generator and odor control unit Six Thousand Two Hundred Dollars and No Cents per LS $ 6,200.00 $ 6,200.00 13. 248 SY Wetwell and discharge chamber interior coating system One Hundred Four Dollars and No Cents per SY $ 104.00 $ 25,792.00 14. 1 LS Aluminum access hatches and manhole entries Four Thousand Dollars and No Cents per LS $ 4,000.00 $ 4,000.00 15. 1 LS Wetwell piping Fifty-six Hundred Dollars and No Cents per LS $ 5,600.00 $ 5,600.00 16. 2 EA Lift Station pumps and accessories Twelve Thousand Three Hundred Dollars and No Cents per EA $ 12,300.00 1 $ 24,600.00 a PM 2WIOB"2_Specs_Paf1B Prop 83.0911 BSO.doc Part B -Proposal 2 PROPOSAL PAY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL ITEM QUANTITY WITH BID PRICES WRITTEN IN WORDS VALUE VALUE 17. 1 LS Lift Station electrical,control,instrumentation,and precast concrete building Ninety-three Thousand Dollars and No Cents per LS $ 93,000.00 $ 93,000.00 18. 1 LS Odor control unit with blower Twenty-five Thousand Dollars and No Cents per LS $ 25,000.00 $ 25,000.00 19. 1 LS Generator assembly Nineteen Thousand Dollars and No Cents per LS $ 19,000.00 $ 19,000.00 TOTAL AMOUNT BID- $ 443,967.00 Y 2001089-02 Specs_PartB_Prop 030911 BSD.doc Part B-Proposal 3 PROPOSAL Within ten (10) days of notification by City, the undersigned will execute the formal contract and deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of this Contract. The attached bid security in the amount of 5% is to become the property of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth as liquidated damages for the delay and additional work caused thereby. The undersigned bidder certified that he has obtained at least one set of the General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978, and that he has read and thoroughly understands all the requirements and conditions of those General Documents, and the specific Contract Documents and appurtenant plans. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by the City Ordinance No. 7400. The Bidder agrees to begin construction within 10 calendar days after issue of the work order, and to complete the contract within 210 calendar days after beginning construction as set forth in the written work order to be furnished by the Owner. The work order will be issued no later than 90 days after the award of contract. A. The principal place of business of our company is in the State of Texas. Non-resident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Non-resident bidders in the State of , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. Receipt is acknowledged of the following addenda: Addendum No. 1 (initials) Addendum No. 2 (initials) Addendum No. 3 (initials) Respectfully submitted, Control Specialist, Inc. By: Name: George Brown Title: President Address: P.O. Box 2150 (SEAL) if Bidder is Corporation Roanoke, Texas 76262 Date: 8/14/0-0 Telephone: (817) 638-2629 2001089-02 Specs_PadS Prop-03-0911 BSD.doc Part B -Proposal 4 ti PART C GENERAL CONDITIONS zoo'®e"z_ ® a ssa.aoc PART C - GENERAL CONDITIONS TABLE OF CONTENTS NOVEMBER, 1 , 1987 TABLE OF CONTENTS C1-1 DEFINITIONS C1-1 . 1 Definition of Terms C1-1 ( 1 ) C1-1 . 2 Contract Documents C1-1 ( 1 ) C1-1. 3 Notice to Bidders C1-1 ( 2 ) C1-1 . 4 Proposal C1-1 ( 2 ) C1-1 . 5 Bidder C1-1 ( 2 ) C1-1 . 6 General -Conditions C1-1 ( 2 ) C1-1 . 7 Special Conditions C1-1 ( 2 ) • C1-1. 8 Specifications C1-1 ( 2 ) C1-1. 9 Bond C1-1 ( 2 ) C1-1 . 10 Contract C1-1 ( 3 ) C1-1 . 11 Plans C1-1 ( 3 ) C1-1 . 12 City C1-1 ( 3 ) C1-1 . 13 City Council C1-1 ( 3 ) C1-1 . 14 Mayor C1-1 ( 3 ) C1-1. 15 City Manager C1-1 ( 3 ) C1-1 . 16 City Attorney C1-1 ( 3 ) C1-1 . 17 Director of Public Works C1-1 ( 4 ) C1-1. 18 Director , City Water Department C1-1 ( 4 ) C1-1 . 19 Engineer C1-1 ( 4 ) C1-1 . 20 Contractor C1-1 ( 4 ) C1-1 . 21 Sureties C1-1 ( 4 ) C1-1. 22 The Work or Project C1-1 ( 4 ) C1-1. 23 Working Day C1-1 ( 4 ) C1-1. 24 Calendar Day C1-1 ( 4 ) C1-1 . 25 Legal Holiday C1-1 ( 4 ) C1-1 . 26 Abbreviations C1-1 ( 5 ) C1-1 . 27 Change Order C1-1 ( 6 ) C1-1 . 28 Paved Streets and Alleys C1-1 ( 6 ) C1-1 . 29 Unpaved Streets and Alleys C1-1 (6 ) C1-1 . 30 City Streets C1-1 ( 6 ) C1-1 . 31 Roadway C1-1 ( 6 ) C1-1 . 32 Gravel Street C1-1 ( 6 ) C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2 . 1 Proposal Form C2-2 ( 1 ) C2-2 . 2 Interpretation of Quantities C2-2 ( 1 ) C2-2 . 3 Examination of Contract Documents and Site C2-2 ( 2 ) 3 C2-2 . 4 Submitting of Proposal C2-2 ( 3 ) C2-2 . 5 Rejection of Proposals C2-2 ( 3 ) C2-2 . 6 Bid Security C2-2 ( 3 ) (1 ) C2-2 . 7 Delivery of Proposal C2-2 ( 4 ) C2-2 . 8 Withdrawing Proposals C2-2 ( 4 ) C2-2 . 9 Telegraphic Modification of Proposals C2-2 ( 4 ) C2-2 . 10 Public Opening of Proposal C2-2 ( 4 ) C2-2 . 11 Irregular Proposals C2-2 ( 4 ) C2-2 . 12 Disqualification of Bidders C2-2 ( 5 ) C3-3 AWARD AND EXECUTION OF DOCUMENTS C3-3 . 1 Consideration of Proposals C3-3 ( 1 ) C3-3 . 2 Minority Business Enterpise Women-Owned Business Enterprise compliance C3-3 ( 1 ) C3-3 . 3 Equal Employment Provisions C3-3 ( 1 ) C3-3 . 4 Withdrawal of Proposals C3-3 ( 2 ) C3-3 . 5 Award of Contract C3-3 ( 2 ) C3-3 . 6 Return of Proposal Securities C3-3 (2 ) C3-3 . 7 Bonds C3-3 ( 2 ) C3-3 . 8 Execution of Contract C3-3 ( 4 ) C3-3 . 9 Failure to Execute Contract C3-3 ( 4 ) C3-3 . 10 Beginning work C3-3 ( 4 ) C3-3 . 11 Insurance C3-3 ( 4 ) C3-3 . 12 Contractor ' s Obligations C3-3 ( 7 ) C3-3 . 13 Weekly Payroll C3-3 ( 7 ) C3-3 . 14 Contractor ' s Contract Administration C3-3 ( 7 ) C3-3 . 15 Venue C3-3 ( 8 ) C4-4 SCOPE OF WORK C4-4 . 1 Intent of Contract Documents C4-4 ( 1 ) C4-4 . 2 Special Provisions C4-4 (1 ) C4-4 . 3 Increased or Decreased Quantities C4-4 ( 1 ) C4-4 . 4 Alteration of Contract Documents C4-4 (2 ) C4-4 . 5 Extra 'Work C4-4 ( 2 ) C4-4 . 6 Schedule of Operations C4-4 ( 3 ) C4-4 . 7 Progress Schedules for Water and Sewer Plant Facilities C4-4 ( 4 ) C5-5 CONTROL OF WORK AND MATERIALS C5-5 . 1 Authority of Engineer C5-5 ( 1 ) C5-5 . 2 Conformity with Plans C5-5 (1 ) �^ C5-5 . 3 Coordination of Contract Documents C5-5 ( 2 ) C5-5 . 4 Cooperation of Contractor C5-5 ( 2 ) C5-5 . 5 Emergency and/or Rectification Work C5-5 ( 3 ) C5-5 . 6 Field Office C5-5 ( 3 ) C5-5 . 7 Construction Stakes C5-5 ( 3 ) C5-5 . 8 Authority and Duties of Inspectors C5-5 ( 4 ) C5-5 . 9 Inspection C5-5 ( 5 ) C5-5 . 10 Removal of Defective and Unauthorized Work C5-5 ( 5 ) C5-5 . 11 Substitute Materials or Equipment C5-5 ( 5 ) C5-5 . 12 Samples and Tests of Materials C5-5 ( 6 ) C5-5 . 13 Storace of Materials C5-5 ( 6 ) C5-5 . 14 Existinc Structures and Utilities C5-5 ( 7 ) C5-5 . 15 Interruption of Service C5-5 ( 7 ) C5-5 . 16 Mutual Responsibility of Contractors C5-5 ( 8 ) C5-5 . 17 Cleanuo C5-5 ( 8 ) C5-5 . 18 Final Inspection C5-5 ( 9 ) ( 2 ) C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6 . 1 Laws to be Observed C6-6 (1 ) C6-6 . 2 Permits and Licenses C6-6 ( 1 ) C6-6 . 3 Patented Devices , Materials and Processes C6-6 ( 1 ) C6-6 . 4 Sanitary Provisions C6-6 ( 2 ) C6-6 . 5 Public Safety and Convenience C6-6 ( 2 ) C6-6 . 6 Privileges of Contractor in Streets , - Alleys , and Right-of-Way C6-6 ( 3 ) C6-6 . 7 Railway Crossings C6-6 ( 4 ) C6-6 . 8 Barricades , Warnings and Watchmen C6-6 ( 4 ) C6-6 . 9 Use of Explosives , Drop Weight, etc . C6-6 ( 5 ) C6-6 . 10 Work Within Easements C6-6 ( 6 ) C6-6. 11 Independent Contractor C6-6 ( 8 ) C6-6. 12 Contractor ' s Responsibility for Damace Claims C6-6 ( 8 ) C6-6 . 13 Contractor ' s Claim for Damages C6-6 ( 10 ) C6-6 . 14 Adjustment of Relocation of Public - Utilities , etc . C6-6 ( 10 ) C6-6 . 15 Temporary Sewer Drain Connections C6-6 ( 10 ) C6-6 . 16 Arrangement and Charges of Water Furnished by City C6-6 ( 11 ) C6-6 . 17 Use of a Section of Portion of the Work C6-6 ( 11 ) C6-6 . 18 Contractor ' s Responsibility for Work C6-6 (11 ) C6-6 . 19 No Waiver of Legal Rights C6-6 ( 12 ) C6-6 . 20 Personal Liability of Public Officials C6-6 ( 12 ) C6-6 . 21 State Sales Tax C6-6 ( 12 ) C7-7 PROSECUTION AND PROGRESS C7-7 . 1 Subletting C7-7 ( 1 ) C7-7 . 2 Assignment of Contract C7-7 ( 1 ) C7-7 . 3 Prosecution of the Work C7-7 ( 1 ) C7-7. 4 Limitations of Operations C7-7 ( 2 ) C7-7 . 5 Character of Workman and Equipment C7-7 ( 2 ) C7-7 . 6 Work Schedule C7-7 ( 3 ) C7-7 . 7 Time of Commencement and Completion C7-7 ( 4 ) C7-7 . 8 Extension of time of Completion C7-7 ( 4 ) C7-7 . 9 Delays C7-7 ( 4 ) C7-7 . 10 Time of Completion C7-7 ( 5 ) C7-7 . 11 Suspension by Court Order C7-7 ( 6 ) C7-7 . 12 Temporary Suspension C7-7 ( 6 ) C7-7 . 13 Termination of Contract due to National Emergency C7-7 ( 7 ) C7-7 . 14 Suspension of Abandonment of the Work and Annulment of Contract C7-7 ( 7 ) C7-7 . 15 Fulfillment of Contract C7-7 ( 9 ) C7-7-. 16 Termination for Convenience of the Ohwer C7-7 ( 10 ) C7-7. 17 Safety Methods and Practices C7-7 ( 13 ) C8-8 M-EASUREMENT AND PAYMENT C8-8 . 1 Measurement of Quantities C8-8 ( 1 ) C8-8 . 2 Unit Prices C8-8 ( 1 ) ( 3 ) C8-8 . 3 Lump Sum C8-8 ( 1 ) C8-8 . 4 Scope of Payment C8-8 (1 ) C8-8 . 5 Partial Estimates and Retainage C8-8 ( 2 ) C8-8 . 6 Withholding Payment C8-8 (3 ) C8-8 . 7 Final Acceptance C8-8 ( 3 ) C8-8 . 8 Final Payment C8-8 ( 3 ) C8-8 . 9 Adquacy of Design C8-8 ( 4 ) C8-8 . 10 General Guaranty C8-8 ( 4 ) C8-8 . 11 Subsidiary Work C8-8 (5 ) C8-8 . 12 Miscellaneous Placement of Material C8-8 ( 5 ) C8-8 . 13 Record Documents C8-8 ( 5 ) i r i ( 4 ) PART C - GENERAL CONDITIONS C1-1 DEFINITIONS SECTION C1-1 DEFINITIONS C1-1 . 1 DEFINITIONS OF TERMS : Whenever in these Contract Documents the following terms or pronouns in place of them are used , the intent and meaning shall be understood and interpreted as follows : C1-1 . 2 CONTRACT DOCUMENTS: The Contract Documents are all of the written and drawn documents , such as specifications , bonds , addenda , plans , etc . , which govern the terms and performance of the contract . These are contained in the General Contract Documents and the Special Contract Documents . a. GENERAL CONTRACT DOCUMENTS : The General Contract Documents govern all Water Department Projects and include the following items : PART A - NOTICE'• TO BIDDERS ( Sample ) White PART B - PROPOSAL ( Sample ) Write PART C - GENERAL CONDITIONS (CITY) Canary Yellow ( Developer ) Brown PART D - SPECIAL CONDITIONS Green PART E - SPECIFICATIONS El-White E2-Golden Rod E2A-White PERMITS/EASEMENTS Blue PART F - BONDS ( Sample ) White PART G - CONTRACT ( Sample ) White b. SPECIAL CONTRACT DOCUMENTS : The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include the following items : PART A - NOTICE TO BIDDERS (Advertisement ) Same as above PART B - PROPOSAL ( Bid) PART C - GENERAL CONDITIONS PART D - SPECIAL CONDITIONS PART E - SPECIFICATIONS PERMITS/EASEMENTS PART F - BONDS PART G - CONTRACT PART H - PLANS ( Usually bound separately) Cl-1 ( 1 ) C1-1 . 3 NOTICE TO BIDDERS : All of the legal publications either actually published in public advertising mediums or furnished direct to interested parties pertaining to the work contemplated under the Contract Documents constitutes the notice to bidders . C1-1 . 4 PROPOSAL : The completed written and signed offer or tender of a bidder to perform the work which the Owner desires to have done , together with the bid security, constitutes the Proposal , which becomes binding upon the Bidder when it is officially received by the Owner , has been publicly opened and read and not rejected by the Owner . C1-1 . 5 BIDDER : Any person , persons , firm , partnership , company, association , corporation , acting directly or through a duly authorized representative , submitting a proposal for performing the work contemplated under the Contract Documents , constitutes a bidder. C1-1 . 6 GENERAL CONDITIONS : The General Conditions are the usual construction and contract requirements which govern the performance of the work so that it will be carried on in accordance with the customary procedure , the local statutes , and requirements of the City of Fort Worth ' s charter and promulgated ordinances . Wherever there may be a conflict between the General Conditions and Special Conditions , the latter shall take precedence and shall govern. C1 -1 . 7 SPECIAL CONDITIONS : Special conditions are the specific requirements which are necessary for the particular project covered by the Contract Documents and- not specifically covered in the General Conditions . When considered with the General Conditions and other elements of the Contract Documents they provide the information which the Contractor and Owner should have in order to gain a thorough knowledge of the project. C1-1 . 8 SPECIFICATIONS : The Specifications is that section or part of the Contract Documents which sets forth in detail the requirements which must be met by all materials , construction, workmanship , equipment and services in order to render a completed and useful project . Whenever reference is made to standard specifications , regulations , requirements , statutes , etc . , such referred to documents shall become a part of the Contract Documents just as though they were embodied therein . C1-1 . 9 BOND : The bond er bonds are the wri tter, c;:arantee or security furnished by the Contractor for the prompt and Cl-1 ( 2 ) faithful performance of the contract and include the following : a. Performance Bond ( see paragraph C3-3 . 7 ) b. Payment Bond ( see paragraph C3-3 . 7 ) C . Maintenance Bond ( see paragraph C3-3 . 7 ) d. Proposal or Bid Security (see Special Instructions to Bidders, Part A and C2-2 . 6 ) C1-1 . 10 CONTRACT: The Contract is the formal signed agreement between the Owner and the Contractor covering the mutual understanding of -the two contracting parties about the project to be completed under the Contract Documents . C1-1 . 11 PLANS : The plans are the drawings or reproductions therefrom made by the Owner ' s representative showing in detail the location , dimension and position of the various elements of the project , including such profiles , typical cross-sections , layout diagrams , working drawings , preliminary drawings and such supplemental drawings as the Owner may issue to clarify other drawings or for the purpose of showing changes in the work hereinafter authorized by the Owner . The plans are usually bound separately from other parts of the Contract Documents , but they are a part of the Contract Documents just as though they were bound therein. C1-1 . 12 CITY : The City of Fort Worth , Texas , a municipal corporation , authorized and chartered under the Texas State Statutes , acting by and through its governing body or its City Manger , each of which is required by charter to perform specific duties . Responsibility for final enforcement of Contracts involving the City of Fort Worth is by Charter vested in the City Manager . The terms City and Owner are - synonymous. C1 - 1 . 13 CITY COUNCIL : The duly elected and qualified governing body of the City of Fort Worth, Texas . C1-1 . 14 MAYOR : The officially elected Mayor , or in his absence, the Mayor Pro tem of the City of Fort Worth, Texas . C1-1 . 15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth , Texas , or his duly authorized representative. C1-1 . 16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort Worth , Texas , or his duly authorized representative. C1-1 ( 3 ) I C1-1 . 17 DIRECTOR OF PUBLIC WORKS : The duly appointed official of the City of Fort Worth , referred to in the Charter as the City Engineer , or his duly authorized representative. C1-1 . 16 DIRECTOR , CITY WATER DEPARTMENT: The duly appointed ■ Director of the City Water Department of the City of Fort Worth , Texas , or his duly authorized representative , assistant, or agents . C1-1 . 19 ENGINEER : The Director of Public Works , the Director of the Fort Worth City Water Department , or their duly authorized assistants , agents , engineers , inspectors , or superintendents , acting within the scope of the particular duties entrusted to them. C1 -1 . 20 CONTRACTOR : The person , persons , partnership , company, firm, association , or corporation , entering into a contract with the Owner for the execution of the work, acting directly or through a duly authorized representative . A sub-contractor is a person, firm, corporation, or others under contract with the principal contractor , supplying labor and materials or only labor, for work at the site of the project. C1-1 . 21 SURETIES : The Corporate bodies which are bound by such bonds are required with and for the Contractor . The ANN sureties engaged are to be fully responsible for the entire and satisfactory fulfillment of the Contract and for any and all requirements as set forth in the Contract Documents and approved changes therein. C1-1 . 22 THE WORK OR PROJECT: The completed work contemplated in and covered by the Contract Documents , including but not limited to the furnishing of all labor , materials , tools , equipment, and incidentals necessary to produce a completed and serviceable project. C1-1 . 23 WORKING DAY : A working day is defined as a calendar day, not including Saturdays , Sundays , and legal holidays , in which the weather or other conditions not under the control of the Contractor permit the performance of the principal unit of work for a period of not less than seven ( 7 ) hours between 7 : 00 a . m. and 6 : 00 p . m . , with exceptions as permitted in paragraph C7-7 . 6 . C1-1 . 24 CALENDAR DAYS : A calendar day is any day of the week or month, no days being excepted. C1-1 . 25 LEGAL HOLIDAYS : Legal holidays shall be observed as �. prescribed by the City Council of the City of Fort north for observance by City e,;.ployees as follows : C1-1 ( 4 ) 1. New Year ' s Day January 1 2 . M. L. King, Jr . Birthday Third Monday in January 3 . Memorial Day Last Monda-y- in May 4 . Independence Day July 4 5 . Labor Day First Monday in September 6 . Thanksgiving Day Fourth Thursday in November 7 . Thanksgiving Friday Fourth Friday in November 8 . Christmas Day December 25 9 . Such other days in lieu of MP holidays as the City Council may determine When one of the above named holidays or a special holiday is declared by the City Council , falls on Saturday , the holiday shall be observed on the preceding Friday or if it falls on Sunday, it shall be observed on the following Monday, by those employees working on working day operations . Employees working calendar day operations will consider the calendar holiday as the holiday. C1- 1 . 26 ABBREVIATIONS : Wherever the abbreviations defined herein appear in Contract Documents , the intent and meaning shall be as follows: AASHTO - American Association of MGD - Million Gallons Per State- Highway Transportation Day Officials ASCE - American Society of Civil CFS - Cubic Foot per Engineers Second LAW - In Accordance With ASTM - American Society of Min. - Minimum Testing Materials Mono.- Monolithic AWWA - American Water Works % - Percentum Association R - Radius ASA - American Standards Association I . D. - Inside Diameter HI - Hydraulic Institute O . D . - Outside Diameter Asph. - Asphalt Elev. - Elevation Ave. - Avenue F - Fahrenheit Blvd. - Boulevard C - Centigrade CI - Cast Iron In . - Inch CL - Center Line Ft. - Foot GI - Galvanized Iron St . - Street Lin. - Linear or Lineal CY - Cubic Yard lb. - Pound Yd. - Yard MH - Manhole SY - Sauare Yard Max. - Maximum L. F. - Linear Foot D. I . - Ductile Iron Cl-1 (5 ) r C1 - 1 . 27 CHANGE ORDER : A " Change Order " is a written supplemental agreement between the Owner and the Contractor covering some added or deducted item or feature which may be found necessary and which was not specifically included in the scope of the project on which bids were submitted. Increase in unit quantities stated in the proposal are not the subject matter of a Change Order unless the increase or decrease is more than 25% of the amount of the particular item or items in the original proposal . All " Change Orders " shall be prepared by the City from information as necessary furnished by the Contractor . C1-1 . 28 PAVED STREETS AND ALLEYS : A paved street or alley shall be defined as a street or alley having one of the following types of wearing surfaces applied over the natural unimproved surface: 1 . Any type of asphaltic concrete with or without separate base material . 2 . Any type of asphalt surface treatment , not including an oiled surface , with or without separate base material . 3 . Brick, with or without separate base material . 4 . Concrete , with or without separate base material. .�. 5 . Any combination of the above. C1-1 . 29 UNPAVED STREETS OR ALLEYS : An unpaved street, alley, roadway or other surface is any area except those defined above for "Paved Streets and Alleys . " C1-1 . 30 CITY STREETS : A city street is defined as that area *" between the right-of-way lines as the street is dedicated. C1-1 . 31 ROADWAY : The roadway is defined as the area between parallel lines two ( 2 ' ) feet back of the curb lines or four ( 41 ) feet back of the average edge of pavement where no curb exists . Ir C1-1 . 32 GRAVEL STREET : A gravel street is any unpaved street to which has been added one or more applications of gravel or similar material other than the natural material found on the street surface before any improvement was made. C1-1 (6 ) SECTION C - GENERAL CONDITIONS C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2- 2 . 1 PROPOSAL FORM: The Owner will furnish bidders with proposal form, which will contain an itemized list of the items of work to be done or materials to be furnished and upon which bid prices are requested. The Proposal form will state the Bidder ' s general understanding of the project to be completed, provide a space for furnishing the amount of bid security , and state the basis for entering into a formal contract . The Owner will furnish forms for the Bidder ' s " Experience Record , " "Equipment Schedule , " and "Financial Statement, " all of which must be properly executed and filed with the Director of the City Water Department one week prior to the hour for opening of bids . The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate state licensing agency , and shall have been so prepared as to reflect the current financial status . This statement must be current and not more than one ( 1 ) year old . In the case that a bidding date falls within the time a new statement is being prepared , the previous statement shall be updated by prgper verification . Liquid assets in the amount of ten ( 10% ) percent of the estimated project cost will be required. For an experience record to be considered to be acceptable for a given project , it must reflect the experience of the firm seeking qualification in work of both the same nature and magnitude as that of the project for which bids are to be received , and such experience must have been on projects _ completed not more than five ( 5 ) years prior to the date on which are to be received . The Director of the water department shall be sole judge as to the acceptability of expe-rience for qualification to bid on any Fort Worth Water Department project. The prospective bidder shall schedule the equipment he has available for the project and state that he wi11 rent such additional equipment as may be required to complete the project on which he submits a bid. C2-2 . 2 INTERPRETATION OF QUANTITIES : The quantities of work and materials to be furnished as may be listed in -he proposal C2-2 ( 1 ) forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis . Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans . The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided , without in any way invalidating the unit prices bid or any other reauiremnents of the Contract Documents . C2-2 . 3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: Bidders are advised that the Contract Documents on file with the Owner shall constitute all of the information which the Owner will furnish. All additional information and data which the owner will supply after promulgation of the formal contract documents shall be issued in the form of written addenda and shall become part of the Contract Documents just i as though such addenda were actually written into the original Contract Documents . Bidders are required, prior to the filing of proposal , to read - and become familiar with the Contract Documents , to visit the site of the project and examine carefully all local conditions , to inform themselves by their own independent research and investigations, tests, boring, and by such other means as may be necessary to gain a complete knowledge of the conditions which. will be encountered during the construction of the project . They must judge for themselves the difficulties of the work and all attending circumstances affecting the cost of doing the work or the time recuii;ed for its completion, and obtain all information required to make an intelligent proposal . No information given by the Owner or any representative of the Owner other than that contained in the Contract Documents and officially promulgated addenda thereto , shall be binding upon the Owner . Bidders shall rely exclusively and solely upon their own estimates , investigation , research , tests , explorations , and other data which are necessary for full and complete information upon which the proposal is to be based . It is mutually agreed that the submission of a proposal is prima-facie evidence that the bidder has made the investigations , examinations and tests herein required . Claims for additional comoensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. The logs of Soil Borings , if any, showing on the plans are for general information only and may not be correct . he '_ther the C2-2 ( 2 ) Owner nor the Engineer guarantee that the data shown is representative of conditions which actually exist. C2-2 . 4 SUBMITTING OF PROPOSAD:- The Bidder shall submit his Y Proposal on the form furnished by the Owner . All blank spaces applicable to the project contained in the form shall be correctly filled in and the Bidder shall state the pricet, , written in ink in both words and numerals , for which he proposes to do the work contemplated or furnishe the materials required . All such prices shall be written legibly. In case of discrepancy between the price written in words and the price written in •numerals , the price most advantageous to the City shall govern . F If a proposal is submitted by an individual, his or her name must be signed by him ( her ) or his ( her ) duly authorized agent . If a proposal is submitted by a firm , association , or partnership , the name and address of each member must be given , and the proposal must be signed by a member of the firm , association , or partnership , or by a person duly authorized . If a proposal is submitted by a company or corporation , the company or corporate name and business address must be given , and the proposal signed by an official R or duly authorized agent. The corporate seal must be affixed . Power of Attorney authorizing agents or others to sign proposal must be properly certified and must be in writing and submitted with the proposal. C2-2 . 5 REJECTION OF PROPOSALS : Proposals may be rejected if they show any alteration of words or figures , additions not called for , conditional or uncalled for alternate bids , incomplete bids , erasures , or irregularities of any kind , or contain unbalance value of any items . Proposal tendered or delivered after the official time designated for receipt of proposal shall be returned to the Bidder unopened. C2-2 . 6 BID SECURITY: No proposal will be considered unless it is accompanied by a "Proposal Security" of the character and in the amount indicated in the "Notice to Bidders " and the "Proposal . " The Bid Security is required by the Owner as evidence of good faith on the part of the Bidder, and by way of a guaranty that if awarded the contract , the Bidder will within the required time execute a formal contract and furnish a the required performance and other bonds . The bid security of the three lowest bidders will be retained until the contract is awarded or other disposition is made thereof . The bid security of all other bidders may be returned promptly after the canvass of bids . C2-2 ( 3 ) C2-2 . 7 DELIVERY OF PROPOSAL : No proposal will be considered unless it is delivered , accompanied by its proper Bid Security , to the City Manager or his representative in the official place of business as set forth in the "Notice to - Bidders . " It is the Bidder ' s sole responsibility to deliver the proposal at the proper time to the proper place . The mere fact that a proposal was dispatched will not be considered. The Bidder must have the proposal actually delivered . Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL, " and the name or description of the project as designated in the " Notice to Bidders . " The envelope shall be addressed to the City Manager, City Hall , Fort Worth, Texas . C2-2 . 8 WITHDRAWING PROPOSALS : Proposals actually filed with the City Manager cannot be withdrawn prior to the time set for -" opening proposals . A request for non-consideration of a proposal must be made in writing , addressed to the City Manager , and filed with him prior to the time set for the opening of proposals . After all proposals not requested for non-consideration are opened and publicly read aloud , the proposals for which non-consideration requests have been properly filed may , at the option of the Owner , be returned unopened. C2-2 . 9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set For opening proposals , provided such telegraphic communication is received by the City Manager prior to the said proposal opening time, and provided further , that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time . If such confirmation is not received within forty-eight ( 48 ) hours after the proposal opening time , no further consideration will be given to the proposal. C2-2 . 10 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly filed and for which no "Non-consideration Request" has been received will be publicly opened and read aloud by the City Manager or his authorize3 representative at the time and place indicated in the "Notice to Bidders . " F.11 proposals �. which have been opened and read will remain on file with the Owner until the contract has been awarded. Bidders or their authorized representatives are invited to be present for the opening of bias . C2-2 . 11 IRREGULPIR PROPOSALS : Pr000sals shall be considered as beinc_ "Irre::'alar" if they show any or. '_ssions , ayt_=al� ions of _orr , aca- tionS , or cond_ t _ons n0 - called for , u a'athorizea alternate :molds , or irrecru arities of any kind . Fo'.:ever , the C2-2 ( 4 ) Owner reserves the right to waive any and all irregularities and to make the award of the contract to the best interest of the City . Tendering a proposal after the closing hour is an irregularity which cannot be waived. C2 - 2 . 12 DISQUALIFICATION OF BIDDERS : Bidders may be disqualified and their proposals not considered for any of but not limited to, the following reason : a . Reasons for believing that collusion exists among 4 bidders . b. Reasonable grounds for believing that any bidder is interested in more than one proposal for work contemplated. C. The bidder being interested in any litigation against the Owner or where the Owner may have a claim against or be engaged in litigation against the bidder . d . The bidder being in arrears on any existing contract or having defaulted on a previous contract. - e . The bidder having performed a prior contract in an unsatisfactory manner. f . Lack of competency as revealed by the financial statement , experience record , equipment schedule , and such inquiries as the Owner may see fit to make . g. Uncompleted work which , in the judgment of the Owner, will prevent or hinder the prompt completion - of additional work if awarded. h. The bidder not filing with the Owner , one week in advance of the hour of the opening of proposals the following : 1 . Financial Statement showing the financial condition of the bidder as specified in Part "A" - Special Instructions . 2 . A current experience record showing especially the projects of a nature similar to the one under consideration , which have been successfully completed by the Bidder. 3 . An equipment schedule showing the equipment the bidder has available for use on the project. The Bid Proposal of a bidder who , in the judgment of the Engineer , is disqualified under the requirements stated herein, shall be set aside and not opened. C2-2 ( 5 ) PART C - GENERAL CONDITIONS C3-3 AWARD AND EXECUTION OF DOCUMENTS w SECTION C3-3 AWARD AND EXECUTION OF DOCUMENTS: C3-3 . 1 CONSIDERATION OF PROPOSALS : After proposals have been opened and read aloud , the proposals will be tabulated on the basis of the quoted prices , the quantities shown in the proposal , and the ' application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents . The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the award of the contract is made by the Owner , the right will be reserved to reject any or all proposals and waive technicalities , to re-advertise for new proposals , or to proceed with the work in any manner as maybe considered for the best interest of the Owner . A C3-3 . 2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner , upon request , complete and accurate information regarding actual work performed by a Minority Business Enterprise ( MBE ) and or a a Woman-owned Business Enterprise (WBE ) on the contract and the payment therefor . Contractor further agrees , upon request by Owner , to allow and audit and/or an examination of any books , records , or files in the possession of Contractor that will substantiate the actual work performed by the MBE or WBE . Any material misrepresentation of any nature will be grounds for termination of the contract and for initiating any action under appropriate federal , state or local laws and ordinances relating to false statements ; further , any such misrepresentation may be grounds for disqualification of Contractor at Owner ' s discretion for bidding on future Contracts with the Owner for a period of time of not less than six ( 6 ) months . C3-3 . 3 EQUAL EMPLOYMENT PROVISIONS : The Contractor shall comply with Current City Ordinance prohibiting discrimination in employment practices . i C3-3 ( 1 ) The Contractor shall post the required notice to that effect on the project site , and , at his request , will be provided assistance by the City of Fort Worth ' s Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor . Appropriate notices may be acquired from the Equal Employment Officer . C3 -3 . 4 WITHDRAWAL OF PROPOSALS : After a proposal has been read by the Owner it cannot be withdrawn by the Bidder within forty-five ( 45 ) days after the date on which the proposals were opened. C3 - 3 . 5 AWARD OF CONTRACT : The Owner reserves the right to withholdfinal action on the proposals for a reasonable time , not to exceed forty-five ( 45 ) days after the date of opening proposals , and in no event will an award be made until after investigations have been made as to the responsibility of the proposed awardee. . The award of the contract, if an award is made, will be to the lowest and best responsible' bidder . The award of the contract shall not become effective until the Owner has notified the Contractor in writing of such award. C3-3 . 6 RETURN OF PROPOSAL SECURITIES : P.s soon as proposed price totals have been determined for comparison of bids , the Owner may, at its discretion , return the proposal security which accompanied the proposals which , in its judgment , would not be considered for the award . All other proposal securities , usually those of the three lowest bidders , will be retained by the Owner until the required contract has been executed and bond furnished or the Owner has otherwise disposed of the bids , after which they will be returned by the City Secretary. C3-3 . 7 BONDS : With the execution and delivery of the Contract Documents , the Contractor shall furnish to , and file with the Owner in the amounts herein required, the following bonds : a. PERFORMANCE BOND : A good and sufficient • performance bond in an amount not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise , guaranteeing the full and faithful execution of the work and performance of the contract , and for the protection of the Owner and all other persons acainst damage by reason of neglicence of' the Contractor , or improper exec uti or, of zhe work or the use of inferior materials . This performance C3-3 ( 2 ) bond shall guarantee the payment for all labor , materials, equipment , supplies , and services used in the construction of the work , and shall remain in full force and effect until provisions as above stipulated are accomplished and final payment is made on the project by the City. _ b. MAINTENANCE BOND : A good and sufficient maintenance bond, in the amount of not less than 100 percent of the amount of the contract , as evidenced by the proposal tabulation or otherwise , guaranteeing the prompt , full and faithful performance of the general guaranty which is set •� forth in paragraph C6-8 . 10 . C. PAYMENT BOND : A good and sufficient payment bond, in an amount not less than 100 percent of the amount of the contract , as evidenced by the proposal tabulation or otherwise , guaranteeing the prompt , full and faithful payment of all claimants as defined in Article 5160 , Revised Civil Statutes of Texas , 1925 , as amended by House Bill 344 Acts 56th Legislature, Regular Session , 1959 , effective April 27 , 1959 , and/or the latest version thereof, supplying labor and materials in the prosecution of the work provided for in the contract being constructed under these specifications . Payment Bond shall remain in force until all payments as above stipulated are made . d. OTHER BONDS : Such other bonds as may be required by these Contract Documents shall be furnished by the Contractor . No sureties will be accepted by the Owner which are at the time in default or delinquent on any bonds or which are interested in any litigation against the owner . All bonds shall be made on the forms furnished by the Owner and shall be executed by an approved surety company doing business in the City of Fort Worth , Texas , and which is acceptable to the owner . In order to be acceptable , the name of the surety shall be included on the current U . S . Treasury list of acceptable sureties , and the amount of bond written by any one acceptable company shall not exceed the amount shown on the Treasury list for that company . Each bond shall be properly executed by both the Contractor and Surety Company. _ Should any surety on the contract be determined unsatisfactory at any time by the Owner , notice will be given the Contractor to that effect and the Contractor shall immediately provide a C3-3 ( 3 ) new surety satisfactory to the Owner. No payment will be made under the contract until the new surety or sureties , as required , have qualified and have been accepted by the Owner. The contract shall not be operative nor will any payments be due or paid until approval of the bonds by the Owner. C3-3 . 8 EXECUTION OF CONTRACT: Within ten (10 ) days after the Owner has by appropriate resolution, or otherwise , awarded the contract , the Contractor shall execute and file with the Owner the Contract and such bonds as may be required in the Contract Documents . No contract shall be binding upon the owner until it has been attested by the City Secretary , approved as to form and legality by the City Attorney , and executed for the Owner by either the Mayor or City Manager . C3 - 3 . 9 FAILURE TO EXECUTE CONTRACT : The failure of the Awardee to execute the required bond or bonds or to sign the required contract within ten ( 10 ) days after the contract is awarded shall be considered by the Owner as an abandonment of his proposal , and the Owner may annul the Award. By reason of the uncertainty of the market prices of material and labor , and it being impracticable and difficult to accurately determine the amount of damages occuring to the Owner by reason of said awardee ' s failure to execute said bonds and contract within ten ( 10 ) days , the proposal security accompanying the proposal shall be the agreed amount of damages which Owner will suffer by reason of such failure on the part of the Awardee and shall thereupon immediately be forfeited to the Owner . The filing of a proposal will be considered as an acceptance of this provision by the Bidder . C3 -3 . 10 BEGINNING WORK : The Contractor shall not commence work until authorized in writing to do so by the Owner . Should the Contractor fail to commence work at the site of the project within the time stipulated in the written authorization us .:ally termed the " Work Order " or " Proceed Order" , it is agreed that the Surety Company will , within ten ( 10 ) days after the commencement date set forth in such written authorization , commence the physical execution of the contract. C3-3 . 11 INSURANCE : The Contractor shall not co:mence work under this contract until he has obtained all the insurance required under the Contract Documents , and such insurance has been approved by the Owner . The prime Contractor shall be responsible for delivering to the Owner the sub-contractors ' C3-3 ( 4 ) certificate of insurance for approval . The prime contractor shall indicate on the certificate of insurance included in the documents for execution whether or not his insurance covers sub-contractors . It is the intention of the Owner that the insurance coverage required herein shall include the coverage of all sub-contractors . a. COMPENSATION INSURANCE : The Contractor shall maintain , during the life of this contract , Workers ' Compensation Insurance on all of his employees to be engaged in work on the project under this contract , and for all sub-contractors . In case any class of employees engaged in hazardous _ work on the project under this contract is not protected under the Workers ' Compensation Statute , the Contractor shall provide adequate employer ' s general liability insurance for the protection of such of his employees not so protected. b. COMPREHENSIVE GENERAL LIABILITY INSURANCE : The Contractor shall procure and shall maintain during the life of. this contract Contractor ' s Comorehensive General Liability Insurance ( Public Liability and Property Damage Insurance ) in an amount not less than $ 500 , 000 covering each occurrence on account of bodily injury, including death , and in an amount not less than $ 500 , 000 covering each occurrence on account of property damage with $2 , 000 , 000 umbrella policy coverage. C. ADDITIONAL LIABILITY : The Contractor shall furnish insurance as separate policies or by additional endorsement to one of the above-,mentioned policies , and in the amount as set forth for public liability and property damage, the following insurance: 1 . Contingent Liability ( covers General Contractor ' s Liability for acts of sub-contractors ) . - 2 . Blasting, prior to any blasting being done. 3 . Collapse of buildings or structures adjacent to excavation ( if excavations are to be performed adjacent to same ) . 4 . Damage to underground utilities for $500 , 000 . C3-3 ( 5 ) 5 . Builder ' s risk twhere above-ground structures are involved ) . 6 . Contractual Liability ( covers all indemnification requirements of Contract ) . d. AUTOMOBILE INSURANCE - BODILY INJURY AND PROPERTY DAMAGE: The Contractor shall procure and maintain , during the life of this Contract , Comprehensive Automobile Liability insurance in an amount not less than $ 250 , 000 for injuries including accidental death to any one person and subject to the same limit for each person an amount not less than $ 500 , 000 on account of one accident , and automobile property damage insurance in an amount not less than $100, 000 . e. SCOPE OF INSURANCE AND SPECIAL HAZARD : The insurance required under the above paragraphs shall provide adequate protection for the Contractor and his sub-contractors , respectively , against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by him, and also against any of the following special hazards which may be encountered in the performance of the Contract. f . PROOF OF CARRIAGE OF INSURANCE : The Contractor shall furnish the Owner with satisfactory proof of coverage by insurance required in these Contract Documents in amounts and by carriers satisfactory to the Owner . ( Sample attached . ) All insurance requirements made upon the Contractor shall apply to the sub- contractor , should the Prime Contractor ' s insurance not cover the sub-contractor ' s work operations . a. LOCAL AGENT FOR INSURANCE AND BONDING : The insurance and bonding companies with whom the Contractor ' s insurance and performance , payment , maintenance and all such other bonds are written shall be represented by an agent or agents having an office located within the city limits of the C3-3 ( 6 ) City of Fort Worth , Tarrant County , Texas . Each such agent shall be a duly qualified, one upon whom service of process may be had , and must have authority and power to act on behalf of the insurance and/or bonding company to negotiate and settle with the City of Fort Worth , or any other claimant , any claims that the City of Fort Worth or other claimant or any property owner who has been damaged , may have against the Contractor , insurance , and/or bonding company . If the local insurance representative is not so empowered by the insurance or bonding companies, then such authority must be vested in a local agent or claims officer residing in the Metroplex , the Fort Worth-Dallas area . The name of the agent or agents shall be set forth on all of such bonds and certificates of a insurance. C3- 3 . 12 CONTRACTOR ' S OBLIGATIONS : Under the Contract , the Contractor shall pay for all materials , labor and services when due. C3 -3 . 13 WEEKLY PAYROLL: A certified copy of each payroll covering payment of wages to all person engaged in work on the project at the site of the project shall be furnished to the Owner ' s representative within seven ( 7 ) days after the close of each payroll period : A copy or copies of the applicable minimum wage rates as set forth in the Contract Documents shall be kept posted in a conspicuous place at the site of the project at all times during the course of the Contract . Copies of the wage rates will be furnished the Contractor, by the Owner; however , posting and protection of the wage rates shall be the responsibility of the Contractor . C3-3 . 14 CONTRACTOR ' S CONTRACT ADMINISTRATION: Any Contractor , whether a person , persons , partnership , company , firm , association , corporation or other who is approved to do business with and enters into a contract with the City for construction of water and/or sanitary sewer facilities , will have or shall establish a fully operational business office within the Fort worth - Dallas metropolitan area . The Contractor shall charge, delegate , or assign this office ( or he may delegate his Project Superintendent ) with full authority to transact all business actions required in the performance of the Contract . This local authority shall be made responsible to act for the Contractor in all matters pertaining to the work governed by the Contract whether it be ` administrative or otherwise and as such shall be empowered , thus delegated and directed, to settle all material , labor or other expenditures , all claims against the work or any other ' C3-3 ( 7 ) i matter associated such as maintaining adequate and appropriate insurance or security coverage for the project . Such local authority for administration of the work under the Contract shall be maintained until all business transactions executed as part of the Contract are complete. Should the Contractor ' s principal base of operations be other than in the Fort Worth-Dallas metropolitan area , notification of the Contractor ' s assignment of local authority shall be made in writing to the Engineer in advance of any work on the project , all appropriately signed and sealed, as applicable, by the Contractor ' s responsible officers with the understanding that this written assignment of authority to a local representative shall become part of the project Contract as though bound directly into the project documents . The intent of these requirements is that all matters associated with the Contractor ' s administration , whether it be oriented in furthering the work, or other , be governed direct by local authority . This same requirement is imposed on insurance and surety coverage. Should the Contractor ' s local representative fail to perform to the satisfaction of Engineer , the Engineer , at his sole discretion , may demand that such local representative be replaced and the Engineer may, at his sole discretion , stop all work until a new local authority satisfactory to the Engineer is assigned . No credit of working time will be for periods in which work stoppages are in effect for this reason. C3-3 . 15 VENUE : Venue of • any action hereinunder shall be exclusively in Tarrant County, Texas . C3-3 ( 8 ) PART C - GENERAL CONDITIONS C4-4 SCOPE OF WORK SECTION C4-4 SCOPE OF WORK C4 -4 . 1 INTENT OF CONTRACT DOCUMENTS : It is the definite intention of these Contract Documents to provide for a complete , useful project which the Contractor undertakes to _ construct or furnish , all in full compliance with the requirements and intent of the Contract Documents . It is definitely understood that the Contractor shall do all work as provided for in the Contract Documents , shall do all extra or special work as may be considered by the Owner as necessary to complete the project in a satisfactory and acceptable manner . The Contractor shall , unless otherwise specifically stated in these Contract Documents , furnish all labor , tools , materials , machinery , equipment , special services , and incidentals necessary to the prosecution and completion of the project. C4- 4 . 2 SPECIAL PROVISIONS : Should any work or conditions which are not thoroughly and satisfactorily stipulated or covered by General or Special Conditions of these Contract Documents be anticipated , or should there be any additional proposed work which is not covered by these Contract Documents , then "Special Provisions" covering all such work will be prepared by the Owner previous to the time of receiving bids or proposals for such work and furnished to the Bidder in the form of Addenda. All such "Special Provisions" _ shall be considered to be a part of the Contract Documents just as though they were originally written therein. C4-4 . 3 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perfo-m the work as altered , increased or decreased at the unit prices . Such increased or decreased quantity shall not be core than 25 percent of the contemplated quantity of such item or items . When such changes increase or decrease the original quantity of any item or items of work to be done or materials to be furnished by the 25 percent or more, then either party to the contract shall upon written request to the other party be entitled to a revised consideration upon that portion of the work above or below the 25 percent of the original quantity stated in the proposal ; such revised consideration to be determined by special agreement or as hereinafter orovided for "Extra Work . " No allowance will be made for any changes in anticipated profits nor shall such changes be considered as C4-4 ( 1 ) waiving or invalidating any conditions or provisions of the Contract Documents . Variations in quantities of sanitary sewer pipes in depth categories , shall be interpreted herein as applying to the overall quantities or sanitary sewer pipe in each pipe size, but not to the various depth categories . C4-4 . 4 ALTERATION OF CONTRACT DOCUMENTS : By Change Order, the Owner reserves the right to make such changes in the Contract Documents and in the character or Quantities of the work as may be necessary or desirable to insure completion in the most satisfactory manner , provided such changes do not materially alter the original Contract Documents or change the general nature of the project as a whole . Such changes shall not be considered as waiving or invalidating any condition or provision of the Contract Documents . C4-4 . 5 EXTRA WORK : Additional work made necessary by changes and alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents , shall be defined as "Extra Work" and shall be performed by the Contractor in accordance with these Contract Documents or approved additions thereto ; provided , however , that before any extra work is begun a "Change Order" shall be executed or written order issued by the Owner to do the work for payments or credits as shall be determined by one or more combination of the following methods : a. Unit bid price previously approved. b. An agreed lump sum. C. The actual reasonable cost of ( 1 ) labor , ( 2 ) rental of equipment used on the extra work for the time so used at Associated General Contractors of America current equipment rental rates ; ( 3 ) materials entering permanently into the project , and ( 4 ) actual cost of insurance , bonds , and social security as determined by the Owner , plus a fixed fee to be agreed upon but not to exceed 10% of the _actual cost of such extra work . The fixed fee is not to include any additional profit to the Contractor for rental of equipment owned by him and used for the extra work. The fee shall be full and complete compensation to cover the cost of superintendence , overhead , other profit , general and all other expense not included in ( 1 ) , ( 2 ) , ( 3 ) , and ( 4 ) above . The Contractor shall keep accurate cost records on the form and i^ the method C4-4 ( 2 ) suggested by the Owner and shall give the Owner access to all accounts , bills , vouchers , and records relating to the Extra Work. No "Change Order" shall become effective until it has been approved and signed by each of the Contracting parties . No claim for Extra Work of any kind will be allowed unless ordered in writing by the Owner . In case any orders or instructions , either oral or written, appear to the Contractor to involve Extra Work for which he should receive compensation , he shall make written request to the Engineer for written orders authorizing such Extra Work , prior to beginning such work. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof , and the Engineer insists upon its performance , the Contractor shall proceed with the work after making written request for written orders and shall keep an accurate account of the actual reasonable cost thereof as provided under method ( Item C ) . Claims for extra work will not be paid unless the Contractor shall file his claim with the Owner within five ( 5 ) days before the time for making the first estimate after such work is done and unless the claim is supported by satisfactory vouchers and certified payrolls covering all labor and materials expended upon the said Extra Work. _ The Contractor shall furnish the Owner such installation records of all deviations from the original Contract Documents as may be necessary to enable the Owner to prepare for permanent record a corrected set of plans showing the actual installation. The compensation agreed upon for ' extra work ' whether or not iniitiated by a ' change order ' shall be a full , complete and final payment for all costs Contractor incurs as a result or relating to the change or extra work , whether said costs are known , unknown , foreseen or unforeseen at that time, including without limitation , any costs for delay , extended overhead , ripple or impact cost , or any other effect on changed or unchanged work as a result or the change or extra work. C4 - 4 . 6 SCHEDULE OF OPERATIONS : Before commencing any work under this contract , the Contractor shall submit to the Owner and receive the Owner ' s approval thereof , a "Schedule of Operations , " showing by a straight line method the date of commencing and finishing each of the major elements of the contract . There shall be also shown the estimated monthly cost of work for which estimates are to be expected . There _ C4-4 ( 3 ) shall be presented also a composite graph showing the anticipated progress of construction with the time being plotted horizontally and the percentage of completion plotted vertically. The progress charts shall be prepared on 6-1/2 " x 11 " sheets and at least five black or blue line prints shall be furnished to the Owner . C4-4 . 7 PROGRESS SCHEDULES FOR WATER AND SEWER PLANT FACILITIES : Within ten ( 10 ) days prior to submission of first monthly progress payment , the Contractor shall prepare and submit 'to the Owner for approval six copies of the schedule in which the Contractor proposes to carry on the work, the date of which he will start the several major activities ( including procurement of materials , plans , and equipment ) and the contemplated dates for completing the same . The schedule shall be in the form of a time schedule Critical Path Method ( CPM ) network diagram. As the work progresses , the Contractor shall enter on the diagram the actual progress at the end of each partial payment period or at such intervals as directed by the Engineer . The Contractor shall also revise the schedule to reflect any adjustments in contract time approved by the Engineer . Three copies of the updated schedule shall be delivered at such intervals as directed by the Owner . As a minimum, the construction schedule shall incorporate all work elements and activities indicated in the proposal and in the technical specifications . Prior to the final drafting of the detailed construction schedule , the Contractor shall review the draft schedule with the Engineer to ensure the Contractor ' s understanding of the contract requirements . The following guidelines shall be adhered to in preparing the construction schedule: a. Milestone dates and final project completion dates shall be developed to conform to time constraints , sequencing requirements and completion time. a. b. - The construction process shall be divided into activities with time durations of approximately fourteen ( 14 ) days and construction values not to exceed $ 50 , 000 . Fabrication , delivery and submittal activities are exceptions to this c;:ideline . C4-4 ( 4 ) _ C. Durations shall be in calendar days and normal holidays and weather conditions over the duration of the contract shall be accounted for within the duration of each activity. d. One critical path shall be shown on the construction schedule. e. Float time is defined as the amount of time between the earliest start date and the latest start date of a chain of activities of the CPM construction schedule. Float time is not for the exclusive use or benefit of either the Contractor or the Owner. f . Thirty days shall be used for submittal review unless otherwise specified. The construction schedule shall as a minimum be divided into general categories as indicated in the Proposal and Technical Specifications and each general category shall be broken down into activities in enough detail to achieve activities of approximately fourteen (14 ) days duration . For each general category, the construction schedule shall identify all trades or subcontracts whose work is represented by activities that follow the guidelines of this Section. For each of the trades or subcontracts , the construction schedule shall indicate the following procurements , construction and preacceptance activities and events in their logical sequence for equipment and materials . 1 . Preparation and transmittal of submittals . 2 . Submittal review periods . 3 . Shop fabrication and delivery. 4 . Erection or installation . 5 . Transmittal of manufacturer ' s operation and maintenance instructions. 6 . Installed equipment and materials testing . 7 . Owner ' s operator instruction ( if applicable) . 8 . Final inspection . C4-4 ( 5 ) i 9 . Operational testing. 10 . Final inspection . If , in the opinion of the Owner , work accomplished falls behind that scheduled , the Contractor shall take such action as necessary to improve his progress . In addition , the Owner may require the Contractor to submit a revised schedule demonstrating his program and proposed plan to make up lag in scheduled progress and to insure completion of the work within the contract time . If the Owner finds the proposed plan not acceptable , he may require the Contractor to increase the work force , the construction plant and equipment , the number of work shifts or the overtime operations without additional cost to the Owner . Failure of the Contractor to comply with these requirements - shall be considered grounds for determination by the Owner that the Contractor is failing to prosecute the work with such diligence as will insure its completion within the y time specified. t C4-4 ( 6 ) PART C - GENERAL CONDITIONS C5-5 CONTROL OF WORK AND MATERIALS SECTION C5-5 CONTROL OF WORK AND MATERIALS C5-5 . 1 AUTHORITY OF ENGINEER: The work shall be performed to the satisfaction of the Engineer and in strict compliance with the Contract Documents . He shall decide all questions which arise as to the Quality and acceptability of materials furnished , work performed, rate of progress of the work , overall sequence of the construction , interpretation of the Contract Documents , acceptable fulfillment of the contract, compensation, mutual rights between Contractor and Owner under these Contract Documents , supervision of the work, resumption of operations , and all other questions or disputes which may arise . Engineer will not be responsible for Contractor ' s means , methods , techniques , sequences or procedures of ,.. construction , or the safety precaution and programs incident thereto , and he will not be responsible for Contractor ' s failure to perform the work in accordance with the contract documents . He shall determine the amount and quality of the work completed and materials furnished , and his decisions and estimates shall be final . His estimates in such event shall be a condition to the right of the Contractor to receive money due him under the Contract . The Owner shall have executive authority to enforce and make effective such necessary decisions and orders as the Contractor fails to carry out promptly. In the event of any dispute between the Engineer and Contractor over the decision of the Engineer on any such matters , the Engineer must, within a reasonable time , upon written request of the Contractor , render and deliver to both the Owner and Contractor , a written decision on the matter in controversy. C5 - 5 . 2 CONFORMITY WITH PLANS : The finished project in all cases shall conform with lines , grades , cross-sections , finish , and dimensions shown on the plans or any other requirements otherwise described in the Contract Documents . Any deviation from the approved Contract Documents required by the Engineer during construction will in all cases be = determined by the Engineer and authorized by the Owner by Change Order . C5-5 ( 1 ) C5-5 . 3 COORDINATION OF CONTRACT DOCUMENTS : The Contract Documents are made up of several sections , which , taken together , are intended to describe and provide for a complete and useful project, and any requirements appearing in one of the sections is as binding as though it occurred in all sections . In case of discrepancies , figured dimension shall govern over scaled dimensions , plans shall govern over specifications , special conditions shall govern over general conditions and standard specifications , and quantities shown on the plans shall govern over those shown in the proposal . The Contractor shall not take advantage of any apparent error or omission in the Contract Documents , and the Owner shall be permitted to make such corrections or interpretations as may be deemed necessary for the fulfillment of the intent of the Contract Documents . In the event the Contractor discovers an apparent error or discrepancy, he shall immediately call this condition to the attention of the Engineer . In the event of a conflict in the drawings , specifications , or other portions of the Contract Documents which were not reported prior to the award of Contract , the Contractor shall be deemed to have quoted the most expensive ' resolution of the conflict. C5-5 . 4 COOPERATION OF CONTRACTOR : The Contractor will be furnished with three sets of the Contract Documents and shall have available on the site of the project at all times one set of such Contract Documents . The Contract shall give to the work the constant attention necessary to facilitate the progress thereof and shall cooperate with the Engineer , his inspector , and other Contractors in every possible way . rt The Contractor shall at all times have competent personnel available to the project site for proper performance of the work . The Contractor shall provide and maintain at all times at the site of the project a competent , English- speaking superintendent and an assistant who are fully authorized to act as the Contractor ' s agent on the work . Such superintendent and his assistant shall be capable of reading and understanding the Contract Documents and shall receive and fulfill instructions from the Owner , the Engineer , or his authorized representatives . Pursuant to this responsibility of the Contractor , the Contractor shall designate in writing to the project superintendent , to act as the Contractor ' s agent on the work . Such assistant project superintendent shall be a resident of Tarrant County , Texas and shall be Subject to call , as is the project Superintendent , any time of the day or nicht on anv day of the week or which the Encineer --�eterm2..ries that circumstances the re;: °-n-e on ^.eS r2:ll _ _ tile ?ro3eC1- site of a representative of the Cont_ accor to C5-5 ( 2 ) EL adequately provide for the safety or convenience of the traveling public or the owners of property across which the project extends or the safety of property contiguous to the project routing. The Contractor shall provide all facilities to enable the Engineer and his inspector to examine and inspect the workmanship and materials entering into the work. C5-5 . 5 EMERGENCY AND/OR RECTIFICATION WORK : When , in the opinion of the Owner or Engineer , a condition of emergency exists related to any part of the work, the Contractor , or the Contractor through his designated representative , shall respond with dispatch to a verbal request made by the Owner or Engineer to alleviate the emergency condition . Such a response shall occur day or night , whether the project is scheduled on a calendar-day or on a working-day basis . Should the Contractor fail to respond to a request from the Engineer to rectify any discrepancies , omissions , or - corrections necessary to conform with the requirements of the project specifications or glans , the Engineer shall give the Contractor written notice that such work or chances are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition . In the event the Contractor does not take 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 . The City shall then deduct an amount equal to the entire costs for such remedial action , plus 25% , from any funds due the Contractor on the project. C5 -5 . 6 FIELD OFFICE : The Contractor shall provide , at no extra compensation , an adequate field office for use of the Engineer , if specifically called for . The field office jhall be not less than 10 by 14 feet in floor area , substantially constructed , well heated , air conditioned , lighted , and weather-proof , so that documents will not be damaged by the elements . C5-5 . 7 CONSTRUCTION STAKES : The City, through its Engineer , will furnish the Contractor_ with all lines , grades , and measurements necessary to the proper prosecution and control of the work contracted for under these Contract Documents , and lines , grades and measurements will be established by means of stakes or other customary method of marking as may be found consistent with good practice . C5-5 ( 3 ) These stakes or markings shall be set sufficiently in advance of construction operations to avoid delay . Such stakes or markings as may be established for the Contractor ' s use or guidance shall be preserved by the Contractor until he is authorized by the Engineer to remove them. Whenever , in the opinion of the Engineer , any stakes or markings have been carelessly or willfully destroyed , disturbed , or removed by the Contractor or any of his employees , the full cost of replacing such stakes or marks plus 25 % will be charged against the Contractor , and the full amount will be deducted from payment due the Contractor . C5 - 5 . 8 AUTHORITY AND DUTIES OF CITY INSPECTORS : City Inspectors will be authorized to inspect all work done and to be done and all materials furnished . Such inspection may extend to all or any part of the work , and the preparation or manufacturing of the materials to be used or equipment to be installed. A City Inspector may be stationed on the work to report to the Engineer as to the progress of the work and the manner in which it is being performed , to report any evidence that the materials being furnished or the work being performed by the Contractor fails to fulfill the requirements of the Contract Documents , and to call the attention of the Contractor to any such failure or other infringements . Such inspection or lack of inspection will not relieve the Contractor from any obligation to perform the work in accordance with the requirements of the Contract Documents . In case of any dispute arising between the Contractor and the City Inspector as to the materials or equipment furnished or the manner of performing the work , the City Inspector will have au=!:"unity to reject materials or equipment to suspend work until the question at issue can be referrer to and be decided by the Engineer . The City Inspector will not , however , be authorized to revoke , alter , enlarge , or release any requirement of these Contract Documents , nor to approve or accept any portion or section of the work , nor to issue any instructions contrary to the requirements of the Contract Documents . He will in no case act as superintendent or foreman or perform any other duties for the Contractor , or interfere with the management or operation of the work . He will not accept from the Contractor any compensation in any form for performing any duties . The Contractor shall regard and "obey the directions and instructions of the City Inspector or Engineer when the same are consistent with the obligations of the Contract Documents , provided , however , should the Contractor object to any orders or instructions of the City inspector , the Contractor may within: six days make written appeal to the Engineer for his decision on -he matter in controversv . C5-5 ( 4 ) C5-5 . 9 INSPECTION : The Contractor shall furnish the Engineer with every reasonable facility for ascertaining whether or not the work as performed is in accordance with the requirements of the Contract Documents . If the Engineer so requests , the Contractor shall , at any time before acceptance of the work, remove or uncover such portion of the finished work as may be directed . After examination , the Contractor shall restore said portions of the work to the standard required by the Contract Documents . Should the work exposed or examined prove acceptable , the uncovering or removing and replacing of the covering or making good of the parts removed shall be paid for as extra work, but should be work so exposed or examined prove to be unacceptable , the uncovering or removing and the replacing of all adjacent defective or damaged parts shall be at the Contractor ' s expense. No work shall be done or materials used without suitable supervision or inspection . C5-5 . 10 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK: All work, materials , or equipment which has been rejected shall be remedied or removed and replaced in an acceptable manner by the Contractor at his own expense. Work done beyond the lines F and grades given or as shown on the plans , except as herein specifically provided, or any Extra Work done without written authority , will be considered as unauthorized and done at the expense of the Contractor and will not be paid for by the Owner . Work so done may be ordered removed at the Contractor ' s expense . Upon the failure on the part of the Contractor' to comply with any order of the Engineer made under the provisions of this paragraph , the Engineer will have the authority to cause defective work to be remedied or removed and replaced and unauthorized work to be removed, and the cost thereof ma% be deducted from any money due or to become due to the Contractor . Failure to require the removal of any defective or unauthorized work shall not constitute acceptance Of suc'n works . F C5 - 5 . 11 SUBSTITUTE MATERIALS OR EQUIPMENT : If the Specifications , law, ordinance , codes or regulations permit Contractor to furnish or use a substitute that is equal 'Co any material or equipment specified , and if Contractor wishes to furnish or use a proposed substitute , he shall , prior to the preconstruction conference , make written application to ENGINEER for approval of such substitute certifying in writing that the proposed substitute will perform adequately the functions called for by the general design, be similar and of equal substance to that specified and be suited to the same use and capable of performing the same function as that specified ; and identifying all v=ariations of the proposed C5-5 ( 5 ) substitute from that specified and indicating available maintenance service . No substitute shall be ordered or installed without the written approval of Engineer who will be the judge of the equality and may require Contractor to furnish such other data about the proposed substitute as he considers pertinent . No substitute shall be ordered or installed without such performance guarantee and bonds as Owner may require which shall be furnished at Contractor ' s expense . Contractor shall indemnify and hold harmless Owner and Engineer and anyone directly or indirectly employed by either of them from and against the claims , damages , losses and expenses ( including attorneys fees ) arising out of the use of substituted materials or equipment . C5-5 . 12 SAMPLES AND TESTS OR MATERIALS : Where, in the opinion of the Engineer, or as called for in the Contract Documents , tests of materials or equipment are necessary, such tests will be made at the expense of and paid for direct to the testing agency by the Owner unless otherwise specifically provided . The failure of the Owner to make any tests of materials shall be in no way relieve the ' Contractor of his responsibility of furnishing materials and equipment fully conforming to the requirements of the Contract Documents . Tests and sampling of materials , unless otherwise specified , will be made in accordance with the latest methods prescribed by the American Society for Testing Materials or specific requirements of the Owner . The Contractor shall provide such facilities as the Engineer may require for collecting and forwarding samples and shall not , without specific written permission of the Engineer , use the materials represented by the samples until tests have been made and the materials approved for use. The Contractor will furnish adequate samples without ch?rge to the Owner. In case of concrete , the aggregates , design minimum, and the mixing and transporting equipment shall be approved by the Engineer before any concrete is placed , and the Contactor shall be responsible for replacing any concrete which does not meet the requirements of the Contract Documents . Tests shall be made at least 9 days prior to the placing of concrete , using samples from the same aggregate , cement , and mortar which are to be used later in the concrete . Should the source of supply change , new tests shall be made prior to the use of the new materials . *" C5-5 . 13 STORAGE OF MATERIALS : All ;materials which are to be used in the construction ooeration shall be storeu so as to insure the oreservatlon of the quality and fit. ess the work. When directed by the Engine er , they b- place_ on wooden platforms or other hard' , clean durable surfaces anz nom on the C5-5 ( 6 ) ground , and shall be placed under cover when directed. Stored materials shall be placed and located so as to facilitate prompt inspection. C5-5 . 14 EXISTING STRUCTURES AND UTILITIES: The location and dimensions shown on the Plans relative to existing utilities are based on the best information available. Omission from, or the inclusion of utility locations on the Plans is not to be considered as the nonexistence of , or a definite location of, existing underground utilities . The location of many gas mains , water mains , conduits , sewer lines and service lines for all utilities , etc . , is unknown to the Owner , and the Owner assumes no responsibility for failure to show any or all such structures and utilities on the plans or to show them in their exact location. It is mutually agreed that such failure will not be considered sufficient basis for claims for additional compensation for Extra Work or for increasing the - pay quantities in any manner whatsoever , unless an obstruction encountered is such as to necessitate changes in the lines and grades of considerable magnitude or requires the building of - special works, provision for which is not made in the Contract Documents , in which case. the provision in these Contract Documents for Extra Work shall apply. It shall be the Contractors responsibility to verify locations of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the construction process to provide adequate clearances . The Contractor shall take all necessary precautions in order to protect all existing - utilities , structures and service lines . Verification of existing utilities, structures and service lines shall include notification of all utility companies at least forty eight ( 48 ) hours in advance of construction including exploratory excavation if necessary . All verification of existing utilities and their adjustment shall be considered as subsidiary work. C5-5. 15 INTERRUPTION OF SERVICE: a. Normal Prosecution : In the normal prosectuion of work where the interruption of service is necessary , the Contractor , at least 24 hours in advance, shall be required to: 1 . Notify the Water Department ' s Distribution Division as to location , time , and schedule of service interruption. C5-5 (7 ) do 2. Notify each customer personally through responsible personnel as to time and schedule of the interruption of their service, or 3 . In the event that personal notification of a customer cannot be made , a prepared tag form shall be attached to the customer ' s entrance door knob . The tag shall be durable in �- composition, and in large bold type shall say: "NOTICE" Due to Utility Improvement in your neighborhood, your (water) ( sewer ) service will be inter- ' rusted on between the hours of and This inconvenience will be as short as possible . Thank you, Contractor Address Phone b. Emergency : In the event that an unforeseen service interruption occurs , notice shall be as above , but immediate . so C5-5 . 16 MUTUAL RESPONSIBILITY OF CONTRACTORS : I= , through acts or neglect on the part of the Contractor , any other Contractor or any sub-contractor shall suffer loss or damage on the work, the Contractor agrees to settle with such other Contractor or sub-contractor by agreement or arbitration . If such other Contractor or sub-contractor shall assert any claim against the Owner on account of any damage alleged to have been sustained , the Owner will notify the Contractor , who shall indemnify and save harmless the Owner against any such claim. C5-5 . 17 CLEAN-UP : Clean-up of surplus and/or waste materials accumulated on the job site during the prosecution of the work under these Contract Documents shall be accomplished in keeping with a daily routine established to the the satisfaction of the Encineer . Twenty-fours fours after written notice is _ iven for t^e Contractor _..at the clean-up on the job sit: is proczed _ nc _n a manner _::-.satisfL:ac-iory to the Engineer , if the Contractor rails to correct the C5-5 ( 8 ) unsatisfactory procedure, the City may take such direct action as the Engineer deems appropriate to correct the clean -up deficiencies cited to the Contractor in the written notice, and the costs of such direct action , plus 25% of such costs , shall be deducted from monies due or to become due to the Contractor . Upon the completion of the project as a whole as covered by these Contract Documents , and before final acceptance and final payment will be made , the Contractor shall clean and f remove from the site of the project all surplus and discarded materials , temporary structures, and debris of every kind. He shall leave the site of all work in a neat and orderly condition equal to that which originally existed. Surplus and waste materials removed from the site of the work shall be disposed of at locations satisfactory to the Engineer . The Contractor shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a bright , clean , polished and naw appearing condition . No extra compensation will be made to the Contractor for any clean-up required on the project. C5-5 . 18 FINAL INSPECTION : Whenever the work provided for in i and contemplated under the Contract Documents has been satisfactorily completed and final cleanup performed, the Engineer will notify the proper officials of the Owner and request that the Final inspection be made . Such inspection will be made within 10 days after such notification . After such final inspection, if the work and materials and equipment are found satisfactory, the Contractor will be notified in writing of the acceptance of the same after the proper resolution has been passed by the City Council . No time charge will be made against the Contractor between said date _ of notification of the Engineer and the date of final inspection of the work. C5-5 ( 9 ) �' PART C - GENERAL CONDITIONS C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6. 1 LAWS TO BE OBSERVED: The Contractor shall at all times observe and comply with all Federal and State Laws and City ordinances and regulations which in any way affect the conduct of the work or his operations , and shall observe and comply with all orders, laws , ordinances and regulations which exist or which may be enacted later by bodies having jurisdiction or authority for such enactment . No plea of misunderstanding or ignorance thereof will be considered . The Contractor and his Sureties shall indemnify and save harmless the City and all of its officers , agents, and employees against any and all claims or liability arising from or based on the violation of any such law, ordinance , regulation , or order , whether it be by himself or his employees . C6-6 . 2 PERMITS AND LICENSES : The Contractor shall procure all permits and licenses , pay all charges , costs and fees , and give all notices necessary and incident to the due and lawful prosecution of the work. C6-6 . 3 PATENTED DEVICES , MATERIALS AND PROCESSES : If the Contractor is required or desires to use any design , device , material , or process covered by letter , patent, or copyright , he shall provide for such use by suitable legal agreement with the patentee or owner of such patent , letter , or copyrighted design . It is mutually agreed and understood that without exception the contract prices shall include all royalties or ' cost arising from patents , trade-marks , and copy rights in any way involved in the work . The Contractor and his sureties shall indemnify and save harmless the Owner from any and all claims for infringement by reason of +- he use of any such patented design , device , material or process , or any trade-mark or copy right in connection with the work agreed to be performed under these Contract Documents , and shall indemnify the Owner for any cost, expense, or damage which it may be obliged to pay by reason of such infringement at any time during the prosecution of the work or after completion of the work, provided , however , that the Owner will assume the responsibility to defend any and all. suits brought for the infringement of any patent claimed to be infringed upon by the design , type of construction or material or equipment specified in the Contract Documents furnished the Contractor by the owner , and to hold the Contractor harmless on account of such suits . C6-6 ( 1 ) C6-6 . 4 SANITARY PROVISIONS : The Contractor shall establish and enforce among his employees such regulations in regard to cleanliness and disposal of garbage and waste as will tend to prevent the inception and spread of infectious or contagious E diseases and to effectively prevent the creation of a nuisance about the work on any property either public or private , and such regulations as are required by Law shall be put into immediate force and effect by the Contractor . The necessary sanitary conveniences for use of laborers on the work , properly secluded from public observation , shall be constructed and maintained by the Contractor and their use shall be strictly enforced by the Contractor . All such facilities shall be kept in a clean and sanitary condition, free from objectionable odors so as not to cause a nuisance . .. All sanitary laws and regulations of the State of Texas and the City shall be strictly complied with. C6-6 . 5 PUBLIC SAFETY AND CONVENIENCE: Materials or equipment ! stored about the work shall be so placed and used , and the work shall at all times* •be so conducted , as to cause no greater obstruction or inconvenience to the public than is ' considered to be absolutely necessary by the Engineer . The Contractor is required to maintain at all times all phases of his work in such a manner as not to impair the safety or convenience of the public, including, but not limited to , safe and convenient ingress and egress to property contiguous to the work area. The Contractor shall make adequate provisions to render reasonable ingress and egress for normal vehicular traffic , except during actual trenching or pipe installation operations , at all driveway crossings . Such provisions may include bridging, placement of crushed stone or gravel or such other means of providing proper ingress and egress for the property served by the driveway as the Engineer may approve as appropriate . Such other means may include the diversion of driveway traffic, with specific approval by the Engineer . If diversion of traffic is approved by the Engineer at any location, the Contractor shall make arrangements satisfactory to the Engineer at any location , the Contractor shall make arrangements satisfactory to the Engineer for the diversion of traffic , and shall , at his own expense, provide all materials and perform all work necessary for the construction and maintenance of roadways and bridges for such diversion of traffic. Sidewalks must not be obstructed except by special permission of the Engineer . The materials excavated and the construction materials such as pipe used in the construction o_` the work shall be placed so as not to en--=nzer the work or prevent f-ee access to all fire hydrants , : ire a! arr-. boxe s , police call boxes , water valves , r C6-6 ( 2 ) gas valves , or manholes in the vicinity. The Owner reserves the right to remedy any neglect on the part of the Contractor as regards to public convenience and safety which may come to its attention , after twenty-four hours notice in writing to the Contractor , save in cases of emergency when it shall have the right to remedy any neglect without notice , and in either case , the cost of such work done or materials furnished by the Owner or by the City shall be deducted from monies due or to become due to the Contractor . The Contractor , after approval of the Engineer , shall notify the Fire Department Headquarters , Traffic Engineer , and Police Department , when any street or alley is requested to be closed or obstructed or any fire hydrant is to be made inaccessible , and , when so directed by the Engineer , shall keep any street, a streets , or highways in condition for unobstructed use by fire apparatus . The Contractor shall promptly notify the Fire Department Headquarters when all such obstructed streets , alleys , or hydrants are again placed back in service. Where the Contractor is required to construct temporary bridges or make other arrangements for crossing over ditches or streams , his responsibility for accidents in connection with such crossings shall include the roadway approaches as well as the structures of such crossings . The Contractor shall at all times conduct his operation and the use of construction machinery so as not to damage or destroy trees -and shrubs located in close proximity to or on ' the site of the work . Wherever any such damage may be done , the Contractor shall immediately satisfy all claims of property owners , and no payment will be made by the Owner in settlement of such claims . The Contractor shall file with the Engineer a written statement showing all such claims adjusted. C6 -6 . 6 PRIVILEGES OF CONTRACTOR IN STREETS , ALLEYS , AND RIGHT-OF-WAY : For the performance of the contract , the Contractor will be permitted to use and occupy such portions of the public streets and alleys , or other public 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 Engineer . 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 . Excavated and waste materials shall be piled or stacked 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 adjacen:� property . If the street is occupied by railway tracks , the work shall be C6-6 ( 3 ) carried on in such manner as not to interfere with the operation of trains , loading or unloading of cars , etc . Other _ contractors of the Owner may, for all purposes required by the contract , enter upop the work and premises used by the Contractor and shall be provided all reasonable facilities and assistance for the completion of adjoining work . Any additional grounds desired by the Contractor for his use shall be provided by him at his own cost and expense. C6-6 . 7 RAILWAY CROSSINGS : When the work encroaches upon any right-of-way of any railway , the City will secure the necessary easement for the work. where the railway tracks are to be crossed , the Contractor shall observe all the regulations and instructions of the railway company as to the methods of performing the work and take all precautions for safety of property and the public . Negotiations with the railway companies for permits shall be done by and through the City . The Contractor shall give the City notice not less than s five days prior to the time of his intentions to begin work on that portion of the project which is related to the railway properties . The Contractor will not be given extra or additional compensation for such railway crossings unless specifically set forth in the Contract Documents . C6-6 . 8 BARRICADES , WARNINGS AND WATCHMEN: Where the work is carried on in or adjacent to any street , alley , or public place , the Contractor shall at his own expense furnish, erect, and maintain such barricades , fences , lights and danger signals , shall provide such watchmen , and shall take all such other precautionary measures for the protection of persons or property and of the work as are necessary . Barricades and fences shall be painted in a color that will be visible at night . From sunset to sunrise the Contractor shall furnish and maintain at least one easily visible burning light at each barricade . A sufficient number of barricades shall be erected and maintained to keep pedestrians away from, and vehicles from being driven on or into , any work under construction or being maintained. The Contractor shall furnish watchmen and keep them at their respective assignments in Sufficient numbers to protect the work and prevent accident or damage. All installations and procedures shall be consistent with the provisions set forth in the 111980 Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the " State of Texas Uniform Act Regulating Traffic on highways " , codified as Article 67014 Veron ' s Civil Statutes , pertinent sections being Section Nos . 27 , 29 , 30 and 31 . C6-6 ( 4 ) The Contractor will not remove any regulatory sign , instructional sign , street name sign , or other sign which has been erected by the City . If it is determined that a sign must be removed to permit required construction , the Contractor shall contact the Transportation and Public Works department , Signs and Markings Division ( phone number 8780-8075 ) , to remove the sign . In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications , the permanent sign shall be left in place until the temporary sign requirements are met . When construction work is completed to the extent that the permanent sign can be re-installed, the Contractor shall again contact the Signs and Markings Division to re-install the permanent sign and shall leave his temporary sign in place until such re-installation is completed. The Contractor will be held resoonsible for all damage to the work or the public due to failure of barricades , signs , fences , lights , or watchmen to protect them . Whenever evidence is found of such damage to the work the Engineer may order the damaged portion immediately removed and replaced by the Contractor at the Contractor ' s own expense . The Contractor ' s responsibility for the maintenance of barricades , signs , fences and lights , and for providing watchmen shall not cease until the -project shall have been completed and accepted by the Owner. No compensation , except as specifically provided in these Contract Documents , will be paid to the Contractor for the work and materials involved in the constructing , providing , and maintaining of barricades , signs , fences , and lights or for salaries of watchmen , for the subsequent removal and ® disposal of such barricades , signs , or for any other incidentals necessary for the proper protection , safety, and convenience of the public during the contract period , as this work is considered to be subsidiary to the several items for which unit or lump sum prices are requested in the Proposal . ^6-6 . 9 USE OF EXPLOSIVES , DROP WEIGHT , ETC. : Should the Contractor elect to -use explosives, drop weight , etc . , in the prosecution of the work, the utmost care shall be exercised at all times so as not to endanger life or property . The Contractor shall notify the proper representative of any public service corporation , any company , individual , or utility, and the Owner , not less than twenty-four hours in C6-6 ( 5 ) advance of the use of any activity which might damage or endanger their or his property along or adjacent to the work. Where the use of explosives is to be permitted on the project, as specified in the Special Contract Documents , or the use of explosives is requested, the Contractor shall submit notice to i the Engineer in writing twenty-four hours prior to commencing and shall furnish evidence that he has insurance coverage to protect against any damages and/or injuries arising out of such use of explosives . All claims arising out of the use of explosives shall be investigated and a written report made by the Contractor ' s insurers to the Engineer within ten ( 10 ) days after receipt of written notice of the claim to the Contractor from either the City or the claimant . The City shall proceed to give notice to the Contractor of any such claim. The use of explosives may be suspended by the Engineer if any complaint is received and such use shall not be resumed until the cause of the complaint has been addressed. Whenever explosives are stored or kept, they shall be stored in a safe and secure manner and all storage places shall be plainly marked " DANGEROUS EXPLOSIVES " and shall be under the care of a competent watchman at all times . All vehicles in which explosives are being transported shall be plainly marked as mentioned above and shall , insofar as possible , not use heavy traffic routes . C6-6 . 10 WORK WITHIN EASEMENTS : Where the work passes over , through, or into private property, the Owner will provide such right-of -way or easement privileges as the City may deem necessary for the prosecution of the work . Any additional rights-of-way or work area considered necessary by the Contractor shall be provided by him at his own expense . Such additional rights-of-way or work area shall be acquired for the benefit of the City . The City shall be notified in writing as to the rights so acquired before work begins in the affected area . The Contractor shall not enter upon private property for any purpose without having previously obtained permission from the owner of such property . The Contractor will not be allowed to store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the Engineer . Unless specifically provided otherwise , the Contractor shall clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the work as a part of the project construction operations . The Contractor shall be responsible for the preservation of and shall use C6-6 ( 6 ) every precaution to prevent damage to all trees , shrubbery, plants , lawns, fences , culverts , curbing , and all other types of structures or improvements , to all water , sewer, and gas lines , to all conduits , overhead pole lines , or appurtenances thereof , including the construction of temporary fences , and to all other public or private property along adjacent to the work. The Contractor shall notify the proper representatives of owners or occupants of public or private lands or interest in lands which might be affected by the work. Such notice shall be made at least 48 hours in advance of the beginning of the work . Notices shall be applicable to both public and private utility companies or any corporation, company , individual , or other , either as owners or occupants , whose land or interest in land might affected by the work . The Contractor shall be responsible for all damage or injury to property of any character resulting from any act , omission , neglect , or misconduct in the manner or method or execution of the work, or at any time due to defective work, material, or equipment. When and where any direct' or indirect or injury is done to public or private property on account of any act , omission , neglect , or misconduct in the execution of the work , or in consequence of the non-execution thereof on the part of the Contractor , he shall restore or have restored at his own cost and expense such property to a condition at least equal to that existing before such damage or injury was done , by repairing , rebuilding , or otherwise replacing and restoring as may be directed by the Owner , or he shall make good such damages or injury in a manner acceptable to the owner of the property and the Engineer . All fences encountered and removed during construction of this project shall be restored to the original or a better than original condition upon completion of this project. When wire fencing, either wire mesh or barbed wire is to be crossed , the Contractor shall set cross braced posts on either side of permanent easement before the fence is cut . Should additional fence cuts be necessary, the Contractor shall provide cross braced posts at point of the proposed cut in addition to the cross braced posts provided at the permanent easements limits , before the fence is cut . Temporary fencing shall be erected in place of the fencing removed whenever the work is not in progress and when the site is vacated overnight , and/or at all times to prevent livestock from entering the construction area . The cost for fence removal , temporary closures and replacement shall be subsidiary to the various items bid in the project C6-6 ( 7 ) proposal . Therefore , no separate payment shall be allowed for any service associated with this work. In case of failure on the part of the Contractor to restore such property to make good such damage or injury , the Owner may , upon 48 hour written notice under ordinary circumstances, and without notice when a nuisance or hazardous condition results , proceed to repair , rebuild, or otherwise restore such property as may be determined by the Owner to be necessary, and the cost thereby will be deducted from any monies due or to become due to the Contractor under this Contract. C6-6 . 11 INDEPENDENT CONTRACTOR: It is understood and agreed by the parties hereto that Contractor shall perform all work and services hereunder as an independent contractor , and not as an officer , agent , servant or employee of the Owner . Contractor shall have exclusive control of and the exclusive right to control the details of all the work and services performed hereunder , and all persons performing same , and shall be solely responsible for the acts and omissions of its officers , agents , servants , employees , contractors , subcontractors , licensees and invitees . The doctrine of respondeat superior shall not apply as between Owner and Contractor , its officers , agents , employees , contractors and subcontractors , and nothing herein shall be construed as creating a partnership or joint enterprise between Owner and Contractor . C6 - 6 . 12 CONTRACTOR ' S RESPONSIBILITY FOR DAMAGE CLAIMS : Contractor covenants and agrees to, and does hereby indemnify, hold harmless and defend Owner , its officers , agents , servants , and employees from and against any an all claims or suits for property darnage or loss and/or personal injury , including death, to any and all persons , of whatsoever kind or character , whether real or asserted , arising out of or in connection with, directly or indirectly, the work and services to be performed hereunder by Contractor , its officers , agents, employees, contractors , subcontractors , licensees or invitees , whether or not caused , in whole or in part , by alleged negligence on the part of officers , agents , servants , employees , contractors , subcontractors , licensees and invitees of the Owner ; and said Contractor does hereby covenant and agree to assure all liability and responsibility of Owner , its officers agents , servants and employees for property damage or loss , and/or personal injuries , including death, to any and all persons of whatsoever kind or character , whether real or asserted , arisinc out of or in connection with , directly or indirectly, the work and services to be performed hereunder by Contractor , its officers , agents employees , cc: Tractors subcontractors , licensees and invitees , whether or f:,ct caused , r C6-6 ( 8 ) in whole or in part , by alleged negligence of officers , agents , servants , employees , contractors , subcontractors , licensees or invitees of the Owner . Contractor likewise - covenants and agrees to, and does hereby , indemnify and hold harmless Owner from and against any and all injuries , loss or damages to property of the Owner during the performance of any of the terms and conditions of this Contract, whether arising out of or in connection with or resulting from, in whole or in part , any and all alleged acts or omissions of officers , agents , servants , employees , contractors , subcontractors , licenses , or invitees of the Owner . In the event a written claim for damages against the y contractor or its subcontractors remains unsettled at the time all work on the project has been completed to the satisfaction of the Director of the Water Department , as evidenced by a final inspection, final payment to the Contractor shall not be recommended by the Director of the Water Department for a period of 30 days after the date of such final inspection , unless the Contractor shall submit written evidence satisfactory to the Director that the claim has been settled and a release has been obtained from the claimant involved. If the claim concerned remains unsettled as of the expiration of the above 30-day period, the Contractor may be deemed to be entitled to a semi-final payment for work completed , such semi-final payment to be in an amount equal to the total dollar amount then due less the dollar value of any written claims pending against the Contractor arising out of the performance of such work, and such semi-final payment may then be recommended by the Director. The Director shall not recommend final payment to a Contractor rt against whom such a claim for damages is outstanding for a period of six months following the date of the acceptance of the work performed unless the Contractor submits evidence in writing satisfactory to the Director that : 1 . The claim has been settled and a release has been obtained from the claimant involved, or 2. Good faith efforts have been made to settle such outstanding claims , and such good faith efforts have failed. If condition (1 ) above is met at any time within the six month period, the Director shall recommend that the final payment to the Contractor be made . IT condition ( 2 ) above is met at any time within the six month period , the Director may recommend that the finial payment to the Contractor be made . At the C6-6 ( 9 ) expiration of the six month period the Director may recommend that final payment be made if all other work has been -� performed and all other obligations of the Contractor have been met to the satisfaction of the Director . The Director may, if he deems it appropriate, refuse to accept bids on other water Department Contract work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City contract. C6-6 . 13 CONTRACTOR ' S CLAIM FOR DAMAGES : Should the Contractor claim compensation for any alleged damage by reason of the acts or omissions of the Owner , he shall within three days after the actual sustaining of such alleged damage , make a written statement to the Engineer , setting out in detail the nature of the alleged damage, and on or before the 25th day of the month succeeding that in which any such damage is claimed to have been sustained , the Contractor shall file with the Engineer an itemized statement of the details and amount of such alleged damage and, upon request, shall give the Engineer access to all books of account , receipts , vouchers , bills of lading , and other books or papers containing any evidence as to the amount of such alleged damage . Unless such statements shall be filed as hereinabove required, the Contractor ' s claim for compensation shall be waived, and he shall not be entitled to payment on account of such damages . C6-6 . 14 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES , ETC. : In case it is necessary to change , move , or alter in any manner the property of a public utility or others , the said property shall not be moved or interfered with until orders thereupon have been issued by the Engineer . The right is reserved to the owners of public utilities to enter the geographical limits of the Contract for the purpose of making such changes or repairs to their property that may be necessary by the performance of this contract. C6-6 . 15 TEMPORARY SEWER AND DRAIN CONNECTIONS: When existing sewer lines have to be taken up or removed , the Contractor shall , at his own expense and cost , provide and maintain temporary outlets and connections for all private or public drains and sewers . The Contractor shall also take care of all sewage and drainage which will be received fro:i these drains and sewers , and for this purpose he shall provide and maintain , at his own cost and expense , adequate pumping � facilities and temporary outlets or diversions . The Contractor , at his own cost and expense, shall construct such troughs , -pipes ,- Or other tract°.:res necessary' , and be prepared at all tines to dispose of drainage and sewage C6-6 ( 10 ) received from these temporary connections until such times as the permanent connections are built and are in service . The existing sewers and connections shall be kept in service and maintained under the Contract , except when specified or ordered to be abandoned by the Engineer . All water, sewage, and other waste shall be disposed of in a satisfactory manner so that no nuisance is created and so that the work under construction will be adequately protected. C6-6 . 16 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE CITY : When the Contractor desires to use City water in connection with any construction work, he shall make complete and satisfactory arrangements with the Fort Worth City Water Department for so doing . City water furnished to the Contractor shall be delivered to the Contractor from a connection on an existing City main . All piping required beyond the point of delivery shall be installed by the Contractor at his own expense. The Contractor ' s responsibility in the use of all existing fire hydrant and/or valves'. is detailed in Section E2-1 . 2 USE - OF FIRE HYDRANTS AND VALVES in these General Contract Documents . When meters are used to measure the water , the charges , if any, for water will be at the regular established rates . When meters are not used , the charges , if any , will be as prescribed by the City Ordinance , or where no ordinance applies , payment shall be made on estimates and rates established by the Director of the Fort Worth Water Department. C6-6 . 17 USE OF A SECTION OR PORTION OF THE WORK: whenever , in the opinion of the Engineer , any section or portion of the work or any structure is in suitable condition , it may be put into use upon the written order of the Engineer , and such usage shall not be held to be in any way an acceptance of said work or structure or any part thereof or as a waiver of any of the provisions of these Contract Documents . All necessary repairs and removals of any section of the work so put into use, due to defective materials or workmanship, equipment, or to deficient operations on the part of the Contractor , shall be performed by the-Contractor at his own expense . C6- 6 . 18 CONTRACTOR ' S RESPONSIBILITY FOR THE WORK : Until written acceptance by the Owner as provided for in these Contract Documents , the work shall be under the charge and care of the Contractor , and he shall take ever %, necessary precaution to prevent injury or damage to the work or any part C6-6 ( 11 ) thereof by action of the elements or from any cause whatsoever, whether arising from the execution or nonexecution - of the work. The Contractor shall rebuild, repair , restore, and make good at his own expense all injuries or damage to any portion of the work occasioned by any of the hereinabove causes . C6-6 . 19 NO WAIVER OF LEGAL RIGHTS : Inspection by the Engineer or any order by the Owner by payment of money or any payment for or acceptance of any work, or any extension of time , or any possession taken by the City shall not operate as a waiver of any provision of the Contract Documents . Any waiver of any breach or Contract shall not be held to be a waiver of any other or subsequent breach. The Owner reserves the right to correct any error that may be discovered in any estimate that may have been paid and to adjust the same to meet the requirements of the Contract Documents . C6-6 . 20 PERSONAL LIABILITY OF PUBLIC OFFICIALS : In carrying out the provisions of these Contract Documents or in exercising any power of authority granted thereunder, there shall be no liability upon the authorized representatives of the Owner , either personally or otherwise as they are agents and representatives of the City. C6-6 . 21 STATE SALES TAX: On a contract awarded by the City of Fort Worth , an organization which qualifies for exemption pursuant the provisions of Article 20 . 04 ( H ) of the Texas Limited Sales , excise , and Use Tax Act , the Contractor may purchase , rent or leas` all materials , supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax , said exemption certificate to comply with State Comptroller ' s Ruling . 007 . Any such exemption certificate issued by the Contractor in lieu of the tax shall be subject to and shall comply with the provisions of State Comptroller ' s Ruling . 011 , and any other applicable State Comptroller rulings pertaining to the Texas Limited Sales , Excise, and Use Tax Act. On a contract awarded by a developer for the construction of a publicly-owned improvement in a street right-of-wav or other easement which has been dedicated to the public and the City of Fort worth , an organization which cualifies for exemption pursuant to the provisions of Article 20 . 04 ( H) of the Texas limited Sales , Excise , and Use Tax Act , the Contractor can probably be exe-molCed in the same manner stated above . C6-6 (12 ) Limited Sale , Excise and Use Tax permits and information can be obtained from: Comptroller of Public Accounts Sale Tax Division Capitol Station Austin, TX C6-6 (13 ) PART C - GENERAL CONDITIONS C7-7 PROSECUTION AND PROGRESS SECTION C7-7 PROSECUTION AND PROGRESS: C7-7 . 1 SUBLETTING : The Contractor shall perform with his own organization , and with the assistance of workman under his immediate super intendance , work of a value of not less than fifty ( 50% ) percent of the value embraced in the contract . If the Contractor sublets any part of the work to be done under these Contract Documents , he will not under any circumstances be relieved of the responsibility and obligation assumed under these Contract Documents . All transactions of the Engineer - will be with the Contractor . Subcontractors will be considered only in the capacity of employees or workmen of the Contractor and shall be subject to the same requirements as to character and competency . The Owner will not recognize any ' subcontractor on the work. The Contractor shall at all times , when the work is in operation , be represented either in person or by a superintendent or other designated representatives. C7- 7 . 2 ASSIGNMENT OF CONTRACT : The Contractor shall not assign, transfer, sublet, convey, or otherwise dispose of the contract or his rights , title , or interest in or to the same or any part thereof without the previous consent of the Owner expressed by resolution of the City Council and concurred in by the Sureties . ` If the Contractor does , without such previous consent, assign, transfer, sublet, convey, or otherwise dispose of the contract or his right , title , or interest therein or any part thereof , to any person or persons , partnership , company , firm , or corporation , or does by bankruptcy, voluntary or involuntary, or by assignment under the insolvency laws of any state , attempt to dispose of the contract may, at the option of the Owner be revoked and annulled , unless the Sureties shall successfully complete said contract , and in the event of any such revocation or annulment, any monies due or to become due under or by virtue of said contract shall be retainer's by the Owner as liquidated damages for the reason that it would be impracticable and extremely difficult to fix the actual damages . - a C7-7 . 3 PROSECUTION OF THE WORK : Prior to beginning any construction operation , the Contractor shall submit to the Engineer in five or more copies , if requested by the Engineer , a progress schedule preferably in chart or diagram form , or a brief outlining in detail and step by step the manner of C7-7 ( 1 ) prosecuting the work and ordering materials and equipment which he expects to follow in order to complete the project in the scheduled time . There shall also be submitted a table of estimated amounts to be earned by the Contractor during each monthly estimate period. The Contractor shall commence the work to be performed under this contract within the time limit stated in these Contract Documents and shall conduct the work in a continuous manner and with sufficient equipment, materials , and labor as is necessary to insure its completion within the time limit . The sequence requested of all construction operations shall be at all times as specified in the Special Contract Documents . Any deviation from scuh sequencing shall be submitted to the - Engineer for his approval . Contractor shall not proceed with any deviation until he has received written approval from the Engineer . Such specification or approval by the Engineer shall not relieve the Contractor from the full responsibility of the complete performance of the Contract. The contract time may be changed only as set forth in Section C7-7. 8 "Extension of Time of Completion" of this Agreement , and a progress schedule shall not constitute a change in the contract time. C7-7 . 4 LIMITATIONS OF OPERATIONS : The working operations shall at all times be conducted by the Contractor so as to create a minimum amount of inconvenience to the public. At any time when, in the judgment of the Engineer , the Contractor has obstructed or closed or is carrying on operations in a portion of a street or public way greater than is necessary for the proper execution of the work, the Engineer may require the Contractor to finish the section on which operations are in progress before the work is commenced on any additional section or street. C7-7 . 5 CHARACTER OF WORKMEN AND EQUIPMENT: Local labor shall be used by the Contractor is available . The Contractor may bring in from outside the City of Fort Worth his key men and his superintendent . All other workmen , including equipment operators , may be imported only after the local supply is exhausted . The Contractor shall employ only such superintendents , foremen , and workmen who are careful , competent, and fully qualified to perform the duties or tasks assigned to them, and the Engineer may demand and secure the summary dismissal of any person or persons employed by the Contractor in or about or on the work who, in the cpinion of the Owner , shall misconduct himself or be found to be incompetent , disrespectful , intemperate , dish-onest , or C7-7 ( 2 ) otherwise objectionable or neglectful in the proper performance of his or their duties, or who neglects or refuses to comply with or carry out the directions of the Owner , and such person or persons shall not be employed again thereon without written consent of the Engineer . All workmen shall have sufficient skill , ability , and experience to properly perform the work assigned to them and operate any equipment necessary to properly carry out the performance of the assigned duties . The Contractor shall furnish and maintain on the work all such equipment as is considered to be necessary for prosecution of the work in an acceptable manner and at a satisfactory rate of progress . All equipment , tools , and machinery used for handling materials and executing any part of the work shall be subject to the approval of the Engineer and shall be maintained in a satisfactory , safe and efficient working condition. Equipment on any portion of the work shall be such that no injury to the work, workmen or adjacent property will _ result from its use. C7-7 . 5 WORK SCHEDULE : Elapsed working days shall be computed starting with the first day of work completed as defined in C1-1 . 23 " WORKING DAY" or the date stipulated in the "WORK ORDER" for beginning work, whichever comes first. Nothing in these Contract Documents shall be construed as prohibiting the Contractor from working on Saturday, Sunday or Legal Holidays ,, providing that the following requirements are met: a. A request to work on a specific Saturday, Sunday or Legal Holiday must be made to the Engineer no later than the proceeding Thursday. b. Any work to be done on the project on such a specific Saturday, Sunday or Legal Holiday must be , in the opinion of the Engineer , essential to the timely completion of the project . The Engineer ' s decision shall be final in response to such a request for approval to work on a specific Saturday , Sunday or _ Legal Holiday, and no extra compensation shall be allowed to the Contractor for any work performed on such a specific Saturday, Sunday or Legal Holiday. Calendar Days shall be defined in C1-1 . 24 and the Contractor may work as he so desires . �` C7-7 ( 3 ) C7-7 . 7 TIME OF COMMENCEMENT AND COMPLETION : The Contractor shall commence the working operations within the time specified in the Contract Documents and set forth in the Work Order . Failure to do so shall be considered by the Owner as abandonment of the Contract by the Contractor and the Owner may proceed as he sees fit. The Contractor shall maintain a rate of progress such as will insure that the whole work will be performed and the premises cleaned up in accordance with the Contract Documents and within the time established in such documents and such extension of time as may be properly authorized by the Owner. C7-7 . 8 EXTENSION OF TIME COMPLETION: The Contractor ' s request for an extension of time of completion shall be considered only when the request for such extension is submitted in t writing to the Engineer within seven days from and after the time alleged cause of delay shall have occurred. Should an extension of the time of completion be requested such request will be forwarded to the City Council for approval . In adjusting the contract time for completion of work , - consideration will be given to unforseeable causes beyond the control of and without the fault or negligence of the Contractor , including but limited to acts of the public enemy , acts of the Owner , fire ; flood , tornadoes , epidemics , quarantine restrictions , strikes, freight embargoes , or delays of sub-contractors due to such causes. When the date of completion is based on a calendar day bid, a request for extension of time because of inclement weather will not be considered . A request for extension of time due to inability, to obtain supplies and materials will be considered only when a review of the Contractor ' s purchase order dates and other pertinent data as requested by the Engineer indicates that the Contractor has made a bonafide attempt to secure delivery on schedule . This shall include efforts to obtain the supplies and materials from alternate sources in case the first source cannot make deliver• . a If satisfactory execution and completion of the contract should require work and materials in greater amounts or quantities than those set forth in the approved Contract Documents , then the contract time may be increased by Change Order. C7-7 . 9 DELAYS : The Contractor shall receive no compensation for delays or : in-Arances to the work , except when direct and unavoidable extra cost to the Contractor is ca-.;sed b_v the Lai -lure cf C_ ` v to _ rov ide _nfor�atio.^. or mazerlal , if rr C7-7 ( Y ) any, which is to be furnished by the City . When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the Engineer and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval ; and the action thereon by the Council shall be final and binding . If delay is caused by specific orders given by the Engineers to stop work, or by the performance of extra work , or by the failure of the City to provide material or necessary instructions for carrying on the work , then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall , however , be subject to the approval of the City Council ; and no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. C7-7 . 10 TIME OF COMPLETION: The time of completion is an essential element of the contract. Each bidder shall indicate in the appropriate place on the last page of the Proposal the number of working days or calendar days that he will require to fully complete this contract or the time of completion will be specified by the City in the Proposal section of the contract documents. The number of days indicated shall be a realistic estimate of the time required to complete the work covered by the specific contract being bid upon . The amount of time so stated by the successful bidder or the City will become the time of completion specified in the Contract Documents . For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents , or the increased time granted by the Owner , or as automatically increased by additional work or materials ordered after the contract is signed , the sum per day given in the following . schedule , unless otherwise specified in other parts of the Contract Documents , will be deducted from monies due the Contractor , not as a penalty , but as liquidated dat;ages suffered by the Owner. AMOUNT OF CONTRACT Less than $ 5 , 000 inclusive $ 35 . 00 $ 5, 001 to $ 15, 000 inclusive $ 45. 00 $ 15, 001 to $ 25 , 000 inclusive $ 63 . 00 $ 25, 001 to $ 50 , 000 inclusive $ 105 . 00 $ 50,001 to $ 100 , 000 inclusive $ 154 . 00 $ 100, 001 1-0 $ 500 ,000 inclusive $ 210 . 00 C7-7 (5 ) $ 500, 001 to $1, 000 ,000 inclusive $ 315. 00 $1 , 000, 001 to $2, 000 ,000 inclusive $ 420 . 00 $2 , 000, 001 and over $ 630. 00 The parties hereto understand and agree that any harm to the City caused by the Contractor ' s delay in completing the work hereunder in the time specified by the Contract Documents would be incapable or very difficult of accurate estimation , and that the "Amount of Liquidated Damages Per Day" , as set out above, is a reasonable forecast of just compensation due the City for harm caused by any delay. C7-7 . 11 SUSPENSION BY COURT ORDER: The Contractor shall suspend operations on such part or parts of the work ordered by any court , and will not be entitled to additional compensation by virtue of such court order . Neither will he be liable to the City in the event the work is suspended by a Court Order . Neither will the Owner be liable to the Contractor by virtue of any Court Order or action for which the Owner is not solely responsible. C7-7 . 12 TEMPORARY SUSPENSION: The Owner shall have the right to suspend the work operation wholly or in part for such period or periods of time as he may deem necessary due to unsuitable weather conditions or any other unfavorable conditions which in the opinion of the Owner or Engineer cause further prosecution of the work to be unsatisfactory or detrimental to the interest of the project. During temporary suspension of work covered by this contract , for any reason , the Owner will make no extra payment for stand-by time of construction equipment and/or construction crews. If it should become necessary to suspend wo:k for an indefinite period, the Contractor shall store all materials in such manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. 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 as set forth in Paragraph C7-7 . 8 EXTENSION OF THE TIME OF COMPLETION , and should it be determined by mutual consent of the Contractor and the Engineer that a solution to allow construction to proceed is not available within a reasonable period of time, then the Contractor may be reimbursed for the cost of moving his ecuioment off the job and returning the necessary equipment to the job when i_ is determined by t'' Er.cineer C7-7 l6` - that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. No reimbursement shall be allowed if the equipment is moved to another construction project for the City of Fort Worth. The Contractor shall not suspend work without written notice from the Engineer and shall proceed with the work operations promptly when notified by the Engineer to so resume operations . C7-7 . 13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY : Whenever, because of National Emergency , so declared by the President of the United States or other lawful authority, it becomes impossible for the Contractor to obtain all of the a necessary labor , materials , and equipment for the prosecution of the work with reasonable continuity for a period of two months , the Contractor shall within seven days notify the City in writing, giving a detailed statement of the efforts which have been made and listing all necessary items of labor , materials , and equipment not obtainable . If , after investigations , the Owner finds that such conditions existing and that the inability of the Contractor to proceed is not attributable in whole or in part to the fault or neglect of the Contract, then if the Owner cannot after reasonable effort assist the Contractor in procuring and making available the necessary labor , materials and equipment within thirty days , the Contractor may request the Owner to terminate the contract and the Owner may comply with the request, and the termination shall be conditioned and based upon a final settlement mutually acceptable to both the Owner and the Contractor and final payment shall be made in accordance with the terms of the agreed settlement, which shall include, but not be limited to , the payment for all work executed but no anticipated profits on work which has not been performed. C7-7 . 14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF CONTRACT: The work operations on all or any portion or section of the work under Contract shall be suspended immediately on written order of the Engineer or the Contract may be declared cancelled by the City Council for any good and sufficient cause. The following , by way of example , but not of limitation , may be considered grounds for suspension or cancellation: - a . Failure of the Contractor to commence work operations within the time specified in the Work Order issued by the Owner . C7-7 ( 7 ) b. Substantial evidence that progress of the work operations by Contractor is insufficient to complete the work within the specified time . C. Failure of the Contractor to provide and maintain sufficient labor and equipment to properly execute the working operations . d. Substantial evidence that the Contractor has abandoned the work. e. Substantial evidence that the Contractor has become insolvent or bankrupt , or otherwise financially unable to carry on the work satisfactorily. f. Failure on the part of the Contractor to observe any requirements of the Contract Documents or to comply with any orders given by the Engineer or Owner provided for in these Contract Documents . g. Failure of the - Contractor promptly to make good any defect in materials or workmanship , or any defects of any nature the correction of which has been directed in writing by the Engineer or the Owner. h. Substantial evidence of collusion for the purpose of illegally procuring a contract or perpetrating fraud on the City in the construction of work under contract. i . A substantial indication that the Contractor has made an unauthorized assignment of the contract or any funds due therefrom for the benefit of any creditor or for any other purpose . j . If the Contractor shall for any cause whatsoever not carry on the working operation in an acceptable manner. k. If the Contractor commences legal action against the Owner. A copy of the suspension order or action of the City Council shall be served on the Contractor ' s Sureties . When work is suspended for any cause or causes , or when the contract is cancelled, the Contractor shall discontinue the work or such part thereof as the Owner shall designate , whereupon the Sureties may , at their option , assume the contract or that portion thereof which the Owner has ordered the Contractor to discontinue, an- ray perform. the same or may, with th, written C7-7 ( 8 ) consent of the Owner , sublet the work or that portion of the work as taken over, provided however , that the Sureties shall exercise their option , if at all , within two weeks after the written notice to discontinue the work has been served upon the Contractor and upon the Sureties or their authorized agents . The Sureties , in such event shall assume the Contractor ' s place in all respects , and shall be paid by the Owner for all work performed by them in accordance with the terms of the Contract Documents . All monies remaining due the Contractor at the time of this default shall thereupon become due and payable to the Sureties as the work progresses , subject to all of the terms of the Contract Documents . In case the Sureties do not, within the hereinabove specified time, exercise their right and option to assume the contract responsibilities , or that portion thereof which the Owner has ordered by the Contractor to discontinue , then the Owner shall have the power to complete , by contract or otherwise, as it may determine, the work herein described or such part thereof as it may deem necessary, and the Contractor hereto agrees that the Owner shall have the right to take possession of and use any materials , plants , tools , equipment , supplies , and property of any kind provided by the Contractor for the purpose of carrying on the work and to procure other tools , equipment, materials , labor and property for the completion of the work , and to charge to the account of the Contractor of said contract expense for labor, materials , tools , equipment , and all expenses incidental thereto. The expense so charged shall be deducted by the Owner from such monies as may be due or may become due at any time thereafter to the Contractor under and by virtue of the Contract or any part thereof . The Owner shall not be required to obtain the lowest bid for the work completing the contract , but the expense to be deducted shall be the actual cost of the owner of such work. In case such expenses shall exceed the amount which would have been payable under the Contract if the same had been completed by the Contractor , then the Contractor and his Sureties shall pay the amount of such excess to the City on notice from the Owner of the excess due. When any particular part of the work is being carried on by the Owner by contract or otherwise under the provisions of this section , the Contractor shall continue the re.imainder of the work in conformity with the terms of the Contract Documents and in such a manner as to not hinder or interfere with performance of the work by the Owner . C7 -7 . 15 FULFILLMENT OF CONTRACT : The Contract will be considered as having been fulfilled , save as provided in any bond or bonds or by law, when all the work and all sections or parts of the o=oject covere.:. by 'Che Contract Doc-,:"?nts have C7-7 ( 9 ) been finished and completed, the final inspection made by the Engineer , and the final acceptance and final payment made by the Owner. C7-7.16 TERMINATION FOR CONVENIENCE OF THE OWNER: A. NOTICE OF TERMINATION: The performance of the work under this contract may be terminated by the Owner in whole , or from time to time in part , in accordance with this section , whenever the Owner shall determine that such termination is in the best interest of the Owner . Any such termination shall be effected by mailing a notice of termination to the Contractor specifying the extent to which performance of work under the contract is terminated , and the date upon which such termination becomes effective . Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Mail by. .the Owner . Further , it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated ; and no proof in any claim, demand or suit shall be required of the Owner regarding such discretionary action. B. CONTRACTOR ACTION : After receipt of a notice of termination , and except as otherwise directed by the Engineer, the Contractor shall : 1. Stop work under the contract on the date and to the extent specified in the notice of termination; 2 . place no further orders or subcontracts for materials , services or facilities except as may be necessary for completion of such portion of the work under the contract as is not terminated; 3 . terminate all orders and subcontracts to the extent that they relate to the performance of work terminated by the notice of termination; 4 . transfer title to the Owner and deliver in the manner , at the times , and to the extent , if any, directed by the Engineer : C7-7 (10 ) a. the fabricated or unfabricated parts , work in process , completed work , supplies and other material produced as a part of , or acquired in connection with the performance of , the work terminated by the notice of termination; and b. the completed , or partially completed plans , drawings , information and other property which , if the contract had been completed , would have been required to be furnished to the Owner. 5 . complete performance of such part of the work as shall not have been terminated by the notice of termination ; and 6 . take such action as may be necessary , or as the Engineer may direct , for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the Owner has or may acquire the rest. At a time not later than 30 days after the termination date specified in the notice of termination , the Contractor may submit to the Engineer a list , certified as to quantity and guality , of any or all items of termination inventory not previously disposed of , exclusive of items the disposition of which has been directed or authorized by the Engineer . Not later than 15 days thereafter , the Owner shall accept title to such items provided , that the list submitted shall be subject to verification by the Engineer upon removal of the items or , if the items are stored , within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted , shall be made prior to final settlement. C. TERMINATION CLAIM : Within 60 days after notice of termination , the Contractor shall submit his termination claim to the Engineer in the form and with the certification prescribed by the Engineer . Unless one or more extensions in writing are granted by the Owner upon request of the Contractor , made in writing within such 60-day period or authorized extension thereof , any and all such claims shall be conclusively deemed, waived. C7-7 ( 11 ) D, AMOUNTS : Subject to the provisions of Item C7-7 .16 (C) , the Contractor and Owner may agree upon the whole or any part of the amount or amounts to be paid to the Contractor by reason of the total or partial termination of work pursuant hereto ; provided, that such agreed amount or amounts shall never exceed the total contract price as reduced by the amount of payments otherwise made and as further reduced by the contract price of work not terminated . The contract shall be amended accordingly , and the Contractor shall be paid the agreed amount . No amount shall be due for lost or anticipated profits . Nothing in C7 - 7 . 16 ( E ) hereafter, prescribing the amount to be paid to the Contractor in the event of failure of the Contractor by reason of the termination of work pursuant to this section, shall be deemed to limit, restrict or otherwise determine or affect the amount or amounts which may be agreed upon to be paid to the Contractor pursuant to this paragraph. E. FAILURE TO AGREE : In the event of the failure of the Contractor and the Owner to agree as provided in C7-7 . 16 ( D ) upon the whole amount to be paid to the Contractor by reason of the termination of work pursuant to this section the Owner shall determine, on the basis of information available to it , the amount , if any , due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined . No amount shall be due for lost or anticipated profits . F. DEDUCTIONS : In arriving at the amount due the contractor under this section , there shall be deducted ( a ) all unliquidated advance or other payments on account theretofore made to the Contractor , applicable to the terminated portion of this contract ; ( b ) any claim which the Owner may have against the Contractor in connection with this contract ; and ( c ) the agreed price for , or the proceeds of sale of , any materials , supplies or other things kept by the Contractor or sold , pursuant to the provisions of this clause, and not otherwise recovered by or credited to the Owner . G. ADJUSTMENT : If the termination hereunder be oartial, prior to the settlement of the terminated portion of this contract , the Contractor may file with the Engineer a recues : in writing for an C7-7 ( 12 ) equitable adjustment of the price or prices specified in the contract relating to the continued portion of the contract ( the portion not terminated by the notice of termination ) , such equitable adjustment as may be agreed upon shall be made in such price or prices ; nothing contained herein , however , shall limit the right of the Owner and the Contractor to agree upon the amount or amounts to be paid to the Contractor for the completion of the continued portion of the contract when said contract does not contain an established contract price for such continued portion. H. NO LIMITATION OF RIGHTS: Nothing contained in this section shall limit or alter the rights which the Owner may have for termination of this contract under C7- 7 . 14 hereof entitled " Suspension of Abandonment of the work and Amendment of Contract" or any other right which Owner may have for default or breach of contract by Contractor . C7-7 . 17 SAFETY METHODS AND PRACTICES: The Contractor shall be responsible for initiating , maintaining , and supervising all safety precautions and programs in connection with the work at all times and shall assume all responsibilities for their enforcement . The Contractor shall comply with .Federal , state , and local laws , ordinances , and regulations so as to protect person and property from injury, including death , or damage in connection with the work. C7-7 (13 ) PART C - GENERAL CONDITIONS C8-8 MEASUREMENT AND PAYMENT SECTION C8-8 MEASUREMENT AND PAYMENT C8 - 8 . 1 MEASUREMENT OF QUANTITIES : The determination of quantities of work performed by the Contractor and authorized by the Contract Documents acceptably completed under the terms of the Contract Documents shall be made by the Engineer , based on measurements made by the Engineer . These measurements will be made according to the United States Standard Measurements used in common practice , and will be the actual length, area, solid contents , numbers , and weights of the materials and items installed. C8-8 . 2 UNIT PRICES : When in the Proposal a " Unit Price" is set forth, the said "Unit Price" shall include the furnishing by the Contractor of all labor , tools , materials , machinery, equipment , appliances and appurtenances necessary for the construction of and the completion in a manner acceptable to the Engineer of all work to be done under these Contract Documents . The " Unit Price" shall include all permanent and temporary protection of overhead, surface , and underground structures , cleanup, finished , overhead expense , bond, insurance, patent fees, royalties , risk due to the elements and other causes , delays , profits , injuries , damages claims , taxes , and all other items not specifically mentioned that may be required to fully construct each item of the work complete in place and in a satisfactory condition for operation . C8 - 8 . 3 LUMP SUM : When in the Proposal a "Lump Sum" is set forth, the said "Lump Sum" shall represent the total cost for the Contractor to furnish all labor , tools , materials , machinery, equipment , appurtenances , and all subsidary work necessary for the construction and completion of all the work to provide a complete and functional item as detailed in the Special Contract Documents and/or Plans . C8 - 8 . 4 SCOPE OF PAYMENT : The Contractor shall receive and accept the compensation, as herein provided , in full payment for furnishing all labor , tools , materials , and incidentals for performing all work contemplated and embraced under these r Contract Documents , for all loss and damage arising out of the nature of the work or from the action of the elements , for any unforeseen defects or obstructions which may arise or be encountered during the prosecution of the work at any time i C8-8 ( 1 ) before its final acceptance by the Owner, ( except as provided in paragraph C5-5 . 14 ) for all risks of whatever description connected with the prosecution of the work , for all expense incurred by or in consequence of suspension or discontinuance of such prosecution of the working operations as herein specified , or any and all infringements of patents , trademarks , copyrights , or other legal reservations , and for compteteing the work in an acceptable manner according to the terms of the Contract Documents . The payment of any current or partial estimate prior to final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials , or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair , correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or eauioment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects , which defects , imperfection , or ` damage shall have been discovered on or before the final inspection and acceptance of work or during the one year guaranty period after final acceptance. The Owner shall be the sole judge of such defects , imperfections , or damage , and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. C8-8 . 5 PARTIAL ESTIMATES AND RETAINAGE: Between the 1st and 5th day of each month the Contractor shall submit to the Engineer a statement showing an estimate of the value of the work done during the previous month, or estimate period under the Contract Documents . Not later than the 10th day of the month the Engineer shall verify such estimate , and if it is found to be acceptable and the value of work performed since the last partial payment was made exceeds one hundred dollars ( $100 . 00 ) in amount, 90% of such estimated sum will be paid to the Contractor if the total contract amount is less than $ 400 , 000 , or 95 % of such estimated sum will be paid to the Contractor if the total contract amount is $400 , 000 0� creater within twenty-five ( 25 ) days after the regular estimate period. The City will have the option of preparing estimates on forms furnished by the City . The partial estimate may include acceptable nonperishable materials delivered to the work which are to be incorporated into the work as a permanent part thereof , but which at the the time of the estimate have not been installed . ( such paymnent will be allowed or. a basis of 55% of the nee invoice value thereof . ) The Contractor shall _ �rn_s: the �;._ _..�__ ,..ch 4nformation as he may req ,?st to aid him as a guide in the verification or the preparation of partial estimates . It is understood that the partial estimate from month to month will be approximate only , and all partial monthly estimates and payment will be subject to correction in the estimate rendered following the discovery of an error in any previous estimate , and such estimate shall not, in any respect, be taken as an admission of the Owner of the amount of work done or of its quality of sufficiency , or as an acceptance of the work done or the release of the Contractor of any of his responsibilities under the Contract Documents . The City reserves the right to withhold the payment of any monthly estimate if the contractor fails to perform the work strictly in accordance with the specifications or provisions of this contract. C8- 8 . 6 WITHHOLDING PAYMENT : Payment on any estimate or estimates may be held in abeyance if the performance of the construction operations is not in accordance with the requirements of the Contract Documents . C8-8 . 7 FINAL ACCEPTANCE : Whenever the improvements provided for by the Contract Documents shall have been completed and all requirements of the Contract Documents shall have been fulfilled on the part of the Contractor , the Contractor shall notify the Engineer in writing that the improvements are ready for the final °inspection . The Engineer shall notify the appropriate officials of the Owner , will within a reasonable time make such final inspection , and if the work is satisfactory , in an acceptable condition , and has been completed in accordance with the terms of the Contract Documents and all approved modifications thereof , the Engineer will initiate the processing of the final estimate and recommend final acceptance of the project and final payment therefor as outlined in C8-8 . 8 below. C8-8 . 8 FINAL PAYMENT : Whenever all the improvements provided for by the Contract Documents and all approved modifications thereof shall have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor , a final estimate showing the value of the work _will be prepared by the Engineer as soon as the necessary measurements , computations , and checks can be made. All prior estimates upon which payment has been made are subject to necessary corrections or revisions in the final payment . C8-8 ( 3 ) The amount of the final estimate , less previous payments and any sum that have been deducted or retained under the provisions of the Contract Documents , will be paid to the Contractor within 60 days after final acceptance by the Owner on a proper resolution of the City Council , provided the Contractor has furnished to the Owner satisfactory evidence of payment as follows : Prior to submission of the final estimate for payment , the Contractor shall execute an affidavit , as furnished by the City , certifying that all persons , firms , associations , corporations, or other organizations furnishing labor and/or materials have been paid in full, that the wage scale established by the City Council in the City of Fort Worth has been paid , and that there are no claims pending for personal injury and/or property damages . The acceptance by the Contractor of the last or final payment as aforesaid shall operate as and shall release the Owner from all claims or liabilities under the Contract for anything done or furnished or relating to the work under Contract Documents or any act or neglect of said City relating to or connected with the Contract. The making of the final payment by the Owner shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. C8-8 . 9 ADEQUACY OF DESIGN: It is understood that the Owner believes it has ,employed competent Engineers and designers to prepare the Contract Documents and all modifications of the approved Contract Documents . It is , therefore , agreed that the Owner shall be responsible for the adequacy of its own design features , sufficiency of the Contract Documents , the safety of the structure , and the practicability of the operations of the completed project , provided the Contractor has complied with the requirements of the said Contract Documents , all approved modifications thereof , and additions and alterations thereto approved in writing by the Owner. The burden of proof of such compliance shall be upon the Contractor to show that he has complied with the said requirements of the Contract Documents , approved modifications thereof , and all approved additions and alterations thereto. C8-8 . 10 GENERAL GUARANTY : Neither the final certificate of payment nor any provision in the Contract Documents nor partial or entire occupancy or use of the pre&-"ises by the Owner shall constitute an acceptance of work net done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties Or r°SpOnS _1"itV for faulty materials or w0<<.,.=..StiliO . The Contractor shall re,;:ed_v any defects or damages in tlle work and C8-8 ( 4 ) pay for any damage to other work resulting therefrom which shall appear within a period of one year from the date of final acceptance of the work unless a longer period is specified andshall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outline . The Owner will give notice of observed defects with reasonable promptness . C8- 8 . 11 SUBSIDIARY WORK : Anv and all work specifically governed by documentary requirements for the project , such as conditions imposed by the Plans , the General Contract Documents or these Special Contract Documents , in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work , she cost of which shall be included in the price bid in the Proposal , for each bid item. Surface restoration , rock excavation and cleanup are general items of work which fall in the category of subsidiary work. C8-8 . 12 MISCELLANEOUS PLACEMENT OF MATERIAL: Material may be allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material . These materials shall be used only when directed by the Engineer , depending on field conditions . Payment for miscellaneous placement of material will be made for only that amount of material used , measured to the nearest one- tenth unit . Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the project . r C8-8 . 13 RECORD DOCUMENTS : Contractor shall keep on record a copy of all specifications , plans , addenda , modifications , shop drawings and samples at the site , in good order and annotated to show all changes made during the construction process . These shall be delivered to Engineer upon completion of the work. C8-8 ( S ) SECTION Cl SUPPLEMENTARY CONDITIONS po TO SECTION C SECTION Cl: SUPPLEMENTARY CONDITIONS TO PART C- GENERAL CONDITIONS A. General These Supplementary Conditions amend or supplement the General Conditions of the Contract and other provisions of the Contract Documents as indicated below. Provisions which are not so amended or supplemented remain in full force and affect. B. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Page C8-8 (2), should be deleted in its entirety and replaced with the following: Partial pay estimates shall be submitted by the Contractor or prepared by the City on the 5th day and 20th day of each month that the work is in progress. The estimate shall be proceeded by the City on the 10th day and 25th day respectively. Estimates will be paid within 25 days following the end of the estimate period, less the appropriate retainage as set out below. Partial pay estimates may include acceptable nonperishable materials delivered to the work place which are to be incorporated into the work as a permanent part thereoi, out which at the time of the pay estimate haVL aot been so installed. If such ,,. materials are included within a pay estimate, payment shall be based upon 85% of the net voice value thereof. The Contractor will furnish the Engineer such information as may be reasonably requested to aid in the verification or the preparation of the pay estimate. For contracts of less than $400,000 at the time of execution, retainage shall be ten per cent(10%). For contracts of$400,000 or more at the time of execution,retainage shall be five percent (5 0/6). Contractor shall pay subcontractors in accord with the subcontract agreement within five (5) business days after receipt by Contractor of the payment by City. Contractor's failure to make the required payments to subcontractors will authorize the City to withhold future payments from the Contractor until compliance with this paragraph is accomplished. It is understood that the partial pay estimates will be approximate only, and all partial pay estimates and payment of same will be subject to correction in the estimate rendered following the discovery of the mistake in any previous estimate. Partial payment by Owner for the amount of work done or of its quality or sufficiency or acceptance of the work done; shall not release the Contractor of any of its responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perform the work in strict accordance with the specifications or other provisions of this contract. C. Part C - General Conditions: Paragraph C3-3.11 of the General Conditions is deleted and replaced with D-3 of Part D - Special Conditions. D. C3-3.11 INSURANCE: Page C3-3 (6): Delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING" Revised Pg. 1 10/24/02 E. C6-6.12 CONTRACTOR'S RESPONSIBLITY FOR DAMAGE CLAIMS: Page C6-6 (8), is deleted in its entirety and replaced with the following: Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in Dart, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or - destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such iniury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees In the event Owner receives a written claim for damages against the Contractor or its ., subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or(b)provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. F. INCREASED OR DECREASED QUANTITIES: Part C - General Conditions, Section _ C4-4 SCOPE OF WORK,Page C 4-4(1),revise paragraph C4-4.3 INCREASED OR DECREASED QUANTITIES to read as follows: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices do as established in the contract documents. No allowance will be made for any changes in lost or anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted herein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not to the various depth categories. Revised Pg. 2 10/24/02 - I! G. C3-3.11INSURAN E: - C Page C3 3 (7): Add subparagraph h. ADDITIONAL INSURANCE REQUIREMENTS" a. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. rb. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 r Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. g. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. h. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. i. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. k. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. t Revised Pg. 3 10/24/02 1. Contractor's liability shall not be limited to the specified amounts of insurance required herein. m. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. _ H. C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4, Scope of Payment at page C8-8(1) is deleted in its entirety and replaced with the following: The Contractor shall receive and accept the compensation as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph C5-5.14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, and for completing the work in an acceptable manner according to the terms of the Contract Documents. The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the two (2) year guaranty period after the final acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. I. C8-8.10 GENERAL GUARANTY: Delete C8-8.10,General Guaranty at page C8-8(4)is deleted in its entirety and replaced with the following: Neither the final certificate of payment nor any provision in the Contract Documents,nor partial F or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to other work or property;:.suiting 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 fumish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract Revised Pg. 4 10/24/02 which shall assure the performance of the general guaranty as above outlined. The Owner will give notice of observed defects with reasonable promptness. Any reference to any shorter period of time of warranty contained elsewhere within the .. specifications shall be resolved in favor of this specifications, it being the City's intent that the Contractor guarantee its work for a period of two (2) years following the date of acceptance of the project. In the Special Instructions to Bidders, TPW contracts place the following in lieu of the existing paragraph 2. 4 J. Part C - General Conditions, Section C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL, Page C2-2 (4) exchange paragraphs C2-2.7, C2-2.8 and C2-2.9 with the following: C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders." It is the Bic_,;r s sole responsibility to deliver the proposal —the proper time to the proper - place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders." The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, P.O. Box 17027,Fort Worth, Texas 76102. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud,the proposals for which non-consideration requests have been properly filed may, at the option of the Owner,be returned unopened. C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time, and provided further, that the City Manager ,is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time,no further consideration will be given to the proposal K. C3-3.7 BONDS (CITY LET PROJECTS): Reference Part C, General Conditions,dated November 1, 1987; (City let projects)make the following revisions: , Revised Pg. 5 10/24/02 1. Page C3-3(3); the paragraph after paragraph C3-3.7d Other Bonds should be revised to read: In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or(2) have obtained reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 2. Pg. C3-3(5)Paragraph C3-3.11 INSURANCE delete subparagraph"a. COMPENSATION INSURANCE". 3. Pg. C3-3(6),Paragraph C3-3.11 INSURANCE delete subparagraph"g. LOCAL AGENT FOR INSURANCE AND BONDING". L. RIGHT TO AUDIT: Part C - General Conditions, Section C8-8 MEASUREMENT AND PAYMENT,Page C8-8 (5), add the following: C8-8.14 RIGHT TO AUDIT: (a) Contractor agrees that the City shall, until the expiration of three(3)years after final payment under this contract,have access to and the right to examine and photocopy any - directly pertinent books,documents,papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The City shall give contractor reasonable advance notice of intended audits. (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the - effect that the subcontractor agrees that the City shall,until the expiration of three(3) years after final payment under the subcontract,have access to and the right to examine and photocopy any directly pertinent books, documents,papers and records of such subcontractor, involving transactions to the subcontract, and further,that City shall have access during normal working hours to all subcontractor facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance . with the provisions of this article. 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 the Contractor for the cost of copies as follows: Revised Pg. 6 10/24/02 1. 50 copies and under- 10 cents per page 2, More than 50 copies - 85 cents for the first page plus fifteen cents for each page thereafter M. SITE PREPARATION: The Contractor shall clear rights-of-way or easements of obstruction which must be removed to make possible proper prosecution of the work as a part of this project construction operations. The contractor's attention is directed to paragraph C6-6.10 work within easements, page C6-6(4),part C- General Conditions of the Water Department General Contract Document and General Specifications. Clearing and restoration shall be considered as incidental to construction and all costs incurred will be considered to be included in the Linear Foot price of the pipe. N. Reference Part C - General Conditions, Section C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: 1. Wherever the word Watchmen appears in this paragraph, it shall be changed to the word flagmen. 2. In the first paragraph, lines five(5) and six (6), change the phrase take all such other precautionary measures to take all reasonable necessary measures. O. MINORITY/WOMEN BUSINESS ENTERPRISE COMPLIANCE: Reference Part C(General Conditions), Section C3-3.2 Entitled "MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE" shall be deleted in its entirety and replaced with the following: Upon request, Contractor agrees to provide to Owner complete and accurate information �. regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman Business Enterprise (WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books,records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts(other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further, any such misrepresentation (other than negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than thee(3)years. Revised Pg. 7 10/24/02 P. WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with the following: (a)The contractor shall comply with all requirements of Chapter 2258,Texas Government Code, including the payment 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,Texas Government Code. Such prevailing wage rates are included in these contract documents. (b)The contractor shall, for a period of three(3)years following the date of acceptance of the work, maintain records that show(i)the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and(ii)the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of Section C-1,L. Right to Audit(Rev. 9/30/02)pertain to this inspection. (c)The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs(a) and(b) above. (d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258,Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. . Revised Pg. 8 10/24/02 PART D SPECIAL CONDITIONS 2001089-02_Specs_03-0523_BSD.doc PART D - SPECIAL CONDITIONS D- 1 GENERAL.....................................................................................................................2 D- 2 PRE-CONSTRUCTION CONFERENCE SUBMITTALS................................................3 D- 3 TIME OF COMPLETION...............................................................................................3 D-4 WAGE RATES.............................................................................................................4 D- 5 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW................5 D- 6 COORDINATION WITH FORT WORTH WATER DEPARTMENT................................7 D- 7 PROJECT DESIGNATION SIGN..................................................................................8 D- 8 TRAFFIC CONTROL ....................................................................................................8 D- 9 CONFINED SPACE ENTRY PROGRAM......................................................................9 ........... D- 10 EXISTING UTILITIES AND IMPROVEMENTS..........................................................9 D- 11 EXPLORATORY EXCAVATION (D-HOLE)............................................................. 10 D- 12 TEST HOLES.......................................................................................................... 10 D- 13 SAFETY RESTRICTIONS - WORK NEAR HIGH VOLTAGE LINES....................... 11 D- 14 WATER FOR CONSTRUCTION............................................................................. 11 D- 15 CONNECTION TO EXISTING MAINS .................................................................... 11 D- 16 TRENCH EXCAVATION, BACKFILL, AND COMPACTION .................................... 12 D- 17 SANITARY SEWER MANHOLES ........................................................................... 13 D- 18 VACUUM TESTING OF SANITARY SEWER MANHOLES..................................... 16 D- 19 BYPASS PUMPING ................................................................................................ 17 D- 20 VALVE BLOCKING ................................................................................................. 18 D- 21 DETECTABLE WARNING TAPE............................................................................ 18 D- 22 DISPOSAL OF SPOIL/FILL MATERIAL.................................................................. 18 D- 23 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL ..... 19 D- 24 PROTECTION OF TREES, PLANTS AND SOIL.....................................................20 D- 25 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION.......................20 11115102 SC-1 PART D - SPECIAL CONDITIONS D, Part D shall This Part D — Special Conditions is complimentary to Part C — General Conditions and Part C1 — Supplementary Conditions to Part C of the Contract. Anything contained in this Part D that is additive to any provision in Part C— General Conditions and part C1 — Supplementary Conditions to Part C of the Contract are to be read together. Any conflict between Part C — General Conditions and Part C1 — Supplementary Conditions of the Contract and this Part D, Part D shall control. FOR: GREENWAY ADDITION MODEL BLOCK LIFT STATION FORT WORTH, TEXAS SEWER DEPARTMENT PROJECT NO.: PS 58-070580175450 D- 1 GENERAL The order or precedence in case of conflicts or discrepancies between various parts of the Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily, follow the guidelines listed below: 1. Plans 2. Contract Documents 3. Special Conditions The following Special Conditions shall be applicable to this project and shall govern over any conflicts with the General Contract Documents under the provisions stated above. The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2) years from date of final acceptance of this project ' by the City of Fort Worth and will be required to replace at his expense any part or all of this project which becomes.defective due to these causes. Subject to modifications as herein contained, the Fort Worth Water Department's General Contract Documents and General Specifications, with latest revisions, are made a part of the General Contract Documents for this project. The Plans, these Special Contract Documents and the rules, regulations, requirements, instructions, drawings or details referred to by manufacturers name, or identification include therein as specifying, referring or implying product control, performance, quality, or other shall be binding upon the contractor. The specifications and drawings shall be considered cooperative; therefore, work or material called for by one and not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though required by all. Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre-qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications, which general specifications shall govern performance of all such work. This contract and project, where applicable, may also be governed by the two following ' published specifications, except as modified by these Special Provisions: 1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH 1111&02 SC-2 PART D - SPECIAL CONDITIONS 2. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION - NORTH CENTRALTEXAS Any conflict between these contract documents and the above 2 publications shall be resolved in favor of these contract documents. A copy of either of these specifications may be purchased at the office of the Transportation and Public Works Director, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated by the call- out for the pay item by the designer. If not shown, then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract as appropriate as determined by the City Engineer. D-2 PRE-CONSTRUCTION CONFERENCE SUBMITTALS A pre-construction conference shall be held with representatives of the following agencies: City Engineering Department, City Water Department, Consulting Engineer, interested utilities such as Tarrant Regional Water Board, Southwestern Bell, and Oncor, and the Contractor. Submittals at the time of the pre-construction conference shall include the following: F& Contractors Work Plan and Schedule Disposal Site for Waste Material Information Sub-Contractor Identification FE Trench and Shoring Safety Plan Confined Space Entry Program Name and number or responsible person for off-hour emergencies The pre-construction conference is intended as a forum between the Contractor and the appropriate city staff to go over the project in detail and to afford the Contractor the opportunity to submit all required documents listed above. If the Contractor fails to submit any of the required documents, the Contractor shall not be allowed to begin work; however, contract time shall begin as stipulated by tie Notice to Proceed. D-3 TIME OF COMPLETION The Owner desired the Contractor to obtain final completion within 210 calendar days from the effective date of the Notice to Proceed. Final completion shall consist of final acceptance of al work required under the contract. In the event that the Contractor fails to met the final completion date for the project, the Owner shall withhold money permanently from the Contractor's total compensation at the rate specified in Item C7-7.10 per calendar day as liquidated damages until final completion is met. 11115/02 SC-3 PART D - SPECIAL CONDITIONS D-4 WAGE RATES The labor classifications and minimum wage rates set forth herein have been predetermined by the City Council of the City of Fort Worth, Texas, in accordance with statutory requirements, as being the prevailing classifications and rates that shall govern on all work performed by the Contractor or any Subcontractor on the site of the project covered by these Contract Documents. In no event shall less than the following rates of wages be paid. CITY OF FORT WORTH HIGHWAY CONSTRUCTION PREVAILING WAGE RATE FOR 2000 CLASSIFICATION HOURLY RATE Asphalt Raker $10.32 Asphalt Shoveler $9.75 Batching Plant Weigher $9.65 Carpenter (Rough) $13.64 Concrete Finisher-Paving $10.16 Concrete Finisher Helper(Paving) $9.70 Concrete Finisher-Structures $13.44 Flagger $7.00 Form Builder-Structures $13.44 Form Setter-Paving & Curbs $10.25 Form Setter-Structures $9.75 Laborer-Common $7.64 Laborer-Utility $8.64 Mechanic $13.25 Servicer $10.13 Pipe Layer $7.35 Pipe Layer Helper $6.75 _ Asphalt Distributor Operator $11.45 Asphalt Paving Machine Operator $11.09 Concrete Paving Saw $10.53 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel (< 1 1/2 $10.00 CY) Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel (> 1 1/2 $11.52 CY) Front End Loader (2 1/2 CY & less) $9.94 Front End Loader(over 2 112 CY) $9.32 Milling Machine Operator $8.00 Mixer $11.00 Motor Grader Operator (Fine Grade) $12.31 Motor Grader Operator $13.75 Pavement Marking Machine $11.00 Roller, Steel Wheel Plant-Mix Pavements $9.88 Roller, Steel Wheel Other Flatwheel or Tamping $12.12 11115102 SC-4 PART D - SPECIAL CONDITIONS Roller, Pneumatic, Self-Propelled Scraper $8.02 Traveling Mixer -. $10.00 Reinforcing Steel Setter (Paving) $9.75 Truck Driver-Single Axle (Light) $8.00 Truck Driver-Tandem Axle Semi-Trailer $10.22 Truck Driver-Lowboy/Float $10.54 Truck Driver-Transit Mix $10.63 Truck Driver-Winch $9.80 D-5 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW A. Definitions: 1. Certification of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC- 81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a pa project, for the duration of the project. 2. Duration of the project- includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. 3. Persons providing services on the project ("subcontractor" in §406.096)- includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) or all employees of the Contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractors current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide the governrAtaf entity: SC-5 11/102 PART D - SPECIAL CONDITIONS 1. A certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and 2. No later than seven days after receipt by the contractor, a new certificate of coverage , showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known„ of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation Commission, informing all persons ^ providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. Provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; 2. Provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; I Provide the Contractor, prior to the end of the coverage period, a new certificate of ' coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 4. Obtain from each other person with whom it contrac's, and provide to the Contractor: a.) A certificate of coverage, prior to the other person beginning work on the project, and b.) A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 5. Retain all required certificates of coverage on file for the duration of the project and for one year thereafter. v�;;2 SC-6 PART D - SPECIAL CONDITIONS 6. Notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1)-(7), with the certificates of coverage to be provided to the person for whom they are providing services. 8. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self- . insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative, criminal, civil penalties or other civil actions. 9. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. J. The contractor shall post a notice on each project site informing all persons providing " services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." Call the Texas Worker's Compensation Commission at (512)440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". D-6 COORDINATION WITH FORT WORTH WATER DEPARTMENT During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. 1111502 SC-7 PART D - SPECIAL CONDITIONS D.7 PROJECT DESIGNATION SIGN Project signs are required at all locations. It shall be in accordance with the attached Figure 30 (dated 9-18-96). The signs may be mounted on skids or posts. The Engineer shall approve the exact locations and methods of mounting. In addition to the 4' x 8' project signs, project signs shall be attached to barricades used where manhole rehabilitation or replacement is being conducted. Signs suspended from barricading shall be placed in such a way that signs do not interfere with reflective paint or coloring on the barricades. Barricade signs shall be in accordance w;th Figure 30, except that they shall be V-0" by 2'-0" in size. The information box shall have the following information: For Questions on this Project Call: (817) 871-8306 M-F 7:30 am to 4:30 p.m. or (817)871-8300 Nights and Weekends Any and all cost for the required materials, labor, and equipment necessary for the furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed. D- 8 TRAFFIC CONTROL The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the "Street Use Permit" a traffic control plan is required. The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways," codified as Article 6701d Vernon's Civil Statutes, pertinent sections being Section Nos. 27, 29, 30 and 31., A traffic control plan shall be submitted for review to Mr. Charles R. Burkett, City Traffic Engineer at (817) 871-8770 at least 10 working days prior to the pre-construction conference. Although work will not begin until the traffic control plan has been reviewed, the Contractor's time will begin in accordance with the time frame established in the Notice to the Contractor. The Contractor will not remove any regulatory sign, instructional sign, street name sign or other sign, which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division, (Phone Number 871-7738) to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above-referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled, the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. The Contractor shall limit his work within one continuous lane of traffic at a time to minimize ' interruption to the flow of traffic. 91115102 SC-8 PART D - SPECIAL CONDITIONS Work shall not be performed on certain locations/streets during "peak traffic periods" as determination by the City Traffic Engineer and in accordance with the applicable provision of the "City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas." The cost of the traffic control is subsidiary work and the cost of same shall be included in the price bid for pipe complete in place as bid in the Proposal, and no other compensation will be allowed. D-9 CONFINED SPACE ENTRY PROGRAM It shall be the responsibility of the contractor to implement and maintain a variable "CONFINED SPACE ENTRY PROGRAM" which must meet OSHA requirements for all its employees and subcontractors at all times during construction. All active sewer manholes, regardless of depth, are defined by OSHA, as "permit required confined spaces". Contractors shall submit an acceptable "CONFINED SPACE ENTRY PROGRAM" for all applicable manholes and maintain an active file for these manholes. The cost of complying with this program shall be subsidiary to the pay items involving work in confined spaces. D-10 EXISTING UTILITIES AND IMPROVEMENTS The plans show the locations of all known surface and subsurface structures. However, the Owner assumes no responsibility for failure to show any or all of these structures on the Plans, or to show them in their exact location. It is mutually agreed that such failure shall not be considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever. The Contractor shall be responsible for verifying the locations of and protecting all existing utilities, service lines, or other property exposed by his construction operations. Contractor shall make all necessary provisions for the support, protection, relocation, and/or temporary relocation of all utility poles, gas lines, telephone cables, utility services, water mains, sanitary sewer lines, electrical cables, drainage pipes, and all other utilities and structures both above and below ground during construction. The Contractor is liable for all damages done to such existing facilities as a result of his operations and any and all cost incurred for the protection and/or temporary relocation of such facilities are deemed subsidiary work and the cost of same and shall be included in the cost bid per linear foot of pipe installed. NO ADDITIONAL COMPENSATION WILL BE ALLOWED. Where existing utilities or service lines are cut, broken or damaged the Contractor shall replace or repair the i,%:ilities or service lines with the same type of original material and construction, or better, unless otherwise shown or noted on the plans, at his own cost and expense. The Contractor shall immediately notify the Owner of the damaged utility or service line. He shall cooperate with the Owners of all utilities to locate existing underground facilities and notify the Engineer of any conflicts in grades and alignment. Any and all permanent structures such as parking lot surface, fencing, and like structures on either public or private property shall be replaced at no cost to the City by material of equal value and quality as that damaged. In case it is necessary to change or move the property of any owner of a public utility, such P property shall not be moved or interfered with until ordered to do so by the Engineer. The right 1111"2 SC-9 PART D - SPECIAL CONDITIONS is reserved to the owner of public utilities to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by performance of this contract. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City of the Engineer to be accurate as to extent, location, and depth; they ' are shown on the plans as the best information available at the time of design, from the owners of the utilities involved and from evidences found on the ground. D- 11 EXPLORATORY EXCAVATION (D-HOLE) The Contractor shall be responsible for verifying the locations of all existing utilities prior to construction, in accordance with item D-10. At locations identified on the drawings, contractor shall conduct an exploratory excavation (D-Hole), to locate and verify the location and elevation of the existing underground utility where it may be in potential conflict with a proposed facility alignment. The exploratory excavation shall be conducted prior to construction of the entire project only at locations denoted on the plans or as directed by the engineer. Contractor shall submit a report of findings (including surveyed elevations of existing conflicting utilities) to the City prior to the start of construction of the entire project. If the contractor determines an existing utility is in conflict with the proposed facility, the contractor shall contact the engineer immediately for appropriate design modifications. The contractor shall make the necessary repairs at the exploratory excavation (D-Hole) to obtain a safe and proper driving surface to ensure the safety of the general public and to meet the approval of the City inspector. The contractor shall be liable for any and all damages incurred due to the exploratory excavation (D-Hole). Payment shall not be'made for verification of existing utilities per item D-10. Payment for _ exploratory excavation (D-Hole), at locations identified on the plans or as directed by the Engineer, shall include full compensation for all materials, excavation, surface restoration, field surveys, and all incidentals necessary to complete the work, shall be the unit price bid. No payment shall be made for exploratory excavation(s) conducted after construction has begun. D- 12 TEST HOLES The matter of subsurface exploration to ascertain the nature of the soils, including the amount of rock, if any, through which this pipeline installation is to be made is the responsibility of any and all prospective bidders, and any bidder on this project shall submit his bid under this condition. Whether prospective bidders perform this subsurface exploration jointly or independently, and whether they make such determination by the use of test holes or other means, shall be left to the discretion of such prospective bidders. _ If test borings have been made and are provided for bidder's information, at the locations shown on the logs of borings in the appendix of this specification, it is expressly declared that neither the City nor the Engineer guarantees the accuracy for the information or that the material encountered in excavations is the same, either in character, location, or elevation, as shown on the boring logs. It shall be the responsibility of the bidder to make such subsurface investigations, as he deems necessary to determine the nature of the material to be excavated. The Contractor assumes all responsibility for interpretation of these records and for making and maintaining the required excavation and of doing other work affected by the geology of the site. 11115102 SC-10 PART D - SPECIAL CONDITIONS The cost of all rock removal and other associated appurtenances, if required, shall be included in the linear foot bid price of the pipe. D- 13 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES The following procedures will be followed regarding the subject item on this contract: 1. A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING - UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." 2. Equipment that may be operated within ten feet of high voltage lines shall have insulating cage-type of guard about the boom or arm, except back hoes or dippers, and insulator links on the lift hook connections. 3. When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (ONCOR) who will erect temporary mechanical barriers, de- energize the lines, or raise or lower the lines. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to ONCOR, and shall record action taken in each case. 4. The Contractor is required to make arrangements with the ONCOR company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. 5. No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (3). D- 14 WATER FOR CONSTRUCTION Water for construction by the contractor shall be taken from approved fire hydrants via a 2" meter obtained by the Contractor from the Owner. The meter shall be used only for this project. One fire hydrant wrench will be issued with each 2" meter. The deposit on the 2° meter and the fire hydrant wrench is the responsibility of the Contractor. The amount of deposit for the fire hydrant meter is $1,000.00 (One thousand dollars). The Contractor is responsible to return the meter for reading on a monthly basis. A meter reading fee is applicable for this project; however, there will be no charge for water usage for this project. Contact Debbie Watson at 817-871-8545 for information. D- 15 CONNECTION TO EXISTING MAINS The Contractor shall determine the exact location, elevation, configuration and angulation of existing water or sanitary sewer lines prior to manufacturing of the connecting piece. Any differences in locations, elevation, configuration, and or angulation of existing lines between the contract drawings and what may be encountered in the said work shall be considered as incidental to construction. Where it is required to shut down existing mains in order to make proposed connections, such down time shall be coordinated with the Engineer, and all efforts shall be made to keep this down time to a minimum. In case of shutting down an existing main, 11115102 SC-11 PART D - SPECIAL CONDITIONS the Contractor shall notify the Manager, Construction Services, Phone 871-7813, at least 48- hours prior to the required shut down time. The Contractor's attention is directed to Paragraph C5-5.15 INTERRUPTION OF SERVICE, Page C5-5(5), PART C - GENERAL CONDITIONS OF THE WATER DEPARTMENT GENERAL CONTRACT DOCUMENTS AND GENERAL SPECIFICATIONS. The Contractor shall notify the customer both personally and in writing as to the location, time, and schedule of the service interruption. The cost of removing any existing concrete blocking shall be included in the cost of connection. Unless bid separately all cost incurred shall be included in the linear foot price bid for the appropriate pipe size. D- 16 TRENCH EXCAVATION, BACKFILL, AND COMPACTION Trench excavation and backfill under parking lots, driveways, gravel surfaced roads, within easements, and within existing or future R.O.W. shall be in accordance with Sections E1-2 Backfill and E2-2 Excavation and Backfill of the General Contract Documents and Specifications except as specified herein. 1. TRENCH EXCAVATION: In accordance with Section E2-2 Excavation and Backfill, if the stated maximum trench widths are exceeded, either through accident or otherwise, and if the Engineer determines that the design loadings of the pipe will be exceeded, the Contractor will be required to support the pipe with an improved trench bottom. The expense of such remedial measures shall be entirely the Contractor's own. All trenching operations shall be confined to the width of permanent rights-of-way, permanent easements, and any temporary construction easements. All excavation shall be in strict compliance with the Trench Safety Systems Special Condition of this document. 2. TRENCH BACKFILL: Trenches which lie outside of existing or future pavement shall be backfilled above the top of the embedment material with Type "C" backfill material. Excavated material used for Type "C" backfill must be mechanically compacted unless the Contractor can furnish the Engineer with satisfactory evidence that the P.I. of the excavated material is less than 8. Such evidence shall be a test report from an independent testing laboratory and must include representative samples of soils in all involved areas, with a map showing the location and depth of the various test holes. If excavated material is obviously granular in nature, containing little or no plastic material, the Engineer may waive the test report requirement. See E1-2.3, Type "C" or"D" Backfill, and E2-2.11 Trench Backfill for additional requirements. When Type "C" back-fill material is not suitable, at the direction of the Engineer, Type "B" backfill material shall be used. In general, all backfill material for trenches in existing paved streets shall be in accordance with Figure A. Sand material specified in Figure A shall be obtained from an approved source and shall co-3ist of durable particles free of thin or elongated pieces, lumps of clay, soil, loam or vegetable matter and shall meet the following gradation: • Less than 10% passing the #200 sieve • P.I. = 10 or less Additionally, the crushed limestone embedment gradation specified in Section E1-3 Crushed Limestone for Embedment of the General Contract Documents and Specifications. shall be replaced with the following: 11115102 SC-12 PART D - SPECIAL CONDITIONS Sieve Size % Retained 1" 0-10 Ell 1/2" 40-75 3/8" 55-90 #4 90-100 ., #8 95-100 All other provisions of this section shall remain the same. 3. TRENCH COMPACTION: All trench backfill shall be placed in lifts per E2-2.9 Backfill. Trenches which lie outside existing or future pavements shall be compacted to a minimum of 90% Standard Proctor Density (A.S.T.M. D698) by means of tamping only. Trenches which lie under existing or future pavement shall be backfilled per Figure A with 95% Standard Proctor Density by jetting, mechanical tamping, or a combination of methods. Backfill material to be mechanically tamped must be within +-4% of its optimum moisture content. The top two (2) feet of sewer line trenches and the top eighteen (18) inches of water line may be rolled in with heavy equipment tires, provided it is placed in lifts appropriate to the material being used and the operation can be performed without damage to the installed pipe. The City, at its own expense, will perform trench compaction tests per A.S.T.M. standards on all trench backfill. Any retesting required as a result of failure to compact the backfill material to meet the standards will be at the expense of the Contractor and will be billed at the commercial rates as determined by the City. These soil density tests shall be performed at two (2) foot vertical intervals beginning at a level two (2) feet above the top of the installed pipe and continuing to the top of the completed backfill at intervals along the trench not to exceed 300 linear feet. The Contractor will be responsible for providing access and trench safety system to �. the level of trench backfill to be tested. No extra compensation will be allowed for exposing the backfill layer to be tested or providing trench safety system for tests conducted by the City. WIN 4. MEASUREMENT AND PAYMENT: All material, including any and all Type "B" backfill, and labor costs of excavation and backfill will be included in the price bid per linear foot of water and sewer pipe. D- 17 SANITARY SEWER MANHOLES A. GENERAL: The installation, replacement, and/or rehabilitation of sanitary sewer manholes will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All manholes shall be in accordance with sections E1-14 Materials for Sanitary Sewer Manholes, Valve Vaults, Etc., and E2-14 Vault and Manhole Construction of the General Contract Documents and Specifications, unless amended or superseded by requirements of this Special Condition. For new sewer line installations, the Contractor shall temporarily plug all lines at every open manhole under construction in order to keep debris out of the dry sewer lines. The plugs shall not be removed until the applicable manhole complete with cone section has been constructed and the lid installed to keep out debris as a result of additional construction. 1. CONCRETE COLLARS: Concrete collars will be required on all manholes specified as per Figure 121. 11115102 SC-13 PE PART D - SPECIAL CONDITIONS 2. WATERTIGHT MANHOLE INSERTS: Watertight gasket manhole inserts shall be installed in all sanitary sewer manholes. Inserts shall be constructed in accordance with Fort Worth Water Department Standard E100-4 and shall be fitted and installed according to the manufacturer's recommendations. Stainless Steel manhole inserts shall be required for all pipe diameters 18" and greater. 3. LIFT HOLES: All lift holes shall be plugged with a pre-cast concrete plug. The lift hole shall be sealed on the outside of the manhole with Ram-Nek or an approved equal sealant. The lift hole shall be sealed on the inside of the manhole with quick setting cement grout. 4. FINAL RIM ELEVATIONS: Manhole rims in parkways, lawns and other improved lands shall be at an elevation not more than one (1) nor less than one-half (1/2) inch above the surrounding ground. Backfill shall provide a uniform slope from the top of manhole casting for not less than three (3) feet each direction to existing finish grade of the ground. The grade of all surfaces shall be checked for proper slope and grade by string lining the entire area regarded near the manhole. Manholes in open fields, unimproved land, or drainage courses shall be at an elevation shown on the drawings or minimum of 6 inches above grade. 5. MANHOLE COVERS: All lids shall have pick slots in lieu of pick holes. Manhole frames and covers shall be McKinley, Type N, with indented top design, or equal, with pick slots. Covers shall set flush with the rim of the frame and shall have no larger than 1/8- inch gap between the frame and cover. Bearing surfaces shall be machine finished. Locking manhole lids and frames will be restricted to locations within the 100-year floodplain and areas specifically designated on the plans. Certain teed Ductile Iron Manhole Lids and Frames are acceptable for use where locking lids are specified. 6. SHALLOW CONE MANHOLES: Shallow manhole construction will be used when manhole depth is four (4) feet or less. All shallow cone manholes shall be built in accordance with Figure 105. All shallow cone manholes shall have a cast iron lid and frame with pick slots. NOTE: MANHOLES PER FIGURE 106 WILL NOT BE ALLOWED. 7. MANHOLE STEPS: No manhole steps are to be installed on any sanitary sewer manhole. 8. EXTERIOR SURFACE COATING: Exterior surfaces of all manholes shall be coated with two mop coats of coal tar epoxy, Koppers "Bitumastic Super Service Black"Tnemec "46-450 Heavy Tnemecol," or equal to, a minimum or 14 mils dry film thickness. 9. MANHOLE JOINT SEALING: All interior and/or exterior joints on concrete manhole sections constructed for the City of Fort Worth Water Department, excluding only the joints using a trapped type performed O-ring rubber gasket shall require Bitumastic joint sealants as per Figure M. This sealant shall be pre-formed and trowelable Bitumastic as manufactured by Kent- Seal, Ram-Nek, E-Z Stick, or equal. The joint sealer shall be supplied in either extruded pipe form or suitable cross-sectional area or flat-tape and shall be sized as 11/1&02 SC-14 DA D - SPECIAL CONDITIONS recommended by the manufacturer and approved by the Engineer. The joint sealer shall be protected by a suitable removable wrapper and shall not in any way depend on oxidation, evaporation, or any other chemical action for either its adhesive properties or cohesive strength. The Joint sealer shall remain totally flexible without shrinking, hardening, or oxidizing regardless of the length of time it is exposed to the elements. The manufacturer shall furnish an affidavit attesting to the successful use of the product as a pre-formed flexible joint sealant on concrete pipe and manhole sections for a period of at least five years. B. EXECUTION: 1. INSTALLATION OF JOINT SEALANT: Each grade adjustment ring and manhole frame shall be sealed with the above-specified materials. All surfaces to be in contact with the joint sealant shall be thoroughly cleaned of dirt, sand, mud, or other foreign matter. The manufacturer shall apply a primer to all surfaces prior to installing the joint sealant in accordance with the recommendations. The protective wrapper shall remain on the joint sealant until immediately prior to the placement of the pipe in the trench. After removal of the protective wrapper, the joint sealant shall be kept clean. Install frames and cover over manhole opening with the bottom of the rings resting on Bitumastic joint sealer. Frames and grade rings shall rest on two (2) rows (inside and outside) of Bitumastic joint sealer. 2. SEALING AND/OR ADJUSTING EXISTING MANHOLES: Excavate (rectangular full depth saw cut if in pavement) adjacent to the manhole to expose the entire manhole frame and a minimum of 6 inches of the manhole wall keeping the sides of the trench nearly vertical. Remove manhole frame from the manhole structure and observe the condition of the frame and grade rings. Any frame or grade ring that is not suitable for use as determined by the Engineer shall be replaced. Grade rings that are constructed of brick, block materials other than pre-cast concrete rings, or where necessary and approved by the Engineer, shall be replaced with a pre-cast flattop section. Pre-cast concrete rings, or a pre-cast concrete flattop section will be the only adjustments allowed. In brick or block manholes, replace the upper portion of the manhole to a point 24 inches below the frame. If the walls or cone section below this level are structurally unsound, notify the Engineer prior to replacement of the grade rings and manhole frame. Existing brickwork, if damaged by the Contractor, shall be replaced at the Contractor's expense. Wire brush manhole frame and exposed manhole surfaces to remove dirt and loose debris. Coat exposed manhole surfaces with an approved bonding agent followed by an application of quick setting hydraulic cement to provide a smooth working surface. If the inside diameter of the manhole is too large to safely support new adjustment rings or frames, a flat top section shall be installed. Joint surfaces between the frames, adjustment rings, and cone section shall be free of dirt, stones, debris and voids to ensure a watertight seal. Place flexible gasket joint aA 1111so2 - SC-15 w PART D - SPECIAL CONDITIONS material along the inside and outside edge of each joint, or use trowelable material in lieu of pre-formed gasket material. Position the butt joint of each length of joint material on opposite sides of the manhole. No steel shims, wood, stones, or any material not specifically accepted by the Engineer may be used to obtain final surface elevation of the manhole frame. In paved areas or future paved areas, castings shall be installed by using a straight edge not less than ten (10) feet long so that the top of the casting will conform to the slope and finish elevation of the paved surface. The top of the casting shall be 118 inch below the finished elevation. Allowances for the compression of the joint material shall be made to assure a proper final grade elevation. 3. EXPOSED EXTERIOR SURFACES: All exposed exterior surfaces shall be coated with two mop coats of coal tar epoxy. Kopper "Bitumastic Super Service Black"; Tnemec "46-450 Heavy Tnemecol", or equal, to a minimum of 14 mils dry film thickness. 4. The exterior surface of all pre-cast section joints shall be thoroughly cleaned with a wire brush and then waterproofed with a 1/2-inch thick coat of trowelable bitumastic joint sealant from 6-inches below to 6-inches above the joint. The coated joint shall then be wrapped with 6 mil plastic to protect the sealant from damage during backfilling. C. MEASUREMENT AND PAYMENT: The price bid for new manhole installations shall include all labor, equipment, and materials necessary for construction of the manhole including, but not limited to, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, shall be paid separately. The price bid for reconstruction of existing manholes shall include all labor equipment and materials necessary for construction of new manhole, including, but not limited to, excavation, backfill, disposal of materials, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, shall be paid separately. The price bid for adjusting and/or sealing of existing manholes shall include all labor, equipment and materials necessary for adjusting and/or sealing the manhole, including but - not limited to,joint sealing, lift hole sealing, and exterior surface coating. Payment for concrete collars will be made per each. Payment for manhole inserts will be made per each. - D- 18 VACUUM TESTING OF SANITARY SEWER MANHOLES A. GENERAL: This item shall govern the vacuum testing of all newly constructed sanitary sewer manholes. B. EXECUTION: 1. TEST PROCEDURE: Manholes shall be vacuum tested prior to any interior grouting with all connections in place. Lift holes shall be plugged, and all drop-connections and gas sealing connections shall be installed prior to testing. 11115102 SCA 6 PART D - SPECIAL CONDITIONS The sewer lines entering the manhole shall be plugged and braced to prevent the plugs from being drawn into the manhole. The plugs shall be installed in the lines beyond the drop-connections, gas sealing connections, etc. The test head shall be placed inside the frame at the top of the manhole and inflated in accordance with the manufacturer's recommendations. A vacuum of ten inches of mercury (10"Hg) shall be drawn and the vacuum pump will be turned off. With the valve closed, the level of vacuum shall be read after the required test time. The required test time shall be determined from the Table I below in accordance with ASTM C1244-93: Table I MINIMUM TIME REQUIRED FOR VACUUM DROP OF 1" Hg (10"Hg -9"Hg) (SEC) Depth of MH. 48-Inch Dia. 60-Inch Dia. (FT.) Manhole Manhole 0 to 16' 40 sec. 52 sec. 18' 45 sec. 59 sec. 20' 50 sec. 65 sec. 22' 55 sec. 72 sec. 24' 59 sec. 78 sec. 26' 64 sec. 85 sec. 28' 69 sec. 91 sec. 30' 74 sec. 98 sec. For Each 5 sec. 6 sec. Additional 2' 2. ACCEPTANCE: The manhole shall be considered acceptable, if the drop in the level of vacuum is less than one-inch of mercury (1" Hg) after the required test time. Any manhole, which fails to pass the initial test, must be repaired by either pressure grouting through the manhole wall or digging to expose the exterior wall of the manhole in order to locate the leak and seal it with an epoxy sealant. The manhole shall be retested as described above until it has successfully passed the test. Following completion of a successful test, the manhole shall be restored to its normal condition, all temporary plugs shall be removed, all braces, equipment, and debris shall be removed and disposed of in a manner satisfactory to the Engineer. C. PAYMENT: Payment for vacuum testing of sanitary sewer manholes shall be paid at the contract price per each vacuum test. This price shall include all material, labor, equipment, and all incidentals, including all bypass pumping, required to complete the test as specified herein. D- 19 BYPASS PUMPING The Contractor shall bypass the sewage around the section or sections of sewer to be rehabilitated and/or replaced. The bypass shall be made by plugging existing upstream manhole and pumping the sewage into a downstream manhole or adjacent system or other w�sro2 SC-17 PART D - SPECIAL CONDITIONS method as may be approved by the Engineer. The pump and bypass lines shall be of adequate capacity and size to handle the flow without sewage backup occurring to facilities connected to the sewer. Provisions shall be made at driveways and street crossings to permit safe vehicular travel without interrupting flow in the bypass system. Under no circumstances will the Contractor be permitted to discharge sewage into the trenches. Payment shall be incidental to rehabilitation or replacement of the sewer line. D-20 VALVE BLOCKING Concrete blocking on this Project will necessarily be required as shown on the Plans and shall be installed in accordance with the General Contract Documents. All valves shall have concrete blocking provided for supporting. No separate payment will be made for any of the work involved for the item and all costs incurred will be considered to be included in the linear foot bid price of the pipe or the bid price of the valve. D-21 DETECTABLE WARNING TAPE Detectable underground utility warning tapes which can be located from the surface by a pipe detector shall be installed directly above non-metallic water and sanitary sewer pipe. The detectable tape shall be "Detect Tape" manufactured by Allen Systems, Inc. or approved equal, and shall consist of a minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic jacket that is impervious to all known alkalis, acids, chemical reagents and solvents found in the soil. The minimum overall thickness of the tape shall be 5.5 mils, and the width shall not be less than two inches with a minimum unit weight of 2Y2 pounds/1 inch/100'. The tape shall be color coded and imprinted with the message as follows: Type of Utility Color Code Legends Water Safety Blue Caution! Buried Water Line Below Sewer Safety Green Caution! Buried Sewer Line Below Installation of detectable tapes shall be per manufacturer's recommendations and shall be as close to the grade as is practical for optimum protection and detectability. Allow a minimum of 18 inches between the tape and the pipe. Payment for work such as backfill, bedding, blocking, detectable tapes, and all other associated appurtenances required shall be included in the unit price bid for the appropriate bid item(s). D-22 DISPOSAL OF SPOIL/FILL MATERIAL • Prior to the disposing c` any spoil/fill material, the Contractor shall advise the Director of Engineering Department, acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinances of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved by the ' Administrator to ensure that filling is not occurring within a floodplain without a permit. A floodplain permit can be issued upon approval of necessary Engineering studies. No fill permit is required if disposal sites are not in a floodplain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary Engineering studies, shall be 1911SV2 SC-18 PART D - SPECIAL CONDITIONS at the Contractor's expense. In the event that the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the administrator approving the disposal site, upon notification by the Director of Engineering Department, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinances of the City and this section. D-23 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL A. DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measures unless otherwise directed by the Engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary measures shall include dikes, dams, berms, sediment basins, fiber mats, jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, baled-hay retards, dikes, slope drains and other devices. B. CONSTRUCTION REQUIREMENTS: The Engineer has the authority to define erodible earth and the authority to limit the surface area of erodible-earth material exposed by preparing right-of-way, clearing and grubbing, the surface area of erodible-earth material exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams, other water courses, lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary berms, dikes, dams, sediment basins, slope drains and use of temporary mulches, mats, seeding, or other control devices or methods directed by the Engineer as necessary to control soil erosion. Temporary pollution-control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features, but are not associated with permanent control features on the project. The Engineer will limit the area of preparing right-of-way, clearing and grubbing, excavation and borrow to be proportional to the CONTRACTOR'S capability and progress in keeping the finish grading, mulching, seeding, and other such permanent pollution-control measures current in accordance with the accepted schedule. Should seasonal conditions make such limitations unrealistic, temporary soil-erosion-control measures shall be performed as directed by the Engineer. 1. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. 2. Frequent fordings of live streams will not be permitted; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossings are necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live streams. 3. When work areas or material sources are located in or adjacent to live streams, such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream. Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream. 4. All waterways shall be cleared as soon as practicable of false work, piling, debris or other obstructions placed during construction operations that are not a part of the r, finished work. 11115102 SC-19 PART D - SPECIAL CONDITIONS 5. The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils, bitumen, calcium chloride or other harmful materials. He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish. C. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work. D- 24 PROTECTION OF TREES, PLANTS AND SOIL All property along and adjacent to the Contractors' operations including lawns, yards, shrubs, ,. trees, etc., shall be preserved or restored after completion of the work, to a condition equal to or better than existed prior to start of work. Any trees or other landscape features scarred or damaged by the Contractor's operations shall = be restored or replaced at the Contractor's expense. Trimming or pruning to facilitate the work will be permitted only by experienced workmen in an approved manner (No trimming or pruning without the property owners' consent). Pruned limbs of 1" diameter or larger shall be thoroughly treated as soon as possible with a tree wound dressing. By ordinance, the Contractor must obtain a permit from the City Forester before any work (trimming, removal, or root pruning) can be done on trees or shrubs growing on public property including street Rights-of-Ways and designated alleys. This permit can be obtained by calling the Forestry Office at 871-5738. All tree work shall be in compliance with pruning standards for — Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. No separate payment will be made for any of the work involved for this item and all costs incurred will be considered a subsidiary cost of the project. D- 25 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION 1. Prior to the final inspection being conducted for the project, the contractor shall contact the city inspector in writing when the entire project or a designated portion of the project is substantially complete. 2. The inspector along with appropriate City staff and the City's consultant shall make an inspection of the substantially completed work and prepare and submit to the contractor a list of items needing to be completed or corrected. 3. The contractor shall take immediate steps to rectify the listed deficiencies and notify the owner in writing when all the items have been completed or corrected. 11115102 SC-20 P PART D - SPECIAL CONDITIONS P 4. Payment for substantial completion inspection as well as final inspection shall be subsidiary P to the project price. Contractor shall still be required to address ail other deficiencies: which are discovered at the time of final inspection. 5. Final inspection shall be in conformance with general condition item "C5-5.18 Final Inspection" of PART C - GENERAL CONDITIONS. e e P 11/15/02 SC-21 r PART E TECHNICAL SPECIFICATIONS PM wo w 2001089-02_Specs_03-0523_BSD.doc TABLE OF CONTENTS GREENWAY ADDITION MODEL BLOCK LIFT STATION DIVISION 1 - GENERAL REQUIREMENTS Item 01010 - Summary of Work Item 01025 - Measurement and Payment Item 01040 - Coordination Item 01051 - Grades, Lines, and Levels Item 01300 - Submittals Item 01310 - Construction Schedules Item 01320 - Progress Reports Item 01370 - Schedule of Values Item 01410 - Testing Laboratory Services Item 01430 - Operation and Maintenance Data Item 01500 - Temporary Facilities and Controls Item 01600 - Material and Equipment Item 01651 - Testing and Startup Item 01700 - Contract Closeout Item 01720 - Project Record Documents Item 01750 - Warranties and Bonds DIVISION 2 - SITE WORK Item 02010 - Subsurface Investigation Item 02121 - Clearing and Grubbing Item 02200 - Wood Slat Chain Link Fencing Item 02212 - Finish Grading Item 02215 - Flexible Base Item 02220 - Structural Excavation, Fill, and Backfill Item 02221 - Structural Safety Systems Item 02223 - Trench and Excavation Safety Systems Item 02225 - Trenching, Backfilling, Embedment and Encasement Item 02227 - Waste Material Disposal Item 02530 - Dewatering and Drainage Item 02930 - Seeding and Revegatation Item 02950 - Silt Fence DIVISION 3 - CONCRETE Item 03100 - Concrete Formwork Item 03200 - Concrete Reinforcement Item 03250 - Concrete Joints and Embedded Items Item 03300 - Cast-in-Place Concrete Item 03605 - Nonshrink Grout DIVISION 4 - MASONRY Item 04200 - Unit Masonry DIVISION 9 - FINISHES Item 09900 - Painting Item 09901 - Wetwell Interior Coating DIVISION 11 - EQUIPMENT Item 11316 - Submersible Pumps Item 11321 - Odor Control Item 11350 - Aluminum Access Hatches, Appurtenances DIVISION 15- MECHANICAL Item 15060 - Plastic Pipe and Fittings Item 15070 - Ductile Iron Pipe and Fittings Item 15140 - Supports and Hangers DIVISION 16- ELECTRICAL Item 16010 - Electrical General Provisions Item 16012 - Identifications Item 16020 - Utilities Item 16030 - Grounding Item 16040 - Fractional and Integral HP Electric Motors, 150 HP and Less Item 16110 - Raceways Item 16120 - Conductors - 600 V and Below Item 16130 - Boxes Item 16170 - Metal Framing Item 16191 - Miscellaneous Equipment Item 16360 - Underground Duct Banks Item 16445 - Panelboards - Distribution and Branch Circuit Item 16500 - Lighting Receptacle Systems Item 16501 - Packaged Electric Generating Plant Item 16520 - Precast Concrete Building Item 16700 - Vendor Furnished Panels DIVISION 17- INSTRUMENTATION Item 17400 - Instrument Panels Item 17510 - Instrumentation Commissioning Item 17520 - Instruments �' Item 17530 - Instrumentation Accessories ITEM 01010 SUMMARY OF WORK PART GENERAL 1.01 SCOPE A. The Contractor shall complete the work as specified in the plans and specifications. B. The work is located in the City of Fort Worth, Texas. The location is shown on the Cover Sheet of the drawings. Address of project location is 1000 Nixon Street. 1.02 WORK COVERED BY CONTRACT DOCUMENTS A. The work covered by these Contract Documents consists of the installation of a new submersible lift station along with all site work outlined in the drawings and specifications. B. In the Contract Documents the words "furnish", "install', and "construct" shall mean for the contractors to furnish all labor, tools, material, and miscellaneous items necessary to complete the work as specified and as shown in the drawings. C. The scope of work to be completed is defined by the drawings and these specifications. Any part, appurtenance, or miscellaneous item of work which is reasonably implied or normally required to make the installation satisfactorily and completely operable, even if not specifically required by the drawings and/or specifications, shall be provided by the Contractor at no additional cost. In general terms, the work consists of furnishing all labor, materials, equipment, tools, and related items as required to complete the installation. -" D. Comply with applicable building codes 1. Comply with city, state, and national codes as a minimum or the requirements of these documents if more stringent than codes. 2. All work is to be inspected by the appropriate Code Enforcement Officers. All permit fees shall be waived by the City of Fort Worth. 3. Keep log of all call-ins and inspections by City Development Code Inspectors. E. The work to be provided under this Contract is not necessarily limited to the foregoing descriptions. Accordingly, the Contractor shall thoroughly study the drawings, the specifications, and the existing facilities to fully understand the extent of the work. 01010-1 01010-summaryofwork.doc 1.03 MEASUREMENT AND PAYMENT Measurement and payment shall be as described in Item 01025, "Measurement and Payment". Payment shall constitute complete compensation for all work involved in furnishing labor, materials, equipment, tools, and related items to execute this Contract. 1.04 WORK SEQUENCE Coordinate the construction schedule and operations with the Owner and Engineer, per construction drawings, and as specified in Item 01310 — r Construction Schedules. 1.05 DESCRIPTION OF BID ITEMS The following descriptions are intended to clarify the nature of the work required for this project. Each bid item includes all labor, materials, equipment, and incidentals necessary to complete the item. Bid Item —Site Work: Site work shall include all labor, materials, and equipment required for clearing, rough grading, final grading, disposal of vegetation, placement of 6" steel bollards, placement of miscellaneous landscaping, geotextile fabric and gravel, cable fence, watering landscaping and hydromulch, 4" flexbase for drive approach, and the disposal of all extra spoil material from excavations. This bid item shall be measured .� and paid at the lump sum price. Bid Item —Trench and Excavation Safety: 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 required to implement the plan during the construction of the lift station structures and piping. Trench Safety shall be paid per linear foot of trench protected, or perimeter of structure shored, as described in Item 02223 "Trench Safety Systems". Bid Item — Reinforced Concrete Paving: Included in this bid item is the cost to prepare PM and compact subgrade, place and compact a 4" thick flexible base, place reinforcing steel and expansion joints, and form and place reinforced concrete pavement & sidewalks at lift station site. Bid item shall be measured and paid per square yard of reinforced concrete paving installed, in accordance with plans and specifications. Bid Item — Wood Slat Chain Link Fence/Gate: Included in this bid item is the cost to place an 8' tall redwood slatted chain link fence with 3 strands barbed wire complete with a 16' wide double swing lockable access gate located at the proposed. Price includes placement of all fence and corner posts, excavation of post-holes, concrete backfill, and reinforced concrete mow strip. Bid item shall be measured and paid per linear foot of redwood slat chain link fence installed, in accordance with plans and specifications. Bid Item —Cable Fence: Included in this bid item is the cost to place a cable and bollard . fence matching the existing on site. Price includes removal of existing as indicated on the plans, placement of all new cable and posts, excavation of post-holes, and concrete backfill. Bid item shall be measured and paid per linear foot of cable fence installed, in accordance with plans and specifications. 01010-2 01010-summary0fwork.doc Bid Item — Underground Piping: This item shall pay per lump sum for the installation of all underground sewer and water piping and fittings. Price shall include all testing required of pipelines, all trenching and dewatering, all bedding and backfill required, all locator tape, all polyethylene wrap, all concrete thrust blocks and mechanical retainer glands or Megalugs, all solid and transition sleeves, and all incidentals necessary to complete the work. Pipe and fittings shall be of the make and class specified on the plans and described in the contract documents. Bid Item — Standard 4' Diameter Sanitary Sewer Manhole: This item shall include the installation of a four-foot diameter sanitary sewer manhole, complete in place, regardless of depth per City of Fort Worth Water Department standards. Unit price shall include excavation, forming and placement of steel and concrete, cast iron frame, rim, and cover, reinforced concrete collar, lockable stainless steel manhole insert, corrosion resistant coating, and all required testing. Bid Item — Type "A" Drop Sanitary Sewer Manhole: This item shall include the installation of a type "A" drop sanitary sewer manhole, complete in place, regardless of depth per the details in the plans and City of Fort Worth Water Department standards. Unit price shal . ude excavation, forming and placement o. :eel and concrete, cast iron frame, rim, and cover, reinforced concrete collar, odor control manhole insert, corrosion resistant coating and all required testing. Bid Item — Fire Hydrant Assembly: This item shall include the installation of a standard fire hydrant, any vertical extension required, concrete blocking, and concrete foundation, 6-inch gate valve, complete in place, per fire hydrant assembly installed. Bid Item —Water Service Assembly, RPZ, and Washdown Station: This item shall include tapping saddle, corporation stop, copper service line, curb stop, Class "A" meter box, and non-freeze hose bib. Price shall include all trenching, backfill, and concrete required to place service assembly. Work shall include costs to have licensed plumber pull permit and perform all plumbing work. Bid Item — Reinforced Concrete Wetwell and Discharge Chamber: Included in this lump sum bid item is the structural excavation, dewatering, placement of mud slab, the forming and placing of the reinforced concrete wetwell & discharge chamber, forming and placement of non-shrink grout within the wetwell, placement and compaction of select granular backfill around the perimeter of the structure, and the testing of the wetwell for leakage. Item shall be measured and paid by the lump sum for the complete in place installation of the proposed reinforced concrete wetwell structure and discharge chamber. Bid Item — Masonry Enclosures to House Generator and Order Control Unit: This item shall consist of the lump sum unit price for the labor and materials required to excavate and place a reinforced concrete foundation, a reinforced masonry enclosure for the generator and odor control unit, steel access gate, and miscellaneous hardware. 01010-3 01010-summaryofiaork.doc Bid Item — Wetwell and Discharge Chamber Interior Coating System: This item shall consist of the surface preparation and installation of the specified coating system, at the required thickness, to the proposed wetwell interior surface per City of Fort Worth Water Department standards. Included in this item is the cost of all testing required by specifications of the coating system. Item shall be measured and paid by the square yard for the surface preparation and coating of the lift station wetwell, Bid Item — Aluminum Access Hatches and Manhole Entries: This item shall consist of furnishing and installing specified lockable aluminum access hatches, hatch safety nets or grates, and manholes into discharge chamber. The lump sum pay item shall include all materials, hardware, and labor necessary to furnish and install the specified equipment. Bid Item — Wetwell Piping: This item shall consist of the lump sum price for furnishing and installing all flanged pipe, wall pipe, wall penetrations, fittings, structural steel pipe supports, pipe support pedestals, anchor bolts, wall penetrations, pressure testing of pipes, and all miscellaneous piping or pipe support equipment placed within the wetwell and discharge chamber. Bid Item — Lift Station Pumps and Accessories: This item shall consist of the lump sum price for furnishing and installing the two pump base elbows, two sets of stainless steel guide rails, two submersible pumps and motors, all pump power and monitoring cables, and anchor bolts and anchorages necessary to install a functioning lift station, according to plans and specifications. Bid Item -- Lift Station Electrical, Control, Instrumentation, and Precast Concrete Building: Lump sum price shall include furnishing and installing all conduit, conductors, relays, electrical hardware, junction boxes, grounding system, telephone monitoring and alarm system, pump controllers, pump starters, electrical panels, and enclosures. Lump sum price shall include all incidentals necessary to operate, control, and monitor new lift station. Bid Item — Odor Control Unit with Blower: This item shall include the installation of an odor control unit with blower complete in place according to the plans, Lump sum price shall include furnishing and installing all incidentals necessary to operate and control odor unit. Price includes odor control unit, blower fan, ductwork, and dampers. The lump sum pay item shall include all materials, hardware, and labor necessary to furnish and install the specified equipment. Bid Item — Generator Assembly: Lump sum price shall consist of furnishing and installing a 50 KW diesel generator with automatic transfer switch, according to plans and specifications, complete and in-place. PART 2 PRODUCTS — Not Applicable PART 3 EXECUTION — Not Applicable 01010-4 01010-summary0work.doc ITEM 01025 MEASUREMENT AND PAYMENT PART1 GENERAL "! 1.01 DESCRIPTION Measurement of an item of work shall be as specified in the Bid Proposal and payment will be as specified in this section. 1.02 RELATED INFORMATION A. Bid Forms B. Special Instructions to Bidders C. Contract and Bonds D. General Conditions E. Section 01310—Construction Schedules F. Section 01370— Schedule of Values 1.03 BID A. The amount bid for each bid item shall be the full amount paid to the Contractor for completing the specified work unless altered by change order. B. Required items of work and incidentals necessary for the satisfactory completion of the work which are not specifically listed in the Bid Proposal, and which are not specified in this section to be measured or to be included in one of the items listed in the Bid Proposal, shall be considered as incidental to the work. All costs thereof, including Contractor's overhead costs and profit, shall be considered as included in the various bid items. Contractor shall prepare his bid accordingly. C. Work includes furnishing all labor, equipment, tools, and materials and performing all operations required to complete the work satisfactorily, complete in place, as specified and as indicated by the Contract Documents. 1.04 MEASUREMENT Measurement of an item of work will be made by the unit indicated in the Bid Proposal and will include all work listed therein. PART 2 PRODUCTS — Not Applicable 01025- 1 01 025-measurement.doc PART 3 EXECUTION 3.01 PROGRESS PAYMENT SUBMITTAL Prepare and submit three (3) copies of the following with each progress payment request: A. A listing of the value of work complete for each bid item. Lump sum bid items shall indicate the value complete of each item listed on the accepted schedule of values. B. A listing of the value of materials stored applicable to each bid item or, in the case of lump sum bid items, the schedule of values item. Invoices indicating the full value of materials on hand must also be submitted. C. An updated project schedule. D. An updated listing of subcontractors and suppliers. 01025-2 01025-measurement.doc ITEM 01040 COORDINATION PART 1 GENERAL 1.01 UTILITIES Coordinate work with various utilities within the project limits in accordance with General Conditions. Notify applicable utilities prior to commencing work, if damage occurs, or if conflicts or emergencies arise during the work. A. Oncor Energy: Contractor shall coordinate with Oncor for electrical service work to the site. Contact: William Day, 817-215-4368. _ B. Southwestern Bell: Contractor shall coordinate with Southwestern Bell during the work at the lift station site. Contractor shall coordinate with Southwestern Bell on all work required to connect proposed autodialer and phone to existing phone line. 1.02 PROJECT MEETINGS • A. Pre-Construction Conference 1. As set forth in the General Conditions to be held at site. 2. Contractor shall be prepared to discuss the following subjects, as a minimum: a. Status of insurance b. Sequencing of critical path work items C. Project changes and clarification process d. Use of site, access, and storage; security and temporary facilities; community relations. f. Major equipment delivery and priorities g. Contractor's trench and confined space safety plan • h. Emergency contact numbers 3. Attendees may include, but are not limited to: a. Owner's representative b. Engineer's representative C. Contractor d. Equipment manufacturer e. Others as appropriate B. Progress Meetings 1. Construction Inspector will schedule regular progress meetings at site, conducted monthly to review work progress, progress schedule, shop drawings and sample submissions schedule, application for payment, contract modifications, and other matters needing discussion and resolution. 01040- 1 01040-coordination.do c 2. Attendees will include Owner's representative, Contractor, Engineer, and others as appropriate. 1.03 PHYSICAL CONDITIONS A. Exercise reasonable care to verify locations of existing subsurface structures and underground facilities, proceeding in accordance with the General Conditions. B. Thoroughly check immediate and adjacent areas subject to excavation by visual examination (and by electronic metal and pipe detection equipment, as necessary) for indications of subsurface structures and underground facilities. C. Make exploratory excavations where existing underground facilities or structures may potentially conflict with proposed underground facilities or structures. Conduct exploratory excavations in presence of Owner's representative and sufficiently ahead of construction to avoid possible delays to Contractor's work. 1.04 REFERENCE POINTS AND SURVEYS A. Location and elevation of benchmarks are shown on drawings. B. Dimensions and coordinate points for lines and elevations for grades of structures, appurtenances, and utilities are indicated on the drawings, together with other pertinent information required for laying out work. If conditions vary from those indicated, notify Engineer immediately, who will make minor adjustments if required. C. Engineer may perform checks to verify accuracy of Contractor's layout work and that completed work complies with Contract Documents. D. Any existing survey points or other control markers destroyed without proper authorization will be replaced at Contractor's expense. E. Contractor's responsibilities shall include: 1. Provide survey and layout as required to complete the work. 2. Locate and protect reference points prior to site preparation. 3. Re-establish reference points resulting from destruction by Contractor's operations. 4. Maintain accurate log of survey work as it progresses as a Record Document, PART 2 PRODUCTS — Not Applicable PART 3 EXECUTION — Not Applicable 01040-2 01040-coo rdi nation.doc ITEM 01051 GRADES, LINES, AND LEVELS PART1 GENERAL 1.01 SCOPE All construction stakes shall be provided by the Contractor using the bench marks and reference points provided by the Engineer's representative. PART 2 PRODUCTS — Not Applicable PART 3 EXECUTION 3.01 GRADES, LINES, AND LEVELS A. Existing Dimensions and Elevations 1. Dimensions and elevations shown on the plans for existing structures were taken from previous construction record drawings and field surveys. Contractor shall verify actual dimensions and elevations prior to final fabrication of any materials or otherwise proceeding with work affected by dimensions or elevations of existing structures. 2. Contractor shall at no additional cost make whatever adjustments _ in the work as necessary to fit the actual dimensions and elevations of existing structures. B. Tolerances 1. The Contractor shall construct all new structures and pipelines under this contract to within 0.1 feet of the alignments and to within 0.02 feet of the grades shown on the drawings. 2. Support structures for equipment shall be constructed to tolerances specified by the equipment manufacturer. 3. Site grading shall be constructed to within 0.1 feet of the grades. 4. In all cases, the grading must be such that positive drainage is maintained. 5. Any work ccnstructed or installed in alignments or elevations other than that specified herein and on the drawings shall be removed and replaced at no additional cost to the Owner. C. Within ten days after the effective date of the agreement, the Contractor shall verify the grade and location of all permanent benchmarks. If a discrepancy is found the Engineer shall have the bench marks checked 01051 - 1 0 1051-Iinesandgrade.doc and resolve the discrepancy. After such time, the Contractor shall be responsible for the accuracy and protection of the bench marks. D. Construction Staking 1. The Contractor shall be responsible for layout, staking, and control of all grades, lines, and levels. 2. The Contractor shall employ experienced survey personnel to layout the work. E. The Contractor shall safeguard all permanent bench marks at the site and shall bear the cost of replacing the bench marks and assume entire expense of correcting work improperly constructed due to failure to maintain and protect such established points and marks. F. Prior to initiating construction activities, Contractor shall contact Engineer's representative for inspection of location of construction staking and offset staking. 01051 -2 01051-1 inesandgrade.doc ITEM 01300 SUBMITTALS PART1 GENERAL 1.01 SCOPE A. Submit administrative submittals as specified including, but not limited to: 1. Construction Schedules (Reference Item 01310) 2. Submittal Schedules (Reference Item 01310) 3. Progress Reports (Reference Item 01310) 4. Operation and Maintenance Data (Reference Item 01430) 5. Progress Payment Requests (Reference Item 01025 6. Project Closeout Submittals (Reference Item 01700) B. Submit product and equipment submittal information as specified. 1.02 RELATE . .ORK AND SPECIFICATIONS A. General Provisions B. Technical specifications list submittal requirements for each item. PART 2 PRODUCTS — Not Applicable PART 3 EXECUTION 3.01 PRODUCT AND SHOP DRAWING SUBMITTAL DATA As applicable, the following types of data are required: A. Fabrication and Erection (or Placement). Dimensioned drawings, lists, and schedules. B. Catalog Sheets .. C. Specification Sheets D. Certifications E. Laboratory, shop, or mill test reports F. Basis of design and design calculations, test procedures, and related information as required per various sections of these specifications. G. Experience and facilities brochures r H. Samples I. Parts lists 01300- 1 01300-submittal.doc J. Operation and maintenance manuals 3.02 INFORMATION TO BE INCLUDED IN PRODUCT SUBMITTALS AND SHOP DRAWINGS All data needed to determine the following facts shall be submitted: A. Conformance to specifications, including kind, type, size, arrangement, and operation of component materials and devices. B. Conformance to plans, including dimensions, orientation, appearance, external connections and anchorages, and installation clearances. i C. Specific purpose of design conditions, and adequacy to meet same: weights, dynamic loads, supports required, and operating characteristics. D. Coordination with other work, including items needed by this trade, but furnished by others, and information n .,.ad r,, others to pc m their part. E. Exceptions to or deviations from specific requirements, if any, and reasons for same. _ F. Delivery Date 1. This should be stated as a firm date of delivery, not measured for _ approval of drawings to date of shipping. For this purpose, the time taken to review data may be taken as not exceeding 21 days. The Owner or Engineer do not assume responsibility for correctness or completeness of the data. 2. The Contractor should determine that proposed delivery dates will not cause delay or result in failure to complete the project on time. 3. No extension of time or waiver of liquidated damages will be granted due to failure to deliver on time unless the Contractor presents written evidence that favorable delivery is not obtainable for an acceptable item. ., 4. Such evidence will be considered as a basis for extension of time only when presented promptly after award of contract. 3.03 PREPARATION OF SUBMITTALS A. Shop Drawings 1. Preparation by a qualified detailer is required 2. Identify details by reference to sheet, detail numbers, and specification section, as shown on the contract drawings. 3. Include on the drawing all information required for submission, or submittal transmittal letter containing required information. 01300-2 01300-submittal.doc B. Product Data i 1. Modify the manufacturer's standard schematic drawings to delete or supplement information as applicable. 2. For manufacturer's catalog sheets, brochures, diagrams, schedules, performance charts, illustrations, and other descriptive data: a. Clearly mark each copy to identify pertinent material b. Show dimensions and clearances required C. Show performance characteristics and capabilities d. Show wiring diagrams and controls 3. Include on the data all information required for submission or submit transmittal letter containing required information. C. Submission Requirements 1. Accompany submittals with a transmittal letter in duplicate. 2. Include the following information or each submittal: a. Date and revision dates b. Project title and number C. The names of the following: 1.) Engineer 2.) Owner 3.) Contractor 4.) Subcontractor 5.) Supplier 6.) Manufacturer d. Identification of product or material e. Relation to adjacent structure or materials f. Field dimensions clearly identified g. Specification section number h. Applicable standards such as ASTM number i. Contractor's stamp with his signature signed, certifying that he has reviewed the submittal, verified field measurements, and that the submittal complies with all requirements of the Contract Documents. j. List each deviation from contract requirements and a discussion of the reason for each. 3.04 ROUTING OF SUBMITTALS A. Submittal data and routine correspondence should be routed as follows: 1. Supplier (or subcontractor)to Contractor (through representative if applicable) for review. If submittal does not meet contract requirements, or is incomplete, Contractor shall return the submittal to the supplier and not forward. 2. Contractor to Owner 3. Owner to Contractor 4. Contractor to supplier 01300-3 01300-submittal.doc B. Addresses of Communications ' 1. Owner: Fort Worth Water Department Attention: Chris Harder, P.E. 1000 Throckmorton Street Fort Worth, TX 76102 3.05 NUMBER OF COPIES REQUIRED The Contractor shall submit a total of seven copies in the original submittal, unless otherwise specified in technical specifications. 3.06 DISPOSITION OF SUBMITTALS A. Owner shall review submittal contents for completeness and compliance with the section. The Owner will mark and return the submittals with one of the following: 1. No Exceptions Taken — Furnish item as submitted 2. Exceptions as Noted — Furnish item with changes as noted 3. Revise and Resubmit— Revise and resubmit changes as noted 4. Rejected — Item is not acceptable, resubmit alternative item conforming to the project requirements. 5. Submit Specific Item—Submit specific item or Subpart as noted. B. Review of Submittals by Owner does not relieve the Contractor of his responsibility to meet the contract requirements. Any item of work, even if completed, found to deviate from the requirements of the specifications and drawings shall be removed and replaced at no additional cost to the Owner unless, such deviation is clearly identified as a deviation on all appropriate submittals. 3.07 RESUBMISSION REQUIREMENTS A. Shop Drawings 1. Revise initial drawings as required and resubmit as specified. 2. Indicate on drawings any changes which have been made, including those requested by the Owner. B. Product Data and Samples Submit new data and samples as required for initial submission 3.08 REPETITIVE REVIEW The need for more than one resubmission or any other delay in completing reviews of submittals, will not entitle the Contractor to an extension of contract time. 01300-4 01300-submittal.doc ITEM 01310 CONSTRUCTION SCHEDULES PART1 GENERAL 1.01 SCOPE A. Prepare and submit a construction schedule that accomplishes the work within the allotted time and adheres to the overall project schedule and project specific constraints listed herein. B. Complete the work in accordance with the schedule. C. Update the schedules as necessary to reflect the changes in the work and actual site conditions. In no case shall the contract completion date be altered unless specifically approved by Change Order. D. Prepare progress reports, to be submitted at monthly construction meeting. E. Coordinate the work with activities of the Owner and other contractors F. The construction schedule is a tool for the Contractor, Engineer, and Owner to use in executing and monitoring the progress of the work. Failure to include any items of work in the schedule does not relieve the Contractor of his responsibility to complete the work as specified in the Contract Documents. 1.02 RELATED WORK AND SPECIFICATIONS A. General Provisions B. Section 01300- Submittals 1.03 SIGNIFICANCE OF CONSTRUCTION SCHEDULING DOCUMENTS A. The percentage completion reported for each activity as listed in the monthly progress report and the prices of those activities as stated in Item 01370 — Schedule of Values, and will be used, in part, to determine the amount of each monthly payment to the Contractor. B. No progress payments will be made to the Contractor until all required scheduling reports and documents have been received and accepted by the Engineer. 1.04 PROJECT SPECIFIC SCHEDULING CONSTRAINTS A. The submittal schedule shall allow sufficient time for the Owner and Engineer to adequately complete their review. 21 calendar days shall be allotted for the review of each submittal. Allow more time for large, 01310- 1 01310-const schedule.doc voluminous, or complex submittals. Delays caused by re-submittal and subsequent reviews shall be the responsibility of the Contractor. B. The work shall not be done between 6:00 PM to 7:00 AM, nor on Sundays or legal city holidays, except with written permission of the Owner. Contractor shall submit a request to the Owner two weeks in advance of such work. Owner shall be notified 48 hours prior to any work planned for Saturdays. Emergency work may be accomplished without obtaining prior permission. PART 2 PRODUCTS — Not Applicable PART 3 EXECUTION 3.01 SCHEDULE DOCUMENTATION A. Prepare and submit the following construction scheduling documents in accordance with the terms of this section: 1. Preliminary Construction Schedule a. Shall be submitted at the Preconstruction Conference. b. Shall schedule all proposed activities (in bar chart format) for the first 60 days of the project. C. Owner may require more detailed scheduling 2. Submittal Schedule a. The following shall be submitted within 10 days of the date of the Work Order: 1.) Submittal data identified in Item 01300 for each specification section. 2.) Projected initial submittal date 3.) Latest date from completion of submittal review 4.) Submittal data shall be prioritized to conform with the requirements of the construction schedule. b. The submittal schedule shall be integrated with the construction schedule. 3. Proposed Construction Schedule a. Shall be submitted within 30 days of the date of the Work Order. b. No progress payment will be made until this schedule is submitted and accepted by the Owner and Engineer. C. Construction schedule shall include: 1.) Bar chart illustrating the proposed schedule 2.) Schedule of projected earnings 4. Monthly Progress Report and Schedule Updates a. Submit a revised schedule each month. b. Shall identify all activities commenced during the proceeding month. C. Shall identify all activities completed. 131310-2 01310-coast schedule.doc d. Shall identify all activities which are behind schedule. e. Shall identify a detailed plan to bring any activities which are behind schedule up to schedule and to maintain the overall completion schedule. f. Shall include an updated submittal schedule g. Summary of overall status of work _ B. Execute the work in a manner consistent with the proposed schedule. Revise the schedule monthly as necessary to reflect the actual conduct of the work. C. The Owner's maintenance personnel shall perform routine maintenance activities concurrent with the work. Contractor shall coordinate his work to prevent damages and delays to activities conducted by the Owner. 3.02 PARTIAL OR TOTAL SHUTDOWNS A. Regardless of the dates outlined herein, partial or total shutdown and/or bypass of any equipment or facility is subject to the approval of and the operational constraints of the Owner. B. At least fourteen (14) calendar days prior to partially or totally shutting down and/or bypassing equipment or any facility, the Contractor shall submit to the Owner for review: w 1. A detailed description of the work to be performed 2. A schedule outlining the duration of each scheduled task and total duration time of the shutdown. 3. A list of all equipment and materials required to complete each task. 4. Documentation that all manpower, equipment, and materials as necessary to complete each task are available on site. C. A minimum of two days prior to shutdown and/or bypass, a special coordination meeting will be held with the Contractor, Owner, and Engineer to review the shutdown procedures. D. The Contractor shall provide any labor assistance necessary to complete shutdown operations including, electrical and control rerouting. E. The Contractor shall work whatever hours are necessary to maintain schedules during shutdown and/or bypasses. 01310-3 01310-co n st_s ch e d ul e.d o c ITEM 01320 PROGRESS REPORTS PART1 GENERAL 1.01 SCOPE Contractor shall maintain and provide progress schedules and reports throughout the duration of the contract. PART 2 PRODUCTS — Not Applicable PART 3 EXECUTION 3.01 REPORTS A. Prepare and maintain a current detailed progress and schedule chart in bar graph form, supporting the contract completion date. Prepare progress and schedule chart based on date of the Work Order. B. Submit three (3) copies of progress and schedule chart to the Engineer and Owner each month upon completion of the items represented in the chart. 3.02 SUBMITTALS Submit first progress and schedule chart at Preconstruction Conference. Submit three (3) copies of the progress and schedule chart, provided at least ten (10) working days have intervened since submission of the last chart. Otherwise, submit on the same date of the next month at monthly construction meeting. 01320- 1 01320-prog ressreport.doc ITEM 01370 SCHEDULE OF VALUES PART1 GENERAL 1.01 SCOPE Contractor shall develop and submit to the Owner for approval a Schedule of Values for the project. 1.02 RELATED WORK AND SPECIFICATIONS A. General Provisions B. Item 01025 - Measurement and Payment C. Item 01300 - Submittals PART 2 P .,UCTS — Not Applicable PART 3 EXECUTION 3.01 SCHEDULE OF VALUES A. Within ten (10) calendar days following the date of Notice to Proceed, the Contractor shall submit to the Engineer and Owner, in triplicate, a tentative Schedule of Values (a breakdown of the lump sum bid) which in turn shall be used to determine partial payment estimates and may be used to verify costs of credits, change orders, etc. 1. The tentative schedule of values will be reviewed by the Owner to determine whether, in his judgment, the schedule of values is of sufficient detail and if the prices included are "unbalanced" or "front-end loaded", in an effort to inflate the prices of those items of work to be completed in the early stages of work. 2. The Owner will provide the Contractor with his comments, and/or may request additional information from the Contractor to justify certain item quantities and prices. On the basis of the Owner's comments, the Contractor shall revise and resubmit the tentative schedule for further review and/or approval. 3. Once the tentative schedule is approved by the Owner, it shall become the schedule of values to be used in determining partial payment estimates. Three (3) copies of this schedule shall be submitted to the Owner for distribution and use. 4. No partial payment requests (including the first) shall be approved until the Schedule of Values has been approved by the Owner. 01370- 1 01370-schedulevalues.doc B. Each partial payment request by the Contractor shall be based on the approved Schedule of Values indicating the total quantity and price of the work completed to the date of the request. After approval of the submittal, no modifications will be made to the Schedule of Values, except as required by approved change orders. C. In so far as possible, total quantities and unit prices shall be shown for all items of work, separating for each item the materials and labor and such other sub-items as the Contractor may desire. "Lump Sum", "miscellaneous", and other such general entries in the schedule shall be avoided whenever possible. D. A separate schedule of values shall be prepared for each lump sum bid item. The sum of the items listed on the schedule of values shall equal the contract lump sum price for the bid item. No additional payment will be allowed if the quantities shown on the schedule differ from those actually required to accomplish the work, unless the quantities are altered by change order. E. The Schedule of Values will be used as a guide in evaluating the value of work involved in change orders. F. It is the Owner's intent that the Schedule of Values may also be used as a fair and expedient method of determining the value of items of work deleted, should the Owner so desire. Therefore, it is the Contractor's responsibility, as well as to his advantage, to make the Schedule of Values detailed and each item and its respective value as equitable and accurate as possible. 01370-2 01370-schedulevalues.doc ITEM 01410 TESTING LABORATORY SERVICES PART1 GENERAL 1.01 DESCRIPTION A. Provide testing and inspection, complete, as described in this Section and elsewhere in the Contract Documents. B. Requirements for testing may be described in various Sections of these specifications. 1.02 QUALITY ASSURANCE A. Provide the services of an independent testing laboratory approved by the Engineer. B. Upon completion of each test and/or inspection, promptly distribute copies of test or inspection reports to the Engineer, to government agencies requiring submission of such reports, and to such persons as directed by the Engineer. C. When initial tests indicate non-compliance with the Contract Documents, all subsequent retesting occasioned by non-compliance shall be performed by the same testing laboratory as the sole expense of the Contractor. E. Employment of a testing laboratory by the Owner in no way relieves the Contractor of his obligation to perform the work according to the Contract Documents. 1.03 RELATED WORK A. General Conditions of the Contract for Construction. Inspections and testing required by laws, ordinances, rules and regulations, or orders of public authorities are the responsibility of the Contractor. B. Specifications Sections. Contained in the various specification sections are requirements for certification of products, testing, adjusting, and balancing of equipment, and other tests and standards. PART 2 PRODUCTS - Not Applicable PART 3 EXECUTION 3.01 WORK INCLUDED A. Testing is required for the following items of work: 01410-1 01410-testi nglab.doc y 1. Soils compaction control 2. Structural backfill 3. Cast-in-place concrete 4. Wetwell Lining System 5. Sanitary sewer lines and manholes 6. Equipment Testing 7. Leakage testing of wetwell 3.02 TESTING LABORATORY RESPONSIBILITIES A. Cooperate with Owner, Engineer, and Contractor, providing qualified personnel promptly on notice. - B. Perform specified inspections, sampling, and testing of materials and methods of construction. C. Promptly notify Owner, Engineer, and Contractor of irregularities or deficiencies of work that are obs--Irved during performance of services. D. Prepare and distribute reports of inspections and tests within three (3) days of test completion. E. Include the following information for each test as well as additional data specified in the applicable section. 1. Date of test 2. Location of test 3. Specified standards 4. Test results 5. Remarks and observations F. The laboratory is not authorized to: 1. Release, revoke, alter, or enlarge on requirements of the Contract. 2. Approve or accept any portion of the work 3. Perform any duties of the Contractor. A 3.03 CONTRACTOR'S RESPONSIBILITIES A. Cooperate with laboratory personnel; provide access to the work or to manufacturer's operations. B. Provide to laboratory preliminary representative samples of materials to be tested in required quantities. C. Furnish copies of mill test reports ■ D. Furnish labor and equipment: 01410-2 i 01410-testinglab-doc 1, To provide access to the work to be tested. This shall include, as necessary, any ladders, scaffold, hoists, etc. needed by laboratory personnel for inspection or testing of the work. 2. To obtain and handle samples at the site 3. To provide area for laboratory's exclusive use for storage of test samples. E. When changes of the construction schedule are necessary, coordinate such changes with the testing laboratory as required. 3.04 EQUIPMENT TESTING A. The Contractor shall furnish all materials, labor, and equipment required for preliminary field testing of all equipment to be furnished or for portions of the work that have been completed. B. Upon completion of the work and prior to final acceptance and payment, all equipment to be furnished shall be tested as specified or required to ensure compliance with the drawings and specifications. C. Should the equipment tested, either for preliminary or final tests, not comply with the requirements as set forth on the drawings and specifications, the Contractor shall make the necessary changes and adjustments, or replacements as may be required, and at no cost to the Owner. D. All costs of whatever nature for testing shall be borne by the Contractor at no extra cost to the Owner. 3.05 CONCRETE TESTING A. Portland Cement 1. Secure from cement manufacturer Certificates of Compliance delivered directly to the concrete producer for further delivery directly to the testing laboratory. 2. Require the Certificates of Compliance to positively identify the cement as to production lot, bin or silo number, dating and routing of shipment, and compliance with specified standards. B. Aggregate 1. Provide one test unless character of material changes, material is substituted, or additional test is requested by the Engineer. 2. Sample from conveyor belts or batching gates at the ready-mix plant. Test for sieve analysis and specific gravity test to determine compliance with specified standards. 01410-3 01410-testinglab.doc 46 C. Laboratory Design Mix: Provide mix design in accordance with ACI 613. D. Molded Concrete Cylinders: 1. Provide two test cylinders of each class of concrete of each day's placement. As a minimum, there shall be ten cylinders taken for the new wetwell, six cylinders taken for the new valve vault, four cylinders taken for the masonry enclosure foundation, four cylinders taken for the structural rehabilitation of the existing wetwell, and two cylinders taken for the sidewalks and driveways. 2. For every two cylinders taken, test one cylinder at seven days, and one at 28 days. 3. Report the mix, slump, location of concrete placement, and test results prior to addition of any plasticizers. 4. Take specimens and make tests in accordance with applicable ASTM standard specifications. 3.06 MASONRY Provide mortar compressive strength testing per ASTM C-270. Limit samples taken to four. 3.07 SOILS AND MISCELLANEOUS TESTING w A. Testing and control of soils shall be performed by testing laboratory in accordance with ASTM standards. B. The Contractor shall furnish materials to be used in soils testing. 3.08 WETWELL LINING Perform thickness, holiday, and bond strength test in accordance with Contract Documents and manufacturer's recommendations. 3.09 SANITARY SEWER AND WATER MAIN Perform testing of sewer and water line trench backfill compaction, low-pressure air test OR video inspection of gravity sewer pipe, pressure testing of force main and water main, and vacuum test of manholes, as described within the Fort Worth Standard Specifications. 3.10 PAYMENT FOR TESTING A. Include within the Contract Sum an amount sufficient to cover all testing and inspecting required under this section of these specifications, and to cover all testing and inspecting required by governmental agencies having jurisdiction. 01410-4 01410-testinglab.doc B. The Owner will pay for all testing and inspecting specifically requested by the Engineer over and above those described within the Contract Documents. w 01410-5 01410-testinglab.doc r ITEM 01430 OPERATION AND MAINTENANCE DATA PART1 GENERAL 1.01 REQUIRMENTS A. Furnish for each item of equipment or system as specified in the individual technical specification sections. B. Prepare data for use by Owner's personnel in the form of an instructional manual. C. Manual Format: i 1. Size: 8-1/2 inches by 11 inches 2. Paper: 20 pound minimum, white for typed pages _ 3. Test: Manufacturer's printed data, or neatly typewritten. 4. Three-hole punch data for binding and composition; arrange printing so that holes do not obliterate data. 5. Provide fly-leaf for each separate product, or each piece of operating data, with typed description of product and major component parts of equipment and provide with heavy section dividers with numbered plastic index tabs. 6. Provide each manual with the title page, and typed table of contents with consecutive page numbers. Place contents of entire set, identified by volume number, in each binder. 7. Cover: Identify each volume with typed or printed title "Operation and Maintenance Manual, Volume NO._ OF ," if applicable, and list: a. Project title b. Designate the system or equipment for which it is intended C. Identity of separate structure as applicable d. Identity of general subject matter covered in manual. Identity of equipment number and specification section. 8. Assemble and bind material in same order as specified. 9. Material shall be suitable for reproduction. 10. Binders shall be commercial quality, permanent, three ring binders. 11. Table of contents, neatly written, arranged in systematic order: a. Contractor, name or responsible principle, address, telephone number. b. List of each product required to be included, indexed to content of each volume. C. List with each product: Name, address, and telephone number of subcontractor, supplier, installer, and maintenance contractor, as appropriate. — d. Identify each product by product name and other identifying numbers or symbols as set forth in Contract Documents. 12. Product Data 01430- 1 01430-oper&maint.doc a. Include only those sheets that are pertinent to specific product. b. Clearly annotate each sheet to: 1.) Identify specific product or part installed 2.) Identify data applicable to installation. 3.) Delete references to inapplicable information. 13. Drawings: Supplement product data with drawings as necessary to clearly illustrate: a. Relations of component parts of equipment and systems b. Control and flow diagrams C. Coordinate drawings with project record documents to assure correct illustration of completed installation. d. Reduced to 8-1/2" by 11", or 11" by 17" folded to 8-1/2" by ill'. e. Identify specification section and product on drawings. 14. Instructions and Procedures: Within text, as required to supplement product data. a. Handling, storage, maintenance during storage, assembly, erection, installation, adjustin, testing, operating, shutdown in emergency, troubleshooting, maintenance, interface, and as may be otherwise required. b. Organize in a consistent format under separate heading for each difference procedure. C. Provide a logical sequence of instructions for each procedure. d. Provide information sheet for Owner's personnel, including: 1.) Proper procedures in the event of failure 2.) Instances that might affect the validity of warranties. 15. Warranties, Bonds, and Service Agreements: In accordance with Item 01700, Contract Closeout 1.02 MANUALS FOR EQUIPMENT AND SYSTEMS A. Content for each Unit (or Common Units) and System: 1. Description of units and component parts, including controls, accessories, and appurtenances. a. Function, normal operating characteristics, and limiting conditions. b. Performance curves, engineering data, nameplate data, and test results. C. Complete nomenclature and commercial number of replacement parts. 2. Operating Procedures: a. Start-up, break-in, routine, and normal operating instructions. b. Test procedures and results of factory tests where required. C. Regulation, control stopping, and emergency instructions. 01430-2 01430-oper&maint.doc d. Description of operating sequence by a control manufacturer. e. Shutdown instructions for both short and extended durations. f. Safety precautions. g. Installation instructions. 3. Maintenance and Overhaul Procedures: a. Routing operations b. Guide to troubleshooting C. Disassembly, removal, repair, reinstallation, and reassembly. 4. Installation instructions; including alignment, adjusting, calibrating 5. Original manufacturer's parts list, illustrations, detailed assembly drawings showing each part with part numbers and sequentially numbered parts list, and diagrams required for maintenance. 6. Where applicable, identify installed spares and other provisions for future work. 7. Manufacturer's printed operating and maintenance instructions 8. As-installed, color-coded piping di----ms B. Maintenance Summary ■ 1. Compile an individual maintenance summary for each applicable equipment item, respective unit or system, and for component or ■ sub-units. 2. Include detailed lubrication instructions and diagrams showing points to be greased or oiled, recommend type, grade, and temperature range of lubricants and frequency of lubrication. 3. Recommended spare parts: a. Data to be consistent with manufacturer's Bill of Materials/Parts List furnished in O&M manuals. b. Provide MSDS sheets for all chemicals and lubricants C. Content for Each Electric or Electronic Item or System • 1. Description of Unit and Component Parts: a. Function and normal operating characteristics • b. Performance curves, engineering data, nameplate data, and test data. C. Complete nomenclature and commercial number of replacement parts. d. Interconnection wiring diagrams, including control and lighting systems 2. Circuit Directories of Panelboards a. Electrical Service b. Controls C. Communications 3. List of electrical relay settings, and control and alarm settings. 4. Electrical interconnection diagrams by control manufacturer 5. As-installed control diagram by control manufacturer 6. Operating Procedures: 01430-3 01430-oper&maint.doc a. Routine and normal operating instructions b. Sequences required C. Safety precautions d. Special operating instructions 7. Maintenance Procedures: a. Routine operations b. Guide to troubleshooting C. Adjustment and checking d. List of relay settings, control and alarm contact settings 8. Manufacturer's printed operating and maintenance instructions 9. List of original manufacturer's spare parts, manufacturer's current w prices, and recommended quantities to be maintained in storage. 1.03 MANUALS FOR MATERIALS AND FINISHES A. Content for Architectural Products, Applied Materials, and Finishes: 1. Manufacturer's data, giving full information on products a. Catalog number, size, and composition b. Color and texture designations C. Information required for reordering manufactured products 2. Instructions for Care and Maintenance a. Manufacturer's recommendation for types of cleaning agents and methods �. b. Cautions against cleaning agents and methods that are detrimental to product. C. Recommend schedule for cleaning and maintenance. B. Content for Moisture Protection and Weather Exposed Products 1. Manufacturer's data, giving full information on products a. Applicable standards b. Chemical composition C. Details of installation 2. Instructions for inspections, maintenance, and repair. PART 2 PRODUCTS — Not Applicable PART 3 EXECUTION -Not Applicable i r 01430-4 _ 01430-oper&maint.doc ITEM 01500 . TEMPORARY FACILITIES AND CONTROLS PART1 GENERAL 1.01 DESCRIPTION A. The facilities and controls specified in this section are considered minimum for the project. The Contractor may provide additional facilities and controls which he considers necessary for the proper execution of the work and to meet his responsibilities for protection of persons, property, and the environment. B. The Contractor shall furnish equipment which will be efficient, ., appropriate, and large enough to secure a satisfactory quality of work, and a rate of progress which will ensure the completion of the work within the time stipulated in the Contract Documents. C. The Contractor shall be fully responsible for providing all temporary diversion, and dewatering pumping and piping, plumbing, heating, ventilating, lighting, temporary structures, and such other items required to maintain the wastewater collection operations within the scheduling requirements contained in the Contract Documents. Failure to show all details of temporary piping and temporary construction on the drawings or in the specifications shall not relieve the Contractor of the responsibility for constructing the improvements without interrupting wastewater collection operations. PART 2 PRODUCTS — Not Applicable PART 3 EXECUTION 3.01 UTILITIES A. Sanitary Facilities: The Contractor shall provide and maintain toilets and other sanitary facilities for his employees and his subcontractor's employees that will comply with the regulations of the State and local health departments. B. Water for Construction: The Contractor may use water from existing water service during life of contract at their own expense, including the security of any necessary permits and meter. Contractor shall obtain water for construction through fire hydrant meter. C. Electric Power for Construction: The Contractor shall coordinate with Oncor and make arrangements for providing temporary electrical power. The Contractor shall maintain the temporary electric power system during the contract period at his expense. Electric power obtained through the temporary service shall be paid for by the Contractor. The temporary systems and their components shall be furnished and installed in conformance with the requirements of the National Electric Code (NEC). 01500- 1 01500-tempfacility.doc 3.02 WASTE Provide approved containers for collection and disposal of waste materials, debris, and rubbish. 3.03 SECURITY AND TEMPORARY APPROVED PROTECTION A. Furnish, install, and maintain suitable barriers and protection to prevent public entry, and to protect the work, existing facilities, and existing roads from construction operations. B. The Contractor shall take all necessary measures and be solely responsible for the protection of temporary facilities, finished construction areas, equipment, and materials at the site until the project has been completed and accepted by the Owner. 3.04 SITE MAINTENANCE A. Except as provided herein, no sidewalk, private property, or other areas adjacent to the lift station site shall be used for storage of the Contractor's equipment and materials unless prior written approval is obtained from the legal owner. B. At all times, the Contractor shall maintain areas covered by the contract and public properties free from accumulation of waste, debris, and rubbish caused by construction operations. All trash and waste materials shall be cleaned and disposed in an approved waste receptacle each day. C. Excavated materials shall be removed from the site in a manner that will _ cause the least damage to adjacent lawns, grassed areas, trees, gardens, shrubbery, or fences regardless of whether these are on private property or public right of ways. 01500-2 �, 01500-tempfacility.doc ITEM 01600 MATERIAL AND EQUIPMENT PART1 GENERAL 1.01 REQUIREMENTS Provide material and equipment as specified conforming to the following: A. Comply with size, make, type, and quality specified, unless specifically authorized in writing by the Engineer. B. Manufactured and Fabricated Products 1. Design, fabricate, and assemble in accord with the best engineering and shop practices. 2. Manufacture like parts of duplicate units to standard sizes and gages, to be interchangeable. 3. Products shall be suitable for service conditions. 4. Equipment capacities, sizes, and dimensions shown or specified shall be adhered to unless variations are specifically approved in writing. 5. The materials and equipment used on the work shall correspond to the approved samples or other submitted data. PART 2 PRODUCTS — Not Applicable PART 3 EXECUTION 3.01 MATERIALS AND EQUIPMENT A. Materials and equipment incorporated into the work shall: 1. Be new and in current production, conforming to applicable specifications and standards. 2. Comply with size, make, type, and quality specified, or as specifically approved in writing by the Engineer. B. For products specified only by reference standard, select any product meeting that standard. C. For products specified by naming several products or manufacturers, select any one or the products or manufacturers named, which complies with the specifications. D. For products specified by naming one or more products or manufacturers and "or equal', Contractor must submit a request for substitutions for any product or manufacturer not specifically named. 01600- 1 01600-mat&equip.doc 3.02 REUSE OF EXISTING MATERIAL A. Except as specifically indicated or specified, materials and equipment removed from any existing structure shall not be used in the completed work. B. Arrange for transportation, storage, and handling of products which require off-site storage, restoration, or renovation at no additional cost. 3.03 SUBSTITUTIONS A. For a period of thirty (30) days after the date of the Work Order, Engineer will consider written requests from the Contractor for substitution of products that are specifically called out with a product name. B. Submit to the Engineer a separate request for each product, supported with complete data, with drawings and samples as appropriate, including: 1. Comparison of the qualities of the proposed substitution with that specified. 2. Changes required in other elements of the work because of the substitution. 3. Effect on the construction schedule 4. Cost data comparing the proposed substitution with the product specified. 5. Listing of any required license fees or royalties. 6. Availability of maintenance service, and source of replacement materials. C. Engineer shall be the judge of the acceptability of the proposed s substitution. D. In submitting a request for a substitution, the Contractor represents to the Owner and Engineer that he: 1. Has investigated the proposed product and determined that it is equal to or superior in all respects to that specified. 2. Will provide the same warranties or bonds for the substitution as for the product specified. 3. Will coordinate the installation of an accepted substitution into the work, and make such other changes as may be required to make the work complete in all respects. 4. Waives all claims for additional costs, under his responsibility, which may subsequently become apparent. 5. Any incidental cost associated with using alternative products shall be borne by the Contractor. E. Engineer will review requests for substitutions with reasonable promptness, and notify the Contractor, in writing, of the decision to accept or reject the requested substitution. The Engineer shall be the sole judge of the acceptability of any proposed substitution. 01600-2 ,,. 01600-mat&equip.doc p. 3.04 COMPLIANCE WITH MANUFACTURER'S INSTRUCTIONS A. When Contract Documents require that the installation of work comply with manufacturer's printed instructions, obtain and distribute copies of such instructions to parties involved in the installation, including two copies to Engineer. Maintain one set of complete instructions at the job site during installation and until completion. B. Handle, install, connect, clean, condition, and adjust products in strict accord with such instructions and in conformance with the contract requirements. C. Manufacturer's recommendations are minimum standards for handling materials and equipment and the installation of the work. If the project drawings and specifications are more stringent, the requirements of the drawings and specifications shall govern. D Should job conditions or specified requirements conflict with the manufacturer's instructions, consult Engineer for further instruction. E. Do not proceed with work without clear instructions. F. Perform work in accordance with manufacturer's instructions. Do not omit any preparatory step or installation procedure unless specifically authorized by the Engineer. G. Manufacturer shall supply to the City a Certificate of Compliance on equipment furnished that it meets the specification requirements and has been installed in accordance with manufacturer's instructions. 3.05 TRANSPORATION AND HANDLING OF MATERIALS AND EQUIPMENT A. Materials and equipment to be incorporated in the work shall be handled and stored by the manufacturer, fabricator, supplier, and Contractor before, during, and after shipment in a manner to prevent warping, twisting, bending, breaking, chipping, rusting, and any injury, theft or damage of any kind to the material or equipment. B. Equipment shall be shipped as late as possible to assure its availability when required by the Contractor's schedule. The intent of this requirement is to reduce on-site storage time prior to installation and operation. Under no circumstances shall equipment be delivered to the site more than one month prior to installation without prior written y authorization from the Engineer. Equipment shall not be shipped until the submittal review process is complete. C. Deliver products in undamaged condition, in manufacturer's original containers or packaging, with identifying labels intact and legible. 01600-3 01600-mat&equip.doc D. Immediately on delivery, inspect shipments to assure compliance with -- requirements of contract documents and approved submittals, and that products are properly protected and undamaged. Notify Engineer immediately upon receipt of shipment. E. Provide equipment and personnel to handle products by methods to prevent soiling or damage to products or packaging. F. Materials and equipment delivered to the job shall be unloaded and placed in a manner which will not hamper the normal operation of the existing lift station or interfere with the flow of street traffic. 3.06 STORAGE AND PROTECTION OF MATERIALS AND EQUIPMENT A. Materials and equipment to be incorporated in the work shall be handled and stored by the manufacturer, fabricator, supplier, and Contractor before, during, and after shipment in a manner to prevent warping, twisting, bending, breaking, chipping, rusting, and any injury, theft, or damage of any kind to the material or equipment. B. Special attention shall be given to the storage and handling of equipment on site. Equipment storage will be approved by the Engineer. As a minimum, the procedure outlined below shall be followed: 1. Equipment having moving parts such as gears, electric motors, and instruments shall be stored in a temperature and humidity controlled building approve by the Engineer, until such time as the equipment is to be installed. 2. Equipment shall be stored fully lubricated with oil and grease, unless otherwise instructed by the manufacturer. 3. Manufacturer's storage instruction shall be carefully studied by the Contractor and reviewed by the Engineer. These instructions shall be carefully followed and a written record shall be kept by the Contractor. 4. Moving parts shall be rotated a minimum of once weekly to insure proper lubrication and to avoid metal to metal "welding". 5. Motors and other equipment fitted with electric heaters shall have the heaters maintained in an energized condition at all times. C. Indoors 1. Store products subject to damage by the elements in weatherproof enclosures. 2. Maintain temperature and humidity within the ranges required by the manufacturer's instructions. 3. Connect and energize motor heaters and other equipment space heaters during storage. 01600-4 01600-mat&equip.doc D. Outdoors 1. Store fabricated products above the ground, on blocking or skids, prevent soiling or staining. Cover products that are subject to deterioration with impervious sheet coverings; provide adequate ventilation to avoid condensation. 2. Store loose granular materials in a well-drained area on solid surfaces to prevent mixing with foreign matter. 3. Arrange storage in a manner to provide easy access for inspection. Make periodic inspections of stored products to assure that products are maintained under specified conditions, and are free from damage or deterioration. 3.07 APPURTENATE ITEMS A. Provide wedges, shims, filling pieces, keys, packing, grout, or other materials necessary to properly align, level, and secure apparatus in _ place. Parts intended to be plumb or level shall be proven exactly so. Grinding necessary to bring parts to proper bearing after erection shall be done. B. Provide openings, channels, and chases, and install anchor bolts and other items to be embedded in concrete, as required to complete the work under this contract and do all cutting and patching as required. C. Furnish sleeves, inserts, hangars, and anchor bolts, required for the execution of the instrumentation and electrical work, specified and shown on the drawings. In no case shall beams, lintels, or other structural members be cut without the approval of the Engineer. 3.08 INSPECTION AND TESTING FOR ACCEPTANCE A. Furnish all materials or specimens for testing and all labor and facilities for inspection of equipment and materials. B. If the Owner requires, either prior to beginning or during the progress of the work, the Contractor shall submit samples or materials for such special tests as may be necessary to demonstrate that they comply with the specifications. Such samples shall be furnished, stored, packed, and shipped as directed at the Contractor's expense. Except as otherwise noted, the Owner will make arrangements for and pay for the tests. C. Delay of approval resulting from the Contractor's failure to submit samples or data promptly shall not be used as a basis of a claim against the Owner or Engineer. 3.09 REJECTION OF MATERIALS AND EQUIPMENT A. Materials and equipment which, in the opinion of the Engineer, have become so damaged as to be unfit for the use intended or specified shall 01600-5 01600-mat&equip.doc be promptly removed from the site of Work. The Contractor shall receive no compensation for the damaged material or its removal. B. Damaged material and equipment shall be replaced at the Contractor's expense. 3.10 PROTECTION AFTER INSTALLATION Provide substantial coverings as necessary to protect installed products from damage from traffic and subsequent construction operations. i 01600-6 01600-mat&equip.doc ITEM 01651 .. TESTING AND STARTUP PART 1 GENERAL 1.01 SUBMITTALS A. Submit to Engineer, for approval, start-up and test schedule minimum of 30 days prior to commencing work specified in this section. B. Submit to Engineer, a minimum of three copies of manufacturer's representative's installation report, field test data, test records, and a log of the testing and start up procedure for each item of equipment and system. 1.02 SERVICE OF MANUFACTURER"S REPRESENTATIVE _ A. The contract price for the project shall include the cost of furnishing competent and experienced personnel who shall represent the manufacturers and shall assist he Contractor, to install, adjust, and test the equipment in conformity with the Contract Documents. B. After the equipment is installed by the Contractor, such personnel shall make all adjustments and tests required to prove that such equipment is in proper an satisfactory operating condition. PART 2 PRODUCTS — Not Applicable s PART 3 EXECUTION 3.01 TESTING AND STARTUP PLAN A. Submit plan which includes a schedule of manufacturer's representative visits and for testing and startup of all equipment and systems provided with the work. B. Include in the startup plan: 1. Sequences 2. Lock-out procedures and safety precautions 3. Utility requirements C. The plan shall include the manufacturer's representative schedule with the name of the representative, date, and purpose for each visit identified. 3.02 PREPARATION A. Complete equipment installation with controls, safety devices and auxiliary support systems necessary to start the equipment and verify the equipment functions correctly under no load conditions. 01651 - 1 ® 01651-test&startup.doc B. Remove temporary bracing supports and other construction debris that may damage equipment. C. Remove protective coatings and oils used for protection during shipment and installation. D. Flush and lubricate systems in accordance with Manufacturer's recommendations. E. Install temporary connections and devices required to fill, operate, checkout and drain the system. F. Check equipment for correct direction of rotation and freedom of moving parts. G. Align equipment to manufacturer's tolerances. H. Check installation prior to start-up for conformance to manufacturer's instructions. I. Adjust or modify equipment to make equipment properly operational. J. Correct any deficiencies or problems noted in manufacturer's representative installation reports. K. Submit manufacturer's representative's installation reports with corrective action noted. 3.03 TESTING AND STARTUP A. Begin testing and startup procedures after approval by Engineer of testing and startup plan and after receipt of manufacturer's installation report. B. Make final connections to equipment and complete the system installation necessary to apply the system loads to the equipment and verify the equipment functions correctly. C. Start equipment according to manufacturer's instructions. D. Operate the system through the design performance range consistent with the available flows. Adjust, balance, calibrate, and check out the equipment, safety devices, controls, and process system to operate within the design conditions. E. Perform acceptance test as outlined in Item 11316— Submersible Pumps. Also perform acceptance test as outlined in Section 16501 Packaged Electric Generating Plant. F. Submit log of testing and startup procedure, field data test, and applicable test records to Engineer and Owner. 01651 -2 01651-test&startup.doc 01651 -3 ,� 01651-test&startup.doc ITEM 01700 CONTRACT CLOSEOUT PART 1 GENERAL 1.01 SCOPE A. Comply with the requirements stated in the Contract Documents in closing out the work. B. Comply with related requirements in other parts of the Contract Documents, including fiscal provisions, legal submittals, and additional administrative requirements. PART 2 PRODUCTS - Not Applicable PART 3 EXECUTION 3.01 FINAL INSPECTION A. When the Contractor considers the work complete, he shall submit written certification to the Engineer that: 1. Contract Documents have been reviewed 2. Contractor has inspected for compliance with the Contract Documents. 3. Work has been completed in accordance with Contract Documents. 4. Equipment and systems have been tested in presence of the Engineer and Owner's representative and are operational. 5. Work is completed and ready for final inspection B. The Owner and Engineer will make an inspection to verify the status of completion with reasonable promptness after receipt of such certification. C. Should the work be designated as incomplete and defective: ^- 1. Engineer will promptly notify the Contractor in writing, listing the incomplete or defective work. 2. Contractor shall take immediate steps to remedy the stated ,.. deficiencies, and send a second written certification to the Engineer that the work is complete. 3. The Owner and Engineer will re-inspect the work. 4. When the work is acceptable under the Contract Documents, the Contractor shall be requested to make closeout submittals. 3.02 CONTRACTOR'S CLOSEOUT SUBMITTALS TO OWNER/ENGINER A. Project Record Documents to comply with Item 01720 B. Operation and Maintenance Data to comply with Contract Documents 01700- 1 01700-contractclose.doc • C. Evidence of Payment and Release of Liens: Submit the following in such form as approved by the Engineer: 1. Contractor's affidavit of payment of debts and claims. 2. Contractor's affidavit of release of liens, with: a. Consent of surety to final payment b. Separate releases or waivers of liens for subcontractors and others with lien rights against property of Owner. 3. All submittals shall be duly executed before delivery to Engineer. D. Certificate of Insurance for Products and Completed Operations E. Equipment Warranties and Bonds, see requirements of Item 01750 F. Certification from all manufacturers of proper equipment installation, testing, and demonstration as specified in Contract Documents. 3.03 FINAL ADJUSTMENT OF ACCOUNTS A. Submit a final statement of accounting to Engineer B. Statement shall reflect all adjustments to contract sum: 1. Original contract sum 2. Additions or deductions resulting from: a. Previous change orders b. Deductions for uncorrected work C. Deductions for liquidated damages d. Other adjustments 3. Total contract sum, as adjusted 4. Previous payments 5. Sum remaining due C. Engineer and Owner will prepare any final change orders, reflecting approved adjustments to contract sum which were not made by previous change orders. 3.04 FINAL APPLICATION FOR PAYMENT ,. A. Contractor shall submit the final application for payment in accordance with procedures and requirements stated in the Contract Documents. B. Final payment shall not be approved until all Contract Closeout requirements have been met and all other contract requirements fulfilled. 01700-2 01700-contractclose.doc ITEM 01720 PROJECT RECORD DOCUMENTS PART1 GENERAL 1.01 SCPOPE A. Prepare and maintain record documents for the project to accurately reflect the construction as built. Documents must be submitted at work completion as a condition for final acceptance. B. Meet with the Engineer's representative monthly to review as-built plans. Progress payments will not be approved unless Record Documents are up to date. PART 2 PRODUCTS - Not Applicable PART 3 - EXECUTION 3.01 MARKING Mark all changes with a red pencil. 3.02 RECORDING A. Keep record documents current. B. Stamp each document"PROJECT RECORD" in neat, large, printed letters. Legibly mark contract drawings to record actual construction: 1. Horizontal and vertical location of underground and under-slab utilities and appurtenances referenced to permanent surface improvements. 2. Location of internal utilities and appurtenances referenced to permanent surface improvements. 3. Field changes of dimension and detail 4. Changes made by change order. 5. Details not on original contract drawings C. Legibly mark specifications and addenda to record: 1. Manufacturer, trade name, catalog number, serial number, and supplier of each product and item of equipment actually installed. 2. Changes made by change order or field order. 3. Other matters not originally specified. 01720- 1 01720-project_reco rd.do c 3.03 SUBMITTAL A. At project completion, deliver record documents to the Engineer. Place all letter-sized material in a three ring binder, neatly indexed. Bind contract drawings and shop drawings in rolls of convenient size for ease of handling. B. Accompany the submittal with a transmittal letter in duplicate, containing: 1. Date 2. Project title and number — 3. Contractor's name and address 4. Title and number of each record document 5. Certification that each document as submitted is complete and accurate. 6. Signature of Contractor. 01720-2 01720-project_reco rd.doc ITEM 01750 �. WARRANTIES AND BONDS PART 1 GENERAL 1.01 SCOPE A. Provide duplicate copies of warranty documents. Execute Contractor's submittals and assemble documents executed by subcontractors, suppliers, and manufacturers. Provide table of contents and assemble in binder with durable plastic cover. B. Submit material prior to final application for payment. For items of work delayed materially beyond the date of Substantial Completion, provide ,. updated submittal within ten days after final acceptance, listing date of final acceptance as start of warranty period. C. Maintain and keep in good repair the improvements covered by these drawings and specifications during the life of the Contract. D. Indemnify the Owner against any repairs which may become necessary to any part of the work performed and to items of equipment and systems procured for or furnished under this Contract, arising from defective workmanship or materials used therein, for a period of two (2) years after *- date of final payment by the Owner for the work. Such warranty period shall be provided by the Contractor regardless of supplier's standard warranty provisions. E. The Contractor shall, at his own expense, furnish all labor, materials, tools, and equipment required, and shall make such repairs and removals or shall perform such work or reconstruction as may be made necessary .� by any structural or functional defect or failure resulting from neglect, faulty workmanship, or faulty materials, in any part of the work performed by him. Such repair shall also include refilling of trenches, excavations, or embankments which show settlement or erosion after backfilling placement. F. Except as noted on the drawings or as specified, all structures such as embankments and fences shall be returned to their original condition prior to the completion of the Contract. Any and all damage to any facility not designate for removal resulting from the Contractor's operations, shall be promptly repaired by the Contractor at no cost to the Owner. G. In the event the Contractor fails to proceed to remedy the defects of which he has been notified within fifteen (15) days of the date of such notice, the Owner reserves the right to cause the required materials to be procured and the work to be done, as described in the drawings and specifications, and to hold the Contractor and the sureties on his bond liable for the cost and expense thereof. 01750- 1 017 50-wa rra n ty8 bo n d.do c _ H. In the event that immediate repairs are necessary to continue operations at the facility, the Owner reserves the right to cause those repairs to be made and hold the Contractor liable for the expense of such repairs. In such a case, every reasonable effort will be made by the Owner to notify _ the Contractor in advance but, failure of such notification shall not constitute a waiver of the Contractor's liability. In any case, the Contractor will be notified as soon as reasonably possible of the need for such repairs. I. Notice to Contractor for repairs and reconstruction will be made in the form of a registered letter addressed to the Contractor at his home office. PART 2 PRODUCTS — Not Applicable PART 3 EXECUTION — Not Applicable a w w w w w 01750-2 ,,, 01750-warranty&bond.doc i SECTION 02010 SUBSURFACE INVESTIGATION PART1 GENERAL 1.01 SCOPE Soil investigations were accomplished on the site for use in the design of the proposed facilities. PART 2 PRODUCTS 2.01 SOIL INVESTIGATION REPORTS A. Geotechnical Investigation - Lift Station Nixon Street at Delga Street, Fort Worth Texas by CMJ Engineering, Inc., 7636 Pebble Drive, Fort Worth, Texas 76118. B. The above mentioned geotechnical reports are available for review at the office of Dunaway Associates, Inc., 1501 Merrimac Circle, Suite 100, Fort Worth 76107. C. 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 and completeness of the information is not guaranteed and it is not to be construed as part of the Project Specifications governing construction of the project. The Contractor shall perform additional geotechnical investigation as he deems necessary for his construction activities. There shall not be any additional payment or extension of contract time to the Contractor for additional geotechnical investigations and resulting additional work that he may require to complete the project. 2.02 CONTRACTOR'S RESPONSIBILITY The Contractor shall review the available soil report and boring log and any other available material prior to bidding, and make his own determinations as to all subsurface conditions. PART 3 EXECUTION - NOT APPLICABLE END OF SECTION 02010-1 02010subsurfaceinvestigation.doc w w ITEM 02121 �. CLEARING AND GRUBBING PART1 GENERAL 1.01 DESCRIPTION Remove and dispose of trees, stumps, brush, roots, vegetation, logs, rubbish, and other objectionable matter in embankment and excavation areas. 1.02 RELATED WORK A. Item 02220 Structural Excavation, Fill, and Backfill B. Special Conditions, "Disposal of Spoil/Fill Material" PART 2 PRODUCTS — Not Applicable PART 3 EXECUTION 3.01 CONSTRUCTION METHODS A. Clear excavation areas of stumps, brush, logs, rubbish, trees, and shrubs, including any buried trees or other materials found in the excavation. B. Clear and grub areas required for construction, roadway, and driveway. At areas required for sidewalks or driveways, remove all stumps and roots to a depth of at least 2' below the existing ground surface. Backfill and tamp all holes remaining after clearing and grubbing. Blade areas to prevent ponding of water and to facilitate drainage. RM C. Do not cut or deface timber outside of construction areas D. Topsoil shall be stockpiled as directed by the Engineer. 3.02 DISPOSAL A. Dispose of cleared and grubbed material as specified in the Special Conditions, "Disposal of Spoil/Fill Material". B. No burning is permitted. 02121 - 1 02121-clear&grub.doc ITEM 02200 WOOD SLAT CHAIN LINK FENCE AND GATE PART1 GENERAL w 1.01 SCOPE OF WORK Furnish all labor, materials, equipment, and incidentals necessary to install a wood slat chain link fence and gate as shown on the drawings and specified herein. The fence shall be 8'-0" high above grade. 1.02 SHOP DRAWINGS Submit to the Engineer for review, as provided under Section 01300, shop ,. drawing submittals showing layout and details of construction and erection of fence, fence posts, gates, and all accessories required. PART PRODUCTS 2.01 MATERIALS A. The following specifications of the issues listed below, but referred to thereafter by basic designation only, form a part of this specification. B. Fabric: ASTM A392, No. 9 gauge wire, 2 inch mesh, class III galvanized. 25' roll length, 8' height. Redwood stained natural wood slats. Make samples available in field for testing as directed. C. Line Posts: 2-3/8 inch O.D. steel pipe, conforming to ASTM A120, minimum weight 3.65 Ibs per linear foot. D. End and Corner Posts: 2-7/8 inch O.D. steel pipe conforming to ASTM A120, minimum weight 5.79 pounds per linear foot. E. Swing and Gate Posts: Same as end and corner posts, except in following sizes: .. Pipe Size Square Weight Gate O.D. Tubular Per Ft. Length 3 inches 2-1/2 inch 5.79 Ibs Up to 6 feet 4 inches 3 inches 9.11 Ibs Over 6 feet to 10 feet 6-5/8 inch 18.97 Ibs Over 10 feet to 16 feet F. Post Tops: provide weathertight closure cap with loop to receive toprail; one cap for one post with supports for 3 strands of 4 point galvanized barbed wire. G. Top Rails: 1-5/8 inch O.D. steel pipe conforming to ASTM A120, minimum weight 2.27 pounds per linear foot, or 1-5/8 inch x 1-1/4 inch galvanized rolled section, in random lengths of 20 feet and joined with 02200- 1 „_ 02200-woodslaffence.doc w suitable sleeve type couplings making rigid connection with provisions for expansion and contraction. Pass rail through base of line post barbed wire extension arm and fasten securely to terminal post. H. Bracing: Brace terminal posts. Brace member to be same as top rail. Fasten brace member to terminal and first line post securely. Tie terminal post, near ground line, to line post at brace member with tension rod of 3/8-inch minimum diameter, complete with turnbuckle. I. Stretcher (tension) Bars: Not less than 3/16-inch by 3/a-inch and not less than 2 inches shorter tan the normal height of the fabric with which they are to be used. Tension wire shall be #7 gage, conforming with ASTM A- 824. J. Wire Ties or Clips: Securely fasten to all line posts using 11 gauge tie wires a minimum of 14 inches apart, and to top rail with 11 gage tie wires, spaced approximately 24 inches apart. ' K. Swing Gates: Standard heavy type, welded, watertight, rigid frame of 2- 3/8" inches O.D. pipe weighing 2.72 pounds per linear foot, or 2 inches square tubing with adequate internal bracing and tension members to prevent sagging. Fabric shall be same as the fence. Furnish hinges, latches, stops, keepers, and similar items as approved. Gates to swing open 90 degrees with keepers to hold gates in open position. Furnish latches with provisions for padlocking. Also furnish 1-inch chain 20 inches long for OWNER's lock. 2.02 GALVANIZING Hot-dip galvanized component metal parts of fence. Provide 2.0 ounces minimum zinc coating per square foot of surface, unless otherwise specified. T Galvanizing to withstand 12 one-minute dips as required by the Preece test, ASTM A239, unless otherwise specified. Fencing, including top rails, posts, and all accessories shall be zinc coated after fabrication, using zinc Grade "E" in accordance with Federal Specification QQ-Z-351. PART 3 EXECUTION 3.01 INSTALLATION A. Post Holes: The excavation for post holes shall be accurately centered along the line of the fence. B. Setting of Posts: Posts shall be set to proper elevation along the line of the fence and in the center of the excavation for concrete base. The posts shall be braced in a plumb and true position until the concrete has been poured and allowed to harden. Concrete shall achieve a minimum 3,000 psi compressive strength after seven days. Posts shall have concrete footings of 16 inches diameter and a minimum of 3.25 feet in depth. Line posts shall be spaced a maximum of 10' on centers between terminal posts. 02200-2 02200-woodslatfence.doc i ,., C. Stretcher Bars: Stretcher bars shall not be less than 3/16-inch by 3/4-inch in cross section, or equivalent cross sectional area, and shall be of the lengths required for the full height of fabric installed. The stretcher bars _ shall be attached to the fabric by clamps or by positive mechanical means. One stretcher bar shall be provided for each gate post and two for each corner post. D. Top Rails: Top rails shall be fitted with couplings for connecting the lengths into a continuous run. The couplings shall not be less than 6 inches long, shall provide a substantial connection, and shall allow for ! expansion and contraction of the rail. Suitable tie clips shall be provided in sufficient number for attaching the fabric securely to the top rail at intervals not exceeding 24 inches. Means shall be provided for attaching ! the top rail to each gate, corner, pull, and end post. Top rails shall be installed after concrete has set around post. E. Fabric: Fabric shall be installed with the equipment and tools in accordance with the methods recommended by the manufacturer. St---*-nt stress shall be applied to the fabric to ± 3 up all the slack and present a smooth uniform surface along the line of the fence. Distortion of the fabric by overstretching shall be avoided. Fabric shall be secured to the line posts and top tension wire with suitable tie clips for approved gauge and design, 24 inches on center to the top rails and 12 inches on .. center to line posts. F. Gates: Gates shall be hung so as to swing freely and not drag or bind on opening. The hinges shall be set so as not to twist or turn under the action of the gate. The gates shall be easily swung back as far as possible and held in the open position by stops. Furnish a 1-inch chain 20 inches long for Owner's lock. Gates shall be furnished and installed in locations and sizes as shown on the drawings. G. Mow Strip: Provide a 12" x 8" concrete mow strip which shall be flush with the proposed grade. Concrete shall be 3,000 psi mix. Provide #3 steel. Center fence posts within mow strip. 3.02 PROTECTION Locate all utilities prior to setting fence posts. Contractor shall be responsible for any damage to existing utilities as a result of setting fence posts. 02200-3 02200-woodslatfence.doc ITEM 02212 FINISH GRADING PART GENERAL 1.01 QUALITY ASSURANCE Topsoil material and source shall be inspected and approved by the Engineer ' prior to placement at the site of work. 1.02 DEFINITIONS A. Maximum Dry Density— Determined by ASTM D 698 �. B. Optimum Moisture — Determined by ASTM D 698 PART PRODUCTS 2.01 TOPSOIL Topsoil may be stockpiled on-site material, supplemented by approved off-site material as required. Stockpiled and off-site topsoil shall be free from lumps, clay, toxic substances, roots, debris, and stones over 1" in diameter. PART 3 EXECUTION 3.01 PERFORMANCE A. Finish Grading _ 1. Rough grade compacted fill allowing for a maximum amount of natural settlement and compact. Eliminate uneven areas and low spots. Remove debris, roots, branches, stones, etc. in excess of three inches in size. Remove fill material which has been contaminated with petroleum products. 2. Compact areas which are to receive paving or stabilized base to subgrade elevation and to at least 95 percent maximum dry density. Moisture shall be between optimum and 5 percent above optimum. 3. Bring compacted fill to required levels, profiles, and contours. Make changes in grade gradually. Blend slopes into level areas. 4. Slope grade away from structures minimum 6 inches in 6 feet, unless otherwise indicated on the drawings. 5. Where fill to required subgrade elevation is less than 6 inches, scarify to a depth of 6 inches and compact. 02212- 1 02212-finishgrading.doc 6. Cultivate subgrade to a depth of 6 inches where topsoil is to be placed. Repeat cultivation in areas where equipment, used for hauling and spreading topsoil, has compacted subgrades. B. Placing Topsoil 1. Place in minimum 4 inches depth up to finished grade elevations 2. Use topsoil in relatively dry state. Place during wet weather. 3. Fine grade topsoil eliminating rough and low areas to ensure qW positive drainage. Maintain levels, profiles, and contours of subgrades. Rake until surface is smooth. „- 4. Remove stone, roots, grass, weeds, debris, and other foreign material while spreading. _ 5. Manually spread topsoil around trees, plants, and structures to prevent damage which may be caused by grading equipment. 6. Lightly compact, 90% minimum of maximum dry density as defined by ASTM D 698. 3.02 MAINTENANCE A. Protect newly graded areas from traffic and erosion; keep free from trash and rubbish. B. Repair settled, eroded, or rutted areas, using additional topsoil upon final acceptance of the facilities. C. Repair any sloughing, sliding immediately. Bench any slide areas 8 inches deep. 02212-2 ,� 02212-finishgrading.doc ITEM 02215 ^' FLEXIBLE BASE PART1 GENERAL 1.01 SCOPE OF WORK Item 208 "Flexible Base" of the Standard Specifications for Street and Storm Drain Construction, Transportation and Public Works Department, City of Fort Worth, has been used as the reference for this specification. This item shall consist of a foundation course for a surface course for other base courses; shall be composed of crusher-run broken limestone; and shall be constructed as herein specified in one or more courses in conformity with the .. typical section shown on the plans and to the lines and grades as established by the Engineer. 1.02 SHOP DRAWINGS Submit to the Engineer for review, a; provided under Section 01300, shop drawing submittals showing sieve analysis, and applicable ASTM tests of material to be supplied. PART2 PRODUCTS 2.01 MATERIALS The material shall be obtained from approved sources, shall be crushed, and shall consist of durable particles of limestone mixed with approved binding materials. The material shall be approved by the Engineer at the source. The processed material when properly slaked and tested by standard methods shall meet the following requirements: Retained on 1-3/4 inch sieve 0% Retained on No. 4 sieve 45 to 75% Retained on No. 40 sieve 60 to 85% The material when tested under the "Wet Ball Method for Determining the Disintegration of Flexible Base Materials" shall not develop more than fifty (50) percent soil binder. Materials passing the No. 4 sieve shall be known as "Binder". The portion of material passing the No. 40 sieve shall be known as "Soil Binder" and shall meet the following requirements: A. The liquid limit shall not exceed 40 when tested in accordance with ASTM D-423. B. The plastic limit shall be determined by testing in accordance with ASTM D-424. 02215- 1 .. 02215-flexbase.doc C. The plasticity index shall not exceed 12, nor be less than 4 when calculated in accordance with ASTM D-424. D. The preparation of samples for testing according to ASTM D-423 and D- 424 shall in accordance with the requirements of ASTM D-2217. E. Materials retained on the No. 4 sieve shall have a percent wear of not more than forty-five (45)when tested according to ASTM C-131. PART 3 EXECUTION -- 3.01 INSTALLATION A. Preparation of Subgrade: The subgrade shall be excavated and shaped in conformity with the typical sections shown on the plans and the lines and grades established by the Engineer. All unstable or otherwise objectionable material shall be removed from the subgrade and replaced with approved material. All holes, ruts, and depressions shall be filled with approved material. The subgrade shall be sprinkled, if required, and reshaped and rolled to the extent directed in order to place the subgrade in an acceptable condition to receive the base material. The surface of the subgrade shall be smooth and conform to line and grade as established and in conformity with the typical section as shown on the plans. Sufficient subgrade shall be prepared in advance to insure satisfactory prosecution of the work. Subgrade shall be compacted to a minimum of 95% standard proctor density, as determined by ASTM D- 698. B. Immediately before placing the base course material, the subgrade shall be checked as to conformity with grade and section. C. Preparation and Placement of Flexible Base: The material shall be delivered in approved vehicles of a uniform capacity, and it shall be the charge of the Contractor that the required amount of specified material be delivered to secure proper thickness of completed base course. Material deposited on the subgrade shall be spread and shaped the same day. The material shall be sprinkled, if directed, and then bladed, dragged, and shaped to conform to the typical sections shown on the plans. All areas and nests of segregated coarse or fine material shall be corrected or removed and replaced with well-graded material as directed by the Engineer. If additional binder is considered to be desirable or necessary after the material is spread and shaped, it shall be furnished and applied in the amount directed by the Engineer. Such binder shall be carefully incorporated with the material in place by scarifying, harrowing, brooming, or by other approved methods. The course shall be sprinkled as required and compacted to the extent necessary to provide less than 100% standard proctor density, as determined by ASTM D-698. D. After each section of flexible base is completed, tests as necessary will be made by Contractor to ensure compliance with specifications. If the material fails to meet the density requirements, it shall be reworked and 02215-2 02215-flexbase.doc re-tested as necessary. Throughout this entire operation, the shape of the course shall be maintained by blading, and the surface upon completion shall be smooth and in conformity with the typical sections shown on the plans to the established lines and grades. All irregularities, depressions, or weak spots which develop shall be corrected immediately by scarifying the areas affected, adding suitable material as required, reshaping, and recompacting by sprinkling and rolling. 3.02 MEASUREMENT AND PAYMENT Subgrade preparation and flexible base material placement shall be measured per square yard. Payment for subgrade preparation and base placement shall be considered incidental to the square yard price for reinforced concrete paving. 02215-3 e. 02215-flexbase.doc SECTION 02220 STRUCTURAL EXCAVATION, FILL, AND BACKFILL PART1 GENERAL 1.01 DESCRIPTION This section describes requirements for A. Dewatering prior to excavation. B. The excavation for all structures, backfilling around 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 compaction of backfill is included. C. All fill required for completion of the work as shown or specified. D. Trenching and backfilling for all pipes under structures. 1.02 RELATED WORK A. Section 02530 - Dewatering and Drainage. B. Division 3 - Concrete: Cast-in-Place Concrete. 1.03 REFERENCED STANDARDS A. American Society for Testing and Materials (ASTM). 1. ASTM C 33 - Standard Specification for Concrete Aggregate. 2. ASTM C 40 - Standard Test Method for Organic Impurities in Sands for Concrete. 3. ASTM C 136 - Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregate. 4. ASTM C 150 - Standard Specification for Portland Cement. 5. ASTM D 4318 - Standard Test Method for Liquid Limit, Plastic Limit and Plasticity Index of Soils. 6. ASTM D 698 - Standard Test Methods for Moisture- Density Relations of Soils and Soil-Aggregate Mixtures Using 5.5 lb (2.49 Kg) Rammer and 12 in. (305 mm) Drop. 7. ASTM D 1557 - Standard Test Methods for Moisture- Density Relations of Soils and Soil-Aggregate Mixtures Using 10 lb (4.54 Kg) Rammer and 18 in (457 mm) Drop. 8. ASTM D 4253 - Maximum Density of Soils Using a Vibratory Table. B. U.S. Department of Commerce/National Bureau of Standards: PS-17- Polyethylene Sheeting (Construction, Industrial and Agricultural Applications). 1.04 SUBMITTALS A. Submit the following in accordance with the requirements of the General Conditions and Division 1 - General Requirements: 1. Testing laboratory reports, as specified or required, to show compliance with specifications for material from off-site locations. The specified tests • 02220-1 02220-structural excavation.doc shall be performed by a certified independent testing laboratory employed and paid by the Contractor. 2. The Contractor shall retain the services of a Professional Engineer, licensed in the State of Texas and having experience in soils engineering, �^ to design and prepare the dewatering plans and excavation plans for all excavations for structures. The plans and calculations shall be sealed by a Professional Engineer licensed in the State of Texas. The plans shall include shoring systems, systems to protect existing utilities, slope stability monitoring and dewatering with groundwater monitoring wells for verification. 3. Submit a plan for all excavations of a depth 5 feet or greater, with a bottom width less than twice the total depth of the excavation, where an existing structure or utility falls within a 2 horizontal to 1 vertical (2:1) slope from the bottom of the excavation, or where conditions dictate a plan be developed based on the trench safety engineers analysis. 4. Submit details of any proposed dewatering system, including groundwater monitoring wells for verification, slope stability and/or shoring systems to the Owner prior to proceeding with any excavation. 1.05 PROTECTION OF FACILITIES A. Before the start of earthwork operations, adequately protect utilities, trees, shrubs and other permanent objects. Costs resulting from damage to permanent facilities due to negligence or lack of adequate protection will be charged to the Contractor. B. Provide surface drainage during the period of construction to protect the work and to avoid nuisance to adjoining property. C. The Contractor shall conduct his operations in such fashion that trucks and other vehicles do not create a dirt nuisance in the streets. The truck beds shall be sufficiently tight, and shall be loaded in such a manner that objectionable materials will not be spilled onto the streets. Any dirt, mud, or other materials that are spilled onto the streets or deposited onto the streets by the tires of vehicles shall be promptly cleared away by the Contractor. 1.06 BLASTING Blasting will not be permitted. 1.07 QUALITY ASSURANCE A. The Contractor will employ and pay for the services of a testing laboratory, as specified in Division 1 - General Requirements, to perform various site inspections and compaction tests on the compacted material. The Contractor shall cooperate with the testing laboratory in performing these inspections and tests. The Contractor shall notify the Owner at least 48 hours in advance of the time at which inspections and tests will be required. Any area failing to comply with the specifications shall be reworked as required to conform to the specifications. 1.08 OBSERVATION OF EXCAVATIONS A. Notify the Owner at least 48 hours prior to beginning any excavation so that the PM Owner may observe the excavation. Do not place reinforcing steel or concrete in 02220-2 02220-structuralexcavation.doc the excavation prior to observation unless the Owner has given approval to proceed without observation. B. Notify the Owner at least 48 hours prior to backfilling of pipe trenches. Do not -- begin backfilling of pipe trenches until all pipe joints have been accepted unless the Owner has given approval to backfill the trenches without acceptance. PART 2 PRODUCTS 2.01 SELECT MATERIAL Where select material is shown or specified, use an approved material, free of organic matter and foreign substances, obtained from an approved off-site source. The material shall have a plasticity index between 4 and 12 and a maximum liquid limit of , less than 35 as determined by ASTM D 4318. The materials shall retain a minimum of 48 percent on the No. 200 sieve. Prior to bringing any of the proposed material to the site, submit, for review by the Owner, an analysis of the proposed material, including a moisture-density relationship curve prepared in accordance with ASTM D 698 by a certified independent testing laboratory employed and paid by the Contractor. 2.02 SAND Where sand is shown or specified, use natural sand meetin^ ASTM C 33 requirements for fine agg,,,gate. 2.03 CONCRETE BACKFILL Concrete backfill shall conform to Class C (2000 psi) concrete as specified in Division 3 Concrete, Cast-in-Place Concrete. 2.04 VAPOR BARRIER MEMBRANE Polyethylene sheeting conforming to U.S. Department of Commerce, National Bureau of Standards (NBS), Product Standard PS-17, not less than 6-mil nominal thickness. 2.05 FILTER MATERIAL A. Where shown, use a mixture of coarse aggregate or fine aggregate for filter material. B. Coarse aggregate shall consist of gravel, crushed gravel or crushed stone and shall have a gradation limit of 3/4-inch to No. 4 complying with ASTM C 33 (Type 7)• C. Fine aggregate shall consist of natural sand and shall comply with the requirements of ASTM C 33 for fine aggregate. 2.06 GRANULAR FILL Where shown, coarse aggregate shall consist of gravel, crushed gravel or crushed stone and shall have a gradation limit of 1 %-inch to No. 4 complying with ASTM C 33 (Type 57). 02220-3 02220-structuralexcavation.doc 2.07 FLEXIBLE BASE Where shown, flexible base shall comply with Section 02255 — Flexible Base. Flexible base shall be compacted in maximum 6-inch lifts at or above the optimum moisture content to 95 % ASTM D698. 2.08 COMPACTED CLAY CAP Where clay caps are shown, clay shall have a PI over 25 and be compacted in 6-inch lifts at optimum to +4% above optimum to 95% ASTM D 698. PART 3 EXCAVATION 3.01 CLEARING A. Remove shrubs, trees, stumps, roots, underbrush, weeds and other vegetation in the way of new construction. B. Topsoil consisting of friable material free of vegetation, clay lumps, stones or toxic substances shall be stockpiled in areas, as directed by the Project Manager, at the site for use in finish grading. 3.02 SLABS ON GROUND A. Slabs at Grade: 1. Subgrade. Scarify to a depth of six inches below the cleared depth and recompact to 95 percent maximum density as determined by ASTM D 698. The recompacted subgrade shall be proof-rolled with a pneumatic tired roller in order to detect any soft areas. Soft or wet areas will require removal and replacement with select material of at least 12 inches compacted thickness. Depressions from stump removal shall be cleaned of all organic matter and filled with select material. 2. Fill. Upon completion of subgrade preparation, place select material in uniform layers of loose material, six to eight inches in depth, dried or moistened as required to obtain optimum moisture content, and compact each layer as specified. Fill shall be placed while subgrade is at its optimum moisture content. 3. Final Grade. Conform to lines and grades shown on the drawings. B. Slabs Below Grade: Any slab requiring an excavation of 5 feet or greater is deemed to be below grade. Excavate to twelve inches above final subgrade unless specified otherwise. In order to preserve the in-situ moisture of the subgrade, do not excavate the final twelve inches until prior to mud slab construction. If the soil at the time of final exposure and concrete placement is not within one to four percent above optimum moisture content as determined by the Owner's testing laboratory, the top six inches shall be recompacted at the proper moisture level. Soft and wet areas not achieving compaction will require removal and replacement with select material of at least 12 inches compacted thickness. C. Compaction: 1. The subgrade and fill material shall be compacted to a minimum of 95 percent and maximum of 98 percent of maximum density unless specified otherwise at 0 to 4% above optimum moisture as determined by ASTM D 698. The methods used to secure the specified compaction and moisture 02220-4 02220-structu ral excavatio n.doc content will be the Contractor's responsibility. Wet soils shall be worked by plowing, disking, or scarifying and air drying as required to reduce the moisture content to optimum levels. 2. The compacting equipment and method of compaction shall be such that uniform density will be obtained over the entire area and depth of material being compacted. All fill materials deposited in place by scrapers, dump trucks, drag lines or similar equipment shall be thoroughly broken up before being spread into uniform layers. D. Vapor Barrier Membrane: 1. Where specified, as soon as practical after final grading, while the base material is still at its optimum moisture content, install a vapor barrier membrane over the prepared surface at locations shown on the drawings. Provide membrane in the widest practical seamless widths. 2. Lay the membrane material continuous with the joints lapped six inches in the direction of the concrete placement. Carefully fit the membrane tight around all penetrations. 3. Before placing concrete, patch all holes and tears in membrane with patches cemented in place with adhesive. Seal around penetrations for conduit, piping, etc., with cold mastic. E. Mud slabs (2,000-psi concrete seal slabs) shall be placed after final grading or within 4 hours of the removal of the last 12 inches of an excavation, while tl base material is at its optimum moisture content, at locations indicated in Paragraph 3.02.6 of this specification or shown in the drawings. 3.03 EXCAVATION A. Excavation work shall be unclassified and includes removal of all types of materials encountered without exception. Make excavations to lines and grades indicated on drawings. Complete excavations within the tolerances specified. B. 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 specified or indicated limits, to protect „^ adjacent structures, utilities 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. 3. After completion of the structure, all sheeting, shoring and bracing shall be removed unless approval has been granted by the Consulting Engineer, in writing, to leave any or all of it in place. The sheeting, shoring and bracing shall be removed as excavations are backfilled in a manner that will prevent injurious caving of the excavation or damage to ,^ the structure. 4. Voids left or caused by removal of sheeting shall immediately be filled with suitable material and compacted. r C. Dewatering: Maintain excavations dewatered while work is in progress. Prior to beginning excavation, groundwater monitoring wells must be installed by the Contractor to allow the Owner's representatives to verify that the site has been dewatered to adequate depths below required excavations. 02220-5 02220-structuralexcavation.doc s D. Structures: Wherever practicable, cut all footing excavations to neat lines with a tolerance of minus one inch or plus one inch, and place concrete to bear against earth sides. Where beams are shown to be monolithic with slabs on ground, shape soil to the profile shown. Excavate a sufficient distance from walls, shafts or similar elements of structures to allow for placing and removing forms and for inspection. ._ 2. Excavate to the elevations shown on the drawings forming a level undisturbed surface free of mud or other soft material. When the bottom of the excavation, at the elevation shown, is not within the foundation bearing material shown on the drawing or is unsuitable for foundation bearing, notify the Project Manager. Remove all pockets of soft or otherwise unstable soils and replace with concrete or with suitable well- compacted soil as directed by the Project Manager. 3. Fill all unauthorized excessive excavation with concrete at no change in the contract sum. 4. Divert surface runoff away from the excavation. 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 of concrete. Soils below foundation, which become soft, loose or otherwise unsatisfactory for dewatering or other construction methods shall be removed and replaced with satisfactory material, as directed by the Project Manager, at the Contractor's expense. 5. For footings, founded on rock, hard shale or similar material, remove all material. Clean and cut to a firm surface either level, stepped or serrated as shown on the drawings. Clean out seams and fill with concrete at the time footing concrete is placed. 6. It should be anticipated that groundwater levels will be present at shallow depths within the clay soils. The Contractor shall be responsible for the design and installation of a dewatering system to control the groundwater. It is anticipated that a system of well points, ditches, sumps, and pumping will be required to control the groundwater. The Contractor shall install the dewatering system prior to beginning excavation for the pump station. The Contractor shall install monitoring wells to verify that the groundwater has been lowered adequately to prevent hydrostatic blowout. The Contractor will not be allowed to begin any excavation until the Geotechnical Engineer retained by the Contractor approves that adequate dewatering has been achieved to prevent blowout. 3.04 BACKFILL A. Complete backfill to the surface of natural ground or to the lines and grades _ shown on drawings. Use select material for all structural excavation. Deposit backfill in uniform layers and compact each layer as specified. B. Backfill at Structures: Place backfill as promptly as practicable after completion of each structure or portion of a structure. The bottom 1/3 of wall height may be backfilled when the walls attain specified 28-day compressive strength. The remaining backfill shall not be placed until roof slab is completed and reaches specified 28 day compressive strength. Remove concrete forms before starting backfill and remove shoring and bracing as the work progresses. Take care to prevent any wedging action of backfill against the structure. Step cut the slopes _ at 3-foot intervals bounding the excavation as required to prevent wedging. The 02220-6 �„ 02220-structuraI excavation.doc select material shall be used in backfilling the excavation for the pump station and meter vault. Select material shall be places in a wedge extending from the base of the wall to the ground surface on a maximum angle of 45 degrees. C. Compacting Backfill: Place material in uniform layers of prescribed maximum thickness and wet or dry the material to -2 to +2 percent above optimum moisture content. Backfill placed within 5 feet of the pump station and meter vault walls shall be hand compacted. 1. Regular and Select Material. Place in 6-inch maximum layers, loose measure. Compact between 95 and 100 percent of maximum soil density as determined by ASTM D 698 unless specified otherwise 2. Sand and Filter Material. Place in 6-inch maximum layers, loose measure. Compact to not less than 75 percent of relative density as determined by ASTM D 4254. 3. Field Density tests shall be performed at a rate of one (1) test per each 500 cubic yards (cy) of material placed with a minimum of two (2) tests per each lift. 3.05 TRENCH BACKFILL The excavated soils can be used for trench backfill. Use of rock or shale fragments greater than four (4) inches in any dimension should be prohibited, since attaining a uniform moisture and density without voids would be difficult. Fill shall be placed in maximum eight (8) inch lifts and compacted to a minimum of 95% Standard Proctor .� density (ASTM D698). Clay soils having a PI over 25 shall be compacted at moisture ranging from 1 to 5 percentage points above the optimum proctor value. Sandy soils having a PI of less than 25 percent shall be compacted at plus to minus three percentage points of the optimum moisture value. Where fill depths exceed 15 feet, compaction levels shall be increased to a minimum of 98% ASTM D698 with compaction moisture contents within plus to minus 3% of optimum. Fill depths 25' to 35' in depth shall be compacted to 100% ASTM D698. i 3.06 DISPOSAL OF EXCESS MATERIAL .. Dispose of excess or unsuitable material as specified in Section 02227. END OF SECTION i i r 02220-7 02220-structuralexcavation.doc SECTION 02221 STRUCTURAL SAFETY SYSTEMS PART1 GENERAL 1.01 WORK INCLUDED Work in this section shall consist of furnishing all equipment, materials and labor for a structural safety system meeting appropriate requirements established in the Occupational Safety and Health Administration (OSHA) Safety and Health Regulations, Part 1926, Subpart P - Excavations, Trenching and Shoring, Texas HB 1569, and other applicable regulations. 1.02 RELATED WORK A. Specifications: 1. Section 02220 - Structural Excavation, Fill and Backfill. 2. Section 02530 - Dewatering and Drainage. 1.03 SUBMITTALS A. Submit the following in accordance with the requirements of the General Conditions and Division 1 - General Requirements: 1. The Contractor shall retain the services of Professional Engineers, licensed in the State of Texas and having experience in soils and structural engineering, to design and prepare the structural excavation safety systems. The plans shall include shoring systems, systems to protect existing utilities, slope stability monitoring and dewatering. 2. Submit a plan for all structural excavations of a depth 5 feet or greater, with a .. bottom width less than twice the total depth of the excavation, where an existing structure or utility falls within a 2 horizontal to 1 vertical (2:1) slope from the bottom of the excavation, or where conditions dictate a plan be developed based on the structural safety engineers analysis. 3. Submit details of any proposed dewatering system, including groundwater- monitoring wells, slope stability and/or shoring systems to the Owner prior to proceeding with any excavation. 1.04 PROTECTION OF FACILITIES A. Before the start of earthwork operations, adequately protect structures, utilities, trees, shrubs and other permanent objects. Costs resulting from damage to permanent facilities due to negligence or lack of adequate protection will be charged to the _ Contractor. Excavations near existing structures or utilities must be instrumented to verify no impact to existing facilities. B. Provide surface drainage during the period of construction to protect the work and to avoid nuisance to adjoining property. C. The Contractor shall conduct his operations in such fashion that trucks and other vehicles do not create a dirt nuisance in the streets. The truck beds shall be sufficiently tight, and shall be loaded in such a manner that objectionable materials will not be spilled onto the streets. Any dirt, mud, or other materials that are spilled onto _ the streets or deposited onto the streets by the tires of vehicles shall be promptly cleared away by the Contractor. 02221-1 �. 02221-structuralsafetysystems.doc 1.05 QUALITY CONTROL A. Contractor's Engineers are responsible for the preparation of the Structural Excavation Safety Plan. 1.06 STRUCTURAL EXCAVATION PLAN A. Structural Excavation Plan: After award, the Contractor shall have a structural excavation plan prepared. This excavation plan must illustrate proposed safety and excavation requirements specifically designed for this project and must be designed, signed, dated and sealed by a Professional Engineer licensed in the State of Texas with professional experience in soil mechanics and design of structural excavation safety systems. The Contractor is responsible for obtaining additional soil borings and soil analysis as required for design. The structural excavation plan is to be designed in conformance with OSHA standards, Texas HB 1569 and other applicable regulations. B. A signed, dated and sealed copy of the structural excavation plan shall be maintained at the project site for the Contractor's use during construction. In addition, a signed, dated and sealed copy of the structural excavation plan shall be maintained at the project site in the contractor's records. No work in excavations in excess of five feet deep is to be performed until this plan is prepared and implemented. The Contractor shall not deviate from the structural excavation plan without written authorization from the engineer who prepared the plan. This written authorization shall be signed, dated and sealed by the engineer. Any changes in the structural excavation plan after initiation of construction will not be cause for extension of time or change order. Contractor accepts sole responsibility for compliance with all applicable safety requirements. The structural excavation plan does not relieve Contractor from responsibility for any or all construction means, methods, techniques and procedures. Furthermore the Contractor shall indemnify the Owner, the Owner's Representatives, and Consulting Engineer from any and all claims due to any property damage or bodily injury (including death) that arises from use or misuse of the structural excavation plan, or from Contractor's negligence in performance of the contract work. 1.07 DEFINITION For the purposes of this project, a structural excavation is any excavation exceeding a depth of 5 feet that requires vertical or steep slopes that cannot sufficiently ensure the safety of existing structures, utilities or workers. PART 2 SPECIFIC REQUIREMENTS 2.01 PUMP STATION A suitable earth retention system must be designed, load tested and constructed by a qualified contractor under the direct supervision of a registered professional engineer. The design, implementation, instrumented load testing and monitoring of this system is the responsibility of the Contractor. 2.02 LOAD TESTING A. Any structural safety system, shoring or earth retention system that requires the use of tie-back anchors or soil nails must include verification load testing prior to installation of any anchors or production nails. Proof-testing of production anchors or nails will also be required periodically during construction. 02221-2 02221-structuralsafetysystems.doc B. Pre-construction verification load tests on individual anchors or nails must be loaded to 200% of the Design Test Load in accordance with acceptable standards and procedures established by the applicable industry. This must include prolonged creep testing at 150% of the Design Test Load. A minimum of four (4) load verification tests must be performed at locations selected by the Owner's representative (two on the west (forebay) side and two on the east (Harry Hines) side. Pre-construction load tests must demonstrate that long-term creep will not occur at 150% of the Design Test Load and that the maximum test load exceeds 200% of the Design Test Load. C. Proof Testing of Production Nails or Anchors will be required on 5% of the production nails/anchors in each row or a minimum of 1 per row. The test locations shall be designated by the Design Engineer and approved by the Owner's representative. Proof testing of production nails/anchors must be in accordance with acceptable standards and procedures established by the applicable industry. Proof testing of production nails must be performed to at least 150% of the Design Test Load. D. Acceptance or rejection of verification load tests, nails/anchors and production nails/anchors will be in accordance with applicable standards for the industry. E. All load testing procedures and acceptance or rejection criteria must be included in the Pre-Construction Submittal with the Retention Plan for review and acceptance by the C er's representative. This submittal must include required grout strength and the proposed grout mix. This submittal must be made at least 6 weeks prior to the start of construction. PART 3 EXECUTION 3.01 GENERAL The structural excavation safety system shall be constructed, installed and maintained in accordance with the details shown in the design prepared by the Contractor's licensed Professional Engineer to prevent death or injury to personnel or damage to structures or utilities in or near these structural excavations. Materials excavated to be stored no closer to the edge of the excavation than one-half the depth of the excavation. 3.02 SUPERVISION Contractor shall provide competent supervisory personnel at each structural excavation while work is in progress to ensure Contractor's excavation safety methods, procedures, equipment and materials meet the requirements of OSHA standards and the structural excavation plan. 3.03 MAINTENANCE OF SAFETY SYSTEM The safety system shall be maintained in the condition as specified by the Contractor's Trench Safety Engineer. The Contractor shall take all necessary precautions to ensure the safety systems are not damaged during their use. If at any time during its use a safety system is damaged, personnel shall be immediately removed from the excavation area and the safety system repaired. The Contractor shall take all necessary precautions to ensure no loads, except those included in the safety system design, are imposed upon the excavation. 02221-3 02221-structuralsafetysystems.doc 3.04 INSPECTION Contractor shall make daily inspection of structural excavation system to ensure that the system meets OSHA requirements and the requirements of the safety plan. Daily inspection is to be made by qualified personnel. If evidence of possible cave-ins, slides or other conditions of concern is apparent, all work in the excavation shall cease until necessary precautions have been taken to safeguard personnel entering the excavation and protect adjacent structures and utilities. Contractor shall maintain permanent record of daily inspections. The Contractor's Structural Excavation Safety Engineer shall make periodic site visits (at the start of each new excavation and at least once per week for all open excavations). Within two (2) days after each visit, the Contractor's Structural Excavation Safety Engineer shall make a written report to the Owner certifying that the structural excavation plan and safety construction practices are being followed. The Contractor's Structural Excavation Safety Engineer shall immediately report any unsafe construction practices to the Owner and Contractor. 3.05 REMOVAL Bed and backfill structural excavation to a point at least one foot above the structure prior to removal of any portion of the structural safety system. Bedding and backfill to be in acco, ;e to other applicable specification items. ackfilling and removal of structural excavation supports shall progress together from bottom of excavation upward. Remove no braces or supports until all personnel have evacuated the excavation. Backfill excavation to within five feet of natural ground prior to removal of entire safety system. END OF SECTION 02221-4 02221-structuralsafetysystems.doc SECTION 02223 TRENCH AND EXCAVATION SAFETY SYSTEMS .r PART 1 GENERAL 1.01 WORK INCLUDED ..� Work in this section shall consist of furnishing all equipment, materials and labor for a trench and excavation safety system meeting appropriate requirements established in the Occupational Safety and Health Administration (OSHA) Safety and Health Regulations, Part 1926, Subpart P - Excavations, Trenching and Shoring, Texas HB 1569, and other applicable regulations. 1.02 RELATED WORK A. Specifications: 1. Section 02225 - Trenching, Backfilling, Embedment and Encasement. .. 2. Section 15001 - Plant Piping - General. 3. Section 15060 - Plastic Pipe and Fittings. 4. Section 15070 - Ductile Iron Pipe and Fittingb. 5. Section 15071 - Prestressed Concrete Cylinder Pipe. 6. Section 15072 - Ductile Iron Pipe and Fittings. 7. Section 16360 - Underground Duct Banks. 1.03 SUBMITTALS A. Submit the following in accordance with the requirements of the General Conditions �. and Division 1 - General Requirements: 1. The Contractor shall retain the services of a Professional Engineer, licensed in the State of Texas and having experience in soils engineering, to design and prepare the trench and excavation plans for all trench and excavations. The plans shall include shoring systems, systems to protect existing utilities, slope stability monitoring and dewatering. 2. Submit a plan for all excavations of a depth 5 feet or greater, with a bottom width less than twice the total depth of the excavation, where an existing structure or utility falls within a 2 horizontal to 1 vertical (2:1) slope from the bottom of the excavation, or where conditions dictate a plan be developed based on the trench and excavation safety engineers analysis. 3. Submit details of any proposed dewatering system including groundwater monitoring wells, slope stability and/or shoring systems to the Owner prior to proceeding with any excavation. The Contractor should recognize that failure to dewater excavations prior to excavation to adequate levels below required excavation depths will result in a bearing capacity failure at the base of the excavation. If this occurs, the cost of repair of any excavation base failure will be charged to the Contractor. The Contractor must install an adequate number of groundwater monitoring wells in order to verify that adequate dewatering has occurred prior to beginning excavation. 02223-1 02223-trenchsafetysyste m.doc 1.04 PROTECTION OF FACILITIES A. Before the start of earthwork operations, adequately protect utilities, structures, trees, shrubs and other permanent objects. Costs resulting from damage to permanent facilities due to negligence or lack of adequate protection will be charged to the Contractor. Excavations near existing structures or utilities must be instrumented to verify no impact to existing facilities. B. Provide surface drainage during the period of construction to protect the work and to avoid nuisance to adjoining property. C. The Contractor shall conduct his operations in such fashion that trucks and other vehicles do not create a dirt nuisance in the streets. The truck beds shall be sufficiently tight, and shall be loaded in such a manner that objectionable materials will not be spilled onto the streets. Any dirt, mud, or other materials that are spilled onto the streets or deposited onto the streets by the tires of vehicles shall be promptly cleared away by the Contractor. 1.05 QUALITY CONTROL A. Engineers responsible for design of trench safety systems, structural excavation plans and existing utility and structure protection systems shall be Professional Engineers licensed in the State of Texas. Such engineers must also demonstrate experience in soil mechanics, structural engineering and design of trench safety systems. Such engineers shall also submit to the Construction Manager certification of professional liability insurance coverage of at least $1,000,000.00. Such coverage must not exclude structural design or trench safety design. 1.06 TRENCH AND EXCAVATION PLAN A. Trench and Excavation Plan: After award, the Contractor shall have a trench and excavation plan prepared. This excavation plan must illustrate proposed trench safety and excavation requirements specifically designed for this project and must be designed, signed, dated and sealed by a Professional Engineer licensed in the State of Texas with professional experience in soil mechanics and design of trench safety systems. The Contractor is responsible for obtaining additional soil borings and soil analysis as required for design. The trench and excavation plan is to be designed in conformance with OSHA standards, Texas HB 1569 and other applicable regulations. B. A signed, dated and sealed copy of the trench and excavation plan shall be maintained at the project site for the Contractor's use during construction. In addition, a signed, dated and sealed copy of the trench and excavation plan shall be maintained at the project site in the contractor's records. No work in trenches or excavations in excess of five feet deep is to be performed until this plan is prepared and implemented. The Contractor shall not deviate from the trench and excavation plan without written authorization from the engineer who prepared the trench and excavation plan. This written authorization shall be signed, dated and sealed by the engineer. Any changes in the trench and excavation plan after initiation of construction will not be cause for extension of time or change order. Contractor accepts sole responsibility for compliance with all applicable safety requirements. The trench and excavation plan does not relieve Contractor from responsibility for any or all construction means, methods, techniques and procedures. Furthermore the Contractor shall indemnify the 02223-2 02223-trenchsafetysystem.doc Owner and Consulting Engineer from any and all claims due to any property damage — or bodily injury (including death) that arises from use or misuse of the trench safety and excavation plan, or from Contractor's negligence in performance of the contract work. 1.07 DEFINITION For the purposes of this project, a trench excavation is any excavation whose bottom width is less than twice the total depth of the excavation. PART 2 PRODUCTS - NOT APPLICABLE PART 3 EXECUTION 3.01 GENERAL Trench safety system shall be constructed, installed and maintained in accordance with the details shown in the design prepared by the Contractor's licensed Professional „., Engineer to prevent death or injury to personnel or damage to structures or utilities in or near these trench excavations. Materials excavated from trench to be stored no closer to the edge of trench than one-halt the depth of the trench. 3.02 SUPERVISION Contractor shall provide competent supervisory personnel at each trench while work is in progress to ensure Contractor's trench safety methods, procedures, equipment and materials meet the requirements of OSHA standards and the trench and excavation plan. 3.03 MAINTENANCE OF SAFETY SYSTEM The safety system shall be maintained in the condition as specified by the Contractors — Trench Safety Engineer. The Contractor shall take all necessary precautions to ensure the safety systems are not damaged during their use. If at any time during its use a safety system is damaged, personnel shall be immediately removed from the trench or excavation area and the safety system repaired. The Contractor shall take all necessary precautions to ensure no loads, except those included in the safety system design, are imposed upon the excavation. 3.04 INSPECTION Contractor shall make daily inspection of trench safety and excavation system to — ensure that the system meets OSHA requirements and the requirements of the trench safety plan. Daily inspection is to be made by qualified personnel. If evidence of possible cave-ins, slides or other conditions of concern is apparent , all work in the — trench shall cease until necessary precautions have been taken to safeguard personnel entering trench and protect adjacent structures and utilities. Contractor shall maintain permanent record of daily inspections. The Contractors Trench Safety — Engineer shall make periodic site visits (at the start of each new excavation and at least once per week for all open excavations). Within two (2) days after each visit, the Contractors Trench Safety Engineer shall make a written report to the Owner certifying that the trench and excavation plan and safety construction practices are 02223-3 �. 022234renchsafetysystem.doc 1 being followed. The Contractor's Trench Safety Engineer shall immediately report any unsafe construction practices to the Owner and Contractor. 3.05 REMOVAL Bed and backfill pipe to a point at least one foot above top of pipe prior to removal of any portion of trench safety system. Bedding and backfill to be in accordance to other applicable specification items. Backfilling and removal of trench supports shall progress together from bottom of trench upward. Remove no braces or trench supports until all personnel have evacuated the trench. Backfill trench to within five feet of natural ground prior to removal of entire trench safety system. END OF SECTION w w w w 02223-4 02223-trench safetysyste m.doc SECTION 02225 .. TRENCHING, BACKFILLING, EMBEDMENT AND ENCASEMENT w PART1 GENERAL 1.01 DESCRIPTION A. Related Work Specified Elsewhere: 1. Structural Excavation, Fill and Backfill: Section 02220. 2. Trench and Excavation Safety Systems: Section 02223. w 3. Waste Material Disposal: Section 02227. 4. Concrete: Section 03300. 5. Mechanical: Division 15. 6. Underground Ductbanks - Section 16360. w B. Scope of Work: 1. The work under this Section of the Specifications consists of furnishing all labor, w equipment and materials, and performing all operations in connection with the excavation, trenching, backfill, embedment and concrete encasement required to install the pipelines shown on the Drawings, and as specified. 2. Excavation shall include the removal of any trees, stumps, brush, debris, or other obstacles that may obstruct the line of work, and the excavation, and removal of all earth, rock or other materials to the extent necessary to install the pipe and appurtenances in conformance with the lines and grades shown on the Drawings, or as specified. 3. Backfill shall include the refilling and consolidation of the fill in the trenches and excavations up to the surrounding ground surface or road grade at crossing. The backfill from the trench bottom to 12-inches above the top of the pipes and conduit when laid to the grade including the bedding layer sustaining the pipeline as shown on the drawings is termed "embedment". Backfill above the embedment is termed "final backfill". 4. Where construction enters the limits of City, State or County rights-of-way, the requirements of these agencies shall be met. 1.02 QUALITY ASSURANCE A. Density: All references to "Maximum dry density" shall mean the maximum dry density defined by the "Maximum Density- Optimum Moisture Test," ASTM D-698, unless otherwise specified. Determination of the density of backfill in-place shall be in accordance with the requirements of ASTM D-2922, "Density of Soil and Soil- _ Aggregate in Place by Nuclear Methods (Shallow Depth)." B. Sources and Evaluation Testing: Materials to be used for embedment and granular material to be used for select backfill shall be obtained in accordance with a sampling plan and ASTM D- 75, Sampling Aggregates. Testing of materials to certify conformance with the specification requirements shall be performed by an independent testing laboratory paid by the Contractor. Contractor's testing agency shall perform tests upon change of source and at sufficient intervals to certify conformance of all select material furnished for use on this project. 02225-1 02225-trenchingbackfillemb.doc C. Trench Width Dimension: the sides of all trenches shall be cut as nearly vertical as possible. The minimum and maximum widths of trenches, measured at an elevation twelve inches above the top of the pipe, shall be as shown on drawings. If the maximum width is exceeded at any point, the Contractor shall provide adequate support for the pipe as specified in Paragraph 3.01 B Item 3 of this Section. PART 2 PRODUCTS 2.01 NOT USED 2.02 CRUSHED ROCK A. Crushed rock shall consist of sound and durable particles free from injurious amounts of salt, alkali, vegetable matter, or other material either free or as adherent coating. Its quality shall be reasonably uniform throughout. B. Gradiation shall meet the following requirements for percentage by weight when tested in accordance with ASTM C136: 1. Standard Crushed Rock Passing 1-%2-inch inch sieve 100% Passing 1-inch sieve 95-100% Passing %2-inch sieve 25-60% Passing No. 4 sieve 0-10% Passing No. 8 sieve 0-5% 2.03 MATERIALS FOR EMBEDMENT OF WRAPPED OR COATED PIPE This embedment is applicable to steel, wrapped cast iron or ductile iron pipe and all plastic pipes. Embedment shall be well graded sand (gradation with 100 % passing the No. 40 sieve and 0% passing the No. 200 sieve with uniform size distribution) from 6 inches below the pipe to a height of 12-inches over the top of the pipe. The material shall be free from binder, rocks, lumps, organic material, clay, silt or other undesirable material. 2.04 CONCRETE FOR EMBEDMENT AND ENCASEMENT Concrete embedment and encasement shall be Class "C" concrete with a minimum compressive strength of 2,000 pounds per square inch at 28 days. Dry mix will not be permitted. The concrete cushion portion of the embedment or encasement shall be mixed to give a slump of not more than one inch. Concrete for the sides and top, if specified, shall be mixed to obtain a slump of not less than one inch nor more than three inches, and shall be placed after the concrete used for cushion portion of the embedment or encasement sets up. 2.05 SELECT BACKFILL MATERIAL Select material shall be in accordance with Section 02220, Paragraph 2.01. 02225-2 02225-trenchingbackfillemb.doc 2.06 FINAL BACKFILL A. From 12-inches above the top of the pipe or conduit, the trench or excavation shall be backfilled with select material or excavated material free from rocks with any dimension greater than four inches unless otherwise specified or required elsewhere. The top 6-inches shall be the topsoil which has been placed separately. B. Unless otherwise indicated on the drawings, no material of a perishable, spongy, or otherwise unsuitable nature, or excessively large rock (largest dimension greater than 4 inches), shall be used in backfilling. 2.07 FLOWABLE BACKFILL A. Flowable material shall be a controlled density material consisting of cement and/or fly ash, sand and water meeting the following requirements: 1. High strength fast fix flowable fill: High strength fast fix flowable fill shall consist of an appropriate amount of cement (with other additives as necessary) mixed wet with mortar sand to flow and fill all voids in the excavation. This fill shall develop a minimum compressive strength of 2,160 pounds per square foot (15 psi) one hour after placement, and a 28-day compressive strength within the range of 300 psi to 500 psi. The material shall be such that it can be capped in 1 % to 2 hours. 2. Low strength fast fix flowable fill: Low strength fast fix flowable fill shall consist of an appropriate amount of cement (with other additives as necessary) mixed with mortar sand to flow and fill all voids in the excavation. This fill shall develop a minimum compressive strength of 1,120 pounds per square foot (7.8 psi) one hour ' after placement, and a 28-day compressive strength within the range of 25 psi to 100 psi. The material shall be such that it can be capped in 1 % to 2 hours. B. Any materials used shall be primarily granular, with a plasticity index less than 12 and with 100% passing a 3/4 " sieve. C. Flowable Fill Base shall be a flowable fill meeting the requirements of high strength fast fix flowable fill. PART 3 EXECUTION 3.01 GENERAL A. Topsoil: Topsoil and grass shall be stripped a minimum of six inches over the trench excavation site and stockpiled separately for replacement over the finished grading areas. B. Excavation: 1. Trenches shall be excavated to the lines and grades shown on the Drawings with the centerlines of the trenches on the centerlines of the pipes. Measure for grade at the pipe invert, not at the top of the pipe, because of permissible verification in pipe wall thickness. 2. The sides of all trenches shall be vertical to a point one foot above the top of the pipe. Unless otherwise indicated on the Drawings, the trench width shall be as shown on the drawings within a tolerance of +3 inches. Trench width will be measured at an elevation in the trench which is 12-inches above the top of the r pipe when laid to grade. 02225-3 .. 02225-trenchingbackfillemb.doc 3. Where the normal trench width below the top of the pipe is exceeded for any reason, the Contractor shall, unless the Consulting Engineer determines that the pipe being used is strong enough for the actual trench width, furnish an adequate support for the pipe. This may be accomplished by furnishing a stronger pipe or a concrete cradle, next higher class embedment or encasement, cap or envelope as approved. 4. The trenches shall be excavated to the required depth allowing for the placement of pipe bedding to the thickness shown on the Drawings. The trench bottom shall form a continuous and uniform bearing and support for the pipe at every point between bell holes, except that the grade may be disturbed for the removal of lifting tackle. 5. Should the bottom of the trench become an unstable foundation for the pipe through the failure of the contractor to adequately perform, the Contractor shall remove the unstable material and fill the trench to the proper subgrade with crushed rock. No extra compensation will be allowed for this material or work. 6. Should the undisturbed material encountered at the grade depth constitute, in the opinion of the Consulting Engineer, an unstable foundation for the pipe, the w Contractor shall be required to remove such unstable material and fill the trench to the prr,-P,-subgrade with crushed rock. 7. Bell (,,unit) Holes: At the location of each joint, dig bell (joint) holes of ample dimensions in the bottom of the trench and at the sides where necessary to permit easy visual inspection of the entire joint. S. Minimum pipe burial to the top outside surface of the pipe barrel shall be 3 feet unless otherwise noted. 3.02 TRENCH SAFETY SYSTEMS Refer to Specification Section 02223, Trench and Excavation Safety Systems for requirements. 3.03 DEWATERING EXCAVATIONS A. There shall be sufficient pumping equipment, in good working order, available at all times to remove any water that accumulates in excavations. Where the pipe line crosses natural drainage channels, the Work shall be conducted in such a manner that unnecessary damage or delays in the execution of the Work will be prevented. Provision shall be made for the satisfactory disposal of surface water pumped to prevent damage to public or private property. B. Dewatering will be required for the proposed intake pipeline. Groundwater levels should be lowered to at least 4 feet below proposed excavation depths prior to beginning trench excavations. Dewatering will be difficult at this site due to the presence of a pressurized (artesian) aquifer below deep layers of clay soils. The presence of shallow groundwater levels at this site at significant depths above the pressurized aquifer soils will make dewatering particularly difficult. C. In all cases, accumulated water in the trench shall be removed before laying pipe, placing concrete or backfilling. D. The use of deep wells and/or well points will be required in many areas due to pressurized aquifer conditions at this site. A hydrostatic blowout (excavation base failure) will occur if adequate dewatering is not performed prior to beginning 02225-4 02225-trenchingbackfillemb.doc excavation. Refer to Geotechnical Report. The Contractor will be responsible for repair of excavation base failures if this occurs. Groundwater monitoring wells must be installed by the Contractor to verify that adequate dewatering has occurred prior to beginning excavation. 3.04 EXCAVATED MATERIALS Excavated material shall be placed adjacent to the work area and used for backfilling as required. Topsoil shall be placed separately in a careful manner and replaced in its original position. 3.05 EMBEDMENT A. Provide pipe bedding material under all pipe for the full width of the trench. Minimum depth of bedding material below the pipe barrel shall be as shown on the Drawings or as specified. B. Minimum depth of pipe bedding material under the pipe bell shall not be less than 3 inches under normal trench conditions and not " s th, 6 inches in :i excavation areas. Minimum depth of pipe bedding material below the pipe shall be as shown on the drawings. C. Placement: 1. Place the pipe bedding or foundation stabilization material for the full width of the trench in layers not exceeding 6 inches deep and compact each layer, until the material does not yield or move to the grade established for the pipe bedding. Where the distance to stable ground is excessive (more than two (2) feet), the Owner reserves the right to order as an extra, in writing, such other types of foundation or pipe supports as he shall deem necessary. 2. Particular attention must be given to the area of the pipe zone from the flow line to the springline of the pipe to insure that firm support is obtained to prevent any lateral movement of the pipe during the final backfilling of the pipe zone. 3.06 EMBEDMENT OF PLASTIC, WRAPPED OR COATED PIPE AND DUCTILE IRON PIPE A. Pipe shall be backfilled with granular material specified in Paragraph 2.03 to a height of 12-inches over the top of the pipe. The granular material shall be brought up in hand or mechanically tamped lifts not exceeding 6-inches in thickness of loose fill, approximately equal on each side of the pipe. All backfill to 12-inches above the pipe shall be compacted to 90 percent of maximum dry density 0 to 4% above optimum moisture or as shown on the Drawings. Special care shall be taken to avoid damage to the polyethylene wrap around the pipe during placement and compaction of the sand bedding and cover material. B. Final backfilling shall be as specified in Paragraph 3.08. 02225-5 02225-trenchingbackfillemb.doc 3.07 CONCRETE EMBEDMENT AND ENCASEMENT A. After pipe joints are completed, the voids at the joints in the embedments shall be brought to proper grade. Where concrete is placed over or along the pipe, it shall be _ placed in such manner as not to injure the joints or displace the pipe. B. While placing concrete embedment and until the concrete sets up, each pipe shall be properly braced and held to grade so as to prevent any possible shifting or floating of the pipe. C. Backfilling shall be done in a careful manner and no less than 24 hours after concrete embedment, cradle, thrust block, or encasement has been placed. 3.08 FINAL BACKFILL PLACEMENT _ A. From 12-inches above the top of the pipe, or as shown on the Drawings, the trench or excavation shall be backfilled with select material from the excavation placed in a manner approved by the Project Manager. No excessively large rocks (largest dimension greater than 4 inches) or debris of any sort are to be put into the backfill, and appreciable weight of any sort, other than backfill, shall not be allowed on the F S until it has been covered to such a depth that damage to the pipe or joints will not occur. The top six (6) inches shall be free from rock. B. Excavated material which is unsuitable for backfilling and excess material shall be disposed of as specified in Section 02227 -Waste Material Disposal. C. Method of Consolidation: 1. The Contractor shall provide a method of consolidation of material 12-inches or more above the pipe. This material may be placed mechanically or by other means to provide at least 95% of maximum dry density at 0 to 4 percent above optimum moisture or the compaction indicated on the Drawings. Where the soil PI is less than 20, the compaction moisture content shall be within + 3% of optimum. Such material shall be tested and approved by the Consulting Engineer before continuing. 2. The initial test section shall be a minimum of 100 lineal feet. Material not meeting required compaction shall be removed and replaced at no additional cost to the Owner. See Item 5 below for deep-fill requirements. 3. Jetting and flooding. Not allowed. 4. Backfill Under Road, Concrete Slabs, and Related Items. The backfill for trenches under roads, concrete slabs, and related items shall be well graded and free from binders, rocks, lumps, organic or clay material, except where concrete backfill is shown on the Drawings. The backfill shall be consolidated to provide a density of compaction of at least 95 percent of the maximum dry density at 0 to 4 percent above optimum moisture. Where the soil PI is less than 20, the compaction moisture content shall be within + 3% of optimum. See item 5 below for deep-fill requirements. 5. Backfill in Structural Excavation Zone. The backfill for pipeline trenches located in the zone of excavation for structures shall be in accordance with Section 02220. 6. Fill depths between 15' to 25' shall be compacted to 98% ASTM D 698. Fill depths between 25' to 35' shall be compacted to 100% ASTM D698. 02225-6 .. 02225-trenchi ngbackfi Ilemb.doc 3.09 CONCRETE THRUST BLOCKING A. Thrust blocking of concrete shall be provided at changes in pipe diameter (reducers), or direction (e.g., tees, bends, elbows, and crosses), plugs and valves on buried piping have unrestrained joints. Thrust blocking shall be placed against undisturbed trench walls and the pipe in such a manner that the blocking will prevent the pipe from moving when subjected to required test pressure. e- B. Concrete thrust blocking shall be in place at least five days prior to testing the pipeline/conduit. 3.10 FIELD TESTING A. The in-place field density shall be determined by using a nuclear gage in accordance with ASTM D 2922. One test shall be taken on every third compacted lift at intervals not to exceed 500 feet. When backfill placement is under pavement, part of a roadway embankment, or within the influence zone of an existing structure, two tests shall be taken at random on every other compacted lift at each road crossing and intervals not to exceed 200 feet. END OF SECTION 02225-7 02225-trenchingbackfillemb.doc SECTION 02227 WASTE MATERIAL DISPOSAL PART 1 GENERAL 1.01 DESCRIPTION Off-Site Waste Material Disposal: Waste material disposal consists of trees, stumps, logs, brush, roots, grass, vegetation, humus, rubbish, large rocks exceeding a dimension of 6 inches in any direction, demolished equipment not retained by Owner and other objectionable matter from operations such as clearing and grubbing, demolition, excavation and grading. Unless otherwise specified, the Contractor is responsible for removal and disposal of waste material in accordance with applicable regulations. 1.02 RELATED WORK A. Demolition, Cutting and Patching: Section 01045. B. Structural Excavation, Fill and Backfill: Section 02220. C. Trenching, Backfilling, Embedment and Encasement: Section 02225. 1.03 PAYMENT No separate payment will be made for handling or disposing waste materials. Include cost of work in contract bid prices. PART 2 PRODUCTS Specific products are not required. Use equipment and materials necessary to properly complete disposal of waste materials. PART 3 EXECUTION 3.01 OFF-SITE DISPOSAL AREA Waste material, which must be removed from the work site, shall be disposed of in accordance with applicable regulations and in a manner as not to damage the Owner or other persons. 3.02 ON-SITE TEMPORARY STOCKPILE AREA Material may be temporarily stockpiled at a designated area approved by Owner. Grade and slope stockpile for drainage with a maximum 4:1 slope (horizontal to vertical). 3.03 FILL PLACEMENT AREA Excess excavated material fill shall be disposed of off-site unless otherwise indicated on plans. Excess excavated material suitable for fill, if requested by Owner, shall be _ placed at the site designed by the Owner. The Contractor shall place, if requested by 02227-1 �, 02227-wastematerialdisposal.doc Owner, the material in 8" maximum layers and compact to at least 95% maximum dry .� density as determined by ASTM D698. The moisture content shall be between 0 to 4% above optimum moisture. 3.04 BURNING No burning is permitted. 3.05 EQUIPMENT FLUIDS Contractor's equipment fluids shall be collected during servicing and removed from the _ site and disposed off-site and in accordance with environmental regulations. Flammable or toxic waste shall be contained and not allowed to be spilled on the ground. Used filters, batteries, machine parts, tires and other waste material shall also be removed from the site and disposed off-site in accordance with environmental regulations. END OF SECTION r 02227-2 02227-wastematerialdisposal.doc SECTION 02530 DEWATERING AND DRAINAGE y PART1 GENERAL 1.01 SCOPE A. This section provides for furnishing all labor,materials,equipment,power and incidentals, and for performing all operations necessary to dewater, drain and maintain excavations �. and other work as necessary for construction. Included are installing, maintaining, operating and removing pump systems,culverts,channels and other approved devices for removal of standing water,surface drainage and seepage from excavation or other work. B. No separate payment will be made for drainage control and pumping. C. Some shutdowns will not be absolute. The Contractor will be responsible for dewatering of seepage and leakage past any existing valve, wall or gate. 1.02 CONTRACTOR'S RESPONSIBILITY A. Assume sole responsibility for dewatering systems and for all loss or damage resulting from partial or complete failure or protective measures. B. Contractor will be responsible for design of dewatering and drainage system. 1.03 RELATED WORK - A. Section 02210: Subsurface Investigation B. Section 02220: Structural Excavation, Fill and Backfill. C. Section 02225: Trenching, Backfilling, Embedment and Encasement. 1.04 QUALITY CONTROL A. Contractor shall retain a professional engineer to evaluate groundwater conditions and design appropriate dewatering systems. The Contractor shall install an adequate number of groundwater monitoring wells to demonstrate that dewatering has occurred to adequate depths below all excavations prior to beginning excavation as verified by the Owner's designated representative. 1.05 SUBMITTALS A. Submit a ground water control plan, developed and sealed by a licensed professional engineer in the State of Texas that outlines the Contractor's means and methods for controlling groundwater including the location of all proposed groundwater-monitoring wells for verification prior to beginning excavation. Adequacy and implementation of the plan is the sole responsibility of the Contractor. The groundwater control plan will be maintained in the Construction Manager's, Owner's and Consulting Engineer's files for reference purposes only. No review will be made nor any responsibility for the plan is assumed by the Owner, Consulting Engineer, or Construction Manager. 02530-1 �. 02530dewateringanddrainage.DOC PART 2 PRODUCTS 2.01 MATERIALS AND EQUIPMENT A. Select equipment and material as appropriate for the intended use. PART 3 EXECUTION 3.01 DEWATERING A. Furnish, install, operate and maintain all necessary pumping for dewatering the various parts of the work and for maintaining free of water the parts of the work as required for construction operations, inspections and safety. B. Continue dewatering in all required areas, until the area has been completed and accepted by the Owner. 3.02 SPECIFIC REQUIREMENTS A. r"-ice all required pipe-bedding materials on firm compacted undisturbed supporting soil. riace a minimum of six (6) inches of granular fill over a minimum six- (6) inch thick deep mud slab over a six- (6) inch compacted subgrade (compacted at optimum to 4% above optimum to 95%ASTM D698. The mud slab shall be placed within twelve(12)hours after compaction of the excavation subgrade. B. A dry working surface must be maintained during construction and after each rain. A dry working surface must be verified by the Owner's representative prior to placement of carton forms below the pump station slab and retaining wall foundation and during all pump station slab construction and retaining wall slab construction. Any carton form that becomes wet prior to concrete placement must be removed and replaced with new dry carton forms as verified by the Owner's representative. 3.03 REPAIR OF DAMAGE Assume full responsibility for all loss and damage due to inadequate dewatering prior to excavation or as a result of flood, rising water or seepage in any part of the work. Repair any damage to partially completed work from these or other causes by failure or lack of adequate dewatering or drainage facilities. END OF SECTION 02530-2 02530dewateringanddrainage.DOC — ITEM 02930 SEEDING AND REVEGATATION PART GENERAL 1.01 DESCRIPTION Provide all labor, materials, equipment, tools, and related items required for preparing ground, seeding and/or hydro-mulching. Areas requiring seeding and/or hydro-mulching shall include all areas disturbed by construction, including Contractor storage areas. — 1.02 QUALITY ASSURANCE — A. Water: Water will be available on site. Contractor shall be responsible for making satisfactory arrangements with the Fort Worth Water Department prior to obtaining water. Provide necessary meters, hoses, temporary piping, sprinklers, — and other watering equipment required to complete the work. B. Maintenance: Until final acceptance, and until an approved stand of grass is achieved, maintain seeding and hydro-mulching by watering, cultivating, cleaning, and replacing as necessary to keep grass in a healthy condition. 1.03 ACCEPTANCE The work will be accepted, when a completed, undamaged, stand of permanent grass is achieved, as approved by the Engineer. — 1.04 SEEDING SCHEDULES — A. Annual Rye Grass: Complete between September 15 and April 1. B. Bermuda Grass: Complete between April 1 and September 15. PART 2 PRODUCTS 2.01 GRASS A. Bermuda Grass: Extra fancy, hulled, and treated lawn-type seed with purity of 95% or better and germination of 85% or better. Weed content less than %%. — B. Annual Rye Grass: Purity of 95% or better and a germination of 90% or better. Weed content less than Y2%. 2.02 MULCH FIBER A. Wood cellulose for hydro-mulch — Weyerhauser or Cornweb with green color additive. B. The wood fiber mulch shall blend with grass seed, fertilizer, and other additives to form a homogenous slurry. Upon application, the mulch material shall form a 02930- 1 02930-seeding.doc mat covering the ground. This mat shall have the characteristics of moisture absorption and percolation and shall cover and hold grass seed in contact with the soil. — C. The dye shall be biodegradable and not inhibit plant growth. PART 3 EXECUTION 3.01 PREPARATION A. Grading: Verify that lawn areas have been final graded in accordance with Item 02212, "Finish Grading". B. Establish a dense lawn of permanent Bermuda grass in all areas disturbed by construction activities, such as excavation, trenching, and vehicle traffic. 3.02 FINAL GRADING/SEED BED PREPARATION A. Loosen areas to be grassed and fine rE :o L iak up lump., d produce a smooth, even grade, free from unsightly variations, ridges, and depressions. B. Remove and dispose of stones 2 inches or larger, sticks, roots, other debris, and grass stubble exposed during operation. C. Do not vary final grading elevations more than 3 inches. Maintain positive drainage at all times. 3.03 GRASS PLANTING A. Refer to seeding schedule and proceed with appropriate grass planting. B. Hydro-mulching: 1. At time of seeding, soil to be moist but not muddy, and wind velocity shall not exceed 10 miles per hour. Add water if required to moisten soil. 2. Hydraulic mulching shall consist of mixing wood fiber mulch, grass seed, fertilizer, and other additives with water. It shall be mixed in standard hydraulic mulching equipment to form a homogenous slurry. This slurry shall be sprayed under pressure, uniformly over the soil surface. The hydraulic mulching equipment shall contain a continuous agitation system that keeps all materials in uniform suspension throughout the mixing and distribution cycles. 3. Using standard hydraulic mulching equipment, the wood fiber mulch, seed, and fertilizer slurry shall be applied evenly over the soil surface in a one-step operation. The mixture shall be applied to the area to be seeded within 30 minutes after all components are placed in the equipment. 02930-2 �, 02930-seeding.doc 4. Complete final grading and hydro-mulch rye grass evenly at a rate of five pounds per thousand square feet with cellulose fiber at a rate of fifty pounds per thousand square feet and a fertilizer rate of eighteen pounds per thousand square feet. 5. Complete final grading and hydro-mulch Bermuda grass at a rate of two pounds per thousand square feet, with wood cellulose at a rate of fifty pounds per thousand square feet, and a fertilizer rate of eighteen pounds per thousand square feet. 3.04 PERFORMANCE A. Establish a dense lawn of permanent grass, free from lumps and depressions. It shall be the responsibility of the Contractor to maintain planted areas until the approved stand is established. Maintenance shall consist of watering, replanting, maintaining existing grades, and repair of erosion damage. _ B. Re-grass any area failing to show uniform cover. Such replacement shall continue until a dense lawn is established. 3.05 GRADE MAINTENANCE AND EROSION DAMAGE A. Maintain original grades of lawn areas after commencement of planting and during maintenance period. B. Provide surface repair to ruts, ridges, and tracks. Replant areas required for final acceptance. 3.06 ACCEPTANCE The work shall be accepted when a completed, undamaged stand of grass is achieved, as approved by the City. A stand of grass shall be achieved when 95% of the grass area is covered and there are no uncovered areas in excess of ten square feet. 02930-3 02930-seeding.doc s ITEM 02950 SILT FENCE PART GENERAL 1.01 DESCRIPTION The placement of silt fences shall consist of materials and labor to place a filter fabric fence as described herein and designated on the plans. PART 2 PRODUCTS 2.01 SILT FENCE - Filter fabric shall be woven or non-woven geotextile filter fabric made of either polypropylene, polyethylene, ethylene, or polyamide material. Geotextile fabric shall have a grab strength of 100 psi in any principle direction (ASTM D-4632), Mullen burst strength exceeding 200 psi (ASTM D-378-6), and the maximum apparent opening size of .8 mm. Filter fabric material shall contain ultraviolet ray inhibitors and stabilizers to provide a minimum of six months expected useable construction life at a temperature range of 00 to 120° F. PART 3 EXECUTION 3.01 CONSTRUCTION METHODS A. Provide filter fabric fence systems at all locations specified on construction plans. Filter fabric fence systems shall be installed in such a manner that surface runoff will percolate through the system in sheet flow fashion and allow sediment to be retained and accumulated. B. Attach the filter fabric to 1 inch by 2 inch wooden stakes spaced a maximum of 3 feet apart and embedded a minimum of 1 foot. The wooden stakes shall be installed at a slight angle towards the source of anticipated runoff. C. Trench in the toe of the filter fabric fence with a spade or mechanical trencher so that the downward face of the trench is flat and perpendicular to the direction of flow. Lay filter fabric along the edges of the trench. Backfill and compact the trench. D. The filter fabric should be provided in continuous rolls and cut to the length of the Silt Fence to minimize the use of joints. When joints are necessary, the fabric should be spliced together only at a support post with a minimum 6 inch overlap, and sealed securely. 02950- 1 02950-siltfence.doc 3.02 MAINTENANCE Inspect sediment filter barrier systems after each rainfall, daily during periods of prolonged rainfall, and a minimum of once a week. Repair or replace damaged sections immediately to restore the requirements of this specification. Remove sediment deposits when silt reaches one-third of the height of the fabric. w 02950-2 02950-siltfence.doc SECTION 03100 CONCRETE FORMWORK PART1 GENERAL 1.01 WORK INCLUDED This section defines requirements for design, construction, erection and removal of concrete formwork. 1.02 RELATED WORK Coordinate the requirements of this section with all other sections of Division 3 - Concrete. 1.03 REFERENCE STANDARD American Concrete Institute; ACI 347, 'Recommended Practice for Concrete Formwork." PART 2 PRODUCTS _ 2.01 FORM MATERIAL A. Smooth Forms: 1. Construct formwork with plywood; tempered, concrete-form hardboard; dressed lumber faced with plywood or fiberboard lining; metal; plastic; or metal-framed plywood-faced panel material acceptable to the Owner to provide continuous, T straight smooth surfaces. Form material will be free of raised grain, torn surfaces, worn edges, patches, dents or other defects. Furnish material in largest practical sizes to minimize the number of joints and, when shown on the drawings, conform to the joint system shown. Form material will have sufficient strength and thickness to withstand the pressure of newly placed concrete without bow or deflection. 2. Smooth forms will be used on all concrete surfaces exposed to view or liquid in the completed structure. B. Rough Forms: 1. Construct forms of dressed or undressed lumber free of knots, splits, or other defects; plywood; metal; or other material acceptable to the Owner. Material shall have sufficient strength and thickness to withstand the pressure of newly placed .� concrete without bow or deflection. 2. Rough forms may be used on concrete surfaces that will not be exposed to view or liquid in the completed structure. C. Waterproofed Surfaces: At surfaces to be waterproofed, provide formwork with sufficient anchor pattern to facilitate bond of the membrane waterproofing. D. Shores: Wood or adjustable metal type with bearing plates and with double wedges at bottom. 03100-1 03100-concreteformwork.doc 2.02 FORM ACCESSORIES A. Form Ties: 1. Form ties shall be of the removable end, permanently embedded body type and shall have sufficient strength and rigidity to support and maintain the form in proper position and alignment without the use of auxiliary spreaders. 2. Grout depressions left in concrete by the cones with non shrink grout after the ends of the cones have been removed. B. Coating for Plastic Forms: Alkali-resistant gel-coat. _ C. Chamfers: Provide a chamfer on all exposed edges by using either wooden or plastic chamfer strips. Chamfer strips shall be a forty-five degree right triangle in section with the two shorter sides measuring 3/4 inch. 2.03 DESIGN OF FORMWORK A. Form Design: The design and engineering of all concrete formwork, including all shoring, bracing and reshoring, shall be the responsibility of the Contractor. Design formwork for loads, lateral pressure, and allowable stresses as described in ACI 347. Allow for design consideration, wind loads, allowable stresses and other applicable requirements of controlling local building codes. Camber formwork to compensate for anticipated deflection during placement of concrete when required to maintain specified tolerances. Design formwork to be readily removed without impact, shock, or damage to concrete surfaces and adjacent materials. B. Slip Forming: Not permitted. PART 3 EXECUTION 3.01 FORMWORK CONSTRUCTION A. General: 1. All formwork, scaffolds and work platforms shall be safe and conform to OSHA Requirements. 2. Construct and maintain formwork, complying with ACI 347 and these specifications so that it will maintain correct sizes of members, shape, alignment, elevation and position during concrete placement and until concrete has gained sufficient strength. Provide for openings, offsets, sinkages, keyways, recesses, moldings, anchorages and inserts, as required. 3. Construct forms for easy removal without damage to concrete surfaces. 4. Formwork shall be sufficiently tight to prevent leakage of cement paste during concrete placement. Solidly butt joints and provide backup material at joints as required to prevent leakage and fins. 5. Chamfer strips shall be placed in forms to bevel all edges and corners permanently exposed to view, except the top edges of walls and slabs which are shown to be tooled. Edges of formed joints and interior corners shall not be beveled unless shown or specified otherwise. Equipment bases shall have formed beveled edges for all vertical and horizontal corners. Unless otherwise noted, bevels shall be 3/4 inch wide. 6. Provide temporary openings at the base of column and wall forms and at other points as required to facilitate observation and cleaning immediately before 03100-2 031 00-concreteformwork.doc concrete is placed. Temporary opening shall be 2' x 2' in size or as required by Owner's Representative. 7. If runways are required for moving equipment, provide for support of runways with struts or legs resting directly on the formwork or structural member. Do not allow runways or supports to rest on reinforcing steel. 8. Provide openings below large pipe (over 10" diameter) or large embedments to conform concrete fill and minimize honeycombs and voids. B. Forms for Surfaces Exposed to View or Liquid: 1. Drill forms to suit ties used and to prevent leakage of concrete mortar around tie holes. Form ties shall be uniformly spaced and aligned in rows. 2. Provide sharp, clean corners at intersecting planes, without visible edges or offsets. Back joints with extra studs or girls to maintain true, square intersections. 3. Form molding shapes, recesses and projections with smooth-finish materials and install in forms with sealed joints to prevent displacement. 4. Form exposed corners of beams and columns to produce square, smooth, solid, unbroken lines. Provide all exterior exposed corners with 3/4 inch chamfer. 5. Arrange facing material in an orderly and symmetrical fashion. Keep the number of seams to a practical minimum. Support facing material adequately to prevent deflection in excess of allowable tolerances. 6. For flush surfaces exposed to view in the completed structure, overlap previously -• placed, hardened concrete with form sheathing by approximately 1 inch. Hold forms against hardened concrete to maintain true surfaces, preventing offsets or loss of mortar. C. Edge Forms and Screed Strips for Slabs: Set edge forms or bulkheads and intermediate screed strips for slabs to obtain required elevations and contours in the finish slab surface. Provide and secure units to support types of screeds required. D. Surface to Receive Membrane Waterproofing: Provide chamfers for external corners in concrete surfaces that will be covered with membrane waterproofing. Provide a continuous reglet at line of top of membrane waterproofing on vertical surfaces. Coordinate location with waterproofing applicators. 3.02 TOLERANCES A. Construct formwork so that concrete surfaces will conform to tolerance limits as listed in the table at the end of this section. B. Establish sufficient control points and bench marks as references for tolerance checks. Maintain these references in undisturbed condition until final completion and acceptance of the project. 3.03 ADJUSTMENTS OF FORMWORK A. Use wedges or jacks to provide positive adjustment of shores and struts. Wedges used for final adjustment of forms should be fastened in position after final inspection and before concrete placement. B. Securely brace forms against lateral deflections. Prepare to compensate for settling during concrete placement. 03100-3 03100-concreteforrnwork.doc C. For wall openings, construct wood forms that facilitate any necessary loosening to counteract swelling of forms. 3.04 PREPARATION OF FORM SURFACES A. Before placing concrete, clean surfaces of forms and embedded materials. Remove accumulated mortar, grout, rust and other foreign matter, B. Coat forms for exposed or painted concrete surfaces with form oil or form-release agent before placing reinforcement. Cover form surfaces with coating material used in strict accordance with the manufacturer's printed instructions. Do not allow excess coating material to accumulate in forms or to contact hardened concrete against which fresh concrete will be placed. Remove coating material from reinforcement before placing concrete. C. Other than retained-in-place metal forms, forms for unexposed surfaces may be wet with water immediately before concrete placement in lieu of coating. One exception is that when a possibility of freezing temperatures exists, use of a coating is mandatory. e 3.05 REMOVA%� �,jr FORMS A. Forms on vertical surfaces, when repair of surface defects or finishing is required before concrete is aged, may be removed as soon as concrete has hardened sufficiently to resist damage from removal operations. B. Remove top forms on sloping surfaces of concrete as soon as concrete has attained sufficient stiffness to prevent sagging. Loosen wood forms for wall openings as soon as this can be accomplished without damage to concrete. Formwork for columns, walls, sides of beams, and other parts not supporting weight of concrete may be removed provided that concrete has hardened sufficiently to resist damage from removal operations and provided the removal of these forms will not disturb members supporting the weight of the concrete. C. All forms and shoring used to support weight of concrete or any construction loads shall remain in place until concrete has reached the minimum strength specified for removal of forms and shoring. In no case shall forms be removed in less than 4 days. 3.06 REMOVAL STRENGTH A. Control Tests: Suitable strength control tests will be used as evidence that concrete has attained specified strength for removal of formwork or shoring supporting weight of concrete in beams, slabs, and other structural members. 1. Field-Cured Test Cylinders. When field-cured test cylinders reach the specified removal strength, formwork or shoring may be removed from the respective concrete placements. Strength data from field-cured test cylinders shall be furnished by the Contractor. 2. Laboratory-Cured Test Cylinders. When concrete has been cured as specified for cast-in-place concrete for the same time period required by laboratory-cured cylinders to reach specified strength, the formwork or shoring may be removed from respective concrete placements. Determine the length of time that the concrete placement has been cured by totaling the number of days or fraction of days, not necessarily consecutive, during which the air temperature surrounding 03100-4 03100-ico n cretefo rmwo rk.doc s the concrete is above 50 degrees F and the concrete has been damp or thoroughly sealed against evaporation and loss of moisture. B. Compressive Strengths: The minimum concrete compressive strengths for removal of all formwork supporting the weight of concrete shall be 75 percent of the specified minimum 28 day strength of the class of concrete involved. 3.07 RESHORING A. When reshoring is permitted or required, plan operations in advance and secure approval of such operations. While reshoring is under way, keep live load off the new construction. Do not permit concrete beams, slab, column or other structural member to be subjected to combined dead and construction loads in excess of loads permitted for developed concrete strength at the time of reshoring. B. Place reshores as soon as practicable after stripping operations are complete but in no case later than the end of the working day on which stripping occurs. Tighten reshores to carry the required loads without overstressing construction. Leave reshores in place until tests representative of concrete being sup^^-'ed 1-ve reached F^ ified strength at time of removal of formwork supporting the weight of concrete. C. Floors supporting shores under newly placed concrete shall have their original supporting shores left in place or shall be reshored. The reshores shall be located directly under a shore position above unless other locations are permitted. Extend reshoring over a sufficient number of stories to distribute weight of newly placed concrete, forms and construction live loads in such a manner that design superimposed loads of floors supporting shores are not exceeded. - 3.08 FORM REUSE Do not reuse forms that are worn or damaged beyond repair. Thoroughly clean and Mill recoat forms before reuse. For wood and plywood forms to be used for exposed smooth finish, sand or otherwise dress concrete contact surface to original condition or provide form liner facing material. For metal forms, straighten, remove dents and clean to return to original condition. TABLE 03100 TOLERANCES FOR FORMED SURFACES CONCRETE IN BUILDING VARIATION VARIATION IN FOR ANY 10 FOR ANY 20 MAX FOR FROM FOOT LENGTH FOOT LENGTH ENTIRE ON ANY BAY DIMENSION PLUMB OR LINES AND SURFACES 3" -- 1" SPECIFIED COLUMNS, PIERS,WALLS BATTER ARISES EXPOSED CORNER -- 3" 2" COLUMNS CONTROL JOINT GROOVES,AND OTHER CONSPICUOUS LINES LEVEL OR SLAB SOFFITS, CEILINGS, 3" 2" SPECIFIED BEAM SOFFITS,AND IN ARISES(MEASURED 03100-5 03100-co n cretefo rmwo rk.d oc VARIATION VARIATION IN FOR ANY 10 FOR ANY 20 MAX FOR FROM FOOT LENGTH FOOT LENGTH ENTIRE ON ANY BAY DIMENSION —9EFOREMEMOVAL OF SHORES) EXPOSED LINTELS,SILLS, -- 3" 2" PARAPETS HORIZONTAL GROOVES AND OTHER CONSPICUOUS LINES DRAWING POSITION OF LINEAR -- 2" 1" DIMENSIONS BUILDING LINES, COLUMNS,WALLS AND PARTITIONS SIZE AND LOCATION OF SLEEVES, FLOOR OPENINGS AND WALL OPENINGS +2" CROSS SECTION OF -3" COLUMNS,BEAMS,SLABS AND WALLS — -- +2"-2" FOOTINGS* IN PLAN -- — 2%OFWIDiH FOOTING MISPLACEMENT OR 2" OR ECCENTRICITY IN DIRECTION OF ERROR(THE LESS OF) DRAWING FOOTING THICKNESS -- 5% DIMENSIONS DECREASE FOOTING THICKNESS -- NO LIMIT INCREASE STEP RISE IN FLIGHT OF -- t1/8" STAIRS STEP TREAD IN FLIGHT OF -- t3" STAIRS CONSECUTIVE STEP RISE -- t1/16" CONSECUTIVE STEP -- ±1/8" TREAD • Footing tolerances apply to concrete dimensions only, not to positioning of vertical reinforcing steel, dowels, or embedded items. END OF SECTION 03100-6 �, 03100-concreteformwork.doc SECTION 03200 CONCRETE REINFORCEMENT PART GENERAL 1.01 SCOPE This section specifies requirements for all concrete reinforcement. Also included is grouting of reinforcement dowel bars. 1.02 RELATED WORK Division 3 - Concrete: Coordinate the requirements of this section with all other sections of Division 3 - Concrete. 1.03 REFERENCE STANDARDS A. American Society for Testing and Materials (ANSI/ASTM): 1. ANSI/ASTM A 36 - Standard Specification for Structural Steel. 2. ANSI/ASTM A 497 - Standard Specification for Welded Deformed Steel Wire Fabric for Concrete Reinforcement. 3. ANSI/ASTM A 615 - Standard Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement. B. American Concrete Institute (ACI): 1. ACI 315 - Manual of Standard Practice for Detailing Reinforced Concrete Structures. 2. ACI 318-latest edition - Building Code Requirements for Reinforced Concrete. C. Concrete Reinforcing Steel Institute (CRSI): CRSI Manual of Standard Practice. 1.04 SUBMITTALS A. Certificates: 1. Submit the manufacturer's certificate giving the properties of steel proposed for use. List the manufacturer's test number and heat number, chemical analysis, yield point, tensile strength and percent elongation. Also identify on the certificates the proposed location of the steel in the work. 2. No foreign manufactured reinforcing bars are to be used. B. Bill of Materials: Submit bills of materials to be reviewed with shop drawings. C. Shop Drawings: got 1. Submit shop drawings according to the General Conditions and Division 1, General Requirements. Show reinforcement fabrication, bar placement location, splices, spacing and bar designation, bar type, length, size, bending, number of bars, bar support type, and other pertinent information, including dimensions. Information must correspond directly to data listed on the bill of materials. 2. Provide sufficient detail to permit placement of reinforcement without use of design drawings. Reproduction of design drawings for use as shop drawings will not be allowed. Do not begin fabrication of reinforcing steel until after shop drawings have been reviewed by the Owner's Representative. 3. Detail shop drawings in accordance with ACI 315. 4. Rebar submittal shall include following information: 03200-1 03200-co n c rete re i nfo rc a me n t.d o c a. Grade of bars. b. Table of bending dimensions, bar size, bar length, number of bars and spacing. c. The rebar shall be listed separately for each structural element (wall, slab, footing, beam, etc.). Each element shall be labeled on the rebar list and clearly identified on the shop drawings. d. Each bar shall be identified such as corner bars, tie bars, vertical bars, etc. D. Manufacturer's Technical Literature: Epoxy Grout. Submit manufacturer's technical literature on the epoxy grout proposed for anchoring reinforcing dowels to hardened concrete. Information shall include manufacturer's recommended application procedures and allowable loading criteria. 1.05 HANDING AND STORAGE Store steel reinforcement above the ground on platforms, skids or other supports. Protect reinforcing, as far as practicable, from mechanical injury, surface deterioration and rusting caused by exposure to the weather. 1.06 NOTIFICATION Notify the Owner's Representative at least 48 hours before concrete placement so that reinforcement may be inspected and errors corrected without delaying the work. PART 2 PRODUCTS 2.01 REINFORCEMENT A. Deformed Bars: Use Grade 60 deformed bars conforming to ANSI/ASTM A 615. B. Marking: Clearly mark all bars with waterproof tags showing the number of bars, size, mark, length and yield strength. Mark steel with the same designation as the member in which it occurs. Key marks to the concrete placement number as designated on the concrete place sequence shop drawings. C. Welded Wire Fabric: 1. Welded Deformed Wire Fabric. Conform to ANSI/ASTM A 497. 2. Provide wire size, spacing and type as shown. 2.02 TIE WIRE Use 18-gage annealed steel for tie wire. 2.03 BAR SUPPORTS Provide chairs, riser bars, ties and other accessories made of plastic or metal, except as otherwise specified. Bar supports and accessories shall be of the sizes required to provide concrete cover as specified. Where concrete surfaces are exposed to the weather in finished work and in liquid containment areas, provide stainless steel chairs or steel chairs with stainless steel pipes. Use of galvanized or plastic-tipped metal is not permitted in these locations. Metal bar supports and accessories shall be Class 1 or 2 conforming to the requirements of CRSI Manual of Standard Practice. 03200-2 , 03200-concretereinforcement.doc 2.04 EPDXY GROUT A. Epoxy grout shall be a Hilti HEA adhesive (vinylester resin with a dibenzoyl peroxide hardener) or equal for the purpose of anchoring dowels into hardened concrete. 2.05 FABRICATION A. Bending: Fabricate bars to the shapes shown on the drawings by cold bending. Bends shall conform to the minimum bend diameters specified in ACI 318. Do not heat, straighten or rebend bars without specific approval. B. Splices: Locate splices as shown on the drawings. Where it is necessary to splice reinforcement at locations other than shown on the drawings, the splices shall be approved by the Owner's Representative. Use a minimum number of splices located at the points of minimum stress. Stagger splices in adjacent bars. Length of lap splices shall be in accordance with ACI 315, unless called out in the contract drawings. C. Construction Joints: Reinforcing shall be continuous through construction joints. D. Fabrication Tolerances: Bars must conform to the following fabrication tolerances. Measurement Tolerance in Inches Sheared Length ± 1 Stirrups, ties and spirals + 1/4 All other bends + 1 PART 3 EXECUTION 3.01 CLEANING Clean reinforcement of all scale, loose or flaky rust or other foreign material, including oil, mud or coating that will reduce the bond to concrete. 3.02 PLACEMENT A. Placement Tolerances: Place reinforcement within the following tolerances: Placement Tolerance in Inches Concrete cover to formed surfaces + 1/4 Minimum spacing between bars + 1/4 Top bars in slabs and beams to 8-inch depth + 11/4 Top bars in slabs and beams between 8 and 24-inch depth ±1/2 Top bars in slabs and beams more than 24 inches in depth + 1 Crosswise of members spaced evenly within + 2 Lengthwise of members + 2 B. interferences: If reinforcing interferes with the location of other reinforcing steel, conduits or embedded items, bars may be moved within specified tolerances or one bar diameter whichever is greater. If greater movement of bars is required to avoid interference, notify the Project Manager. Do not cut reinforcement to install inserts, conduits, mechanical openings or other items without approval of the Project Manager. 03200-3 .. 03200-concretereinforcement.doc C. Concrete Cover: Except as otherwise shown on the contract drawings, provide a clear cover measured from reinforcement to the face of the concrete as listed. i Surfaces Minimum Cover in Inches Slabs and joists: - Top and bottom bars for dry conditions: #14 and #18 bars 1-1/2 in. #11 bars and smaller 3/4 in. Formed concrete surfaces exposed to earth, water, or weather, and over or in contact with sewage and for bottoms bearing on work mat, or slabs supporting earth cover: 1-1/2 in. #5 bars and smaller 1-1/2 in. #16 through #18 bars 2 in. Beams and columns: For dry conditions: Stirrups, spirals, and ties 1-1/2 in. Principal reinforcement 2 in. Exposed to earth, water, sewage, or weather: Stirrups and ties 2 in. Principal reinforcement 2-1/2 in. Walls: For dry conditions: #11 bars and smaller 3/4 in. #14 and #18 bars 1-1/2 in. Formed concrete surfaces exposed to earth, water, sewage, weather, or in contact with ground: Circular tanks with ring tension 2 in. All others 2 in. Footings and base slabs: At formed surfaces and bottoms bearing on concrete work mat 2 in. At unformed surfaces and bottoms in contact with earth 3 in. Top of footings—same as slabs Over top of piles 2 in. Cover for reinforcing steel shall not be less than the minimum given above (no minus tolerance) and shall not exceed the minimum by more than 3 inch where the thickness is 24 inches or less, or more than 2 inch where the concrete thickness is more than 24 inches. D. Placement in Forms: Use spacers, chairs, wire ties and other accessory items necessary to properly assemble, space and support reinforcing. Wire ties through forms and temporary spacers will not be allowed. Provide accessories of sufficient number, size and strength to adequately prevent deflection or displacement of reinforcement due to construction loads or concrete placement. Use appropriate accessories to position and support bolts, anchors and other embedded items. Tie reinforcing bars at each intersection and to accessories. Blocking reinforcement with concrete or masonry is prohibited. 03200-4 03200-concretereinforcement.doc E. Placement for Concrete on Ground: Support reinforcement on precast concrete blocks spaced at approximately 3 feet on centers each way. Use a minimum of one block for each 9 square feet. Tie blocks to at least one reinforcing bar using tie wires embedded in the block. F. Splices: 1. Do not splice bars, except at locations shown on the drawings or the reviewed shop drawings, without approval of the Owner's Representative. 2. Lap Splices. Tie securely with wire to prevent displacement of splices during placement of concrete. G. Construction Joints: Place reinforcing continuous through construction joints. H. Welded Wire Fabric: Install wire fabric in as long lengths as practicable. Lap adjoining pieces at least one full mesh plus 2 inches, or 6 inches, whichever is larger, and lace splices with wire. Do not make end laps midway between supporting beams, or directly over beams of continuous structures. Offset end laps in adjacent widths to prevent continuous laps. I. Field Bending: Shape reinforcing bent during construction operations to conform to the rawings. Bars shall be cold-bent; do not heat bars. Closely inspect the reinforcing for breaks. Replace damaged reinforcing. Do not bend reinforcement after it is embedded in concrete. Do not field bend any reinforcing without Owner's Representative's approval. J. Field Cutting: Reinforcing bars cut on the job shall be cut by shearing or sawing. Do not cut bars with a cutting torch. 3.03 GROUTING OF REINFORCING BARS A. Installation shall be according to manufacturer's instructions. END OF SECTION 03200-5 03200-concretereinforcement.doc SECTION 03250 CONCRETE JOINTS AND EMBEDDED ITEMS PART1 GENERAL 1.01 WORK INCLUDED This section specifies requirements for all concrete joints and embedded items for all cast-in-place concrete. 1.02 RELATED WORK A. Division 11 - Equipment. B. Division 15 - Mechanical. C. Coordinate work of this section with all other sections to obtain a proper installation. Review all drawings and specifications for additional requirements for joints and embedd: . .ams. 1.03 REFERENCE STANDARDS A. American Society for Testing and Materials (ANSI/ASTM): 1. ANSI/ASTM A 120 - Standard Specification for Pipe, Steel, Black and Hot-Dipped Zinc-Coated (Galvanized) Welded and Seamless, for Ordinary Uses. 2. ANSI/ASTM C 881 - Standard Specifications for Epoxy-Resin-Base Bonding Systems for Concrete. 3. ANSI/ASTM D 994 - Standard Specification for Preformed Expansion Joint Filler for Concrete (Bituminous Type). 4. ANSI/ASTM D 1190 - Standard Specification for Concrete Joint Sealer, Hot- Poured Elastic Type. 5. ANSI/ASTM D 1751 - Standard Specification for Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types). 6. ANSI/ASTM D 1752 - Standard Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction. 7. ANSI/ASTM D 1850 - Standard Specification for Concrete Joint Sealer, Cold Application Type. 8. ANSI/ASTM D 2628 - Standard Specification for Preformed Polychloroprene Elastomeric Joint Seals for Concrete Pavements. 9. ANSI/ASTM C 920 - Elastomeric Joint Sealants. B. U.S. Army Corps of Engineers (CRD): CRD-0572 - Corps of Engineers specifications for Polyvinyl Chloride Waterstops. C. American Concrete Institute (ACI): ACI 503.2 - Standard Specification for Bonding Plastic Concrete to Hardened Concrete with a Multi-Component Epoxy Adhesive. 1.04 SUBMITTALS A. Submittals shall be made in accordance with the requirements of the General Conditions and Division 1 - General Requirements. Submit the following items: 03250-1 03250-concretejoints&embedment.doc 1. Shop Drawings. Submit shop drawings showing all concrete joints, proposed sequences for concrete placement and type of concrete specified. 2. Product Data. a. When substitutions are proposed by the Contractor for acceptable brands of materials specified herein, submit brochures and samples of proposed substitutions to the Consulting Engineer for approval before delivery to the project. b. Submit manufacturer's technical literature on product brands, proposed for use by the Contractor, to the Consulting Engineer for review. The submittal shall include the manufacturer's installation and/or application instruction. Submittals shall be made on the following products: (i) Joint sealing compound and primer. (ii) Bonding agent. (iii) Elastomeric compression seal. (iv) Waterstops. PART 2 PRODUCTS 2.01 EXPANSION JOINT FILLER Preformed bituminous type conforming to ANSI/ASTM D 994. Provide 1-inch thick filler unless otherwise shown. Use bituminous expansion joint filler for exterior slabs and paving. 2.02 EXPANSION JOINT FILLERS, NON-BITUMINOUS r Resilient non-bituminous material Sealtight Ceramar conforming to ANSI/ASTM D 1752 as manufactured by W.R. Meadows. Use NON-BITUMINOUS expansion joint filler for interior slabs and walls as indicated on drawings. 2.03 JOINT SEALING COMPOUND (BITUMINOUS JOINT FILLER) Catalytically blown asphalt type to be used with bituminous type joint filler. Gulf Seal No. 622-X Medium Special Catalytically Blown Asphalt Joint and Crack Filler as manufactured by Gulf States Asphalt Company, Inc., Houston, Texas, or approved equal. Use Gulf States Asphalt Company Primer No. 207, or approved equal for priming joints before pouring seal. 2.04 JOINT SEALING COMPOUNDS (NON-BITUMINOUS JOINT FILLER) Single or multi component cold-applied elastomeric type joint sealants conforming to ANSI/ASTM C 920. Sealant shall be gray in color. Provide joint primer according to manufacturer's recommendation. 2.05 CONCRETE BONDING AGENT Shall permanently bond fresh wet concrete to cured concrete and shall conform to ANSI/ASTM C 881, Type II. Grade and class shall be as required for the project application. A field service representative of the manufacturer shall be available during initial application to instruct the Contractor in the proper use of the product when so requested by the Consulting Engineer or the Contractor. 03250-2 „� 03250-concretejoints&embedment.doc 2.06 BOND BREAKER 30-pound asphalt saturated felt. 2.07 EXPANSION JOINT DOWELS Smooth steel bars shall conform to the requirements of the Concrete Reinforcement section. Cut dowels to length at shop or mill before delivery to the site. Dowels must be straight and clean, free of loose flaky rust and loose scale. Dowels may be sheared to length provided deformation from true shape caused by shearing does not exceed 0.04 inch on the diameter of the dowel and extends no more than 0.04 inch from the end. 2.08 SLEEVES ANSI/ASTM A 120, standard weight galvanized pipe. 2.09 WATERSTOPS A. Unless otherwise noted in design drawing, waterstops shall be made of virgin pol,,/inyl chloride compound and shall conform to the requirements of the Corps of Engineers Specification CRD-0572. Waterstops shall be produced by an extrusion process and shall be uniform in dimension, homogenous and free from porosity. Unless otherwise shown, use waterstops of 6-inch minimum width and 3/8-inch minimum thickness. Waterstop construction: 1. Construction Joints: Serrated type with center bulb. 2. Expansion Joints: Dumbbell type with a minimum 3/4-inch inside diameter center bulb. 2.10 MISCELLANEOUS EMBEDDED METAL ITEMS Miscellaneous embedded metal items shall conform to the requirements of the section of the specifications to which they apply. PART 3 EXECUTION 3.01 PLACEMENT OF EMBEDDED ITEMS A. Place embedded items to least impair strength of the structure. Obtain approval of locations for embedded items not shown on the structural drawings before placement of concrete. Should locations of embedded items be detrimental to the strength of the structure, notify the Project Manager and relocate items as directed by the Project Manager. B. Do not cut or reposition reinforcing steel to facilitate installation of inserts, conduit, sleeves, anchor bolts, mechanical openings and similar items without prior approval of the Consulting Engineer, except that reinforcing bars may be moved one bar diameter or within tolerances specified in the Concrete Reinforcement section without approval of the Consulting Engineer. 03250-3 03250-concretejoints&embedment.doc 3.02 CONSTRUCTION JOINTS - A. Make construction joints only at locations shown on the contract drawings, the reviewed shop drawings or as directed or approved by the Consulting Engineer. Any - additional construction joints or relocation of construction joints shown on the drawings, proposed by the Contractor, must be submitted to the Consulting Engineer for review. B. Joints shall be located to least impair strength of the structure. In general, locate joints near the middle of spans of slabs, beams and girders. However, if a beam intersects a girder at the joint, offset joints in girders a distance equal to twice the width of the beam. Locate joints in walls and columns at the underside of floors, slabs, beams or girders and at tops of footings or floor slabs. Place beams, girders, column capitals and drop panels monolithic with slabs. Place brackets and haunches monolithic with walls and columns. C. All joints shall be perpendicular to main reinforcement. Continue all reinforcing steel. Unless otherwise shown, provide longitudinal keys at least 1-1/2 inches deep by one third of the wall thickness, centered-:n the wall, in all joints in walls and slabs and between walls and slabs or footings. When joints in beams are allowed, provide shear key and inclined dowels as directed by the Consulting Engineer. D. Construction joints in slabs on ground shall have a groove in the top of the slab, at the joint, as detailed to receive joint sealant. E. Prepare joints by roughening the concrete surface in a manner which will expose aggregate uniformly. Remove latence, loosened particles of aggregate, damaged concrete at surface, and other substances which may prevent complete adhesion. Prior to placing concrete, coat horizontal joint surface with a mixture of neat cement grout. F. Between new and existing concrete in water bearing or below grade structures where installation of waterstop is not possible, use a bonding agent applied to roughened and cleaned surfaces of concrete. Follow manufacturer's recommendations and these specifications with respect to preparation of surfaces and applications of bonding agent. G. Provide waterstops in all wall and slab construction joints as specified or in all water bearing structures, all below grade joints and, at locations shown on the drawings. 3.03 EXPANSION JOINTS y A. Do not extend reinforcement or other embedded metal items that are continuously bonded to concrete through any expansion joints. B. Position expansion joint filler material accurately. Support against displacement during concrete placement and vibration. Place filler the full depth of the member less an allowance to form a groove for sealant as detailed. 032504 03250-concretejoi nts&embedment.doc 3.04 DOWELS Where indicated on drawings, install dowels at right angles to construction joints and expansion joints. Align dowels accurately with finished surface. Rigidly hold in place and support during concrete placement. Unless otherwise shown on the drawings, place a polyethylene sleeve on one end of ail dowels through expansion joints. 3.05 CONTRACTION JOINTS A. Make top grooves for contraction joints in slabs on grade as detailed and seal as specified. Grooves may be made with forms or may be sawed. B. If contraction joints are sawed, properly time cutting with concrete set. Start cutting as soon as concrete has hardened sufficiently to prevent aggregates from being dislodged by the saw. Complete cutting before shrinkage stresses have developed sufficiently to induce cracking. 3.06 BONDED JOINTS Bonded joints shall be used only where shown on the drawings, where specified, or upon written approval of the Consulting Engineer. Prepare surface to be bonded and apply bonding agent in strict accordance with the manufacturer's instructions and ACI 503.2, except that surface preparation by acid etching will not be allowed. When ACI 503.2 references ACI 301, delete ACI 301 and substitute the project specifications' Cast-in-Place Concrete section. Forms in the area of the bonded joint shall be ■ properly protected so that any bonding agent that may be inadvertently applied to the form will not bond the form to the concrete. 3.07 WATERSTOPS A. Provide waterstops in all horizontal and vertical joints in foundation slabs and peripheral walls of all structures up to a minimum of 12 inches above final ground level and all walls and slabs of liquid-containing structures or compartments to a minimum of 12 inches above maximum liquid level unless specifically shown otherwise on the drawings. • B. Each piece of premolded waterstop must be of maximum practicable length for a minimal number of end joints. C. All waterstops shall be continuous, and so jointed as to form a complete barrier to the passage of water through any construction, contraction or expansion joint. D. Joints in P.V.C. waterstops shall be made by heating the two surfaces to be joined until the material has softened to the point where it is just short of being fluid and then bringing the two softened surfaces together with a slight rubbing motion followed by firmly pressing them together so that a solid and tight bond is made. E. The joints in strips of waterstop made in the above manner shall be such that the entire cross section of the joint shall be dense, homogeneous and free of all porosity. All finished joints shall have a tensile strength of not less than 75% of the material of the strip as extruded. 03250-5 03250-concretejoints&embedment.doc F. The heating of the surfaces to be joined shall be done by means of an electric hot plate designed for this specific purpose and controlled by means of a voltage regulator. G. Provide jigs to hold all joints in proper alignment. ' H. All waterstops shall be installed so that half its width will be embedded on each side of the joint. The method selected for holding the waterstop in position must ensure that the waterstop will be held securely in true position and in straight alignment in the joint during placement and vibration of concrete. I. Care shall be exercised to ensure that the waterstop is completely embedded in concrete and without voids. J. Contractor shall install 5,000-psi cement grout (8 sack) a minimum of 2" above waterstop in order to prevent aggregate in concrete from collapsing or deforming waterstop. 3.08 SEALING JOINTS A. Thoroughly clean and prime joints to be sealed before applying sealant. Joints to be sealed are identified on the drawings. B. Apply sealants in accordance with manufacturer's recommendations. C. Sealant shall be applied when the ambient temperature is between 40° F and 90° F, unless recommended otherwise by the sealant manufacturer. D. During pouring operations, exercise care to prevent sealant from spilling onto surfaces adjacent to grooves. 3.09 SETTING ANCHOR BOLTS A. Set anchor bolts for structural steel specified in Division 5 - Metals, according to this section. B. Install equipment anchor bolts as required by the equipment manufacturer. C. Provide accurately made templates for positioning anchor bolts. - 3.10 OTHER EMBEDDED ITEMS A. It is the Contractor's responsibility to coordinate the requirements for embedded items and to ensure that embedded items are properly placed. B. Accurately position and support embedded items against displacement during concrete placement. C. Voids in sleeves, inserts, anchors, etc., shall be filled temporarily with readily removable material to prevent the entry of concrete into the voids. D. Steel items, Cxcept reinforcing, shall be galvanized unless specified or shown otherwise. 03250-6 .. 03250-concretejoints&embedment.doc E. Conduits, pipes and inserts of aluminum shall not be embedded in structural concrete unless effectively coated or covered to prevent aluminum-concrete reaction or electrolytic action between aluminum and steel. F. Except when plans for conduits and pipes are approved by the Consulting Engineer, conduits and pipes embedded within a slab, wall or beam (other than those merely passing through) shall satisfy the following: 1. They shall not be larger in outside dimension than 1/3 the overall thickness of slab, wall or beam in which they are embedded. 2. They shall not be spaced closer than three diameters or widths on center. 3. They shall not significantly impair the strength of the member. END OF SECTION s 03250-7 03250-concretejoi nts&embedment.doc SECTION 03300 CAST-IN-PLACE CONCRETE PART 1 GENERAL 1.01 SCOPE A. This section gives requirements for normal weight and structural concrete. B. Coordinate the requirements of this section with all other sections of Division 3, Concrete. 1.02 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM). B. American Concrete Institute (ACI). ACI 613, Recommended Practice for Selecting Proportions for Concrete. 2. ACI 68-63, Placing Concrete by Pumping Methods. 3. ACI 318, Building Code Requirements for Reinforced Concrete. C. Mixer Manufacturer's Bureau of the Associated General Contractors of America. 1.03 SUBMITTALS A. Submit for approval a proposed design mix for each concrete strength and class required by these Specifications. Failure to include any items of information noted in this paragraph for a given concrete strength or type will be cause for requirement of a resubmittal. Information to be submitted for each strength and class shall include the following items: 1. Sources of concrete mix components including coarse aggregate, fine aggregate, cement, water admixtures, and pozzolans where included. 2. Chemical analysis (mill test report)for each cement type to be used. 3. Laboratory sieve analysis, mechanical properties and deleterious substance content for coarse and fine aggregate. 4. Concrete mix design a. Constituent quantities per cubic yard. b. Cement type and manufacturer. C. Water/cement ratio, by weight. d. Mix design slump. e. Average laboratory cylinder strength test results at 7 and 28 days for concrete mix designs (include standard deviation). Provide results of 14 day tests if available. f. Water soluble ion content at 28 days. FS g. Laboratory shrinkage test results for concrete mix designs, where specified. 03300-1 03300-casti nplaceconcrete.doc 5. Admixtures. Submit manufacturer's data brochures on admixtures proposed for use. a. Submit manufacturer's technical information on the air-entraining admixture proposed for use. Give requirements to control percent of air content under various temperatures and job conditions. b. Submit manufacturer's technical information on the water-reducing admixture proposed for use. Give dosage requirements to be used under various temperatures and job conditions to produce a uniform,workable concrete mix. C. Submit manufacturer's technical information on the high range water-reducing admixture (superplasticizer) proposed for use. Identify the portions of the project for which use of a superplasticizer is proposed. Indicate slump range, maximum drop without segregation, retarding time,water requirement percent of control, and dosage requirements. d. Submit manufacturer's technical information on any other admixtures proposed to be used in the Work, including accelerating and retarding admixtures. Identify the portions of the Project for which use of each admixture is proposed. Give dosage requirements to be used under various temperatures and job conditions to produce a uniform,workable concrete mix. e. Provide certification of compliance with specified ASTM standards for each admixture. 6. Where pozzolans are used in combination with cement, provide laboratory test results to certify compliance with specified ASTM standards and the supplementary requirements included in these Specifications. Provide chemical analysis of fly ash. B. Submit concrete placement drawings showing lift numbers, locations of all joints,concrete ■ mix being placed, concrete finishes, and all pertinent embedments including embedded plates, sleeves, pipes, conduits, anchors, etc., where applicable. Where the Drawings permit the Contractor to select joint locations, show the selected dimensions on the placement drawings. Approval of the placement drawings shall not relieve the Contractor of the responsibility of placing all concrete and embedments as specified. C. Submit a work plan for cold weather concreting and for hot weather concreting,describing ■ proposed methods and procedures for mixing, delivering, placing, finishing, and curing concrete. Include also procedures to be implemented upon abrupt changes in weather conditions or due to equipment failures. ■ D. Furnish a delivery ticket for ready mixed concrete to the Owner's Representative as each truck arrives. Each ticket shall provide a printed record of the weight of cement batched and each separate aggregate individually batched. Use the type of indicator that returns for zero punch or returns to zero after a batch is discharged. Clearly indicate the weight of fine and coarse aggregate, cement, and water in each batch, the quantity delivered, the time any water is added,and the numerical sequence of the delivery. Show the time of day ■ batched and time of discharge from the truck. Indicate the number of revolutions of mix trucks. E. Other product submittals of manufacturer's data sheet and product specifications required include curing compounds and items specified in other Sections including form release agents, bonding agents,etc. Identify the locations where each will be used in the Work as a part of the submittal. F. Submitted data shall demonstrate compliance with all requirements of this Specification or deviations shall be clearly noted. • 03300-2 03300-castinplaceconcrete.doc — 1.04 STORAGE OF MATERIALS A. Cement: Store cement in watertight buildings, bins or silos to provide protection from dampness and contamination and to minimize warehouse set. B. Aggregate: Arrange and use aggregate stockpiles to avoid excessive segregation or contamination with other materials or with other sizes of like aggregates. Build stockpiles — in successive horizontal layers not exceeding three feet in thickness. Complete each layer before the next is started. Do not use frozen or partially frozen aggregates. C. Sand: Before using, allow sand to drain until a uniform moisture content is reached. D. Admixtures: Store admixtures to avoid contamination,evaporation or damage. For those — used in the form of suspensions or nonstable solutions, provide suitable agitating equipment to assure uniform distribution of ingredients. Protect liquid admixtures from freezing and other temperature changes which would adversely affect their characteristics. 1.05 CONTROL OF CONCRETE MIXTURES A. Consistency: Test for slump shall be performed at the job site immediately prior to placing in accordance with Method of Slump Test for Consistency of Portland Cement Concrete (ASTM C143). If the slump is greater than that specified, the concrete shall be rejected. Concrete showing either poor cohesion or poor coating of the coarse aggregate with paste _ shall be remixed. If the slump is within the allowable limit, but excessive bleeding, poor workability, or poor finishability are observed, changes in the concrete mix shall be obtained only by an adjustment of one or more of the following: 1. The gradation of aggregate. 2. The proportion of fine and coarse aggregate. 3. The percentage of entrained air, within the allowable limits. B. Air Content: Test for air content shall be made on afresh concrete sample. Air content for concrete made of ordinary aggregates having low absorption shall be made in accordance with either Method of Test for Air Content of Freshly Mixed Concrete by the Pressure Method (ASTM C231),or Method of Test for Air Content of Freshly Mixed Concrete by the Volumetric Method (ASTM C173). If light weight aggregates or aggregates with high absorptions are used, the latter test method shall be used. C. Unit Weight: Test in accordance with Method of Test for Weight per Cubic Foot,Yield,and Air Content(Gravimetric)of Concrete(ASTM C138), may be used in lieu of the air content test, provided the relationship between air content and unit weight has been established for the materials being used. D. Strength: Compression test specimens shall be made and cured in accordance with Method of Making and Curing Concrete Compression and Flexural Test Specimens in the Field (ASTM C31); Strength of Molded Concrete Cylinders (ASTM C39). E. Number of Specimens: Number of sets of concrete test cylinders to be cast for each concrete pour shall be as follows: No. of C.Y. Concrete Poured Minimum No. of Sets of Cylinders 03300-3 03300-castinplaceconcrete.doc 0 - 25 1 - 25 - 75 2 75 - 150 3 150 - 250 4 250 -400 5 400 - 550 6 A"set"of test cylinders consists of six cylinders,two to be broken and strengths averaged at seven days; and two broken and strengths averaged at 28 days. Two cylinders will remain unbroken so that they will be available to be broken upon unforeseen circumstances or upon the option of the Consulting Engineer to break cylinder at different times. PART 2 PRODUCTS i_ 2.01 MATERIALS A. Portland Cement: 1. Use cement conforming to ASTM C 150, Type II. Use the same brand of c .ent upon which the selection of concrete was based. Only one brand of each type will be permitted in any one structure, unless otherwise specified. 2. Cement used in concrete placed in openings in existing water bearing structures shall be shrinkage compensating cement, ASTM C845. B. Admixtures: Using the following admixtures as required or permitted. The use of calcium chloride will not be permitted. The products must conform to the referenced standards. 1. Air-entraining Admixtures. Conform to ASTM C 260, such as Sika's "AER," Sonneborn's Aerolith,"or approved equal. 2. Chemical Admixtures. Conform to ASTM C 494, "Tentative Specifications for Chemical Admixtures for Concrete." 3. Water-reducing Retarder. Use of an admixture containing chloride is not permitted. The product must be non staining. User Master Builder's "MBHC," Sika's "Plasti- ment,"or approved equal. 4. High-Range Water Reducer(Superplasticizer). Conform to ASTM C 494 Type F. Acceptable products are W. R. Grace "WRDA-19", American Admixtures - "Melment", Gifford-Hill"PSI-Super', or approved equal. C. Mixing Water: Fresh, clean and drinkable. D. Aggregates 1. Fine aggregate shall consist of washed inert natural sand conforming to the requirements of ASTM C 33. 2. Coarse aggregate shall consist of well-graded crushed stone or washed gravel conforming to the requirements of ASTM C 33. Grading requirements shall be as listed in ASTM C 33 Table 2 for the size number corresponding to the appropriate maximum coarse aggregate size. Limits of Deleterious Substances and Physical Property Requirements shall be as listed in ASTM C 33 Table 3 for severe weathering regions. Maximum coarse aggregate size to be used for project structures shall be in accordance with Table 03300-1, unless otherwise specified. Table 03300-1 w 03300-4 03300-casti nplaceconcrete.doc Maximum Coarse Size Number Description Aggregate Size (ASTM C33 Table 2) Mass Concrete 2 Inches 357 Reinforced Sections Greater than 10 in. thick 1 inches 57 10 in. thick or less '/4 inches 67 E. Membrane-forming Curing Compound: ASTM C 309,commercial curing compound which will not permanently discolor concrete. All curing compound shall be white. F. Sheet Material for Curing Concrete: ASTM C 171,waterproof paper, polyethylene film or white burlap-polyethylene sheeting. 2.02 PROPORTIONING A. Objective: Select proportion of ingredients to produce concrete having proper durability, strength, appearance and other required properties. Proportion ingredients to produce a homogenous mixture,which will work readily into corners and angles of forms and around reinforcement by methods of placing and consolidation employed on the work, but without permitting materials to segregate or allowing excessive free water to collect on the surface. B. Strength: Provide ultimate strength concrete in all portions of the work. Strength must conform to values for the class of concrete specified for each portion of the structure. Requirements are based on 28-day compressive strength. If high early-strength concrete _ is specified, requirements are based on 7-day compressive strength. C. Entrained Air: Air-entrain all concrete, unless otherwise specified. Provide for not less than three percent nor more than five percent by volume of total entrapped and entrained air for normal weight concrete. D. Slump: 1. The maximum permissible slump for concrete is 4 inches; the minimum is 2-1/2 inches. Determine slump by methods given in ASTM C 143. 2. Slump of concrete placed in openings in existing hydraulic structures shall be 4 to _ 6 inches. Slump increase shall be achieved by adjusting aggregate proportions, admixtures or increasing water/cement content. In no case shall the water-cement ratio be less than that listed in paragraph 2.02F. E. Admixtures: Proportion admixtures according to the manufacturer's recommendations. Submit manufacturer's literature of all admixtures proposed to engineer in writing for approval prior to use. 03300-5 03300-castinplaceconcrete.doc s F. Classification and Use: 1. Classification. Minimum 28-Day Water-Cement Minimum Cement Compressive Strength Ratio Contents Sacks Class (psi) Max. (Gal/Sack) Sacks per Cubic Yard" Normal Weight A 4000 5 6-1/2 B 3000 6-1/2 5 C 2000 8 4 If the required strength is not secured with the minimum cement content as specified, add cement or provide other aggregates as necessary. 2. Use: Unless otherwise specified, use the specified classes of concrete in the following locations: Class A: All concrete structures, drilled piers, and concrete pavement. Class B: Sidewalks. Class C: Pipe encasements and blocking, and lean concrete seal slabs, and �- mud slabs. G. Water-Cement Ratio for Normal Weight Concrete: If the relationship between strength and the water-cement ratio has been determined previously for materials specified for normal weight concrete, the ratio may be used. Otherwise, determine the proper water-cement ratio by using the following procedures. 1. Make concrete trial mixtures having suitable proportions and consistency. Use at least three different water- cement ratios which will produce a range of strengths encompassing those required. Design trial mixes to produce the maximum allowable slump. 2. Determine proportions of ingredients and conduct tests in accordance with basic relationships and procedures outlined in ACI 613, "Recommended Practice for Selecting Proportions for Concrete." 3. Make and cure specimens in sets of six (6) according to ASTM C 192, "Method of Making and Curing Concrete Compression and Flexure Test Specimens in the Laboratory." For each water-cement ratio prepare at least three specimens for each age test. Test for strength at 7, 14, 21 and 28 days, or other age as required. Conduct tests according to ASTM C 39, "Method of Test for Compressive Strength of Molded Concrete Cylinders." 4. From results of these tests, plot a curve showing the relationship between water- cement ratio and compressive strength. Determine the maximum permissible water- cement ratio for ultimate strength concrete by using the value from the curve that corresponds to a minimum strength 25 percent greater than the specified strength. 03300-6 .. 03300-castinplaceconcrete.doc 2.03 MIXING NORMAL WEIGHT CONCRETE A. Ready-Mixed Concrete: Mix and transport ready-mixed concrete according to ASTM C 94, "Specifications for Ready-Mixed Concrete." In addition to normal batch plant procedures as outlined in ASTM C 94, provisions must be made at the batch plant for the following items: 1. Arrangement. Provide separate bins or compartments for different sized aggregates and for bulk cement. Compartments of ample size constructed so that materials will be kept separate under all working conditions are required. 2. Weighing of Materials. Aggregates may be weighed in separate weigh batchers with individual scales. Weigh bulk cement on a separate scale in a separate weigh batcher. Observe the following limits of accuracy when weighing or measuring materials. _ Materials Percent Accuracy Cement 1 Water 1 Aggregates 2 Admixtures 3 3. Water Meter or Batcher. Provide a suitable measuring device capable of measuring .. mixing water within the specified accuracy for each batch. Note the number of gallons of water as batched on printed batching tickets. 4. Moisture Control. Provide a moisture meter to measure the amount of free water in a fine aggregates within 0.3 of a percent. Compensate for varying moisture contents of fine aggregates and change batch weights of materials if necessary before batching. 5. Scales. Provide adequate facilities for accurate measurement and control of each material entering each batch of concrete. Accuracy of weighing equipment must conform to applicable requirements of ASTM and NRMCA for such equipment. 6. Recorders or Printers. Provide recorders/printers to produce tickets. Each ticket will provide a printed record of volume of water and weights for cement as batched and for separate aggregates as batched individually. Use the type of indicator that returns for zero punch or to zero after a batch is discharged. Clearly indicate by stamped letters or numerals the difference between aggregates and cement as batched. Show the time of day stamped or printed at intervals of not more than six minutes. The delivery ticket shall also show the volume of water, in gallons, added at the batch plant. Deliver recorded ticket copies with concrete. The testing agency will keep one copy. 7. Protection. Protect weighing, indicating,recording or printing,and control equipment against exposure to dust and weather. B. Transit Mix Truck Requirements: 1. Clean each transit mix truck drum and reverse drum rotation before the truck proceeds under the batching plant. 2. Keep the water tank valve on each transit truck locked at all times that the truck is in use. Any addition of water must be directed by the Engineer. Added water must be incorporated by additional mixing of at least 35 revolutions. 3. Equip each transit-mix truck with a continuous, nonreversible, revolution counter showing the number of revolutions at mixing speeds. Counter shall be reset to zero 03300-7 03300-ca stinp la ceco nc rete.doc at the batch plant. Concrete may be rejected if counters have fewer than 70 or more _�. than 150 turns when they arrive at the site. 4. Transmit mix trucks are to be in good working condition. Trucks which are not mechanically sound,have wom or obstructed mixing fins,have non-functioning drum counters, or leaking water valves shall not be used. C. Admixtures: 1. Charge air-entraining and chemical admixtures into the mixer as a solution using an automatic dispenser or similar metering device. Measure admixture to an accuracy within ±three percent. Do not use admixtures in powdered form. 2. Two or more admixtures may be used in the same concrete, provided that the admixtures in combination retain full efficiency and have no deleterious effect on the concrete or on the properties of each other. Inject the admixtures separately during the batching sequence. 3. Add retarding admixtures as soon as practicable after the addition of cement. D. Temperature Control: 1. When the mean temperature fails below 40 degrees F, keep the admixed temperature above 55 degrees F to maintain concrete temperature at the time of placement in the forms above 60 degrees F nor more than 85 degrees F. 2. If water or aggregate has been heated, combine water with aggregate in the mixer before cement is added. Do not add cement to mixtures of water and aggregate when the temperature of the mixture is greater than 100°F. 3. In hot weather, cool ingredients before mixing to maintain temperature of the concrete below the maximum placing temperature. If necessary, substitute well- crushed ice for all or part of the mixing water. The maximum time interval between the addition of mixing water and/or cement to the batch,and the placing of concrete in the forms shall not exceed the following: AGITATED CONCRETE Air or Concrete Temperature (whichever is higher) Maximum Time T (32.2°C)90°F or above...................................................................45 minutes (23.9°C) 75°F to 89°F (31.6°C).......................................................60 minutes ( 5.0°C)40°F to 74°F (23.3°C)........................................................90 minutes PART 3 EXECUTION 3.01 PREPARATION A. Coordination: Mix concrete only in quantities for immediate use. Discard concrete which has set. Retempering of set concrete is not permitted. Completely discharge concrete at the site within one hour and 30 minutes after adding cement to aggregate. In hot weather, reduce this time to one hour or less to prevent stiffening of concrete before it is placed. B. Protection from Adverse Weather: If adverse weather is imminent,no concrete placement is permitted. Do not permit rainwater to increase mixing water or to damage the surface 03300-8 03300-castinplaceconcrete.doc finish. If rainfall occurs after placing operations begin, provide adequate covering to protect the work. C. Placing Temperature: 1. Cold Weather Concreting. Except as modified herein,cold weather concreting shall comply with ACI 306. The temperature of concrete at the time of mixing shall be not less than that shown in the following table for corresponding outdoor temperature(in shade) at the time of placement: Outdoor Temperature Concrete Temperature Below 40 F No concrete placement Between 40 F and 45 F 60 F Above 45 F 45 F When placed, heated concrete shall not be warmer than 80 degrees F. When freezing temperatures may be expected during the curing period,the concrete shall be maintained at a temperature of at least 50 degrees F for five days or 70 degrees F for three days after placement. Concrete and adjacent form surfaces shall be kept continuously moist. Sudden cooling of concrete shall not be permitted. 2. Hot Weather Concreting. Except as modified herein, hot weather concreting shall comply with ACI 305. At air temperature of 90 degrees F or above,concrete shall be kept as cool as possible during placement and curing. The temperature of the concrete when placed in the work shall not exceed 90 degrees F. Plastic shrinkage cracking,due to rapid evaporation of moisture,shall be prevented. Concrete shall not be placed when the evaporation rate (actual or anticipated) equals or exceeds 0.2 pound per square foot per hour, as determined by Figure 2.1.5 in ACI 305. D. Adjusting Slump. If concrete arrives at the project with slump below that specified, water may be added. Indiscriminate addition of water to increase slump is prohibited. Do not exceed either the maximum permissible water-cement ratio or maximum slump. Mix adjustments to obtain specified slump must be approved and directed by the Engineer. 3.02 CONVEYING A. Objectives: Handle concrete from mixer to placement as quickly as practicable while providing concrete of required quality in the placement area. Use methods which prevent loss of ingredients and segregation. B. Equipment: Obtain approval of the conveying equipment. Select equipment of size and design to ensure continuous flow of concrete at the delivery end. Conform to the following equipment and operations requirements. 1. Provide truck mixers, agitators and nonagitating units and manner of operation conforming to requirements of ASTM C 94, "Specifications for Ready-Mixed Concrete." 2. Provide metal or metal-lined chutes. Arrange for slopes not exceeding one vertical to two horizontal and not less than one vertical to three horizontal. Chutes more than 03300-9 03300-castinplaceconcrete.doc 20 feet long and chutes not meeting slope requirements may be used if concrete is discharged into a hopper before distribution. 3. Pumping of concrete will be permitted only after written approval. Use a batch design and aggregate sizes suitable for pumping. 3.03 PLACING A. Preparation: In addition to the previous requirements, confirm that formwork has been completed. Remove ice, excess water, dirt and other foreign materials from forms. Confirm that reinforcement is securely in place and positioned. Have a competent workman at the pour location who can assure that reinforcement and embedded items remain in design locations while concrete is being placed. Sprinkle semiporous subgrades to eliminate suction. Seal extremely porous subgrades in an approved manner. Clean and moisten existing concrete surface prior to placing new concrete. B. General Procedure: 1. Deposit concrete continuously,or in layers of such thickness that no concrete will be deposited on concrete which has hardened sufficiently to cause formation of seams or ^'9nes of weakness within the section. If •tie section cannot be placed coi itinuously, place construction joints as specified or as approved. 2. Proceed with placement at a rate such that concrete which is being integrated with fresh concrete is still plastic. Do not deposit concrete which has partially hardened or has been contaminated by foreign materials. 3. Remove temporary spreaders from forms when the spreader is no longer useful. Temporary spreaders may remain embedded in concrete only if made of galvanized metal or concrete, and if prior approval has been obtained. 4. Do not start placing of concrete in supported elements until concrete previously placed in columns and walls is no longer plastic. 5. Deposit concrete as nearly as practicable in its final position to avoid segregation due to rehandling or flowing. Do not subject concrete to a procedure which will cause segregation. -� 6. Where surface mortar is to be the basis of a finish,especially those designated to be painted,work coarse aggregate back from forms with a suitable tool to bring the full surface of mortar against the form. Prevent formation of excessive surface voids. 7. Consolidate concrete by vibration, spading, rodding or forking so that concrete is thoroughly worked around reinforcement,around embedded items and into corners of forms. Eliminate air or stone pockets which may cause honeycombing, pitting or planes of weakness. A minimum frequency of 7000 revolutions per minute is required for mechanical vibrators. Do not use vibrators to transport concrete within forms. Insert vibrators and withdraw at points from 18 to 30 inches apart. At each insertion, vibrate sufficiently to consolidate concrete, generally from five to 15 seconds. Do not over-vibrate causing segregation. Keep a spare vibrator on the site during concrete placing operations. C. Slabs: 1. After suitable bulkheads, screeds and if specified, jointing materials, have been positioned the concrete shall be placed continuously between construction joints, beginning at a bulkhead, edge form,or corner. Each batch shall be placed into the �. edge of the previously placed concrete to avoid stone pockets and segregation. 2. If there is a delay in casting,the concrete placed after the delay shall be thoroughly spaded and consolidated at the edge of that previously placed to avoid cold joints. 03300-10 03300-castinplaceconcrete.doc 3. Concrete shall then be brought to correct level with a straightedge and struck off. Bullfloats or darbies shall be used to smooth the surface, leaving it free of humps or hollows. D. Formed Concrete: 1. Place concrete in forms using tremie tubes and taking care to prevent segregation. Bottom of tremie tubes shall be in contact with the concrete already placed. Do not drop concrete free more than five feet, or so that it can ricochet from reinforcing steel. 2. In walls, place concrete in 12" to 24" lifts, keeping the surface horizontal. Compaction shall be by vibrator and by puddling stick. The vibrator shall be inserted vertically at regular intervals,through the fresh concrete and slightly into the previous lift, if any. It shall be removed as soon as the surface begins to liquefy around the vibrator. 3. Vibration shall be supplemented by hand puddling; puddling shall be continuous while pouring concrete and shall be done primarily between forms and reinforcing steel,around openings,orwherever needed to prevent honeycomb,fill voids or drive — out large air bubbles. E. Concrete Poured Against Rock: 1. Where concrete is poured against undisturbed rock,especially in drilled shafts,place concrete as soon as practicable after excavation to prevent weathering of exposed rock. a. Complete drilled piers within 2 hours after completion of drilling. b. For footings and slabs, place mud slabs within 4 hours after the excavation is at final grade. 2. Remove all water from excavation or shaft before placing concrete. 3.04 COMPACTION OF CONCRETE A. General: All concrete shall be placed and compacted with mechanical vibrators. The number, type, and size of the units shall be approved by the Consulting Engineer in advance of placing operations. No concrete will be ordered until sufficient approved vibrators (including standby units in working order) are on the job. B. Concrete Slabs: Concrete for slabs shall be compacted with Vibrating Screeds and internal vibrators. C. Walls and Columns: Internal vibrators shall be used wherever possible, rather than form vibrators. In general, for each vibrator needed to melt down the batch at the point of discharge, one or more additional vibrators must be used to densify, homogenize and perfect the surface. - - 03300-11 03300-castinplaceconcrete.doc D. Amount of Vibration: Vibrators are to be used to consolidate properly placed concrete,but not to move or transport concrete in the forms. Vibration shall continue until: 1. Frequency returns to normal. 2. Surface appears liquefied, flattened and glistening. 3. Trapped air ceases to rise. 4. Coarse aggregate has blended into surface, but has not disappeared. 3.05 JOINTS A. General: Construction, control and isolation joints shall be installed and sealed as called for by the plans. B. Construction Joints: 1. Construction joints shall be cast in such a manner that abutting members are bonded, and free of honeycomb or voids. 2. The joint surface of the previously cast member shall be cleaned free of all oil, grease,curing compound,dirt,or latence film,and shall be wetted. Horizontal joints shall be coated with grout immediately prior to casting the adjacent member. Cleaning shall be accomplished by high pressure water jet, wet sand blasting, dry sandblasting,or scrubbing-singly or in nombination-as requiro-ri Scrubbing shall be done initially when concrete is green, ,u that any latence fil„. will be removed. C. Control Joints: 1. Control joints shall be formed by sawing, or as otherwise shown. Sawing shall be done as soon as the concrete hardens sufficiently to prevent raveling of the concrete at the edges. All sawing operations including Joint Sealing shall be completed within a period of time from 12 to 24 hours after concrete is placed. Sawing shall not be done while the concrete temperature is falling. Joint shall be cut 1/4"wide by 1-1/2° deep or as otherwise shown. 2. The Contractor shall have at least one spare saw available during the sawing operation. 3. Control joints shall be cleaned and filled with sealant. Inject sealant through a nozzle into the bottom of the joint, filling the joint without air voids. Control joints shall be inspected by the Owner before sealant is installed. 3.06 REPAIRING SURFACE DEFECTS A. Defective Areas: Repair defective areas immediately after the removal of forms. Consulting Engineer may reject if necessary. 1. Remove honeycombed and other defective concrete down to sound concrete. To prevent absorption of water from patching mortar,dampen the defective area and a strip six inches wide surrounding the area to be patched. Prepare bonding grout by mixing approximately one part cement to one part fine sand passing a No. 30 mesh sieve. Mix to a consistency of thick cream, and brush thoroughly into the surface. 2. Make patching mortar of the same materials and of approximately the same proportions as concrete, except omit coarse aggregate. Prepare mortar with not more than one part cement to 2-1/2 parts sand by damp loose volume. Substitute white Portland cement for part of the gray Portland cement on exposed concrete in order to produce a color matching the color of surrounding concrete. Determine color by making a trial patch. 03300-12 03300-castinplaceco ncrete.doc 3. Use no more mixing water than necessary for handling and placing. Mix patching mortar in advance and allow to stand. Mix frequently with a trowel until it has reached the stiffest consistency that will permit placing. Do not add water. 4. After surface water has evaporated from the area to be patched, thoroughly brush a coat of bond grout into surface. When bond grout begins to lose its water sheen, apply the premixed patching mortar. Thoroughly consolidate the mortar into place and strike off to leave the patch slightly higher than the surrounding surface. To permit initial shrinkage, leave undisturbed for at least one hour before final finishing. Keep the patched area damp for seven days. Do not use metal tools in finishing patches in a formed wall which will be exposed. B. Tie Holes: Patch tie holes immediately after removal of forms. After cleaning and thoroughly dampening the tie hole, fill solid with non-shrink, non-metallic grout. C. Proprietary Materials: If permitted or required, proprietary compounds for adhesion or as patching ingredients may be used in lieu of or in addition to the forgoing patching procedures. Use such compounds according to the manufacturer's recommendations. 3.07 FINISHING OF FORMED SURFACES A. Surfaces Requiring No Finish: A finish is not required on surfaces concealed from view by earth, in the completed structure. B. Smooth Form Finish: 1. Use plywood or fiberboard linings or forms in as large sheets as practicable and with smooth, even edges and close joints. 2. Patch tie holes and defects. Rub fins and joint marks with carborundum stone to leave a smooth, unmarred finish surface. 3. Use a smooth form finish on all surfaces exposed to view and liquid. C. Related Unformed Surfaces: Tops of piers, walls, bent caps and similar unformed surfaces occurring adjacent to formed surfaces shall be struck smooth after concrete is placed. Float unformed surfaces to a texture reasonably consistent with that of the formed surfaces. Final treatment on formed surfaces shall continue uniformly across the unformed surfaces. 3.08 FINISHING SLABS AND SIMILAR FLAT SURFACES A. Shaping to Contour: Use strike-off templates or approved compacting-type screeds riding on screed strips or edge forms to bring concrete surface to the proper contour. See the section on Concrete Formwork for edge forms and screeds. B. Consolidation: Thoroughly consolidate concrete in slabs and use internal vibration in beams and girders of framed slabs and along bulkheads of slabs on grade. Obtain consolidation of slabs and floors with vibrating bridge screeds, roller pipe screeds,or other approved means. Concrete to be consolidated must be as dry as practicable. Do not permit manipulation of surfaces prior to finishing operations. C. Tolerances for Finished Surfaces: Tolerances are checked by placing a straightedge of specified length anywhere on the slab. The gap between slab and straightedge must not exceed the tolerance listed for the specified class. 03300-13 03300-castinplaceconcrete.doc Class Straightedge Length in Feet Tolerance in Inches A 10 1/8 B 10 1/4 C 10 1/4 D. Floated Finish: 1. After concrete has been placed, struck off, consolidated and leveled, do not work further until ready for floating. Begin floating when water sheen has disappeared,or when the mix has stiffened sufficiently to permit proper operation of a power-driven float. Consolidate the surface with power-driven floats. Use hand floating with wood or cork-faced floats in locations inaccessible to a power-driven machine and on small, isolated slabs. 2. Recheck tolerance of the surface after initial floating with a 10-foot straightedge applied at not less than two different angles. Cut down high spots and fill low spots to Class B tolerance. Immediately refloat slab to uniform, smooth, granular texture. 3. Provide a floated finish for the sidewalks. E. Troweled Finish: 1. To obtain a troweled finish, a floated finish as previously specified must be applied. After power floating, use a power trowel to produce a smooth surface which is relatively free of defects but which may still contain some trowel marks. Do additional trowelings by hand after the surface has hardened sufficiently. Do final troweling when a ringing sound is produced as the trowel is moved over the surface. Thoroughly consolidate the surface by hand troweling operations. .. 2. Produce a finished surface free of trowel marks, uniform in texture and appearance and conforming to Class A tolerance. On surfaces intended to support floor coverings, remove defects which might show through covering by grinding. 3. Provide a troweled finish for inside floors intended as walking surfaces. 4. The addition of water during finishing operations shall not be allowed. F. Broom or Belt Finish: 1. Immediately after completing the floated finish, draw a broom or burlap belt across the surface to give a coarse transverse scored texture. 2. Provide a broom or belt finish for exterior paving and walks as indicated on the drawings. G. Rubbed Finish: All fins shall be removed, ties and wires broken off and driven back, holes pointed up with mortar. The surface shall be wetted and rubbed with carborundum until a cement film is formed. This shall be rubbed into the surface until all voids are filled and the entire surface has a uniform appearance. The surface shall turn white and set hard. It must not dust off. All interior and exterior exposed structural concrete surfaces not receiving a painted texture coating shall be rubbed. Rubbing should begin immediately on form removal. The use of cement or grout to form a paste during rubbing shall not be allowed. w H. Chamfer all exposed corners with 3/4 inch chamfer unless noted otherwise on the drawings. 03300-14 03300-castinplaceconcrete.doc 3.09 CURING PROCEDURES A. All Freshly Cast Concrete: Shall be protected from damaging effects of the elements (freezing, rapid drop in temperature, and loss of moisture) and from subsequent construction operations. When necessary, the Contractor shall provide and use insulation and tarpaulins to maintain the concrete temperature above 50 F for the first week. Do not apply curing compound at the construction joints. B. Curing for Slabs and Footings: 1. Initial Curing. Immediately after the finishing operations are completed, the concrete shall be covered with two thicknesses of 10-ounce burlap or other approved materials, thoroughly saturated with water before placement. This covering shall remain in contact with the concrete and be kept saturated with water by spraying until the peak temperature produced by hydration has passed, but for at least 24 hours. At the end of this time, initial curing may be terminated and final curing begun. 2. Final Curing. Cover concrete with an approved curing compound conforming to ASTM Designation C309 (latest). Color to be white. Waterproof curing paper conforming to ASTM Designation C171 (latest)is also acceptable. Total curing time shall be at least seven days during which interface temperature of concrete shall be above 50 degrees curing compound shall be applied heavily and evenly in two coats until no pinhole or other coating break remains, and an opaque white coating is achieved. "Curing compound will not be allowed for final curing of structural floor slabs. Final curing will be accompiished by continuing initial curing process for the time with regard to temperature as stated above." w C. Curing for Walls and Columns: 1. Initial Curing. Immediately after concrete is completed, the exposed surface of the concrete shall be covered with two thicknesses of 10-ounce burlap or other approved absorptive materials, thoroughly saturated with water before placement. This covering shall remain in contact with the concrete and be kept saturated with water by spraying for at least 96 hours. At the end of this time, initial curing may be terminated and final curing begun. 2. Final Curing. Cover concrete with an approved curing compound conforming to ASTM Designation C309. Color to be white. Waterproof curing paper conforming to ASTM Designation C171 is also acceptable. Total curing time shall be at least ten days, during which interface temperature of concrete shall be above 50 F. "Curing compound will not be allowed for final curing of any interior or exterior exposed structural concrete. Final curing will be accomplished by continuing initial curing process for an additional ten days." Curing compound shall not be used on walls to be painted or to receive a water proofing system. 3. Alternate Initial Curing. In case forms are removed before end of initial cure period, or in the case of unformed wall surfaces (shot-crete), the exposed surfaces of the concrete shall be covered with two thicknesses of 10-ounce burlap or other approved absorptive materials, thoroughly saturated with water before placement. This covering shall be held in contact with the concrete and be kept saturated with water by spraying until the end of the initial curing period (96 hours curing). D. Protection: If at any time during the progress of work the temperature is, or in the opinion of the Engineer will drop below 40 degrees F,the Contractor shall make suitable provisions to protect the concrete. This protection shall consist of the use of insulating materials such 03300-15 03300-castinplaceconcrete.doc as blankets, mats, etc., and equipment for providing artificial heat. Unvented salamanders or other heaters which produce carbon dioxide as a by-product shall not be permitted in the building during the casting operation or for the following 36 hours. Salamanders or other heaters shall be placed in the building prior to concreting to maintain the temperature above 50 degrees F, and to remove any frost from the subgrade. A thermometer accurate +2 degrees F shall be placed at the interface of the slab under the curing blanket to record the temperature. If the temperature at this position falls below 50 degrees F, additional insulating material shall be supplied to maintain the temperature above 50 degrees F. If heaters are used, precautions shall be taken to prevent drying to the slab. Water jackets or other suitable devices shall be provide on all heaters to maintain the relative humidity of the atmosphere as high as possible. E. After the curing period, the temperature of the exposed surface shall not be permitted to drop faster than 30 degrees F, in 24 hours. F. In hot weather, suitable precautions shall be taken to avoid drying of the slab prior to the finishing operation. Wind-breaks, and/or sunshade shall be provided as directed by the Owner. During extremes in weather,floors shall not be cast unless the slab is protected by a roof and other suitable measures can be taken. After curing has been completed, the floor shall be exposed to the air for at least 48 hours prior to allowing wheel traffic on the floor. 3.10 GROUTING STRUCTURAL STEEL BASE PLATES Grout structural steel base plates solid with nonshrink grout. Use in accordance with Section 03605, Nonshrink Grout. END OF SECTION 03300-16 03300-castinplaceconcrete.doc SECTION 03605 NONSHRINK GROUT PART1 GENERAL 1.01 WORK INCLUDED This section specifies requirements for nonmetallic nonshrink grout for leveling column base plates, steel beams bearing on concrete, machinery and other equipment, for anchoring hand rail posts into sleeves embedded in concrete, and at all other locations shown or reasonably implied by the drawings. Grouting of Reinforcing Dowel bars is covered in Section 03200 - Concrete Reinforcement. 1.02 RELATED WORK A. Division 5 - Metals: 1. Structural Steel. 2. Miscellaneous Metals. 3. Floor Grating. 1.03 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM). ASTM C 309 Liquid Membrane- Forming Compounds for Curing Concrete. B. Corps of Engineers (CRD). CRD C-621, Corps of Engineers' Specification for Nonshrink Grout. 1.04 SUBMITTALS A. Acceptable brands of materials are specified herein. If substitutions of equal quality _ are proposed by the Contractor, submit the following information on the proposed substitution for approval by the engineer before delivery to the project: 1. Manufacturer's technical literature including manufacturer's specifications for mixing and placing of the grout. 2. Test results of test performed by a certified independent testing laboratory showing conformance to the following: a. CRD C-621. b. The requirements of this specification. 1.05 MANUFACTURER'S ASSISTANCE Manufacturers of proprietary products shall make available, at no cost and upon 72 hours' notification, the services of a qualified, full time employee to aid in assuring proper use of the product under job conditions. 1.06 DELIVERY AND STORAGE A. Nonshrink grout shall be delivered to the project in unopened containers and shall bear intact manufacturer's labels. _ B. Store all nonshrink grout material in dry shelter and protect from moisture. 03605-1 03605-nonshrinkgrout.doc C. Containers that are torn or damaged such that the nonshrink grout material has been exposed to the elements shall be discarded. - 1.07 MEASUREMENT AND PAYMENT _ The exact dimensions for machinery and equipment bases will depend upon the dimensions of the actual machinery and equipment furnished. No change in the contract price will be allowed if the dimensions are different from those shown on the drawings. PART 2 PRODUCTS 2.01 MATERIALS A. Nonshrink Grout: Nonshrink grout material shall be a preblended factory packaged material manufactured, under rigid quality control, specifically for use in transferring heavy loads. The nonshrink gout shall conform to the following requirements. 1. Grout shall contain nonmetallic natural aggregate and shall be nonstaining and noncorrosive. Acceptable products are Gifford-Hill "Supreme", Master Builders' "Masterflow 713", or equal. 2. Corps of Engineers CRD-C-621. 3. Resist attack by oil and water. 4. Have minimum initial setting time of approximately 1 hour at 70 degrees F. 5. Have a minimum compressive strength of 5000 psi at 28 days. 6. Free of gas-producing or releasing agents. B. Water: Water used for mixing the grout shall be potable. C. Pea Gravel: Clean pea gravel conforming to ASTM C 33 coarse aggregate graded so that at least 90 percent passes a 3/8-inch sieve and 90 percent is retained by a No. 4 sieve. D. Membrane-Forming Curing Compound: Commercial curing compound conforming to ASTM C 309, which will not permanently discolor the grout. PART 3 EXECUTION 3.01 PROCEDURES ■ Installation methods and procedures shall conform to the printed instructions of the grout manufacturer and these specifications. Where there is a conflict between these specifica;;jns and the printed instructions of the grout manufacturer, the printed instructions of the grout manufacturer shall take precedence. 3.02 SURFACE PREPARATION A. Remove all defective concrete, latence, dirt, oil, grease and other foreign material from concrete surfaces by bush-hammering, chipping, or other similar means, until a sound, clean concrete surface is achieved. • B. Lightly roughen the concrete, but not enough to interfere with the proper placement of grout. 03605-2 03605-nonshrinkg rout.doc C. Remove foreign materials from all surfaces in contact with grout. D. Align, level and maintain final positioning of all components to be grouted. Coat shims with a thin film of grease or wax to facilitate removal. E. Provide relief holes, if required, to avoid trapping air beneath the base plate. F. Take special precautions during extreme weather conditions according to the manufacturer's written instructions. s G. Saturate all concrete surfaces with clean water for the period of time specified by the manufacturer. Remove excess water and leave none standing. H. Immediately before grouting clean any contaminated surfaces. 3.03 FORMWORK A. Build leakproof forms that are strong and securely anchored and shored to withstand grout pressures. Forms shall be built high enough to provide a "head" of grout where it is required to force grout into difficult locations. B. Provide enough clearance between the formwork and the area to be grouted to permit proper placement of grout. 3.04 MIXES A. For less than a 4-inch clearance, or where size or shape of space makes grouting difficult, grout mix shall consist of grout material and water. B. For greater than 4-inch clearances where coarse aggregate will not obstruct free passage of the grout, the grout may be extended by adding clean pea gravel if allowed or recommended by the grout manufacturer. Follow the manufacturer's recom- mendation for the maximum amount of pea gravel that may be added. C. Use the minimum amount of water necessary to produce a flowable grout without causing either segregation or bleeding. 3.05 MIXING A. Mixing of nonshrink grout shall be in strict conformance to the recommendations of the grout manufacturer. B. Mix grout as close to the work area as possible and transport the mixture quickly and in a manner that does not permit segregation of materials. C. After the grout has been mixed, do not add more water for any reason. 3.06 PLACING A. Place nonshrink grouting material quickly and continuously by the most practical means permissible: pouring, pumping or under gravity pressure. Do not use either pneumatic-pressure or dry packing methods without written permission of the engineer. 03605-3 03605-nonshrin kgrout.doc r B. Follow established concreting procedures observing precautions for hot and cold weather concreting. C. When practical, apply grout from one side only to avoid entrapping air. D. Final installation shall be thoroughly compacted and free from air pockets. To facilitate placement, a 1/2- to 1-inch chain or meter strap may be pulled back and forth under the equipment during grouting. Remove chain or strap before initial set takes place. E. Do not vibrate the placed grout mixture or allow it to be placed if the area is being vibrated by nearby equipment, except when approved by the grout manufacturer. F. Do not remove leveling shims for at least 48 hours after grout has been placed. After shims have been removed, fill voids with nonshrink grout. 3.07 CURING Cure grout for 3 days after placing by keeping wet and covering with curing paper, by coating with a concrete membrane-forming curing compound or by other approved method. END OF SECTION 03605-4 03605-no nshrinkgrout.doc ITEM 04200 UNIT MASONRY PART1 GENERAL 1.01 SCOPE This section gives the requirements of concrete unit masonry wall, mounted on a reinforced concrete foundation, as shown in the drawings. 1.02 SUBMITTALS A. Product Data: Submit manufacturer's product data for each type of masonry unit, accessory, and other manufactured products, including colors, textures, and patterns of masonry to be used. B. Samples: Submit, for verification purposes, samples of exposed masonry units. C. Test Reports: Submit independent laboratory test reports of initial mortar tests, including design mix proportions. D. Shop Drawings: Submit a complete set of shop drawings showing details of erection, dimensioning, reinforcing schedule, and layout for all CMU and brick walls. 1.03 JOB CONDITIONS A. Protection of Work: During erection, cover top of walls with heavy waterproof sheeting at end of each days' work. Cover partially completed — structures when work is not in progress. B. Extend cover a minimum of 24 inches down both sides and hold cover securely in place. C. Staining: Prevent grout, mortar, or soil from staining the face of masonry to be left exposed or painted. Remove immediately grout or mortar in contact with such masonry. Protect base of walls from rain splashed mud and mortar splatter by means of coverings spread on ground and over wall surface. PART2 PRODUCTS 2.01 CONCRETE MASONRY UNITS A. Size: Manufacturer's standard split face CMU units with nominal face dimensions of 16" long x 8" high x 8' width with thickness indicated; C-129 type 1. 04200- 1 04200-unitmason ry.doc i B. Special Shapes: Provide where required for lintels, corners, jambs, control joints, bonding, and other special conditions. C. Weight Classification: Light-weight units (less than 105 pounds per cubic foot, oven-dry weight of concrete). Aggregates shall conform to ASTM C- 331. D. Cure units by autoclave treatment at a minimum of 350 degrees F and a minimum pressure of 125 psi for not less than five hours. 1. Limit moisture absorption of 25% of saturation during delivery and until time of installation. 2. Linear shrinkage shall not exceed 0.03 percent as determined by ASTM C-426. 2.02 NOT USED 2.03 MORTAR A. Portland Cement: ASTM C ' 30, Type I B. Masonry Cement: ASTM C 91 C. Hydrated Lime: ASTM C 207, Type S D. Aggregate for Mortar: ASTM C 144, except for joints less than '/4" use aggregate graded with 100% passing the No. 16 sieve. 2.04 MASONRY ACCESSORIES A. Horizontal Joint Reinforcing and Ties for Masonry: 1. Provide welded wire units prefabricated in straight lengths not less than 10', with matching corner "L" units. Fabricate from cold- drawn steel wire complying with ASTM A 82, with deformed continuous side rods and plain cross rods, into unit widths of approximately 2" less than nominal width of walls and partitions as required to position side rods for full embedment in mortar with mortar coverage of not less than %". Provide truss type joint reinforcing with diagonal cross rods spaced not more than 16" O.C. w 2. Wire Sizes: Fabricate with 9 gage side and cross rods. • 3. Single Wythe Joint Reinforcement: Ladder type; ASTM A 82 steel wire. a. Manufacturer: 1.) Dur-O-Wall: www.dur-o-wall.com 2.) Hohmann & Barnard, Inc., www,h-b.com 3.) Approved Substitute 04200-2 04200-u n itm aso n ry.do c 4. Wire Finish: Provide manufacturer's standard mill galvanized finish. For exterior walls hot-dip galvanize joint reinforcing after fabrication to comply with ASTM A 153, class B-2 coating. 5. The top three courses of all masonry walls shall have continuous joint reinforcement placed at each joint (8 inches on center). Joint reinforcement shall be terminated at expansion and control joints. Openings in masonry walls shall have joint reinforcement placed in two courses immediately above lintels and two courses immediately below all sills. B. Individual Wire Ties for Masonry 4W 1. Fabricate from 3/16" cold-drawn steel wire, ASTM A 82, unless otherwise required, of the length required for proper embedment in wythes and masonry. 2. For use with hollow masonry units laid cells vertical, provide rectangular shaped ties. C. Anchors and Ties: Provide straps, bars, bolts and rods fabricated from not less than 16 gage sheet metal or 3/8" diameter rod stock, unless otherwise specified. 2.05 MORTAR AND GROUT MIXES A. Do not lower the freezing point of mortar by using admixtures or antifreeze agents. Do not use calcium chloride in mortar or grout. B. Mortar for Unit Masonry: Comply with ASTM C 270, Proportion Specification, for types of mortar required, unless otherwise indicated. C. Grout for Unit Masonry: Comply with ASTM C 476 for grout for use in construction of non-reinforced unit masonry. Use grout of consistency indicated or if not otherwise required, of consistency (fine or course) at time of placement which will completely fill all spaced intended to receive grout. PART 3 - EXECUTION 3.01 INSTALLATION - GENERAL A. Thickness: Build single wythe walls to the actual thickness of the masonry units, using units of nominal thickness required. s B. Cut masonry units with motor-driven saw designed to cut masonry with clean, sharp, unchipped edges. Cut units as required to fit adjoining work ,y„ neatly. Use full units without cutting wherever possible. Use dry cutting saws to cut concrete masonry units. C. Do not wet masonry units. 04200-3 04200-u nitmaso nry.doc D. Lay exposed masonry in running bond with vertical joint in each course - centered on units in courses above and below. Bond and interlock each course at corners. E. Layout walls in advance for accurate spacing of surface bond patterns with uniform joint widths and to properly located movement-type joints, returns, and offsets. Avoid the use of less-than-half size units at corners, and wherever possible at other locations. F. Lay-out walls plumb and with courses level, accurately spaced and coordinated with other work. G. Stopping and Resuming Work: Rack back '/s masonry unit length in each course; do not tooth. Clean exposed surfaces of set masonry and remove loose masonry units and mortar prior to laying fresh masonry. H. Built in Work: As the work progresses, build in items specified under this and other sections of these specifications. Fill in solidly with masonry units around built-in items. 1. Where built-in items are to be embedded in cores of hollow masonry units, place a layer of metal lath in the joint below and rod mortar or grout into hole. 2. Fill CMU cores with grout three courses (24") under the bearing plates, beams, and similar conditions. 3.02 MORTAR BEDDING AND JOINTING A. Lay hollow concrete masonry units with full mortar coverage on horizontal and vertical face shells. For starting courses, spread out full mortar bed including areas under cells. B. Joints: Maintain joint widths, except for minor variations required to maintain bond alignment. If not otherwise indicated, lay walls with 3/8" joints. Tool exposed joints slightly concave using a jointer larger than the joint thickness. Rake out mortar in preparation for application of caulking and sealants where required. C. Remove masonry units disturbed after laying, clean and relay fresh mortar. Do not pound corners at jambs to fit stretcher units which have been set in position. If adjustments are required, remove units, clean off mortar, and reset in fresh mortar. D. Plastic Weep Holes: Provide and install 3/8" diameter by 4" long medium and polyethylene plastic tubes in the exterior wythe of cavity, composite and veneer walls located immediately above the ledges and flashing, spaced 2'-0" O.C., unless otherwise indicated. 04200-4 04200-u n itmason ry.doc 3.03 HORIZONTAL JOINT REINFORCING A. Provide continuous horizontal joint reinforcing as specified. Fully embed longitudinal side rods in mortar for the entire length with minimum cover of ''Y2". Lap reinforcement a minimum of 6". Do not bridge control and expansion joints with reinforcing. B. Space continuous horizontal reinforcing a maximum of 16" O.C., vertically. 3.04 ANCHORING MASONRY WORK A. Provide anchoring devices of the type indicated. If not indicated, provide standard type for facing and backup involved. B. Anchor masonry to structural members where masonry abuts or faces such members to comply with the following: 1. Provide an open space not less than 1" in width between masonry and structural member, unless otherwise required. Keep open space free of mortar or other rigid materials. 2. Space anchors as shown, but not more than 24" O.C. 3.05 CONTROL AND EXPANSION JOINTS Provide vertical control joints in masonry where required. Build in related masonry items as masonry work progresses. 3.06 REPAIR, POINTING, AND CLEANING A. Remove and replace masonry units which are loose, chipped, broken, stained, or otherwise damaged, or if units do not match adjoining units as intended. Provide new units to match adjoining units and install in fresh mortar or grout, pointed to eliminate evidence of replacement. B. Pointing: During the tooling of joints, enlarge any voids or holes and completely fill with mortar. Point up all joints in corners and adjacent work to provide a neat, uniform appearance, properly prepared for application of caulking of sealant compounds. C. Clean exposed CMU masonry by dry brushing at the end of each day's w work and after final pointing to remove spots and droppings. 04200- 5 04200-unitmasonry.doc — ITEM 09900 PAINTING PART1 GFNERAL 1.01 SCOPE This item provides requirements for furnishing labor, materials, and equipment to prepare surfaces and apply protective coating to new equipment, pumps, piping and valves, access gate, bollards, structural steel, and miscellaneous items. _ All paint shall be especially adapted for use around wastewater treatment plants and wastewater lift stations, and shall be applied in conformance with the manufactured published specifications. 1.02 REFERENCE STANDARDS Work performed and materials used must comply with the requirements of the Steel Structures Painting Council's Vol. No.1 "Good Painting Practices", and Vol. 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. 1.03 SUBSTITUTIONS 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 in water and wastewater treatment plant service 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. 1.04 SUBMITTALS A. Product Data and Shop Drawings: Submit product data, shop drawings, certificates, and instructions on all protective coating items as specified herein and in accordance with Division 1 — General Requirements. 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 the job site. This procedure must be followed whether or not the paint that the Contractor proposes to use is named in the specificaticns. Submittal data shall show where and 09900- 1 09900-painting.doc 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: 1. 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 shown 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, that is, to protect the covered material from weathering and corros,,n, shall be clearly and completely stated in the instructions. These limitations and requirements shall include, but not be limited 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 g. Drying time of final coat before placing into service h. Time allowed between coats i. Primer required to be used j. Compatible topcoats k. Weather limitations during and after application I. Physical properties of paint, including percent solids M. Application equipment settings 1.05 DELIVERY AND STORAGE A. Delivery: Have paint delivered to the job site in original unopened containers. ■ B. Storage: Store material in an approved location which meets the manufacturer's storage requirements. Recommended storage • temperatures shall be maintained. 1.06 MAINTENANCE MATERIAL • 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 09900-2 09900-painting.doc 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. 1.07 SAFETY AND HEALTH REQUIRMENTS 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 worn 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 useL o conuol 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. PART 2 PRODUCTS 2.01 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. B. Motors, Equipment, Pumps, and Valve Bodies: 1. Motors, equipment, pumps, and valve bodies shall be painted the color selected by the Fort Worth Water Department. 2. All bronze, stainless steel, or aluminum metal surfaces shall not be painted. C. Exposed Moving Parts or Guards 1. All exposed moving parts such as couplings, shafts, etc. shall be painted OSHA red. 2. All guards and shields such as belt guards, chain guards, etc. shall be painted OSHA orange. 09900- 3 09900-painting.doc r 2.02 TEST EQUIPMENT The following pieces of equipment will be used by the Contractor to determine film thickness and the presence of flaws: A. Electronic Digital Readout Gage: 0.40 mils film thickness gage including a set of Department of Commerce, Bureau of Standards Film Thickness Calibration Standards from 0 to 8 mils and 10-25 mils or equivalent. B. Wet Sponge Holiday Detector: Low voltage flow detector. C. Wet Film Thickness Gage D. Sling psychometer to measure humidity at time of application. ' 2.03 MATERIAL Paint shall arrive on the job ready-mixed, except for the tinting of undercoats and possible thinning. 2.04 COATING SCHEDULE A. Ferrous Metal, Interior, Non-Immersed 1. 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: exposed pumps, exterior of valves, pipes, motors, machinery, roof joists, hollow metal doors and frames, exposed roof deck pipe hangars, and miscellaneous metals such as structural steel in pump stations and buildings. • 2. Surface Preparation: SSPC SP-6 Commercial Blast Cleaning 3. Coating: (Epoxy Polyamide) 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 • 1. General: All exterior ferrous surfaces subject to non-abrasive conditions shall be painted in accordance with the following provisions. This includes, but is not limited to: exterior of non- submerged equipment, valves, pipes, pipe sleeves, brackets, grates, access gates, structural steel, light poles, etc. Surfaces intermittently or partially submerged shall be treated as being submerged. r 09900-4 09900-painting.doc 2. Surface Preparation: SSPC SP-6 Commercial Blast Cleaning 3. Coating: (Aliphatic-Polyurethane System) Minimum Coveraqe Manufacturer or Equal Primer, 5.0 mils DFT Tnemec 66 Color High Build Epoxoline Valspar 89 Series High-Build Epoxy Finish Coat, 4.0 mils DFT Tnemec 73 Color Endura-Shield Valspar V40 Series Urethane C. Ferrous Metal: Immersed or Subject to Abrasive Conditions 1. General: All ferrous surfaces below ground level, submerged, or subject to abrasive conditions shall be painted in accordance with the following provisions. This includes, but is not limited to: Ladders, grates, checkered plates, handrails, access covers, exterior or submerged valves, piping, brackets, structural steel, sluice gates, slide gates, drains, etc. 2. Surface Preparation: SSPC SP-10 Near White Metal Blast Cleaning. 3. Coating: (Epoxy-Polyamide System) 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 Epoxoline Valspar 89 Series High-Build D. Non-Ferrous Metal, Interior: 1. General: All non-ferrous surfaces where painting is required shall be painted in accordance with the following provisions. This includes, but is not limited to: pipe supports, underside of roof decks, and service doors. 2. Surface Preparation: SSPC-SP1 Solvent Cleaning 3. Coating: (Epoxy-Polyamide System) • Minimum Coverage Manufacturer or Equal Finish Coat, 5.0 mils DFT Tnemec 66 Color High Build Epoxoline Valspar 89 Series High-Build Epoxy E. Aluminum, Stainless Steel, Galvanized Steel, or Brass: Unless specifically called out on drawings, do not paint these surfaces. 09900-5 09900-painting.doc PART 3 - EXECUTION 3.01 WORK CONDITIONS A. Weather: 1. No coating or painting shall be applied: a. When 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 day's 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 -,Dm- -ndations as ' veather conditions under which coating systems can be applied. Do not apply finish coat in conditions where the wind is blowing at or above 10 mph, 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 application to an unsatisfactory surface. Do not proceed with surface preparation or coating application until adverse conditions are corrected to provide acceptable surface. The 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 readable. D. Warnings: Display caution signs in necessary areas advising of spray painting. 3.02 SURFACE PREPARATION 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 (SSPC) SP-1. 09900- 6 09900-painting.doc B. Grinding: Remove weld splatter and rough edges and grind rough welds so that all surfaces are in proper condition, in the opinion of the Engineer, to receive the specified coating. C. Abrasive Grit Cleaning: 1. 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. 2. Use grit of 16/40 mesh. Keep grit clean, dry, and free of clay particles and other extraneous matter. 3. 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 the day the prime coat is applied. Remove grit from surface by brush or industrial vacuum. 4. All immersed iron and steel surfaces shall be blasted to "near white" metal in accordance with SSPC SP-10, "Near White Blast Cleaning". The blast cleaning shall produce an anchor pattern of 2-1/2 to 3 mils. 5. All non-immersed iron and steel surfaces shall be commercial blast cleaned in accordance with SSPC SP-6. The blast cleaning shall produce an anchor pattern of 1-1/2 to 2 mils. 6. Concrete surfaces to be blasted should be prepared by using a brush-off blast cleaning unless otherwise specified. This blast shall lightly abraid the surface without entirely removing the surface or exposing the underlying aggregate. D. Power Tool Cleaning: Subject to review by the Engineer or his representative, any above metalwork in which SP-6 or SP-10 blasting cannot be accomplished shall be cleaned in accordance with SSPC SP-4, _ Power Tool Cleaning, removing mill scale, loose rust, loose paint, and other foreign matter. E. Shop Priming: Where metalwork, equipment, valves, and the like are shop primed, the primer used must be compatible with the coating system to be applied in the field. All information shall be furnished regarding the shop prime coat and, if not compatible with succeeding coats, the shop prime 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 drop cloths, masking, or other approved precautionary measures. 09900- 7 09900-painting.doc Repair or replace, at no extra cost, Water Department's property and work of other trades damaged, 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, light fixtures, and similar items not to be painted but which are in contact with painted surfaces. C. The Contractor shall notify the Fort Worth Water Department at least 48 hours in advance of spray painting. 3.04 MIXING AND THINNING A. Mix and thin paints in strict accordance with manufacturer's directions. B. At the time of application, paint must show no signs of hard settling, excessive skinning, or other deterioration. 3.05 COATING APPLICATION 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. C. Materials 1. Coating materials, abrasive grit, and equipment used in painting 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 rags. D. Paint Coating Methods - 1. Finished surfaces must be free from runs, drips, ridges, waves, laps, brush marks, and variations in color, texture, and finish. 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. 09900- 8 09900-painting.doc 3. 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 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 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 closed areas, provide for adequate ventilation. 6. Comply with recommendations 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 with manufacturer's surface preparation and cure schedule requirements to produce the required film thickness. 8. Repair and recoat improper applications as recommended by the manufacturer or as required by the Engineer's representative. 9. Factor furnished 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. Aluminum, 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. g. Glass h. Fiberglass doors, grating, and handrail E. Cleaning: Upon completion of work, remove all staging and scaffolding. Dispose of unused grit, containers, and rubbish in a suitable manner. 09900-9 09900-painting.doc Remove overspay, paint spots, oil, or stains on adjacent surfaces. Leave the entire job clean and acceptable. 3.06 INSPECTION AND TESTING A. Inspection 1. Surface preparation, coating application, and repairs are subject to inspection by the Engineer's representative. The standards published by the Steel Structures and Painting Council will be used as guides for acceptance or rejection of the cleaning, — painting, or coating application. Particular attention will be given hard to reach areas, bolted connections, supports, anchor bolts, and threaded joints. 2. A magnetic-type dry film thickness gage and electrical holiday detector, provided by the Contractor, will be used to determine the acceptability of the paint application. 3. Give sufficient notice in advance of coating applications so that the Engineer's representative can perform the following inspections: 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. B. Testing 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. 3.07 PAYMENT The work to be performed under "Painting" shall be considered incidental to the bid prices contained in the Proposal and will receive no direct compensation. 09900- 10 09900-painting.doc i ITEM 09901 WETWELL INTERIOR COATING i PART1 GENERAL 1.01 SCOPE This item shall govern all work, materials, and testing required for surface .• preparation, repairs, and solventless epoxy coating application to existing and proposed lift station wetwell interior. 1.02 RELATED WORK A. Division 1: General Requirements — Section 1300 "Submittals" B. Division 3: Concrete C. Division 9: Finishes — Section 9900, "Painting" 1.03 REFERENCES A. ASTM —American Society for Testing and Materials B. NACE — National Association of Corrosion Engineers C. SSPC — Steel Structures Painting Council D. ACI --American Concrete Institute 1.04 SUBMITTALS A. Submit technical data sheet on each product used, including ASTM test results indicating the product conforms to and is suitable for its intended use per Item 01300, "Submittals". B. Material Data Sheets (MSDS) for each product used. C. Manufactures application guidelines and recommendations D. Qualifications of Applicator 1. Manufacturer certification that applicator has been trained and approved in the handling, mixing, and application of the products to be used. 2. Certification by the protective coating manufacturer that the equipment to be used for applying the products has been approved and Applicator personnel have been trained for proper use of equipment. 09901 - 1 09901-wetwellinteriorcoating.doc 3. Five (5) recent references of applicator indicating successful application of a high-build solventless epoxy coating by spray application. 4. Design and application details for any additional systems and equipment to be used in site and surface preparation. 1.05 DELIVERY, STORAGE, AND HANDLING A. Materials are to be kept dry, protected from weather, and stored under cover. B. Protective coating materials are to be stored between 50 degrees F and 90 degrees F. Do not store near flame, heat, or strong oxidants. 1.06 SITE CONDITIONS A. Applicator shall conform with all local, state, and federal regulations; including those set forth by OSHA, RCRA, and the EPA, and other state and local authorities. B. Method statements and design procedures are to be provided to the Owner when confined space entry, flow diversion, debris removal, or bypass pumping is necessary in order for Applicator to perform the specified work. 1.07 WARRANTY Contractor shall warrant all work against defects in materials and workmanship for a period of one (1) year from the date of the final acceptance of the project. Contractor shall, within a reasonable time after receipt of written notice thereof, repair defects in materials and workmanship which may develop during said one year warranty period, at no cost to the Owner. PART2 PRODUCTS 2.01 EXISTING PRODUCTS A. Standard Portland cement or new concrete must be well cured prior to application of the protective coating. Generally, 28 days is adequate cure _ time for standard Portland cement. B. Cementitious patching and repair materials should not be used unless their manufacturer provides information as to its suitability for top-coating with an epoxy coating. Project specific submittals should be provided including application, cure time, and surface preparation procedures which permit optimum bond strength with the epoxy coating. 09901 -2 09901-wetwellinteriorcoating.doc C. Remove existing coatings prior to application of the new protective coating. Applicator is to maintain strict adherence to applicable NACE and SSPC recommendation with regard to proper surface preparation and compatibility with existing coatings. 2.02 REPAIR MATERIALS A. Repair materials shall be used to fill voids, structurally reinforce and/or rebuild surfaces, etc., as determined necessary by the Engineer and protective coating applicator. Repair materials must be compatible with the specified epoxy coating and shall be applied in accordance with the manufacturer's recommendations. B. The following repair products are acceptable for use in conjunction with an epoxy coating: 1. 100% solids epoxy grout that can be troweled or sprayed and specifically formulated for optimum epoxy topcoating compatibility. The epoxy grout manufacturer shall provi le instructions for epoxy topcoating procedures. 2. Factory blended, rapid setting, high early strength, fiber reinforced, nonshrink repair mortar or grout that can be troweled or pneumatically spray applied. Manufacturers shall provide information as to the suitability for topcoating with an epoxy coating. Project specific submittals shall include application procedure, cure time, and surface preparation procedures which permit optimum bond strength with an epoxy coating. 3. Shotcrete shall conform to all requirements of ACI-506, except as modified by these specifications. Shotcrete shall be composed of Portland Cement, aggregate, and water, so proportioned as to produce a concrete suitable for pneumatic application. Cured shotcrete shall have a minimum surface tensile strength of 300 psi. No coatings shall be applied prior to a full 28 day cure unless approved in advance by the Engineer. 2.03 PROTECTIVE COATING A. Manufacturer: Raven Lining Systems, Inc. Tulsa Oklahoma, 1-800-324- 2810, or approved equal. B. Description: Raven Ultra High-Build epoxy coating, a two part epoxy resin system using 100% solids based epoxy binder with fibrous and flake filters, as manufactured by Raven Lining Systems and designated as Raven 405, or approved equal. 2.04 APPLICATION EQUIPMENT Application equipment shall be specifically designed, or approved for use by the t protective coating manufacturer. 09901 -3 09901-wetwellinteriorcoating.doc P PART 3 - EXECUTION 3.01 ACCEPTABLE APPLICATORS A. Repair mortar applicators shall be trained to properly apply the cementitious mortar according to manufacturer's recommendations. B. Protective coating must be applied by a certified applicator of the protective coating manufacturer and according to manufacturer's specifications. - 3.02 EXAMINATION A. Installation of the protective coating shall not commence until the concrete substrate has properly cured and been prepared in accordance with these specifications. B. Temperature of the surface to be coated should be maintained between 40 degrees F and 120 degrees F duri,.j appli-%;ation. Prior an during application, care should be taken to avoid exposure to direct sunlight or other intense heat source to the structure being coated. Where varying temperatures exist, care should be taken to apply the coating when the surface temperature is falling versus rising. 3.03 SURFACE PREPARATION FOR WETWELL COATING A. Cleaning 1. Covers or screens shall be placed over pipe inverts to prevent extraneous material from obstructing wastewater flow. 2. All concrete that is not sound or has been damaged by chemical exposure shall be removed from the wetwell. Loose and protruding brick, mortar, grout, and concrete shall be removed using a masonry hammer and chisel and/or mechanical scrapers. 3. All contaminants, including, but not limited to grease, wax, curing compounds, sealants, salts, coatings, and all other contaminants shall be removed. 4. Surfaces to receive protective coating shall be cleaned and abraded to produce a sound surface with adequate profile to provide a strong bond between the protective coating and the concrete. All foreign materials shall be removed from the wetwell interior using high pressure water spray (3,500 to 4,000 psi). B. Preliminary Repairs: All unsealed lifting holes, unsealed step holes, voids larger than approximately one-half (1/2) inch in thickness shall be filled with patching compound at least one hour prior to application of the first spray coat. 09901 -4 09901-wetwellinteriorcoating.doc 3.04 APPLICATION OF REPAIR MATERIALS A. Cementitious repair materials shall be troweled to provide a smooth surface with an average profile equivalent to coarse sandpaper to optimally receive the protective coating. No honeycomb surfaces should remain after the final trowel of the grout or mortar. B. The repair materials shall be permitted to cure according to manufacturer recommendations. C. All surfaces should be inspected during and after preparation and before the protective coating is applied. 3.05 APPLICATION OF INTERIOR WETWELL COATING A. Application procedures shall conform to the recommendations of the protective coating manufacturer, including material handling, mixing, environmental controls during application, safety, and spray equipment. B. The spray equipment shall be specifically designed to accurately ratio and apply the specified protective coating materials and shall be regularly maintained and in proper working order. C. Specified surfaces shall be coated by spray application of a moisture tolerant, solventless, 100% solids, self-priming epoxy coating. The coating will be applied to a minimum wet film thickness of 200 mils. D. Airless spray application equipment approved by the coating manufacturer shall be used to apply each coat of the protective coating to avoid any potential contamination from compressed air oil which may encourage inter-coat delamination. E. Subsequent top-coating or additional coats of the protective coating should occur as soon as the basecoat becomes tack free, ideally within 12 hours, but no later than 24 hours after the prior coat has been applied. The protective coating manufacturer shall be consulted for any additional ® coat surface preparation guidelines if necessary. 3.06 TESTING AND INSPECTION ® A. During application, a wet film thickness gage, such as those available through Paul N. Gardner Company, Inc. meeting ASTM D4414 — Standard Practice of Measurement of Wet Film Thickness of Organic Coatings by Notched Gages, shall be provided to the Engineer's representative by the Contractor for use to ensure a monolithic coating and uniform thickness during application. 09901 -5 09901-wetwellinteriorcoating.doc B. A final visual inspection shall be made by the Engineer's and _ manufacturer's representative. Any deficiencies in the finished coating shall be marked and repaired according to manufacturer's recommendations. 3.07 PAYMENT Surface preparation and application of the Raven 405 product to the interior walls, floors, and ceilings, of the existing and proposed wetwells, placed according to specifications, to the required thickness, shall be paid per square yard of coating applied and accepted. 09901 -6 0990 1-wetwel I interiorcoating.doc ITEM 11316 SUBMERSIBLE PUMPS PART GENERAL 1.01 SCOPE This item provides requirements for furnishing and installing two (2) non-clog submersible wastewater pumping units, and two pump base elbows and guide rail systems. The complete installation shall include the foundations, placement of anchor bolts,base elbows, setting of pumps and motors, leveling and aligning equipment, guide rail system, stainless steel chain, and all hardware required to effect a complete operational pumping system, as well as other specified accessories. It is the intent of these specifications to provide for a complete properly functioning installation,and all miscellaneous items necessaryforthe properoperation of the equipment supplied shall be made a part of these specifications as if called out in specific detail. 1.02 SUBMITTALS A. General: Three submittals shall be sent to the Engineer for review. One approved copy shall be returned to the Contractor. Submittals shall meet the requirements of Item 01300, "Submittals". B. Submittals Required: 1. Certified dimension prints showing complete dimensions of all components. 2. Pump setting plans containing anchor bolt dimensions and layout. 3. Motor performance data including rating, voltage/phase/frequency, design type, service factor, insulation class, current, power factor, NEC code letter, etc. 4. Materials list showing material specifications for all components. 5. Performance curves for each pump unit showing capacity, head, NPSHR, and efficiency over the entire range of the pump 6. Service: Submit location and description of local service centers. 1.03 TESTING A. General: Equipment shall be shop tested and acceptance tested as specified hereinafter. All costs for the tests shall be borne by the Contractor. The Contractor shall submit the complete test procedures to the Engineer for approval prior to the shop and acceptance test. In the event any equipment fails to meet the performance values set forth in this specification,the equipment shall be modified and re-tested or -' replaced with equipment that performs in accordance with this specification. 11316-1 11316-submersible_pump.doc B. Shop Tests: Each pump and motor shall be performance tested at the factory prior to shipment. All pumps shall be tested with the motor cables to be supplied with the pumps. Three copies of certified test reports, including actual test records, shall be submitted and approved by the Engineer prior to shipment of the equipment. Each pump shall be tested for performance at the factory (Non-Witnessed) to determine the head versus capacity, motor total electrical power draw (KVA), and motor active electrical power draw (KW) for the full speed at which the pumps are specified and shown on the performance curve. All tests shall be run in accordance with the test code for centrifugal pumps of the Standards of Hydraulic Institute, latest edition. The motor and cable for each pump shall be tested for moisture content or insulation defects. After the test, the pump cable end shall be fitted with a shrink-fit rubber boot to protect from moisture or water. C. Field Test: Field tests shall be run on all pumps, motors, and control systems to demonstrate that they are in proper working order. Check and record amperage and voltage readings for each individual pump. Incorporate data into Operations and Maintenance Manuals. D. Acceptance Test: Acceptance test shall be run by the manufacturer's representative to demonstrate that the pumping units, motors, and control system meet the specifications and the following requirements: 1. The pumping units operate as specified without excessive noise, cavitation, vibration, and without overheating. 2. All automatic and manual controls function in accordance with the specified requirements 3. All drive equipment operates without being overloaded. 4. Motor and cable insulation integrity. 5. Demonstration of lifting and re-seating of pump. 1.04 PUMP PERFORMANCE AND DESIGN REQUIREMENTS Number of Pumps Supplied: Two Number of Base Elbows Supplied: Two Number of Guide Rail Systems Supplied: Two Design Point: 1,300 gpm at 25' TDH Min. Shut off Head: 40' Max. NPSHR at Design Point: 30' Min. Pump Hyd. Efficiency at Design Point: 75% Minimum Solids Passing Capacity: 3" Max Pump Operating Speed: 1,200 RPM Minimum Pump Discharge Size: 6" Max. Motor Rating 15 HP Min. Motor Service Factor 1.10 Electrical Service 480-volt, 3-phase Stator Temperature Sensor Yes Leakage Sensor Yes Wetwell Depth Approximately 30' 11316-2 11316-submersible_pump.doc PART PRODUCTS 2.01 COMPONENT CONSTRUCTION A. Pump Design The pumps shall be capable of handling raw unscreened wastewater. The _ discharge elbows shall be permanently installed in the wetwell along with the discharge piping. Pumps shall be easily removable for inspection or service, requiring no bolts, nuts or other fastenings to be removed for the purpose and no need for personnel to enter the pump well. Sealing of the pumping unit to the discharge elbow shall be accomplished by a simple linear downward motion of the pumps with the entire weight of the pumping units guided to and pressed tightly against the discharge elbow. No portion of the pump shall bear directly on the floor of the sump, and there shall be no more than one 90 degree bend allowed between the volute discharge flange and sump piping. Guide bars, which shall steer the pump into proper contact with the discharge elbow shall be non-adjustable and shall not bear the weight of the pump. B. Hydraulic Components The pump casing shall be of gray iron with a gray iron or ductile iron slide rail guide shoe attached to the discharge flange as an integral assembly. Casing shall be easily removable from the motor for full inspection of the impeller. All exposed nuts or bolts shall be AISI type 304 stainless steel. The pump openings and passages shall be adequate to pass 3" diameter spheres and any trash or stringy material which may pass through a wastewater collection system. The back of the impeller shall incorporate straight auxiliary vanes to hydraulically reduce pressure on the primary seal, and force debris away from the _ impeller clearance. No wearing rings or adjustments of the backside clearance will be required. The impeller shall be of semi-axial flow design, incorporating sweeping vanes with wide flow channels. It shall be gray iron or ductile iron with designed counter mass for dynamic balancing to eliminate vibration. Balancing shall not deform or weaken the impeller. C. Discharge Elbow The discharge elbow shall be designed to mount directly to the sump floor and shall be supplied for each pump. It shall be standard ANSI 125 pound flange faced and drilled on the outlet side to match inlet connection. The design shall be such that the pump to discharge connection is made without the need for nuts, bolts, or gaskets. The adaptor,elbow shall anchor and align the stainless steel guide rails. 11316-3 11316-submersible_pump.doc i D. Pump Motor 1. The submersible pump motor shall operate in accordance with electrical power indicated on the Drawings. The motor and pump must be connected to form an integral unit. Motor shall be a squirrel-cage, induction type in an air-filled, water-tight enclosure. The motor shall conform to NEMA design class B, and incorporate Class H insulation materials to withstand a continuous operating temperature of 180 degrees C. The pump and motor shall be capable of handling liquids with a maximum temperature of 40 degrees C. Oil filled motors shall not be acceptable. _ 2. Motor shall be capable of sustaining a minimum of 10 starts per hour. The motor shall operate while only partially submerged and not require a cooling jacket or any other means of auxiliary cooling during normal continuous operation. i 3. Motor housing shall be cast iron, ASTM A48. The stator shall consist of copperwindings with copper connectors applied to high-grade electrical steel i laminations. The stator shall be held securely in place by a heat—shrink fit into the motor housing. Any other means of securing the stator which will require penetration of the motor housing will not be considered acceptable. 4. Rotor shall be solid cast and dynamically balanced for vibration free operation. Rotor end bars and short circuit rings shall be of aluminum. The upper and lower bearing shall be of heavy duty design,capable of supporting the shaft and rotor while under maximum radial and thrust loads. The bearings shall be permanently grease lubricated and sealed at the time of installation. E. Cable Seal The cable entry seal design shall provide strain relief and preclude specific torque requirements to insure a watertight and submersible seal. The assembly shall provide ease of changing the cable when necessary using the same entry seal. Epoxies, silicones, or other secondary sealing systems shall not be acceptable. i The cable entry junction chamber and motor shall be separated by a terminal board which shall isolate the stator housing from foreign material gaining access through the pump top. The use of wire nuts or crimp-type connectors is not acceptable. F. Mechanical Seal Provide two totally independent mechanical shaft seals, installed in tandem, each with its own independent single spring system acting in a common direction. Install the upper seal in an oil filled chamber with drain and inspection plug for easy access from external to the pump. The seal buffer chamber shall contain a non-toxic oil. A drain and inspection plug, with positive anti-leak seal, shall be provided with the chamber. Lower seal shall be tungsten carbide,or approved equal. Upper seal shall be steel on tungsten carbide, or approved equal. a.. 11316-4 11316-submersible_pump.doc Provide seals requiring neither routine maintenance nor adjustment, but capable of w being easily inspected and replaced. G. Shaft Provide common pump/motor shaft of sufficient size to transmit full driver output with a maximum deflection of 0.002 inches measured at the lower mechanical seal. The shaft shall be stainless steel and isolated from the pumped media. H. Guide Rail System The guide rail assembly shall guide the pump unit in raising and lowering. The guide bars shall not support any portion of the weight of the pump. The entire rail system shall be constructed of stainless steel. The lower guide bar holders shall be integral with the discharge elbow. The pump unit shall be guided on the bars by a guide bracket with shall be an integral part of the pump. Two guide rail systems to be provided by the pump manufacturer. A stainless steel lifting chain shall be attached to the pump lifting bail in sufficient lenc-" ', connect directly to the hoist for single lift eration. An eyelet shall be provided at the upper end of this chain. I. Motor Power Cables Pump motor cables shall be suitable for submersible wastewater pump applications and heavy mechanical stresses. The power cable shall be sized according to NEC standards and have FM approval. The total length of power and control cable shall be,as required to connect the pumps to the electrical junction boxes shown on the drawings (minimum 60' length), without splicing. J. Motor Bearing and Seal Leak Sensors Furnish temperature monitoring devices in motorwindings and lower bearing for use in conjunction with and supplemental to external motor overload protection. _ Arrange controls to shut down pump should any of the monitors detect high temperature and automatically reset once motor or bearing temperature returns to normal. Set temperature monitors at levels recommended by pump manufacturer. Provide a moisture detector in the motor's stator cavity which allows a control relay to indicate leakage into the motor, past the inner mechanical seal prior to its entrance into either the motor stator,or the lower bearing. Provide stainless steel float switch in a separate leakage collection chamber to indicate leakage past inner mechanical seal prior to entrance into motor stator or lower bearing. If water enters motor housing or lower bearing, moisture detector shall cause pump to shut down. An alternate shall be an electrical probe in the oil chamber for detecting the presence of water in the oil chamber. A solid-state device mounted in the pump control panel or in a separate enclosure shall send a low voltage, low amperage signal to the probe. If water enters the oil chamber, the probe shall signal the solid- state relay in the control panel. The relay shall energize a warning light on the control panel. w 11316-5 11316-submersible_pump.doc PART 3 EXECUTION 3.01 OPERATION OF SYSTEM On sump level rise, lower switch shall first be energized, then upper switch shall next energize and start lead pump. With lead pump operating, sump level shall lower to low switch turn off setting and pump shall stop. Alternating relay shall index on stopping of pump so that lag pump will start first on next operation and become lead pump. If sump level continues to rise when lead pump is operating,override switch shall energize and start lag pump. Both lead and lag pump shall operate together until low level switch turns off both pumps. If level continues to rise when both pumps are operating, alarm switch shall energize and signal the alarm. If one pump should fail for any reason, the second pump shall operate on the override control and if the level rises above the override control, the alarm shall signal. 3.02 OPERATIONS AND MAINTENANCE MANUALS The operations and maintenance manuals for each type of equipment furnished by the Contractor shall be a separate document meeting '^ folln-_-Ing specific r--° '-ements: A. Format and Organization 1. Use drawings and photographs to illustrate the printed text as necessary to fully present the required information. 2. Where information covers similar items of equipment, identify the applicable portions by heavy weighted arrows, boxes, or circles, or strike out the inapplicable information. Nonconforming data is not acceptable and will be returned for rework and resubmittal. B. Contents 1. Table of Contents and Index 2. Description of each system and components 3. Complete starting and stopping procedures 4. Emergency stopping procedures 5. Operating instructions, including special operating instructions. 6. Routine maintenance procedures 7. Lubrication requirements 8. kl:.nufacturer's printed operating and maintenance instructions, parts lists, illustrations, and exploded view diagrams. 9. Complete copy of approved shop drawing, including cross sections. 10. Complete procedure for installation, alignment, adjusting, and checking. 11. List of spare parts, recommended spare parts, and recommended quantity. 12. Name, address, and phone number of supplier's headquarters. 13. Safety instructions and requirements. 14. Electrical schematic diagram. 15. Control wiring diagram. 16. Copy of warranty or bond. 11316-6 11316-submersible_pump.doc 17. Performance curves, engineering data and start-up test results, including start-up amperages, running amperages, and line voltages. C. Materials 1. Loose leaf on 30 pound punched paper, protected to repel oil and moisture and be wear resistant. 2. Printed on one side only. 3. Of original quality, reproducible by dry copy method. H. Final Submittal Four copies of operations and maintenance manual shall be submitted to the Fort Worth Water Department prior to final acceptance. 3.03 EXECUTION Start up and acceptance testing shall be conducted by the pump manufacturer's factory trained start up representative. The acceptance test shall be conducted in the presence of the Engineer and the Contractor. Final site specific adjustments shall be made to ensu—a proper functioning system. Copies of acceptance testing results shall be incorporated into the O&M Manual by the Manufacturer. 3.04 WARRANTY Manufacturer shall warrant in writing the entire pump system to be free from defects in materials and workmanship for a period of five (5) years starting from the date of start-up and acceptance.testing. The manufacturer shall submit in writing, a letter guaranteeing compliance to pump performance data submitted. No pro-rating of warranty will be allowed. 11316-7 11316-s u b mers i bl e_p u m p.doc aw i ITEM 11321 — ODOR CONTROL PART GENERAL 1.01 SCOPE Contractor shall provide all materials, equipment and labor required to install a complete, skid mounted, self-contained, drum scrubber type odor control system as described herein. PART 2 PRODUCTS 2.01 GENERAL A. Drum Capacity: 200 Gallons — B. Media Type: impregnated activated alumina C. Removal Efficiency: 99.5% Minimum D. Airflow range: 15 cfm to 186 cfm 2.02 DRUM A. Drum shall be constructed of linear, low density, polyethylene with a minimum thickness of/.". B. All hardware shall be 316 stainless steel. C. The drum shall be supplied with two (2) media sampling points, 1' min. diameter. D. The drum media shall be supported by an FRP air diffuser. E. The drum shall be supplied with a drain line and ball valve, min '/.". F. Drum shall contain an 8" flexible coupling or flanged outlet for the gas vent piping. 2.03 BLOWER SECTION A. The blower shall be sized to delivery 130 cfm with the damper half open and 186 cfm with the damper fully open. B. The blower/motor shall be covered with a FRP rainhood. C. The blower shall consist of a direct drive motor-fan assembly. D. The motor shall be a 0.5 HP, 115 V single phase, 60 Hz, TEFC motor. 2.04 MEDIA A. Shall be capable of absorbing and removing odorous gases. 11321-1 11321-ordor-control.doc B. Shall be UL class 1 or 2 listed. C. The manufacturer shall, after start up, analyze media samples to predict the remaining life of the media. Such service shall be at the manufacturer expense. D. Shall be capable of holding 17 cubic feet of odor absorbing media. 2.05 Manufacturer shall have a minimum of ten (10) years experience in control equipment. Approved manufacturer is Purafil Environmental Systems Divisions(ESD), Drum Scrubber (DS-500) or approved equal. PART 3 EXECUTION 3.01 WARRANTY A. The manufacturer shall warrant the odor control unit being supplied to the OWNER against defects in workmanship and materials for a period of two (2)years from date of substantial completion. B. The manufacturer shall approve the installation before operation and test the equipment in the presence of OWNER or his representative for conformance to the requirements. C. The manufacturer shall provide 2 copies of the operations and maintenance manuals for the unit (motor, drum, media, etc.) 11321-2 11321-ordor-control.doc ITEM 11350 ALUMINUM ACCESS HATCHES AND APPURTENANCES PART1 GENERAL 1.01 SCOPE Furnish and install access hatches at locations shown on the drawings. 1.02 ACCEPTABLE MANUFACTURERS A. Bilco Company B. Flygt Company C. Approved Equal 1.03 SHOP DRAWINGS 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. 1.04 WARRANTY Manufacturer shall guarantee against defects in material and workmanship for a period of two years, beginning on the date of shipment. Warranty information shall cover hatches, ladders, and ladder-up. PART 2 PRODUCTS ■ 2.01 SINGLE DOOR ALUMINUM ACCESS HATCH A. Bilco Type "J" single-leaf aluminum with channel frame with opening dimensions as shown on drawings, or equal. Hatch shall be lockable. B. Door shall be aluminum '/<-inch diamond pattern plated, reinforced to withstand a live load of 300 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 having inside and outside handles. Assemble hatch with heavy forged brass inside hinges, stainless steel pins, and automatic hold-open arm with release handle. D. All hardware to be stainless steel. • 11350- 1 11350-access hatch.doc i E. Installation shall be in accordance with manufacturer's instructions. Manufacturer shall guarantee against defects in material or workmanship for a period of five years. 2.02 DOUBLE DOOR ALUMINUM ACCESS HATCH A. Bilco Type "JD" double-leaf aluminum with channel frame, with opening dimensions as shown on the drawings, or approved equal. i B. Door shall be aluminum '/,inch diamond pattern plate, reinforced to withstand a live load of 300 pounds per square foot with minimal deflection. C. Channel frame shall be '/-inch aluminum with an anchor flange around perimeter. A drainage coupling shall be located in the frame. D. Fabricate cover with latching device having inside and outside handles. Assemble hatch with heavy forged brass inside hinges, stainless steel pins, and automatic hold-open arm with release handle. E. All hardware shall be stainless steel. F. Installation shall be in accordance with manufacturer's recommendations. Manufacturer shall guarantee against defects in material and workmanship for a period of five years. G. All aluminum access hatches which provide access to lift station wetwell shall�be installed complete with a hatch net or grate fall prevention system. Fall prevention system shall be manufactured by Hatch Net, Flygt, or approved equal. PART 3 - EXECUTION 3.01 INSPECTION A. Verify that work of other trades which affects or adjoins the work specified under this section has been completed or is prepared to receive the work specified herein. B. Examine surface to receive hatches for '-)reign material or unevenness which would prevent proper installation of the work specified herein. C. Do not proceed with installation until all defects are corrected. 3.02 INSTALLATION Installation shall be performed by an experienced contractor in strict accordance with reviewed shop drawings. 3.03 CLEANING AND REPLACEMENT 11350-2 11350-access hatch.doc A. At the completion of the work, and throughout the project warranty, all hatches must be free from operating and other defects. B. Any defect resulting from the manufacture, transport, or installation must be rectified without any additional cost to the Owner. 11350-3 11350-access_hatch.doc ITEM 15060 PLASTIC PIPE AND FITTINGS PART1 GENERAL 1.01 SCOPE OF WORK Furnish all labor, materials, equipment, and incidentals required, and install in the locations as shown in the drawings, the plastic piping and appurtenances. 1.02 QUALIFICATIONS All plastic pipe shall be furnished by a manufacturer who is fully experienced, reputable, and qualified in the manufacturer of the items furnished. The piping shall be designed, constructed, and installed in accordance with the best practices and methods and shall comply with these specifications. 1.03 RELATED REQUIREMENTS 18" and 12" PVC gravity sanitary sewer pipe shall be �- accordance with E1-24 "Polyvir ,,, � hloride (PVC) Plastic Water Pipe", E1-27, r1VC Plastic Sewer Pipe and Fittings", of the Fort Worth Water Department Specifications and ASTM D 1784 and F-789, except as revised within this specification. 1.04 SUBMITTALS Shop drawings shall be submitted to the Engineer for approval in accordance with Item 01300 and shall include dimensioning, methods and locations of supports, and technical specifications for all piping furnished. PART 2 PRODUCTS 2.01 MATERIALS A. Plasticized pipe (PVC pipe as shown on the drawings) shall be manufactured from rigid, unplasticized, polyvinyl chloride meeting ASTM D-1784 Type 1, Grade 1 and manufactured in accordance with ASTM D- 1785. The pipe shall have a design stress rating of 2,000 psi at 73 degrees F, and shall be suitable for field cutting and solvent welding. Pipe shall be of the sizes as shown on the drawings. Gravity sewer pipe shall meet the requirements of ASTM D-1784 and F-789 and E1-24 and E1-28. Threaded pipe shall be Schedule 80, and buried electrical conduit shall be Schedule 40 unless otherwise shown. Exposed exterior pipe shall contain ultraviolet inhibitors. B. Below grade plastic pressure lines 4 inches and larger designated as PVC on the drawings shall meet the requirements of AWWA C900 "Polyvinyl Chloride (PVC) Pressure Pipe". The joints shall consist of a spigot and an integral bell containing a locked-in elestomer ring in accordance with ASTM F-477. 15060- 1 15060-plastic_pipe.doc C. Fittings shall be the socket type for solvent welded joints as designated in _ ASTM D-2467 and D-2466, using solvent as specified in ASTM D-2564, except where threaded or flanged. Flanges shall be furnished with 1/8- inch thick full faced gaskets. Flange bolts and nuts shall be ASTM A276, Type 304 or 316 stainless steel. D. Fittings, special unions, and flanges shall be of the same schedule number and manufactured of the same materials as the pipe. E. Gaskets in plastic pipe shall be of a material suitably resistant to the fluid within the respective pipelines and shall be subject to the approval of the Engineer. PART 3 - EXECUTION 3.01 INSTALLATION A. The installation of plastic pipe shall be in accordance with manufacturer's technical data and printed instructions, and according to details within the contract drawings. B. Joints for above grade plastic pipe shall be solvent welded except flanged or threaded where required. In making solvent welded connections, clean dirt and moisture from pipe and fittings, bevel pipe ends slightly with emery cloth, if necessary, and apply solvent cement of the proper grade. Expansion joints shall be installed every 50 feet on long runs and in every straight run longer than 15 feet. C. Installation of valves and fittings shall be in strictly in accordance with manufacturer's instructions. Particular care shall be taken not to overstress threaded connections at sleeves. In making solvent weld connections, the solvent shall not be spilled on valves or allowed to run from joints. D. All pipe shall have a sufficient number of unions to allow convenient removal of piping and shall be approved by the Engineer. E. All plastic pipe to metal pipe connections shall be made using flanged or mechanical joint connections. Metal piping shall not be threaded into plastic fittings, valves, or couplings nor shall plastic piping be threaded into metal valves, fittings, or couplings. F. Concrete inserts for hangars and supports shall be furnished and installed in the concrete as it is placed. The inserts shall be set in accordance with the requirements of the piping layout, and the Contractor shall verify these locations from approved piping layout drawings and the structural drawings. G. Buried piping shall be thrust blocked at changes in direction of pipe, changes in pipe size, dead ends, connections to valves and hydrants, and at any place thrust develops in the pipe. 15060- 2 15060-plastic_pipe.doc 3.02 FIELD PRESSURE TEST New mains shall be hydrostatically field tested before acceptance by being placed under 1.5 times system pressure (or 175 psi) for a period of not less than 24 hours. It is the intent of these specifications that all joints be watertight and that all joints which are found to leak either by observation or during any test shall be made watertight by the Contractor. Leakage shall be defined as the quantity of water that must be supplied into the newly laid pipe or any valved section thereof to maintain pressure within 5 psi of the specified test pressure after the pipe has been filled with water and the air expelled. Leakage shall not be measured by a drop in pressure in a test section over time. Allowable leakage shall be defined as any leakage under the following formula: L = SD sqrt (P) 1 133,200 Where: L = allowable leakage, in gallons per hour S = length of pipe tested, in feet D = nominal diameter of the pipe, in inches • P = average test pressure during the leakage test, in psig If repairs are required, the hydrostatic field test shall be repeated until the pipe installation conforms to the specified requirements. 3.03 PAYMENT Underground water and sewer pipe shall be paid at the lump sum price for "Underground Yard Piping." Underground and above-ground plastic pipe and conduit used for electrical purposes shall be paid at the lump sum price for "Lift Station Electrical, Control, and Instrumentation". 15060- 3 15060-plastic_pipe.doc i ITEM 15070 DUCTILE IRON PIPE AND FITTINGS PART1 GENERAL 1.01 SCOPE OF WORK Furnish all labor, materials, equipment, and incidentals required, and install in the locations inside, under, and outside of structures as shown on the drawings, all ductile iron piping, cast iron, or ductile iron fittings, and appurtenances as shown on the drawings and as specified herein. 1.02 QUALIFICATIONS All of the ductile iron pipe and cast iron or ductile iron fittings shall be furnished by manufacturers who are fully experienced, reputable, and qualified. The pipe and fittings shall be designed, constructed, and installed in accordance with the best practices and methods, and shall comply with these specifications as applicable. 1.03 RELATED REQUIREMENTS Ductile or cast iron pipe and fittings shall meet the requirements of E1-6 "Ductile Iron Pipe", E1-7 "Ductile Iron and Gray Iron", E1-13 "Polyethylene Wrapping, E2- 6 "Installing Ductile Iron Pipe, and E2-7 "Installing Cast Iron Pipe Fittings, and Specials" of the Fort Worth Water Department Specifications, except as noted herein. 1.04 SUBMITTALS Shop drawings shall be submitted to the Engineer for approval in accordance with Item 01300 and shall include dimensioning, methods and locations of supports, and technical specifications for all piping furnished. PART PRODUCTS 2.01 MATERIALS A. Ductile Iron Pipe: 1. Ductile iron pipe shall conform to the requirements of AWWA C150 "Thickness Design of Ductile Iron Pipe", and AWWA C151 (where called out) and AWWA C153 (where called out). Use thickness Class 53 for all piping so designated on the plans. 2. Ductile iron piping and fittings shall be double thickness cement mortar lined and bituminous seal coated in accordance with AWWA C104. Provide manufacturer's standard bituminous coating inside and outside of all ductile iron pipe and fittings, except piping exposed to view shall not have the standard exterior _ coating. 15070- 1 15070-ductile_pipe.doc 3. Pipe and fittings exposed to view in the finished work shall not receive the standard tar or asphalt coat on the outside surfaces, but shall be shop-coated on the outside with coat tar enamel in accordance with Item 9900 "Painting". All other pipe and fittings shall be shop coated on the outside with coal tar enamel in accordance with AWWA specifications and will not require any other special coating. Should portions of the pipe inadvertently be given the outside coating of coal tar enamel instead of rust inhibitive primer as required for exposed piping, the surfaces shall be sealed with a non-bleeding sealer coat. Sealing shall be made a part of the work of this section. 4. Where called out, ductile iron pipe and fittings shall receive an interior lining in order to protect the pipe from corrosion caused by the transport of wastewater. B. Fittings: Fittings for use with flanged joints or mechanical joints on ductile iron pipe shall be cast iron or ductile iron fittings conforming to ANSI B16.1 or AWWA C110. Flanges shall be faced and drilled in accordance with ANSI B.16.1, Class 125. All fittings shall be pressure rated at 250 psig. Where specifically called out in the plans, fittings shall be ductile iron mechanical joint compact fittings per ANSI/AWWA C153. C. Flanges: Flanges for ductile or cast iron pipe shall conform to ANSI 816.1, Class 125. Screwed on flanges shall be attached to the pipe in the shop; attachment, aligning, and facing shall conform to AWWA C115. All flanged pipe, including flanged-by-plain end pieces, shall be hydrostatically tested to 175 psig. D. Mechanical Joints: Mechanical joints for use with ductile iron pipe shall conform to AWWA C111. Carefully assemble mechanical joints in accordance with manufacturer's recommendations. Lubricate joint surfaces with heavy vegetable soap solution immediately prior to installing gasket on spigot end. If seal is defective, disassemble the joint, thoroughly clean it, and re-assemble the joint. Do not over-tighten bolts to compensate for poor installation practice. E. Seal Strips: Where required on drawings, use Link Seals, as manufactured by Thunderline Corporation, Wayne Michigan, or equal. F. Sleeve-Type Couplings 1. Sleeve-type couplings shall be as made by Dresser Manufacturing Division, Smith-Blair, Inc., Clow Company, or approved equal. 2. Couplings for buried pipe shall be of cast iron with stainless steel bolts and nuts, unless otherwise indicated. 15070-2 15070-ductile_pipe.doc 3. Couplings for exposed pipe shall be fitted with harness-style couplings or joint restraints with stainless steel nuts and bolts, unless otherwise indicated. 4. Couplings shall be provided with the gaskets of a composition suitable for exposure to the liquid within the pipe. G. Wall Castings 1. Wall castings shall be of the sizes and types shown on the drawings. Flanges and mechanical joint bells shall be drilled and tapped for studs where flush with the wall. 2. Wall casting shall be provided with an intermediate wall collar. The collar shall be located at the center of the overall length of casting for castings set flush with the wall. For castings which extend through the wall, the collar shall be located such that it is within the middle third of the wall. Collars shall either be cast integrally with the casting or shall be of the assembled type consisting of two mechanical joint retainer glands with gasket. .. H. Base Bends: Base bends and tees shall have machined and drilled bases. I. Filler Flanges and beveled filler flanges shall be furnished and installed as required. Filler flanges and beveled filler flanges shall be furnished faced and drilled complete with extra length bolts. Filler flanges shall be Clow F-1984 or equal and beveled filler flanges shall be Clow F-1986 or approved equal. J. Blind flanges shall be furnished and installed as required. Blind flanges shall be furnished faced and drilled to ANSI 816.1, 125 lb standard. K. Polyethylene Encasement: Encasement for buried pipe shall be 8 mil continuous polyethylene encasement conforming to AWWA C105. PART 3 - EXECUTION 3.01 HANDLING AND PIPE FITTINGS A. Care shall be taken in loading, transporting, and unloading to prevent injury to the pipe or coatings. Pipe or fittings shall not be dropped. All pipe or fittings shall be examined before laying, and no piece shall be installed which is found to be defective. Any damage to the pipe coatings shall be repaired as recommended by the manufacturer. B. If any defective pipe is discovered after it has been laid it shall be removed and replaced with sound pipe in a satisfactory manner at no expense to the Owner. All pipe and fittings shall thoroughly cleaned before !aying, shall be kept clean until they are used in the work, and when installed or laid, shall conform to the lines and grades required. 15070-3 15070-ductile_pipe.doc a — 3.02 LAYING EXTERIOR PIPE AND FITTINGS A. All pipe shall be sound and clean before laying. When laying is not in progress, including lunchtime, the open ends of the pipe shall be closed by a watertight plug or other approved means. Good alignment shall be preserved in laying. The deflection at joints shall not exceed the recommended by manufacturer. Fittings, in addition to those shown on the drawings, shall be provided, if required, in crossing utilities which may be encountered upon opening the trench. B. When cutting pipe is required, the cutting shall be done by machine, leaving a smooth cut at right angles to the axis of the pipe. Cement linings shall be undamaged. C. Joint restraint shall be provided at all fittings and other locations as directed by the Engineer or shown on the drawings. Joint restraint shall be provided by concrete thrust blocks and/or mechanical joint restraint. Where pipe is installed in locations where there is insufficient undisturbed material, mechanical joint restraint and concrete thrust blocks shall be used. For concrete thrust blocks, bearing area shall be adequate to prevent any movement of the fitting. Minimum bearing areas shall be according to Figure 9 of the Fort Worth Water Department Specifications. Concrete shall be placed against undisturbed material, and shall not cover joints, bolts or nuts, or interfere with removal of any joint. Wooden side forms shall be provided for thrust blocks. D. Jointing Ductile Iron Pipe 1. Push-on joints shall be made in strict accordance with manufacturer's instructions. Pipe shall be laid with bells looking ahead. A rubber gasket shall be inserted in the groove of the bell end of the pipe, and the joint surfaces cleaned and lubricated. The plain end of the pipe to be entered shall then be inserted in alignment with the bell of the pipe to be joined, and pushed home with a jack or other approved means. After joining the pipe, a metal feeler shall be used to make certain that the rubber gasket is correctly located. 2. Mechanical joints at valves, fittings, and where designated shall be in accordance with "Notes on Method of Installation" under ANSI Specification A21.11 and the instructions of the manufacturer. To assemble the joints in the field, thoroughly clean the joint surfaces and rubber gasket with soapy water before tightening the bolts. Bolts shall be tight to the specified torques. Under no condition shall extension wrenches or pipe over handle of ordinary ratchet wrench be used to secure greater leverage. 3. Flanged joints shall be made using ring gaskets of rubber with cloth insertion. Gaskets 12 inches in diameter and smaller shall be 1/16 inch thick; larger than 12 inches shall be 3/32 '.-ich thick. Flanged joints shall be made with bolts, bolt studs with nut on 15070-4 15070-ductile_pipe.doc each end, or studs with nuts where the flanged is tapped. The number and size of bolts shall conform to the American Standard for Low Carbon Steel, Externally and Internally Threaded Standard Fasteners, Designation A307-68. Bolt studs shall be of the same quality as machine bolts. 4. Prior to installation of sleeve-type couplings, the pipe ends shall be cleaned thoroughly for a distance of 8 inches. Soapy water may be used as a gasket lubricant. A follower and gasket, in that order, shall be slipped over each pipe to a distance of about 6 inches from the end, and the middle ring shall be placed on the already laid pipe end until it is properly centered over the joint. The other pipe end shall be inserted into the middle ring and brought into proper position in relation to the pipe already laid. The gaskets and followers shall then be pressed evenly and firmly into the middle ring flares. After the bolts have been inserted and the nuts have been made up finger-tight, diametrically opposite nuts shall be progressively and uniformly tightened all around the joint by use of a torque wrench of the appropriate size and torque for the bolts. The correct torque as indicated by a torque wrench shall not exceed 75 ft-lb for 5/8 inch bolts and 90 ft-lb for 3/4 inch bolts. 5. After assembly and inspection and before being backfilled, all exterior surfaces of the buried sleeve-type couplings , including the middle and follower rings, bolts, and nuts shall be heavily and thoroughly coated with approved heavy-body bituminous mastic. Care shall be taken and appropriate devices used to ensure that the underside, as well as the more readily accessible parts, are well coated. Where flanged pipe joints are to be on either side of a sleeve-type coupling in the piping, sleeve-coupling bolts should ■ not be made up until the flanged joints have been made. To prevent sleeve-type couplings from pulling apart under pressure, a suitable flange clamp assembly shall be provided and installed where shown in the drawings. 6. All valves, hydrants, fittings, and other appurtenances needed upon the pipe lines shall be set and jointed as indicated on the drawings or as required. 3.03 INSTALLING INTERIOR DUCTILE IRON PIPE AND FITTINGS • A. All pipe and fittings shall be installed true to alignment and rigidly supported thrust anchors shall be provided where required. Any damage ■ to linings shall be repaired to the satisfaction of the Engineer before the pipe in installed. Each length of pipe shall be cleaned out before erection. B. Sleeves or wall pipe shall be installed of proper sizes for all pipes passing through floors or walls, as shown on the drawings. Where indicated or required for liquid or gas tightness, the pipe shall be sealed with a mechanical seal using Link Seals or approved mechanical method. 15070- 5 15070-ductile_pipe.doc C. Concrete inserts and hangars for supports shall be furnished and installed in the concrete as it is placed. The inserts shall be set in accordance with the requirements of the piping layout and jointing method and their locations shall be verified from approved piping layout drawings and the structural drawings. D. Flanged joints shall be made with bolts, bolt studs with a nut on each end, or studs where the nut is tapped. The number and size of bolts shall conform to the same American Standard as the flanges. Bolts and nuts shall, except as otherwise specified or noted on the drawings, be Grade B _ conforming to the ASTM Standard Specification for Low Carbon Steel, Externally and Internally Threaded Standard Fasteners, Designation A307-68. Bolt studs shall be the same quality as machine bolts. E. Gaskets shall be ring gaskets of rubber with cloth insertion. Gaskets 12 inches in diameter and smaller shall be 1/16 inch thick; larger than 12 inches in diameter, 3/32 inch thick. F. All valves, fittings, equipment, and a g ppurter�nces needed upon the ,, , clines shall be set and jointed as indicateu on the drawings or as required. All pipe and appurtenances connected to equipment shall be supported in such a manner as to prevent any strain being imposed on the equipment. When manufacturers have indicated requirements that piping loads shall not be transmitted to their equipment, a certification shall be submitted stating that such requirements have been complied with. 3.04 SURFACE PREPARATION AND PAINTING All piping and fittings exposed to view shall have its surface prepared and be shop painted as specified under item 9900 "Painting". 3.05 FIELD PRESSURE TEST New mains shall be hydrostatically field tested before acceptance by being placed under 1.5 times system pressure (or 175 psi) for a period of not less than 24 hours. It is the intent of these specifications that all joints be watertight and that all joints which are found to leak either by observation or during any test shall be made watertight by the Contractor. Leakage shall be defined as the quantity of water that must be supplied into the newly laid pipe or any valved section thereof to maintain pressure within 5 psi of the specified test pressure after the pipe has been filled with water and the air expelled. Leakage shall not be measured by a drop in pressure in a test section over time. Allowable leakage shall be defined as any leakage under the following formula: L = SD sqrt (P) / 133,200 Where: L = allowable leakage, in gallons per hour 15070-6 15070-ductile_pipe.doc S = length of pipe tested, in feet D = nominal diameter of the pipe, in inches P = average test pressure during the leakage test, in psig If repairs are required, the hydrostatic field test shall be repeated until the pipe installation conforms to the specified requirements. 3.06 PAYMENT All underground ductile iron pipe, fittings, and interior coatings used for sanitary sewer pressure mains shall be paid at the lump sum price for "Underground Piping." All ductile _ iron pipe, fittings, and interior coatings used in the wetwell and valve vault shall be paid at the lump sum price for "Wetwell Piping" 15070-7 15070-ductile_pipe.doc ITEM 15140 SUPPORTS AND HANGARS PART1 GENERAL 1.01 SCOPE OF WORK Provide all labor, materials, equipment, tools, and related items required to furnish and install all pipe hangers, brackets, saddles, clamps, and supports for all types of piping systems. Pipe hangers and supports shall be furnished complete with all necessary inserts, bolts, nuts, threaded rods, washers, and other accessories. 1.02 QUALITY ASSURANCE Pipe supports and hangers shall be manufactured by a company regularly engaged in the production of pipe supports and hangers such as Elcen, Grinnel, B-Line System, or approved equal. 1.03 SUBMITTALS The Contractor shall furnish Manufacturer's shop drawings clearly showing material sizes, types, styles, parts, catalog numbers, and complete details, including, but not limited to, location, lengths, and connection details. Shop drawings shall include the maximum load carrying capacity of the support and the support system arrangement. 1.04 DESIGN CONDITIONS A. In certain locations, pipe supports, anchors, and expansion joints have been shown on the drawings, but no effort has been made to indicate every pipe support, anchor, and expansion joint. It shall be the Contractor's responsibility to provide a complete system of pipe supports, ■ to provide expansion joints, and to anchor all piping, in accordance with this section. Additional pipe supports may be required adjacent to expansion joints or couplings. r B. Concrete or fabricated steel supports shall be as indicated on the drawings, as specified i:- other sections, or, in the absence of such requirements, as permitted by the Engineer. C. All piping shall be rigidly supported and anchored so that there is no movement or visible sagging between supports. ■ PART PRODUCTS ■ 2.01 MATERIALS A. All hangers, supports, brackets, and clamps located in lift station wetwell shall be stainless steel. All hangers, supports, brackets, and clamps 15140- 1 15140-supports&hangers.doc located in valve vault a id electrical support structure may be standard weight galvanized steel. B. All vertical risers shall be supported by pipe riser clamps every eight feet maximum. C. Install supports and hangers to permit expansion and contraction of the piping system. When necessary to control expansion and contraction, piping shall be guided and firmly anchored. Anchors shall be approved by the Engineer. No piping shall be self-supporting, nor shall it be supported from equipment connections. Shooting of anchors into concrete will not be allowed. PART 3 - EXECUTION 3.01 INSTALLATION A. Concrete inserts or anchor bolts shall be used to support piping from new cast-in-place concrete. Expansion anchors shall be used to fasten supports to existing concrete or masonry. B. Design loads for inserts, brackets, clamps, supports, and other items shall not exceed the manufacturer's recommended loads. C. Pipe supports shall be manufactured for the size and type of pipe to which they are applied. 102 PAYMENT The work to be performed under this item shall be considered supplemental to the lump sum bid item for "Wetwell Piping". 15140 - 2 15140-supports&hangers.doc SECTION 16010 ELECTRICAL GENERAL PROVISIONS PART 1 GENERAL 1.01 SCOPE A. The work includes, but is not limited to, the following principal systems and equipment: 1. Motors. 2. Grounding and Lightning Protection. 3. 208/120 volt distribution. 4. Motor control centers. 5. Panelboards. 6. Raceways. 7. Transformers. 8. Lighting fixtures and lamps. 9. 480 volt distribution. 10. Miscellaneous control. 1.02 REFERENCE STANDARDS A. Perform work, furnish and install materials and equipment in full accordance with the latest 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. National Electrical Testing Association (NETA). 14. American Society for Testing and Materials (ASTM). B. Wherever 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. All electrical components shall be listed or labeled by an approved testing/certification agency. 1.03 CONTRACT DOCUMENTS A. Intent: 1. The intent of the contract drawings or Plans is to establish the types of systems and functions, but not to set forth each item essential to the functioning of the system. CAFILESPROJECTSGREENWAV LS\16010.DOC 16010 - 1 2. Electrical drawings are generally diagrammatic and show approximate location and extent of work. 3. Install the work complete, including minor details necessary to perform the function indicated. 4. In case of doubt as to work intended, or if amplification or clarification is needed, request instructions from the ENGINEER. 5. It is also the intent of these Contract Documents for the electrical and process system CONTRACTOR to coordinate with each other in order to provide a complete and workable system with all wiring, conduit and accessories required which may not be shown on the Plans. B. Discrepancies: 1. Review pertinent drawings and adjust the work to conditions- shown. 2. Where discrepancies occur between Plans, Specifications, and actual field conditions, immediately notify the ENGINEER for his interpretation. 3. Dimensions on electrical drawings shall be verified with structural, architectural and mechanical drawings. C. Outlet and Equipment Locations: 1. Coordinate the actual locations of electrical outlets and equipment with building features and mechanical equipment as indicated on architectural, structural and mechanical drawings. 2. Review with the ENGINEER any proposed changes in outlet or equipment location. 3. Relocation of outlets before installation, up to 3 feet from the position indicated, may be directed by OWNER without addi-tional cost. 4. Remove and relocate outlets placed in an unsuitable location, when so requested by the ENGINEER. 1.04 REGULATIONS AND PERMITS A. Regulations: Work, materials and equipment must comply with the latest rules and regulations of the following: 1. National Electrical Code (NEC). 2. National Electrical Safety Code (NESC). 3. Occupational Safety and Health Act (OSHA). 4. State and federal codes, ordinances and regulations. 5. Local Electrical Code. B. Discrepancies: _ 1. The Plans and Specifications are intended to comply with listed codes, ordinances, regulations and standards. 2. Where discrepancies occur, immediately notify the ENGINEER in writing and ask for an interpretation. ' 3. Should installed materials or workmanship fail to comply, the CONTRACTOR is responsible for correcting the improper installation. 4. Additionally, where sizes, capacities, or other such features are required in excess of minimum code or standards requirement, provide those specified or shown. C. Permits: Obtain certificaies of inspection and other permits required as a part of the work. C TILES'PROJECTS\GREEMNAY M16010.DOC 16010 - 2 1.05 CONTRACTOR QUALIFICATIONS A. 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. 1. 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 systems. 4. The CONTRACTOR shall submit qualifications of his firm and resumes of his personnel who will work on this project. _ 1.06 GENERAL REQUIREMENTS FOR WORKMANSHIP, EQUIPMENT AND MATERIALS A. All electrical work shall be performed by workmen skilled in the electrical trade and _ licensed for the work by the local authority. B. A licensed Master Electrician will be required for the issuance of a building permit for constructing, installing, altering, maintaining, repairing or replacing any electrical wiring, apparatus, or equipment on any voltage level. A licensed Master Electrician or a licensed Journeyman Electrician is required to be on the job site during the performance of any electrical work. C. All cable splicing methods and materials shall be of the type recommended by the splicing materials manufacturer for the cable to be spliced, and shall be approved by the OWNER prior to installation. D. All materials and equipment shall be installed in accordance with the approved recommendations of the manufacturer and the best practices of the trade, and in conformance with the Contract Documents. The CONTRACTOR shall promptly notify the OWNER in writing of any conflict between any requirements of the Contract Documents and manufacturer's directions, and shall obtain written instructions from the OWNER before proceeding with the work. Should the CONTRACTOR perform any work that does not comply with the manufacturer's directions or such written instructions from the OWNER, he shall bear all costs arising in correcting deficiencies. E. All equipment and materials shall be new, unless specifically noted otherwise, and shall bear the manufacturer's name, trademark and ASME, UL, and/or other labels in every case where a standard has been established for the particular item. Equipment shall be the latest approved design of a standard product of a manufacturer regularly engaged in the production of the required type of equipment, and shall be supported by a service organization that is, in the opinion of the OWNER, reasonably convenient to the site. F. It is the responsibility of the CONTRACTOR to insure that items furnished fit the space available with adequate room for proper operation and maintenance. He shall make measurements to ascertain space requirements, including those for connections, and shall furnish and install such sizes and shapes of equipment that, in the final z inspection, will suit the true intent and meaning of the Plans, Specifications and Contract Documents. G. The CONTRACTOR shall furnish and install all equipment, accessories, connections and incidental items necessary to complete the work, ready for use and operation by the OWNER. CARLEWRCUECTSGREENWAYLS1W10.D0C 16010- 3 4W H. When the OWNER has reviewed equipment submittals and given instructions to proceed with the installation of items of equipment that require arrangements or connections different from those shown on the drawings, it shall be the responsibility of the CONTRACTOR to install the equipment to operate properly and in accordance with the intent of the Plans and Specifications, and he shall provide any additional equipment and materials that may be required. The CONTRACTOR shall be responsible for the proper location of roughing-in and connections by other trades. All changes shall be made at no increase in the Contract Amount or additional costs to other trades. I. The CONTRACTOR shall support the installation of all equipment, plumb, rigid and true to line. The CONTRACTOR shall determine how equipment, fixtures, conduit, etc., are to be installed, and shall provide foundations, bolts, inserts, stands, hangers, R brackets and accessories for proper support whether or not shown on the drawings. 1.07 SHOP DRAWINGS AND PRODUCT DATA A. Data Required: 1. Submit shop drawings, product data and all other required information as specified in Division 1 - General Requirements. Submittals are required on all products and items to be installed on this project. 2. Submittal data must show manufacturer's name, published ratings or capacity data, detailed equipment drawing for fabricated items, panel diagrams, wiring diagrams, instal-lation instructions and other pertinent data. 3. Where literature is submitted covering a group or series of similar items, the applicable items must be clearly indicated. T B. Submittal Items: Submittals are required for all equipment and materials to be used on this project. C. Terminal Connection Diagrams: 1. Submit terminal connection diagrams for approval prior to any wire installation. 2. Submit finalized terminal connection diagrams at the end of the Contract. 1.08 SYSTEM RESPONSIBILITY 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 i which are required by good practice to provide complete functional systems. 4. Coordinate the work with the instrumentation CONTRACTOR. a. The Instrument CONTRACTOR shall furnish and install the primary and secondary instruments, i.e., level element and level ind*.-ating transmitter, flow transmitter (flow tube by others), headloss transmitters, etc. Refer to Loop Drawings. 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 in the control panel shall be by the Instrument CONTRACTOR. d. The Electrical CONTRACTOR shall provide termination drawings for instrumentation CONTRACTOR. e. The equipment pad for the control panels, consoles and instrument panels shall be furnished by the Electrical CONTRACTOR. CT ILESPRQIECTSGREENWAYM16010.DOC 16010 -4 i f. The Electrical CONTRACTOR shall coordinate the testing of the electrical system being furnished. 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. h. The Electrical CONTRACTOR shall coordinate the interface requirement between each starter and control panel furnished under this Contract with the Instrument CONTRACTOR. i. Written proof shall be furnished to verify that a clear understanding has been reached between the Electrical CONTRACTOR and the Instrument CONTRACTOR for each control loop requirement, i.e., type of contacts (momentary, maintained), interface relay requirement, number of wires, terminal marking, control schematic information, and wiring diagrams. B. Electrical plan drawings shown 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 therefor. Submit such request as soon as practicable, and within ten (10) days after award of the Contract. Make no such depart: iithout 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, he 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. 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. All panels shall confirm to sections 16450 and 16455 of 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 as can be prearranged with the ENGINEER and OWNER. 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. PART 2 PRODUCTS 2.01 PRODUCT REQUIREMENTS A. Condition: Materials and equipment provided under these Specifications must be new products of i 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:TILESPROJECTS\GAEENWAY LS\16010.DOC 16010 - 5 C. Space Limitations: Equipment selected must conform to the building features and must be coordinated with them. Do not provide equipment which will not suit arrangement and space limitations. - D. Factory Finish: Equipment must be delivered with a hard surface, factory-applied finish so that no additional field painting is required. E. Field Installation: All field installed equipment, conduit, etc., shall require Type 316 stainless steel nuts, bolts, washers, and rigid aluminum or Type 316 stainless steel metal framing and supports, and other items as indicated on the Plans. 2.02 SUBSTITUTIONS A. Refer to Division 1 - General Provisions for Substitution Requirements. PART 3 EXECUTION 3.01 PROTECTION OF EQUIPMENT A. Moisture: 1. During construction, provide heaters to protect switchgear, transformers, motors, control equipment, and other items from moisture absorption and corrosion. 2. Apply protection immediately on receivir— the_^roducts and ­ ide 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. C. Damage: Take such precautions as are necessary to protect apparatus and materials from damage. Failure to protect materials is sufficient cause for rejection of the apparatus or material in question. D. Finish: Protect factory finish from damage during construction operations and until final acceptance of the project. 3.02 INSTALLATION A. Cooperation with Other Trades: 1. Cooperation with trades of adjacent, related or affected materials or operations, and of trades performing continuations of this work under subsequent contracts, is considered a part of this work in order to effect timely and accurate placing of work and to bring together, in proper and correct sequence, the work of such trades. 2. Coordinated equipment layout in sufficient time to be coordinated with work of others, provide drawings and layout work showing exact size and location of sleeves, openings or inserts for electrical equipment in slabs, walls, partitions and chases. B. Workmanship: Work must be performed by workmen skilled in their trade. The installation must be complete whether the work is concealed or exposed. C. Concrete Equipment Pads: 1. Install 4-inch-thick concrete foundation pads for indoor floor mounted equipment, except where direct floor mounting is permitted by the OWNER. CAFILESPHOJECTSGREENWAY LS16010AOC 16010 - 6 2. Pour pads on roughened floor slabs, sized so that outer edges extend a minimum of 3 inches beyond equipment. 3. Trowel pads smooth and chamfer edges to a 1-inch bevel. 4. Provide dowels in slab, and rebar between the dowels. 5. Pads must drain away from the equipment. 6. Secure equipment to pads as recommended by the manufacturer. D. Setting of Equipment: 1. Equipment must be leveled and set plumb. 2. Sheet metal enclosures mounted against a wall must be separated from the wall not less than 1/2-inch by means of corrosion resistant spacers or by 3 inches of air for freestanding units. 3. Use corrosion resistant bolts, nuts and washers to anchor the equipment as specified in Section 2.01 E. E. Sealing of Equipment: 1. Permanently seal outdoor equipment at the base using concrete grout. 2. Seal or screen openings into equipment to prevent entrance of animals, birds and insects. 3. Use stainless steel or copper mesh with openings not larger than 1/16-inch squares for screened openings. 4. Seal small cracks and openings from the inside with silicone sealing compound. F. Motors: 1. Motors are specified under Division 16- Electrical. 2. Electrical work includes the electrical connection of all motors, except those which are wired as a part of equip-ment. G. Concealed Work: Conceal electrical work in walls, floors, chases, under floors, underground and above ceilings except: 1. Where shown or specified to be exposed. Exposed is under-stood to mean open to view. 2. Where exposure is necessary to the proper function. 3. Where size of materials and equipment precludes concealment. H. Application: Unless otherwise indicated, power will be utilized as follows: 1. Motors 2 horsepower and smaller: 120 volts, single-phase. 2. Incandescent lighting, convenience outlets, special outlets and fluorescent lighting: 120 volts, single-phase. 3.03 EQUIPMENT AND DEVICE MARKING A. Nameplates: 1. Externally mark electrical equipment by means of suitable nameplates identifying each and the equipment served. 2. Provide each piece of equipment with a black phenolic nameplate with 3/16-inch- high white lettering secured to front of equipment. For nameplate size, refer to Division 16 - Electrical 3. Supply blank nameplates for spare units and used spaces. 4. Actual nameplate legend, which may consist of up to three lines, will be provided by the ENGINEER on submittals. B. Nameplate Fasteners: Fasten nameplates to equipment only by means of appropriate noncorroding screws and as specified in Section 16012 - Identifications. Stick-ons or adhesives will not be allowed. CTILESIPROJECTSGREENWAYLS16010.DOC 16010 - 7 w C. Nameplate Information: In general, the following information is to be provided for the types of electrical equipment as listed. 1. Switchgear, Motor Control Clenters and Distribution Panelboards: On the mains, identify the piece of equipment, the source and voltage characteristics, i.e., 480 V, 3PH, 3W, etc. For each branch circuit protective device, identify the load served. 2. Transformers: Identify 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 plastic for each — panelboard. 2. 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. E. Boxes, Small Equipment and High Equipment: 1. Pull boxes and similar items may be marked with Dymo No. 158-4 vinyl embossing tape with adhesive back in lieu of nameplates. Use Dymo No. 7123 perma-stick liquid adhesive with the tape. Tape color, placement and spacing must be approved by the EN aINEER before starting this work. Individually mounted disconnect switches and motor starters shall be marked with phenolic nameplates attached with stainless steel. 2. Provide identification stencils for high voltage equipment and raceways with the legend "DANGER HIGH VOLTAGE." Mark all exposed high voltage raceways every 25 feet. F. Power Receptacles: Use nameplate 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. 3.04 TESTING A. Test Conditions: 1. Place circuits and equipment into service under normal conditions, collectively and separately, as may be necessary to determine satisfactory operation. _ 2. Perform specified tests in the presence of the ENGINEER, as specified in Division 16 - Electrical. 3. Furnish all instruments, wiring, equipment and personnel required for conducting tests. 4. Demonstrate that the equipment operates in accordance with requirements of the Plans and Specifications. B. Test Dates: Schedule final acceptance tests sufficiently in advance of the Contract completion date to permit completion of any necessary adjustment or alterations within the number of days allotted for completion of the Contract. C. Retests: Conduct retests as directed by the ENGINEER of such time duration as may be necessary to assure proper functioning of adjusted or altered parts or items of equipment. Any resultant delay as a result of such necessary retests does not relieve the CONTRACTOR of his responsibility under this con-tract. CAFILESWROJECTSSGREEMNAY LS\16010.DOC 16010 - 8 — 3.05 PROJECT RECORD DOCUMENTS A. Preparation: 1. At the job site, maintain a set of white prints of the contract drawings. 2. At the job site, maintain a set of equipment terminal connection diagrams. 3. On the prints, record field changes and diagrams of those portions of work in which actual construction is at variance with the contract drawings. 4. Mark the drawings with a colored pencil. Record installed feeder conduits, dimensioning the exact location and elevation of the conduit. B. Delivery: Deliver record drawings to the ENGINEER in the number and manner specified in Division 1 - General Require-ments. 3.06 CUTTING AND PATCHING A. Lay out work carefully in advance. Do not cut or notch any structural member or building surface without specific approval of ENGINEER. Carefully carry out any cutting, channeling, chasing, or drilling of floors, walls, partitions, ceilings, paving, or other surfaces required for the installation, support, or anchorage of conduit, raceways, or other electrical materials and equipment. Following such work, restore surfaces neatly to original condition. i 3.07 LOAD BALANCE i A. The Drawings and Specifications indicate circuiting to electrical loads and distribution equipment. Balance electrical load between phases as nearly as possible on switchboards, panelboards, motor control centers, etc. 3.08 MOTOR ROTATION A. Before and after final service connections are made, check and correct 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. _ 3.09 CLEANING AND TOUCH-UP PAINTING A. Touch up scratches, scrapes, or chips in interior and exterior surfaces of devices and equipment with finishes matching 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 factory finish, and that meets the requirements of the Specifications and is acceptable to the ENGINEER. END OF SECTION i i i CAFIIESPROJECTSGREENWAV 1516010.DOC 16010 - 9 SECTION 16012 IDENTIFICATIONS PART1 GENERAL 1.01 WORK INCLUDED 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 fur-nished with nameplates in accordance with their individual specifications. • PART 2 PRODUCTS 2.01 WIRE MARKERS A. Provide Raychem TMS solvent resistant sleeves and machine printed at every conductor terminating at the MCC, RTU, terminal box, panels, junction box, etc. B. Markers shall have conductor origin, termination and circuit number, terminal number whichever applies. C. Large conductors, multi-conductor cable and tray cables to be identified with placards held on with wire ties and of the same quality as markers for smaller single conductors. D. Cables in cable tray to be identified at the equipment and at 20 feet spans in between. 2.02 CONDUIT MARKERS A. Exposed Conduit 1. Conduit markers to be corrosion resistant metal type permitting embossing on the job and attached to conduit with banding made of same material. Markers to installed lengthwise and wrap 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 50-foot internals for all exposed and accessible conduits. Identify all exposed conduits by their panel, MCC, circuit numbers or loop numbers. 3. Stencil high voltage conduit with the legend "HIGH VOLTAGE" and indicate voltage stenciled in minimum 1-inch high red letters. B. Underground Conduits 1. Mark underground duct banks with 24" X 24" by 4" concrete markers with etched lettering and arrows indicating the duct bank route. 2. Install markers at point of origin, at point of termination, at changes of direction and at 200-foot intervals, even though if not shown on plans. 2.03 NAMEPLATES A. Externally identify all panel boards, motor starters, motor control center cubicle, disconnect switches, instrument panels, dry type transforms control stations, etc with engraved blocK phenolic nameplate with 3/16-inch high lettering. Nameplates shall identify the equipment and equipment served. 16012- 1 16012-IDENTIFICATION S.DOC 2.04 POWER OUTLETS, SWITCHES, AND PILOT DEVICES A. Mark power outlets with voltage, phase, panel name, and circuit number. B. Identify all wall switches, disconnect switches, etc. with name tags, circuits served, and panel origin, list to be approved by OWNER. C. Identify all push-button stations with their functions and equipment served. 2.05 CABLES IN CABLE TRAY. A. Identify all exposed conduits and cables in cable tray by their panel, MCC, circuit numbers or loop numbers at the source, at the equipment and at 20 feet spans in between. PART 3 EXECUTION 3.01 CONDUIT MARKERS A. Exposed Conduits: 1. Furnish conduit markers at the point of origin, the point of termination, upon crossing wall on each side junction boxes and at 50-foot intervals for all exposed and accessible conduits. 2. Install markers lengthwise and wrap with clear adhesive tape. 3. Stencil high voltage conduit with the legend "high voltage" and indicate voltage stenciled in minimum 1-inch high red letters. B. Underground Conduit Duct Banks: 1. Mark underground duct banks with 24 by 24 by 4 inch concrete marker with etched lettering and arrows indicating the duct bank route. 2. Install markers at point of origin, at point of termination, at bends and at 100-foot intervals, even though if not shown on plans. 3.02 CABLE TRAY _ A. Label cable tray with 2-inch high black lettered stick-on signs giving the tray identification and tray voltage at its origin, termination, entry and exit of all rooms and/or areas and at every 50 feet along its length. Label cable tray with the legend "HIGH VOLTAGE" and indicate voltage using stick-on signs with 2-inch high red letters. 3.03 ALL CONDUCTORS A. Tag all conductors at their origin, termination, and at every terminal and junction box with their panel, MCC, circuit numbers, and terminal number. 3.04 FURNISH AND INSTALL NAMEPLATES/TAGS A. Furnish and install nameplates for all panelboards, motor starters, motor control center cubicles, disconnect switches, instrument panels, dry type transformers and control stations. 16012-2 16012-IDENTIFICATIONS.DOC B. Engrave the equipment designation, e.g., "Starter Pump P1", on nameplates in 3/16- inch white letters on black background of laminated phenolic. Securely fasten nameplates using stainless steel 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 plant personnel. 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 wire 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-101. END OF SECTION 16012- 3 16012-IDENTIFICATIONS.DOC .. SECTION 16020 UTILITIES PART 1 GENERAL 1.01 SCOPE A. Furnish and install necessary materials and make arrangements for the connection of utilities for the project. The required utilities are electrical and telephone services. 1.02 RELATED WORK AND SPECIFICATIONS A. Section 01600: Material and Equipment 1.03 REFERENCE STANDARDS A. Comply with all service installation standards of the serving utility companies. PART 2 PRODUCTS 2.01 ELECTRICAL SERVICE A. The Contractor shall furnish and install, but not be limited to, the following: 1. Primary Underground PVC schedule 40 conduits concrete encased as shown on drawings. 2. Install per Utility Company requirements, rigid aluminum conduit risers on power service pole (approximately 25 feet) with weather service head. 3. Ground rods as shown on drawings. B. Coordination. . The location of the service entrance must be coordinated with the Owner. Provide materials and equipment required to connect the project service to the system. Coordinate with Electric Company for requirements of power service. All connection costs to be paid by the Contractor. 2.02 TELEPHONE SERVICE A. The Contractor shall furnish and install, but not be limited to, the following: 1. Underground 2" conduit concrete encased as shown on the drawings. B. Coordination. The location of the service entrance must be coordinated with the Owner. Provide materials and equipment to connect the project service to the system. Coordinate with Telephone Company for the telephone service requirements. Use shielded cables only. Protect cables and telephone panel from EMF interference. All connection costs to be paid by the Contractor. PART 3 EXECUTION 3.01 UTILITY A. Install the utility services as specified and as shown so that the systems are complete. w END OF SECTION 16020- 1 16020-UTILITIES.DOC SECTION 16030 GROUNDING PART 1 GENERAL 1.01 WORK INCLUDED A. Furnish and install grounding and bonding equipment for the electrical system. It is the intention of this specification that all electrical equipment be grounded. 1.02 QUALITY ASSURANCE A. Referenced Standards: 1. ANSI/IEEE Standard 142 - Recommended Practice for Grounding of Industrial and Commercial Power Systems. 2. ANSI/UL 467 - Safety Standard for Grounding and Bonding Equipment. 3. National Electrical Code. 4. City of Dallas. PART 2 PRODUCTS 2.01 GROUND RODS A. Material: 3/4-inch by 10-foot long, copper clad grounding electrodes. - B. Listing: UL 467. 2.02 CONNECTIONS - A. Type: 1. Unless otherwise noted, provide exothermic weld typed for 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: UL 467 C. Acceptable Manufacturers: 1. Below grade: Cadweld, Thermoweld 2. Above grade: a. Blackhawk Industries b. Burndy c. Copperweld Corporation d. ITT Blackburn e. Ilsco Ili f. Joslyn g. OZ/Gedney h. Square D i. T & B 16030- 1 16030-GROUNDING.DOC w 2.03 WIRING A. Provide tinned plated copper insulated conductors for bonding jumpers. All grounding conductors shall be tinned copper, stranded. 1. Provide 600-volt insulated conductors having a green-colored insulation for w equipment grounding conductors. 2. Ground conductors shall be protected in conduit where subject to physical damage. 3. All exposed ground conductors shall be installed in conduits. Ground conductor attached to cable trays shall not be considered exposed. 2.04 GROUND BUS A. Where a field-provided ground bus is required, use round-edge tinned plated copper bar with 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 minimum size of 3-inch by 2 inches is required. 2.05 GROUNDING FOR INSTRUMENTATION SYSTEM A. Ground Loop for instrumentation system shall be grounded at only one point to the building ground system. PART 3 EXECUTION 3.01 SYSTEM GROUND A. System Neutral: 1. Where a system neutral is used, ground the system neutral conductor as required w by NEC Article 250. 2. Ground the system neutral only at the point of service and isolate it from ground at all other points in the system. B. Separately Derived Systems: Ground neutrals of separately derived systems such as generators, transformers, etc., in accordance with NEC 250-26. C. Size: Size the system grounding conductors to comply with NEC Table 250-94, unless shown larger. 3.02 EQUIPMENT GROUND A. Raceway Systems and Equipment Enclosures: 1. Ground cabinets, junction boxes, outlet boxes, motors, controllers, raceways, fittings, switchgear, transformer enclosures, other equipment and metallic enclosures. 2. Ground equipment and enclosures to the continuous-grounded, 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. 16030-2 16030-GROUNDING.DOC 4. Provide grounding-type insulated bushings for metal conduits terminating in equipment enclosures containing a ground bus and connect the bushing to the ground bus. 5. Provide a 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. B. Size: 1. When grounding and bonding conductors are not sized on drawings, size the grounding conductors in accordance with NEC Table 250-95. 2. Size bonding jumper so that minimum cross-sectional area is greater than or equal to that of the equivalent grounding conductor as determined from NEC Table 250-95. END OF SECTION 16030- 3 16030-GROUNDING.DOC + SECTION 16040 FRACTIONAL AND INTEGRAL HP ELECTRIC MOTORS 150 HP AND LESS PART1 GENERAL 1.01 SCOPE A. Equipment: This section specifies general requirements for fractional and integral horsepower electric motors. Unless otherwise specified, provide motors meeting the basic requirements for premium efficiency general-purpose alternating current motors, + as defined in NEMA MG 1. All motors under this section shall be 1800 RPM or less. B. Motors specified in this section are for equipment other than the blower units. All HVAC equipment motors shall meet these specifications. C. Motors connected to variable frequency drives shall be inverter duty rated. D. Related Work and Specifications: 1. Division 15: Mechanical. 2. Section 16010: Electrical General Provisions. 3. Section 16012: Identifications. 4. Section 16455: Motor Starters - 600 Volts and Below 5. Section 16370: Variable Frequency Drives 1.02 QUALITY ASSURANCE A. Reference Standards: 1. ANSI/NEMA MG-1 - Motors and Generators, Sections 1 and 2. 2. ANSI/UL 674(A) - Safety Standard for Electric Motors and Generators for Use in Hazardous Locations, Class ll, 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. UL 1004. Standard for Safety for Electric Motors. 5. Latest edition of NEC. B. Unit Responsibility: Motors shall be furnished under other sections of this specification as a part of the driven equipment. The contractor is responsible 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. 1.03 SUBMITTALS A. Requirements: Refer to Section 16010, Paragraph 1.8 and to the specific driven equipment sections. B. Information: Include the following information on the attached motor data sheet. 1. Manufacturer. 2. Rated full load horsepower. 3. Rated volts. 16040- 1 16040-FRACTIONAL&INTEGMOTORS.DOC 4. Number of phases. 5. Frequency in hertz. 6. Locked rotor amperes (LRA) at rated voltage or NEMA code letter. 7. NEMA design letter. 8. Bearing Type. -• 9. Service Factor. 10. Nominal speed at full load. 11. Full Load Amperes (FLA) 12. Efficiency at 1/2, 3/4 and full load. 13. Power factor at no load,1/2, 3/4 and full load. 14. NEMA insulation system classification. For motors required to installed outdoors, include information showing compliance with the intent of paragraph 2.3C. C. Integral Horsepower Motors 40HP and Larger: In addition to the information listed above, include: 1. No load amperes. 2. Safe stall time. 3. Motor manufacturer's recommended maximum power factor correction capacitor kva that can safely be switched with the motor. 4. Expected value of corrected power factor at no load, 1/2, 3/4 and full load. 5. Maximum guaranteed slip at full load. 6. Motor damaged curves for motors larger than 100HP. D. Include the motor data sheet at the end of this section in submittal. PART 2 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 by the driven equipment at specified capacity. 3. Size motors so as not to overload at any point throughout the normal operating range. 4. Furnish dual speed motors of two speed, two winding type, when specified. B. Voltage: Fractional Horsepower through 1/2 horsepower, single phase: 120 volts. Larger than 1/2 horsepower, three phase - 480 volts. C. Frequency: 60 hertz. D. Service Factor: 1.15 for all motors. 2.02 DESIGN TYPE A. All motors shall be high efficiency motors. B. Motors 1/6 Through 1/2 Horsepower: Provide single-phase NEMA Design N, squirrel cage induction ,notors. 16040-2 16040-FRACTIONAL&INTEG MOTORS.DOC C. Motors Smaller Than 1/6 Horsepower: Provide single-phase squirrel cage induction motors with integral thermal protectors. D. Motors Larger Than 1/2 Horsepower: Provide 3-phase, NEMA Design B, squirrel cage premium efficiency induction motors unless specified otherwise. E. Acceleration Time: If the calculated acceleration time of the combined motor and driven load exceeds 3 seconds at 90 percent of rated voltage, request review by the Engineer. Do not proceed with manufacturing without approval. F. All induction motors shall have squirrel cage rotors. 2.03 MOTOR INSULATION AND WINDING A. Class: Use a Class F insulation with temperature Rise of a Class B system or better, meeting the require-ments of NEMA MG 1 and made of non-hygroscopic materials. The insulation shall be manufacturer's premium grade, resistant to attack by moisture, acids, alkalies, and mechanical or thermal shock for 480 volt motors. B. All insulated winding conductors shall be copper. C. Insulation for inverter duty motor shall meet or exceed the Pulse Endurance Index for magnetic wire and shall be damaged when exposed to repeated pulse type wave forms, repetitive high voltage transients, switching frequency and rate of rise of the pulse. D. Outdoor Suitability: 1. All motors must be suitable for outdoor installation, the insulation must withstand one full week (168 hours) of testing in a chamber maintained at 100 percent relative humidity and 40° C ambient temperature. 2. Immediately after the test period, the insulation system must have a minimum resistance of 1.5 megohms. 3. In addition, the inside circumference of the stator and the outside circumference of the rotor and shaft must be coated with the same moisture-resistant insulation. 2.04 GROUNDING CONNECTIONS A. Ground provisions shall be furnished per NEMA M91. B. For motors less than 10HP, each motor shall be furnished with provision for attaching a ground connection to the motor frame inside the motor terminal housing. 2.05 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 1-2.02. C. Use crimp-on, solderless tinned copper terminals on leads and place heat-shrink insulation sleeves or covers between leads and terminals. 16040-3 16040-FRACTIONAL&INTEGMOTORS.DOC 2.06 ENCLOSURE A. Use enclosure type as follows: 1. Indoors: Totally enclosed, fan cooled (TEFC). 2. Outdoors: Totally enclosed, fan cooled (TEFC), weatherproof. 3. Division 1, Class 2 Areas: Provide motors totally enclosed, fan cooled, explosion proof (TEFC-XP). B. TEFC motors shall have a steel or cast iron frame, cast iron end brackets, cast iron conduit box, tapped drain holes (erosion resistant plug for frames 286T and smaller and automatic breaker/drain devices for frame 324T 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-lubricated gntifriction ball bearings conservatively rated for 100,000 hours of continuous iperation 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 specified oil-lubricated bearings for motors, include a suitable sight gauge on each bearing with maximum and minimum levels clearly indicated. _ 2.08 NAMEPLATES A. Main Nameplate: Provide each motor with a stainless steel name-plate meeting the requirements of NEMA MG 1-10.38, and the National Electrical Code, Section 430-7. B. Heater Nameplate: When space heaters are furnished, include voltage and wattage on a 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: ALL MOTORS SHALL BE IDENTIFIED 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 application. 16040-4 16040-FRACTIONALBINTEGMOTORS.DOC 2.11 SPACE HEATERS A. Provide space heaters in all motors. 1. Use heaters hermetically sealed in stainless steel or equivalent corrosion- resistant sheaths. 2. Rate heaters 115 volts, 60 hertz. 3. Braze heat-resistant insulated leads to the heater or supply heater with brazed leads and extend to the conduit box. a. Size heaters according to the motor frame size as follows: Frame Number Series Corresponding Minimum Watts HP at 1800 RPM Less than 215 100 3/4-20 215-320 100 25-50 360-400 150 60-125 440 200 150-200 2.12 MONIT�_ 4G DEVICES A. All motors 20 HP and above shall be equipped with thermistors. 2.13 PAINT A. Manufacturer's standard shop paints for prime and finish coats are acceptable. Field paint as per painting specifications in division 9. 2.14 ADDITIONAL REQUIREMENTS FOR VERTICAL MOTORS A. Solid shaft vertical motors are acceptable for all applications except when the connection to the driven equipment consists of sectional driven shaft which may unscrew and lengthen with direction reversal. B. Hollow-shaft vertical motors are acceptable for all applications when the thrust is in the direction to engage the coupling. C. Hollow-shaft vertical motors coupled to a sectional drive shaft with screwed joints shall have special couplings described as follows: 1. Provide motors, except the explosion-proof type, with self-releasing couplings designed to disconnect motor from driven equipment and permit lengthening of drive shaft upon reversal of rotation. 2. Provide explosion-proof motors with non-reversing couplings of spark-resisting construction, designed to prevent reverse rotation. D. Design vertical motor thrust bearings conservatively to carry maximum axial thrusts (up and down) imposed by driven equipment. E. Vertical motors shall preferably have grease or oil-lubricated bearings at both top and bottom. F. Vertical motor bases shall be NEMA Type P. 16040-5 16040-FRACTIONAL&INTEG MOTORS.DOC i i G. Provide hollow shaft vertical motors with a positive, non-reversing, corrosion-resistant (anti-ratchet) mechanism. i H. Provide vertical motors with fan-end splash shields. 2.15 ACCEPTABLE MANUFACTURERS A. The motor model shall be as listed and manufactured by one or more of the following manufacturers unless otherwise approved by the Engineer. i 1. General Electric ...................................................................... "Severe-Duty" Type 2. Westinghouse ..........................................................................."Mill and Chemical„ 3. Reliance............................................................................................ "Duty Marker" 4. Baldor...............................................................................................Chemical Duty„ 5. Siemens............................................................................................."severe-duty„ i 2.16 MOTOR EFFICIENCIES A. Three phase motors rated 1 Hp and larger shall be of the premium efficiency type. Motors shall have a NEMA Nominal Efficiency not less than the values indicated i below. Efficiency values shall be based on 1­*' pe-`,)rmed in acc"Ince with IEEE Publication No. 112, Method B. Motors wiLn horsepower or rpm s not listed shall conform to comparable standards of construction and materials as those for listed motors. B. Where State Energy Codes or Utility Company Energy Rebate Programs dictate i higher efficiencies than those listed, the higher efficiency motors shall be furnished. i i i i 16040-6 i 16040-FRACTIONAL881 NTEGMOTORS.DOC Full Load Efficiencies OPEN MOTORS 3600 RPM 1800 RPM 1200 RPM 900 RPM Hp Nom. Min. Nom. Min. Nom. Min. Nom. Min. Effic. Effic. Effic. Effic. Effic. Effic. Effic. Effic. 1.0 80.0 ---- 82.5 80.0 80.0 74.0 72.0 68.0 • 1.5 82.5 77.0 84.0 80.0 84.0 80.0 75.5 72.0 2.0 84.0 80.0 84.0 80.0 86.5 81.5 85.5 82.5 3.0 84.0 80.0 86.5 84.0 86.5 82.5 86.5 84.0 5.0 85.5 82.5 87.5 84.0 88.5 84.0 87.5 85.5 7.5 87.5 82.5 88.5 86.5 89.5 86.5 88.5 86.5 10.0 88.5 85.5 89.5 86.5 90.2 88.5 89.5 87.5 15.0 89.5 87.5 91.0 88.5 91.0 87.5 89.5 87.5 20.0 90.2 88.5 91.0 89.5 91.0 88.5 90.2 88.5 25.0 91.0 89.5 92.4 90.2 91.7 89.5 90.2 88.5 30.0 91.0 89.5 93.0 90.2 92.4 90.2 91.1 89.5 40.0 92.4 90.2 93.0 91.0 93.0 90.2 90.2 88.5 50.0 92.4 90.2 93.0 91.0 93.0 90.2 91.7 90.2 60.0 93.0 91.7 93.6 91.7 93.6 91.0 92.4 91.0 75.0 93.0 91.7 94.1 92.4 93.6 91.7 93.6 92.4 100.0 93.6 91.7 94.1 92.4 94.1 92.4 93.6 92.4 125.0 93.6 91 7 94.5 92.4 94.1 92.4 93.6 92.4 150.0 93.6 92.4 95.0 93.0 94.5 92.4 93.6 92.4 16040- 7 16040-FRACTIONALBINTEG MOTORS.DOC ENCLOSED MOTORS 3600 RPM 1800 RPM 1200 RPM 900 RPM Hp Nom. Min. Nom. Min. Nom. Min. Nom. Min. Effic. Effic. Effic. Effic, Effic. Effic. Effic. Effic 1.0 80.0 ---- 82.5 77.0 81.5 72.0 72.0 68.0 1.5 84.0 75.5 84.0 78.5 85.5 80.0 75.5 72.0 �- 2.0 85.5 78.5 84.0 80.0 86.5 80.0 82.5 80.0 3.0 86.5 80.0 88.5 81.5 88.5 81.5 81.5 78.5 5.0 87.5 82.5 88.5 82.5 88.5 82.5 84.0 81.5 7.5 88.5 82.5 91.0 85.5 89.5 85.5 85.5 82.5 10.0 89.5 85.5 91.0 85.5 89.5 85.5 87.5 85.5 15.0 90.2 85.5 91.0 86.5 90.2 87.5 88.5 86.5 20.0 90.2 86.5 91.7 88.5 91.0 87.5 89.5 87.5 25.0 91.0 87.5 92.4 89.5 91.7 88.5 89.5 87.5 30.0 91.0 87.5 93.0 89.5 92.4 89.5 90.2 88.5 40.0 91.7 88.5 93.0 90.2 93.0 90.2 90.2 88.5 50.0 92.4 88.5 93.6 91.0 93.6 90.2 91.0 89.5 60.0 94.1 90.2 94.1 91.7 93.6 90.2 91.7 90.2 75.0 94.1 91.0 94.5 91.7 94.7 91.7 93.0 91.7 100.0 94.1 91.7 95.0 92.4 94.7 91.7 93.0 91.7 125.0 94.5 91.7 95.0 92.4 94.7 91.7 93.6 92.4 150.0 94.5 91.7 95.0 93.0 95.0 93.0 93.6 92.4 Nom. = Nominal Min. = Minimum Effic. = Efficiency 16040-8 16040-FRACTIONALBINTEGMOTORS.DOC 2.17 POWER FACTOR CORRECTION CAPACITORS A. Linear Loads 1. All single speed motors over 5 horsepower (from variable frequency drives), if indicated on the drawings, shall be provided with a heavy duty industrial type power factor correction capacitor selected, recommended and furnished by the motor manufacturer to raise the motor power factor to approximately 95 percent. For non-explosion-proof motors, the capacitor shall be mounted on the equipment base plate adjacent to the motor and shall be connected to the motor junction box with liquid tight flexible conduit. For explosion-proof motors, the capacitors shall be wall mounted in a non-hazardous area. 2. Capacitors shall be dry film or liquid insulated and shall be hermetically sealed in steel enclosures. 3. Each capacitor unit shall be furnished with three high interrupting capacity current limiting fuses. Fuses shall be equipped with "blown-fuse" indicators. 4. Capacitor enclosures shall be suitable for conduit connection. Covers shall be gasketed, bolt-on type. 5. Capacitors shall be UL listed. 6. Capacitors shall be by General Electric Co.; Square D Co. or equal. B. Alternate Power Factor Correction Equipment (Non-Linear Loads) 1. Units shall be designed to provide power factor correction in applications subject to the effects of harmonics. 2. Units shall consist of power factor correction capacitors equipped with series inductors. The units shall be tuned to just below the 5th harmonic frequency on systems with predominately 3 Phase loads. 3. Capacitors shall be NEMA rated and tested, shall be non-PCB dielectric, biodegradable, low toxicity, equipped with current limiting fuses, internal discharge resistors and fuse loss indicators. Fuses shall be capable of interrupting a short circuit of 100,000 Amps at 480 Volts, 3 Phase. 4. Inductors shall have low flux density and distributed gaps, copper windings, brazed connections, winding varnish impregnated and baked, Class 220°C insulation with 80°C rise. 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, the name- plate must be in full view. Make electrical connections under Section 16120 - Insulated Conductors. 16040-9 16040-FRACTIONAL&I NTEGMOTORS.DOC - - 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, switches and other related items with no change in the contract price. 3.03 TESTING — A. General: Provide all necessary instruments, labor and personnel required to perform motor inspection and testing. B. Inspection: Inspect all motors for damage, moisture, alignment, freedom of rotation, proper lubrication, oil leaks, phase identifi-cation and cleanliness, and report any abnormalities to Engi-neer 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 system 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 temperature, the motor shall be shut down and an insulation resistance shall be made, using a megohmmeter. Make the test immediately after shutdown. Record megohmmeter reading and winding temperature. Correct reading of insulation resistance to 40° C/104°F. Insulation resistance in megohms, corrected to 40° C, shall be at least equal to one (1) megohm for each 1000 volts applied. END OF SECTION INSERT ELECTRICAL MOTOR DATA SHEET w 16040- 10 16040-FRACTIONAL&INTEGMOTORS.DOC ELECTRICAL MOTOR DATA SHEET Manufacturer: Model: H.P.: Motor Service: Starting Conditions: Frame: Enclosure: Voltage: Phases: RPM: Hertz: Insulation Class: Duty: Full Load AMPS: No. Load AMPS: Locked Rotor AMPS: Locked Rotor Time: Locked Rotor Torque: % Breakdown Torque: % NEMA Design: Service Factor: Number of Consecutive Starts: Hot: Cold: Full Load Temp Rise, degrees C over 40 degrees C Ambient (at 1.0 S.F.): Service Factor Temp Rise, degrees C over 40 degrees C (at 1.15 S.F.): Drive System: V-Belt Direct Coupled Gear Unit Bearings: Type Life Lubrication Shaft: Size Efficiency: Power Factor: Current: 1.15 S.F. Load: 4/4 Load: 3/4 Load: 2 Load: Monitoring Devices: RTD's Vibration Sensors Thermistors Main Motor Leads, size hole Space Heater: KW Ground Lug Size Surge Protection: Blank spaces to be completed by manufacturer. SECTION 16110 RACEWAYS PART1 GENERAL 1.01 WORK INCLUDED A. This section specifies the furnishing and installation of electrical raceway systems. 1. Conduit: a. Rigid aluminium conduit. b. PVC-coated rigid aluminium conduit. c. Liquid-tight flexible metal conduit. d. PVC Schedule 40 conduit. 2. Wireways. 1.02 QUALITY ASSURANCE A. Reference Standards: 1. ANSI/ANSI C80.5 - Specification for Rigid Aluminum Conduit. 2. ANSI/UL 1 - Safety Standard for Flexible Metal Conduit. 3. ANSI/UL 5 - Safety Standard for Surface Metal Raceways and Fittings. 4. ANSI/UL 651 - Safety Standard for Rigid Nonmetallic Conduit. 5. ANSI/UL 870 - Safety Standard for Wireways, Auxiliary Gutters and Associated Fittings. 6. NEMA RN 1 - PVC Externally Coated Galvanized Rigid Steel Conduit and Electrical Metallic Tubing. 7. NEMA TC 3 - PVC Fittings for Use with Rigid PVC Conduit and Tubing. 8. UL 6 - Rigid Metal Electrical Conduit. 9. UL 360 - Liquid-tight Flexible Steel Conduit. 10. UL 467 - Electrical Grounding and Bonding Equipment. PART 2 PRODUCTS 2.01 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 6. 4. Acceptable RAC Manufacturers: Consolidated Aluminum Corporation, Kaiser, V.A.W., Reynolds or approved equal. 5. Acceptable Fittings Manufacturers: Appleton, Crouse-Hinds, Midwest, OZ/Gedney, Raco and listed conduit manufacturers. B. PVC-Coated Rigid Aluminium Conduit: 1. Conduit: Rigid aluminium 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 aluminium conduit fittings plus a factory-applied, 40-mil-thick covering of polyvinyl chloride (PVC) bonded to the metal. _ 3. Listing: UL 6. 16110- 1 16110-RACEWAYS.DOC 4. Acceptable Conduit and Fittings Manufacturers: Killark, OCAL, and Robroy Industries. C. Liquid-tight Flexible Metal Conduit: 1. Conduit: Spiral-wound, square-locked, aluminum or stainless steel strip plus a bonded outer jacket of PVC. 2. Fittings: Compression type, corrosion resistant or stainless steel with insulated throat. _ 3. Listing: UL 3 for conduit and UL 467 for fittings. 4. Acceptable Conduit Manufacturers: Anaconda, Electri-Flex, International. 5. Acceptable Fittings Manufacturers: Appleton, Crouse-Hinds, Midwest, OZ/Gedney, Raco, and CamTex. D. PVC Schedule 40 Conduit: 1. Non-metallic rigid conduit made of polyvinyl chloride (PVC) manufactured in accordance with the National Electrical Code and conforming to Federal Specification W-C-1094. 2. Fittings shall also be non-metallic. .. 3. Acceptable conduit and fittings manufacturers: Carlon, CertainTeed Products, El, Flex. 2.02 WIREWAYS A. Material: NEMA 4X shall be not less than 16-gauge aluminum or 316 stainless steel with gasketed, hinged covers and stainless steel screws. B. Dimensions: Cross section dimensions not less than 4 inches by 4 inches, unless specified otherwise. C. Type: NEMA 4X water tight. D. Listing: UL 870. E. Acceptable Manufacturers: Circle AW, General Electric, Hoffman, Square D. PART 3 EXECUTION 3.01 CONDUIT AND FITTINGS A. Minimum Trade Size: 3/4 inch, except that 1/2-inch flexible metal conduit may be used in lengths not exceeding 72 inches for tap conductors supplying lighting fixtures and for switch legs. The minimum size for underground conduit shall be 1" inch. B. Application of Conduit Types: 1. Conduits under a concrete slab shall be PVC and shall be concrete encased. All _ other underground conduits shall be PVC and shall be concrete encased. 2. All above ground conduits encased in concrete shall be PVC. Provide PVC coated rigid galvanized steel conduit bends for PVC conduits 2-inch and larger. 3. Exposed conduits inside dry ventilated areas, outdoors in non-corrosive atmosphere shall be rigid aluminum. Aluminum shall not come in contact with concrete at any point. 16110-2 16110-RACEWAYS.DOC 4. Exposed conduits in areas where chemicals are stored, handled, or utilized the conduit shall be PVC coated aluminum. 5. Exposed conduits in high humidity, non-ventilated areas, constant or frequency wet areas, corrosive atmosphere areas the conduit shall be PVC coated aluminum. ■ 6. Hazardous classifications areas with conduit shall be PVC coated aluminum with seal-fittings, all explosion proof raceway system and 316 stainless steel explosion proof flex conduit. 7. At the transition from PVC to rigid aluminum conduit, provide a 12" section of PVC coated aluminum conduit with a minimum of 6-inches into the concrete. The PVC coated aluminum conduit shall be per the specification, field wrapping or applying by spray shall not be acceptable. C. 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. • 3. Apply sealing methods for sleeves throunh floorq and through ?xterior walls, per details shown on plans. 4. Be sure that plugs or caps are installed before concrete placement begins. D. Installation 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 through out. c. Where knockouts are used, provide double locknuts, one on each side. d. At conduit terminations, provide insulated bushings for conductor protection. e. Where conduits terminate in equipment having a ground bus, such as in switchgear, motor control centers and panelboards, terminate conduit with an insulated grounding bushing and extend a suitable grounding wire to the ground bus. _ f. Hubs of the same material shall be used at conduit termination. 2. Run concealed conduit as directly and with the largest radius bends as possible. 3. Run exposed conduit parallel or at right angles to building or other construction lines in a neat and orderly manner. Conceal conduit in finished areas. Unless otherwise shown, remaining conduit may be exposed. 4. Provide chrome-plated floor and ceiling plates around conduits exposed to view and passing through walls, floors, partitions, or ceilings in finished areas. 5. Select properly sized plates to fit the conduit when securely locked in place. E. Installation Methods: 1. Install each entire conduit system complete before pulling in any conductors. 2. Clean the interior of every run of conduit before pulling in conductors to guard against obstructions and omissions. 3. Cut all joints square, then thread and ream smooth. 4. Bends: a. Make bends with standard elbows or conduit bent in accordance with the NEC. 16110- 3 16110-RACEWAYS.DOC b. Make field bends using equipment designed for the particular conduit material and size involved. Particularly PVC coated not to damage coating c. Bends must be free from dents or flattening. d. Use no more than the equivalent of three 90-degree bends in any run between terminals and cabinets, or between outlets and junction boxes or pull boxes. 5. Conduit bodies may be used in lieu of conduit elbows where ease of installation and appearance warrants their use. Conduit bodies larger than 1-inch may be used only where approved. 6. Fastenings: Securely fasten and support exposed conduit to metal framing using aluminum or stainless steel unistrut and straps of same material as unistrut with _ 316 stainless steel fastening hardware. 7. Provide a No. 30 nylon pulling line in conduits in which wiring is not installed under this work, such as telephone, signal, and similar systems. Identify both ends of the line by means of labels or tags reading "Pulling Line." Also, state the panel the conduit originated from. 8. Suitably cap conduit during construction to avoid water, dirt and trash entrance. 9. Use expansion-deflection fittings on conduit crossing structural expansion joints and on exposed conduit runs of more than 100 feet or where necessary. Pmvide bonding jumpers across fittings in metal raceway systems. 10. With a coupling, terminate concealed conduit for future use at structural surfaces. Install a pipe plug flush with the surface. 11. 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. 12. Conduits shall be installed with uniform slope which will permit drainage toward manholes, pull boxes, or building walls. Where conduit enters a building or a structure, install per the details shown on the drawings. 13. Seal all conduits with pliable sealant such as "Duraseal" where entering boxes, manholes, switchgear, motor control centers, panelboards, enclosures, etc. 3.02 WIREWAYS A. Installation _ 1. Install wireways, where shown, according to NEC Article 362. 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. END OF SECTION 16110-4 16110-RACEWAYS.DOC SECTION 16120 CONDUCTORS - 600V AND BELOW PART1 GENERAL 1.01 SCOPE A. Furnish and install, complete and ready for operation, electrical conductor systems as shown on the drawings and as specified herein. 1.02 RELATED WORK AND SPECIFICATIONS A. Section 01300: Submittals B. Section 01600: Material and Equipment C. Section 16010: Electrical General Provisions D. Section 16012: Identification E. Section 16051: Acceptance Testing and Calibration 1.03 SUBMITTALS A. Submit shop drawings and product data as per Division 1 - General Provisions, showing all details of materials. 1.04 QUALITY ASSURANCE A. Referenced Standards: 1. IEEE No. 48 - Test Procedures and Requirements for High Voltage AC Cable Terminations. 2. ICEA S-68-516 (NEMA WC 8) - Ethylene-propylene-rubber-insulated Wire and Cable for the Transmission and Distribution of Electrical Energy. 3. UL 1277 - Type TC Power and Control Tray Cables. B. All cable shall be manufactured per and meet AEIC standards. 1.05 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 and individual conductors of multi- conductor power cables with integral insulation pigmentation of the designated colors, except conductors larger than No. 6 may be provided 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. 16120- 1 16120-CONDUCTORS-600V-.DOC D. 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 Switch Leg Pink 280Y/120 Volts Grounded Neutral White 3-Phase, 4-Wire Phase A Black Phase B Red Phase C Blue Switch Leg Pink 480Y/277 Volts Grounded Neutral Gray 3-Phase, 4-Wire Phase A Brown Phase B Violet Phase C Yellow Switch Leg Pink PART 2 PRODUCTS 2.01 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. 2.02 CONDUCTORS - 600 VOLTS A. Conductors 600 Volts and Below: 1. Unless otherwise indicated, all conductors shall be copper and shall be stranded. Solid conductors shall not be used. 2. Utilize only conductors meeting applicable requirements of NEMA WC 3, WC 5, WC 7, and ICEA S-19-81, S-61-402, and S-66-524. 3. Provide conductors with type RHH or RHW, except for multi-conductor tray cable and sizes No. 6 and larger, provide conductors with XHHW insulation and lighting and receptacles, provide conductors with THHN or THWN. 16120- 2 16120-CON DUCTORS-600V-.DOC 4. Unless noted otherwise, conductor sizes indicated are based on copper conductors. Do not provide conductors smaller than those indicated. 5. Where flexible cords and cables are specified, provide Type SO, 600 volt, with the number and size of copper conductors indicated. B. Multi-Conductor Cable: 1. Provide cable that is UL listed Type TC, and conforms to the requirements of UL 1277 and NEC Article 340, or UL listed Power Limited Circuit Cable that conforms to the requirements of NEC Article 725. Provide cables permanently and legibly marked with the manufacturer's name, the maximum working voltage for which the cable was tested, the type of cable, and labeled UL (or submit evidence of UL listing). 2. 600 Volt Multi-Conductor Control Cable, Type TC: a. General: Multi-conductor control circuit interconnection cable with ground. Suitable for installation in open air, in cable trays, conduit, or other approved raceways. Minimum cable temperature rating 90° C dry locations, 75° C wet locations. Passes vertical tray flame test. b. Individual Conductors: No. 14 AWG, 7-strand copper. c. Insulation and Jackets: Provide conductors insulated with flame retardant ethylene propylene rubber, UL rated VW-1. Conductors identified by colors per ICEA Method 1 K2 (no greens and whites) and assembled to ICEA standards. Outer jacket flame retardant, sunlight resistant and oil resistant, chlorosulfonated polyethylene (CSPE) with nominal thickness per ICEA standards. _ d. Manufacturers: The Okonite Company, Rome Cable, or equal. 3. 600 Volt Multi-Conductor Power Cable, Type TC: a. General: 3 or 4 - conductor, with ground and overall jacket suitable for installation in open air, cable trays, conduit, or other approved raceways. Minimum cable temperature rating 90° C dry locations, 75° C wet locations. b. Individual Conductors: Class B stranded, coated, or uncoated copper. c. Insulation and Jackets: Provide conductors insulated with flame retardant ethylene propylene rubber, UL rated VW-1. Conductors identified by colors per ICEA Method 1 K2 (no greens and whites) and assembled to ICEA standards. Outer jacket flame retardant, sunlight resistant, and oil resistant, chlorosulfonated polyethylene (CSPE) with nominal thickness per ICEA standards.d.Manufacturer: The Okonite Company, Rome Cable, or equal. 4. Single Pair (600 Volt No. 16 AWG Twisted, shielded Pair Instrumentation Cable, Type TC): a. General: Single pair instrumentation cable designed for noise rejection for process control, computer, or data log applications. Suitable for installation in cable trays, conduit, or other approved raceways. Minimum cable temperature rating shall be 90° C dry locations, 75° C wet locations. b. Individual Conductors: Soft annealed copper, Class B, 7-strand concentric per ASTM B8, 20 AWG, 7-strand copper drain wire. c. Insulation and Jacket: Each conductor 15-mil nominal PVC and 4-mil nylon insulation. Pair conductors pigmented black and red. Jacket flame-retardant and sunlight and oil resistant PVC with 45 mils nominal thickness. Shield 1.35-mil aluminum/mylar overlapped to provide 100 percent coverage. d. Dimension: 0.31 inch nominal OXIDATION DITCH. e. Manufacturers: The Okonite Company, Alpha Wire Corporation, or equal. 16120-3 16120-CONDUCTORS-600V-.DOC 5. 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. Minimum cable temperature rating shall be 90° C dry locations, 75° C; wet locations. b. Conductors: Soft annealed copper, Class B, 7-strand concentric per ASTM B8, 20 AWG, 7-strand copper drain wire. c. Insulation and Jacket: Each conductor, 15-mil nominal PVC and 4-mil nylon insulation. Triad conductors pigmented black, red, and blue. Jacket flame- retardant and sunlight and oil retardant PVC with 45 mils nominal thickness. Shield 1.35-mil aluminum/mylar, overlapped to provide 100 percent coverage. d. Dimensions: 0.32-inch nominal OXIDATION DITCH. e. Manufacturers: The Okonite Company, Alpha Wire Corporation, or equal. 6. Multi-pair (600 Volt No. 16 AWG, Multi-twisted Shielded Pairs with a Common Overall Shield Instrumentation Cable, Type TC): a. General: Twisted, shielded pairs of instrument cables, grouped in a single cable with an overall shield, designed for use as instrumentation, process control, and computer cable. Suitable for installation in cable tray, conduit, or other approved raceways. Minimum cable temperature rating shall be 90°C dry locations, 75°C wet locations. b. Conductors: Soft annealed copper, Class B, 7-strand concentric per ASTM B8. Copper drain wires. Pair drain wire size AWG 20; group drain wire size AWG 18. c. Insulation and Jacket: Each conductor 25-mil flame retardant ethylene propylene pigmented black and red with red conductor numerically printed for group identification. Outer jacket flame retardant and sunlight and oil _ resistant chlorinated polyethylene (CPE) with nominal thickness as shown in table below. Individual pair shield 1.35-mil aluminum/mylar with tin plated copper drain wire. Group shield 2.35-mil aluminum/mylar, overlapped for 100 percent coverage. d. Manufacturers: The Okonite Company, Alpha Wire Corporation, or equal. 7. 300 Volt Twisted Pair Fire Alarm Cable, Shielded: a. General: Power limited fire protective signaling circuit cable for use in accordance with NEC Article 760 power limited circuits. b. Conductors: Solid, PVC insulated shielded with stranded copper drain wire. c. Insulation and Jacket: Each conductor 15-mil PVC insulation. Jacket red in color and identified along its entire length as fire protective signaling circuit cable. 8. Equipment Grounding Conductors: _ a. Provide stranded copper conductors, as indicated or as required by NEC, for equipment grounding. b. Provide conductors with green Type TW insulation with a minimum thickness of 2/64-inch. 16120-4 16120-CONDUCTORS-600V-.DOC PART 3 EXECUTION 3.01 GENERAL A. Do 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 outer jacket and with the raceway involved. B. Tighten screws and terminal bolts using torque type wrenches, and/or drives, to tighten to the inch-pound requirements of the NEC and UL. C. Where single conductors and cables in manholes, handholes, vaults, cable trays, 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. 3.02 CONDUCTOR - 600 VOLTS AND BELOW A. Provide conductor sizes as indicated on the drawings. B. Wire nuts may be used on solid conductors of 120-volt and 277-volt lighting and 120- volt receptacle circuits only. Use King silicone filled pressure connectors, or approved equal. Use crimp connectors on all stranded conductors. Place no more than one conductor in any single-barrel pressure connection. C. Soldered mechanical joints insulated with tape will not be acceptable. D. Vinyl plastic insulating tape for wire and cable splices and terminations shall be flame retardant, 7-mil thick minimum, rated for 90°C minimum meeting the requirements of UL 510. E. Provide terminals and connectors acceptable for the type of material used. F. Arrange wiring in cabinets, panels, and motor control centers neatly cut to proper length. Remove surplus wire, and bridle 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. G. 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. _ H. 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. I. 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. 16120-5 16120-CONDUCTORS-600V-.DOC J. Cap spare conductors and conductors not terminated with UL listed end caps. K. 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. L. 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. 3.03 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. C. Maintaining the integrity of shielding of instrumentation cables is essential to the operation of the control systems. Take special care in cable installation to ensure that grounds do not occur because of damage to the jacket over the shield. D. Cable Placement: 1. Immediately prior to the placement of each cable or cable group, inspect the raceway to determine that installation is complete and that the interior is clean and free of all materials detrimental to the cable or its placement. Group all cable assigned-to a particular conduit and pulled simultaneously, using cable grips and acceptable lubricants. 2. Provide adequately sized raceways to accommodate the number and size of cable as specified, and in compliance with Article 300 of the National Electric Code. If at any time during the progress of the work raceways appear inadequate to accommodate the assigned cable, notify the Owner at once and discontinue further work on the questionable raceway until advised by the Owner as to how to proceed. 3. Carefully check all cable as to size and length before pulling into conduits. Remove and replace cable pulled into the wrong conduit or cut too short at no additional cost to the Owner. Do not pull cable removed from one conduit or duct into another conduit or duct without permission of the Owner. E. Fishing and pulling shall be performed with flexible round non-metallic tape, carbon dioxide, or forced air propelled polyethylene cord, nylon rope, or manila rope. No metallic cable or materials that may damage or scratch the inside surface shall be pulled into any conduit. Manila rope only shall be used for pulling high voltage (5 KV) cable. F. Use woven wire cable grips to pull all low 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 discarded. 16120-6 16120-CONDUCTORS-600V-.DOC G. Use factory installed pulling eyes for pulling 5 KV cable and other cables where they are available. As soon as the cable is pulled into place, remove the pulling eyes and reseal the cable. H. Insert a reliable non-freezing type of swivel or swivel connection between the pulling ropes and the cable eye, or grip to prevent twisting under strain. I. Do not exceed the maximum pulling tension recommended by the cable manufacturer. Pulling mechanisms of both the manual and power types shall have the rated capacity in tons clearly marked on the mechanism. 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 show the tension on the cable, and the indicator shall be constantly watched. If any excessive strain develops, stop the pulling operation at once and determine and correct the difficulty. 3.04 CONDUCTOR ARC AND FIREPROOFING 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, hndholes, vaults, cable trays, and other ins ..Led 1-,rations. B. Wrap together as a single cable conductors entering from each conduit. C. Follow tape manufacturer's installation instructions. Secure the arc and fireproofing tape at frequent intervals with bands of the specified glass cloth electrical tape. Make each band of at least two wraps of tape directly over each other. 3.05 FIELD TESTS A. Conductors Under 600 Volts: 1. Perform insulation resistance testing of power circuits below 600 volts with a 1000-volt megger. 2. Prepare a written test report of the results and submit to the ENGINEER prior to final inspection. 3. Minimum acceptable value for insulation resistance is 1 megohm. 4. Disconnect equipment that might be damaged by this test. Perform tests with other equipment connected to the circuit. B. Instrumentation Cables: After instrumentation cable installation and conductor termination by the instrumentation and control supplier, perform tests witnessed by the ENGINEER to ensure that instrumentation cable shields are isolated from ground, except at the grounding point. Remove improper grounds. END OF SECTION 16120- 7 16120-CONDUCTORS-600V-.DOC SECTION 16130 BOXES PART1 GENERAL 1.01 WORK INCLUDED A. Furnish and install outlet boxes, floor boxes, junction boxes, pull boxes and terminal boxes. 1.02 QUALITY ASSURANCE A. ANSI/NEMA Publication No. OS 1 - Cast Iron Outlet Boxes, Device Boxes, Covers and Box Supports, and Steel Covers. B. ANSI/UL 514 - Electrical Outlet Boxes and Fittings. PART 2 PRODUCTS 2.0'' OUTLET BOXES A. Flush Device Boxes: 1. Provide cast iron boxes of sufficient size to accommodate wiring devices to be installed at outlet. 2. Extension rings shall not be acceptable. 3. Square or rectangular boxes may be supplied. 4. Unless otherwise noted, provide boxes 1-1/2-inches deep by 4 inches wide. 5. Boxes in hazardous locations shall be Nema 7D. B. Exposed Device Boxes: Provide FD aluminum boxes for surface mounting in areas having exposed conduit systems. Coordinate box cover for proper use. C. Boxes for Lighting Fixtures: 1. Provide aluminum octagonal boxes with fixture stud supports and attachments as required to properly support ceiling and bracket-type lighting fixtures. 2. Unless otherwise noted, provide boxes 2 inches deep by 4 inches wide. D. Masonry Boxes: 1. Provide aluminum, 3-1/2 inches deep, masonry boxes for all devices installed in masonry walls. Protect boxes from concrete and mortar. 2. Use boxes with 1-gang capacity in excess of the number of devices to be installed. 3. Extension ring covers shall not be acceptable. E. Listing: UL 514. F. Acceptable Manufacturers: Appleton, Bowers, Crouse-Hinds, Efcor, Midwest, OZ/Gedney, RACO, Steel City, T & B. g. 2.02 JUNCTION, PULL AND SPLICE BOXES A. Construction: Provide boxes conforming to NEC Article 370. 16130- 1 16130-BOXES.DOC B. Interior Spaces: Provide aluminum or stainless steel type boxes at least 4 inches deep. C. Exterior Spaces: Provide aluminum or stainless steel type boxes at least 4 inches deep. D. Embedded: Provide cast iron type with external recessed flanged cover when cast in concrete. E. Listing: UL 514. F. Acceptable Manufacturers: Hoffman, Keystone, OZ, Stahlin, Crouse-Hinds. 2.03 TERMINATION CABINETS & BOXES _ A. Termination cabinets shall be NEMA 4X 316 stainless steel gasketed. Cabinets shall be configured as shown on the plans, and shall be of sufficient size to adequately contain all terminals, wire-duct, and cables as determined by the CONTRACTOR. Cabinets shall have removable doors (lift-off) not more than 30 inches wide, and shall be equipped with a three-point locki-:g latch handle. B. Wire terminal blocks shall be Square D Type M Barrier Block system, or equal. 1. M4/6G or B 22014 AWG 6MM (.234 inch) wide, Grey, Blue, Single Level, 600 volt, 25 amp. 2. M6-8G or B 22-8AWG 8MM (.315 inch) wide, Grey Blue, Single Level, 600 volt, 55 amp. C. The wire terminal block system shall be for DIN rail mounting, and shall include fuse/switch blocks, circuit breaker block, and isolation switches. D. Acceptable Manufacturers: Hoffman. PART 3 EXECUTION 3.01 PREPARATION A. Coordinate location of all boxes with all other work. B. Verify location of floor boxes with Engineer before installation. 3.02 OUTLET BOXES A. Flush Boxes: 1, Unless otherwise indicated, mount all outlet boxes flush within 1/4-inch of the finished wall or ceiling line. 2. Securely fasten outlet boxes in position using clips or other suitable means. 3. Provide plaster covers for all boxes in plastered walls and ceilings. B. Fixture Boxes: Where boxes for suspended lighting fixtures are attached to and supported from suspended ceilings, adequately distribute the load over the ceiling support members. _ C. Mounting Height: 16130-2 16130-BOXES.DOC 1. Mounting height of a wall-mounted outlet box means the height from finished floor _ to horizontal center line of the cover plate. 2. Where outlets are indicated adjacent to each other, mount these outlets in a symmetrical pattern with all tops at the same elevation. 3. Where outlets are indicated adjacent, but with different mounting heights, line up outlets to form a symmetrical vertical pattern on the wall. 4. Verify the final location of each outlet with Engineer before rough-in. 5. Remove and relocate any outlet box placed in an unsuitable location. D. Back-to-Back Boxes: 1. Do not connect outlet boxes back to back unless approval is obtained. 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. 3.03 FLOOR BOXES 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. 3.04 JUNCTION AND PULL BOXES A. Pull boxes and junction boxes shall be provided to facilitate the installation of cable and wires. "Condulet" type fittings shall not be used in lieu of boxes when the conduit contains wire #4 AWG or larger. _ B. Installation: 1. Install boxes as required to facilitate cable installation in raceway systems. 2. Generally provide boxes in conduit runs of more than 100 feet. 3. Locate boxes strategically and make them of such shape and size to permit easy pulling of wire or cables. Size boxes in accordance to NEC Article 370 requirements. .. C. Covers: 1. Provide boxes so that covers are readily accessible and easily removable after completion of the installation. 2. Include suitable access doors for boxes above suspended ceilings. 3. Select a practical size for each box and cover. END OF SECTION 16130-3 16130-BOXES.DOC SECTION 16170 METAL FRAMING PART1 GENERAL 1.01 WORK INCLUDED A. Furnish and install metal framing, including channels, fittings, clamps, hardware, electrical accessories and brackets. 1.02 QUALITY ASSURANCE A. NEMA ML 1 - Metal Framing. PART 2 PRODUCTS 2.01 CHANNELS, FITTINGS. CLAMPS, ELECTRICAL ACCESSORIES AND BRACKETS A. Aluminum or stainless. B. Provide 316 stainless steel fasteners. 2.02 SIZES A. Provide channels fabricated from not less than 12-gauge stainless steel or aluminum, 1-5/8 inches wide and not less than 1-5/8 inches deep. 2.03 ACCEPTABLE MANUFACTURERS A. B-Line Systems, Inc.; Elcen Metal Products Company; Electrical Products Division, Midland-Ross Corporation; Metal Products Division, U.S. Gypsum Company; Power Strut; Unistrut. PART 3 EXECUTION 3.01 APPLICATION A. Use stainless steel components for heavy duty applications and in corrosive areas and in other applications as indicated on the details. 3.02 SUPPORTS A. Provide metal framing to support large or heavy wall-mounted equipment, wall- mounted raceways and ceiling-hung raceways. 3.03 ANCHOR BOLTS A. Use 1/2-inch diameter by 3 inches long 316 stainless steel expansion bolts to attach framing to concrete, unless a different size is shown in the details. B. For attaching framing to CMU or other hollow walls other types of corrosion resistant anchors may be used if a approved by the Engineer. 16170- 1 16170-METALFRAMING.DOC C. Space bolts a maximum of 24 inches on center, with not less than two bolts per piece of framing. • END OF SECTION 16170-2 16170-METALFRAMING.DOC SECTION 16191 MISCELLANEOUS EQUIPMENT PART1 GENERAL 1.01 SCOPE OF WORK A. Furnish and install all miscellaneous equipment as shown on the Drawings and as specified herein. 1.02 SUBMITTALS A. Submit to the Engineer, in accordance with Section 01300, detailed catalog information or drawings describing electrical and physical characteristics of all equipment specified. 1.03 REFERENCE STANDARDS A. Equipment enclosures shall have NEMA ratings suitable for the location in which they are installed, as specified in Division 16. PART 2 PRODUCTS 2.01 MATERIALS A. Disconnect Switches 1. Disconnect switches shall be heavy-duty, quick-make, quick-break, visible blades, 600 Volt, .3 Pole with full cover interlock, interlock defeat and flange mounted operating handle. 2. NEMA 4 enclosures shall be stainless steel. 3. NEMA 4X enclosures shall be stainless steel. 4. NEMA 7 enclosures shall be copper free cast aluminum. 5. Switches shall be as manufactured by General Electric, Cutler-Hammer, Square D Co. or equal. B. Fused Disconnect Switches 1. Fused disconnect switches shall be heavy-duty, quick-make, quick-break, visible blades, 600 Volt, 3 Pole with full cover interlock, interlock defeat and flange mounted operating handle. 2. Fuses shall be rejection type, 600 Volts, 200,000 A.I.C., dual element, time delay, Bussman Fusetron, Class RK-5 or equal. 3. NEMA 4 enclosures shall be stainless steel. 4. NEMA 4X enclosures shall be stainless steel. 5. NEMA 7 enclosures shall be copper free cast aluminum. 6. Switches shall be as manufactured by General Electric, Cutler-Hammer, Square D Co. or equal. C. Manual Motor Starters 1. Manual starters shall be suitable for the voltage and number of phase shown on the Drawings and shall be non-reversing, reversing or two speed type as shown on the Drawings. NEMA sizes shall be as required for the horsepowers shown on 16191 - 1 16191-MISCELLANEQUIPMENT.DOC the Drawings. Manual starters shall have motor overload protection in each phase. 2. NEMA 4 enclosures shall be stainless steel. 3. NEMA 4X enclosures shall be stainless steel. 4. NEMA 7 enclosures shall be copper free cast aluminum. 5. Manual motor starters shall be as manufactured by General Electric, Cutler- Hammer, Square D Co. or equal. D. Magnetic Motor Starters 1. 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 horsepowers shown on the drawings. 2. Two speed starters shall be for single or two winding motors as 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 P' -' 3nd one N.C. auxiliary contacts shall be p, ided 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 secondaries shall be equipped with time-delay fuses. 6. Built-in control stations and indicating lights shall be furnished where shown on the Drawings. 7. All field wiring shall be terminated in numbered terminal blocks, and all wires shall be labeled. A control schematic shall be furnished showing all wire numbers and field devices as shown on the drawing. 8. NEMA 4 and 4X enclosures shall be stainless steel. 9. NEMA Type 7 enclosures shall be copper free cast aluminum. 10. Magnetic motor starters shall be as manufactured by General Electric, Cutler- Hammer, Square D Co. or equal. E. Combination Magnetic Motor Starters 1. Motor starters shall be a combination motor circuit protector and contactor, 2 or 3 pole, 1 or 3-Phase as required, 60 Hz, 600 Volt, magnetically operated, full voltage non-reversing unless otherwise shown on the drawings. NEMA sizes shall be as required for the horsepowers shown on the drawings. Motor circuit = protectors shall be molded case with adjustable magnetic trip only. They shall be specifically designed for use with magnetic motor starters. Motor circuit protectors shall be current limiting type, with additional current limiters if- squired. 2. Two speed starters shall be for single or two winding motors as shown on the Drawings. 3. Each motor starter shall have a 120 Volt operating coil and control power transformer. Three phase starters shall have three overload relays. One normally open and one normally closed auxiliary contact shall be provided as spares in addition to contacts shown on the Drawings. 4. Overload relays shall be adjustable, ambient compensated and manually reset.] 5. Furnish built-in control stations and indicating lights where shown on the Drawings. 16191 -2 16191-MISCELLANEQUIPMENT.DOC 6. All field wiring shall be terminated in numbered terminal blocks, and all wires shall be labeled. A control schematic shall be furnished showing all wire numbers and field devices as shown on the drawing. 7. NEMA 4 and 4X enclosures shall be stainless steel. 8. NEMA 7 enclosures shall be copper free cast aluminum. 9. Combination magnetic motor starters shall be as manufactured by General Electric, Cutler-Hammer, Square D Co. or equal. F. Unit Heater Combination Contactors 1. Combination contactors shall be a fused switch and contactor, 3-Pole, 60 Hz, 600 Volt, magnetically operated. NEMA size shall be as required for the kilowatt ratings shown on the drawings, but shall be not less than NEMA size 1. 2. Contactors shall have a 120 Volt operating coil and control power transformer. Furnish the control power transformer with extra capacity for the unit heater fan. 3. NEMA 4 e;iclosures shall be stainless steel. 4. NEMA 4X enclosures shall be stainless steel. 5. NEMA 7 enclosures shall be copper free cast aluminum. 6. Combination contactors shall be as manufactured by General Electric, Cutler- Hammer, Square D Co. or equal. G. Control Stations _ 1. Control stations shall be heavy-duty type, with full size operators. Momentary contact stop buttons shall have a lockout latch that can be padlocked in the open position. Provide an extra contact to monitor the auto position of the switch as shown on the drawings. 2. NEMA 4 enclosures shall be stainless steel. 3. NEMA 4X enclosures shall be stainless steel. 4. NEMA 7 enclosures shall be copper free cast aluminum. 5. Control stations shall be Square D Class 9001, similar by Cutler Hammer, General Electric Co. or equal. H. Lightning Arrester and Surge Capacitor 1. Lightning arrester shall be 650 Volt, 3 Phase, "Tranquell" type; General Electric Co., Catalog No. 9L15ECC001 or equal. 2. Surge Capacitor shall be 650 Volt, 3 Phase, non-toxic liquid insulated, General Electric Co., Catalog No. 9L18BAB301 or equal. I. Wireway 1. NEMA 1 wireway shall be painted steel with screw covers. 2. NEMA 4 and 4X wireway shall be stainless steel with gasketed, hinged covers and stainless steel screws. 3. NEMA 1 wireway shall be Square-Duct as manufactured by the Square D Co.; NEMA 4 and 4X shall be Bulletin F-22 as manufactured by the Hoffman Engineering Co. or equal. J. Automatic Transfer Switch 1. The automatic transfer switch shall be heavy duty, 4 Pole, 600 Volt, double throw, with direct manual operation and shall be listed under UL 1008. Switch ratings shall be as shown on the Drawings. Enclosure type shall be NEMA 4. 16191 -3 16191-MISCELLANEQUIPMENT.DOC 2. Automatic transfer switches shall be ASCO, Series 300. Transfer switches related to generator equipment are specified elsewhere and supplied by the generator equipment supplier. K. Control Relays 1. Control relays shall be heavy duty machine tool type, with 10 Amp, 300 Volt convertible contacts. Number of contacts and coil voltage shall be as shown on the Drawings. General use relays shall be General Electric Co., Catalog No. CR120B, similar by Square D Co.; Allen-Bradley Co. or equal. Latching relays shall be General Electric Co., Catalog No. CR120BL, similar by Square D Co.; Allen-Bradley Co. or 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 shall be Agastat Model 7012 or 7022 or equal. L. Polyethylene Warning Tape 1. Warning tape shall be red polyethylene film, 6-in minimum width. 2. Warning tape shall be W.H. Brady Co., Catalog No. 91296 or equal. M. Terminal Blocks _ 1. Terminal blocks shall be 600 Volt, channel mounted, with tubular screw and pressure plate. 2. Terminal blocks shall be Bulletin 1492 as manufactured by the Allen-Bradley Co. or equal. N. 30 Amp, 480 Volt Receptacles 1. 30 Amp, 480 Volt receptacles shall be 3 Pole, 4 Wire, grounding pin-and-sleeve type, with circuit breaking capability. 2. 30 Amp, 480 Volt receptacles shall be Crouse-Hinds, Arktite style 2, Catalog No. ARE 3423 or equal. 3. Furnish and install one matching plug for each receptacle shown on the Drawings. O. Portable Generator Input Receptacle 1. Portable generator input receptacle shall be weatherproof, rated for 600 Volts, 100 Amp, 3 Phase, 4 Wire grounding pin-and-sleeve type with a 150 mounting adapter, spring door cover and be Crouse-Hinds Catalog No. 1042522 with plug, Crouse-Hinds Catalog No. APJ-10487522 or equal. 2. Both receptacle and plug shall have reversed contacts. P. Intrinsically Safe Relays 1. Intrinsically safe relays shall be solid state type with 5 Amp output contacts, suitable for use on a 120 Volt, 60 Hz power supply and shall be FM approved for pilot devices in Class I, Division 1, Group D hazardous atmospheres. 2. Intrinsically safe relays shall be Gems Solid State Safe-Pak as manufactured by Gems Sensors, Division of Transamerica Delaval, Inc. or equal Q. JIC Boxes for GF Receptacles 1. Furnish all necessary hardware for mounting the heat tape and thermostat. 2. JIC boxes shall be 6-in by 6-in by 4-in aluminum continuous hinge clamp cover boxes, Hoffman, Catalog No. A-606 CHAL with Type L23 stainless steel fast operating JIC clamp or equal. 16191 -4 16191-MISCELLANEQUIPMENTLOC 3. Install 1-1/2-in bushings in bottom of box for cord and plug to pass through. ■ R. Emergency Shower Alarm Horn and Light 1. Emergency shower alarm horn shall be vibrating type for 120 Volts, 60 Hz and shall be Federal Signal Corp.; Catalog No. 350+WB for surface mounting, Catalog No. 350+FG+FB for flush mounting, similar by Benjamin Co.; Edwards Co. or equal. 2. Emergency shower alarm light shall be a flashing strobe unit with red fresnel globe, for use on a 120 Volts, 60 Hz power supply, and shall be Benjamin Catalog No. KL-4011-120, similar by Federal Signal; Edwards Co. or equal. S. Break-Glass Emergency Station 1. Break-Glass Emergency Station shall be of the break glass design with a cast metal outer case finished in fire red and have an attached chain hung "Hammer". A glass panel shall be mounted in front of the push button operator. Switch contacts shall be 1-open, 1-closed, rated 10 Amp, 600 Volts. 2. A black phenolic nameplate with engraved white lettering shall be fastened to the outer case front. Station shall be equal to Key Systems, Inc., Catalog No. 561-S (Surface mounting), 561 (Semi-flush mounting), similar by Crouse-Hinds; Killark or equal. T. Photocells 1. The photocells shall be suitable for power duty with individual fixtures or for pilot duty with contactors as detailed on the Drawings. Enclosure shall be NEMA 3R or 4. Contacts shall be rated for 2,000 watts continuous at 120 Volts. The unit shall turn on at 1.5 footcandles and off at 5.5 footcandles. 2. Photocells shall be Tork, Model 2101 or equal. U. 24-Hour Programmable Timers 1. Unless otherwise specified, time switches shall be of the programmable type capable of being programmed at the intervals as noted on the Drawings over a _ 24-hour day. Program tabs shall be easily set by hand without tools to obtain or to change the desired programming schedule. The switching condition shall be maintained when adjacent tabs are set alike. 2. The unit shall be powered by a self-starting, enclosed, 120 Volt, synchronous motor capable of continuous accurate operation. A reserve power, precision wound spring and associated escapement device shall be integrally mounted to maintain time settings during power failures of up to 24 hours. 3. The switch mechanism shall be a self-contained unit rated at not less than 20 Amps, 120 Volts, single pole, double throw and shall be readily replaceable in the field. 4. An omitting device shall be furnished as an integral part of the time switching operation to be skipped for any preselected day or days of the week. 5. Unless otherwise specified, time switches shall be as manufactured by Intermatic; TORK; Paragon or equal. V. 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 minimum. b. Setpoints entered by pressing membrane covered keyboard on unit. 16191 -5 16191-MISCELLANEQUIPMENT.DOC 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. g. Sealed battery backup power to retain memory for up to 30 days. h. Accuracy plus or minus 0.01 second. i. DPDT isolated instantaneous and timed output contacts rated 6 Amps minimum at 120 Volt. 3. Timers shall be Bulletin 651 Multirange, solid state as manufactured by Tenor Co., Inc.; Eagle Signal, CS-300 Series or equal. W. Corrosion Inhibitors 1. 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 equal. X. Equipment Identification Nameplates 1. All field mounted electrical equipment such as disconnects, push button stations, etc, shall be provided with a weather resistant engraved laminoid equipment identification nameplate screwed or bolted adjacent to the device. Nameplate shall identify the mechanical equipment controlled exactly as shown on the electrical single line drawings (i.e, P-95 Cooling Water Pump No. 1). Y. Equipment Mounting Stands 1. Equipment mounting stands shall be custom fabricated from 1/4-in steel plate and 4-in steel channel, as shown on the Drawings. 2. Hot dip galvanizing shall conform to the requirements of Division 5. Z. Lighting Contactor 1. Lighting contactor shall be of the electrically operated, mechanically held type mounted in NEMA 1, enclosures (except where noted otherwise on the Drawings) with number of poles as noted on the Drawings. Operating coils shall be rated for 120 Volts unless otherwise indicated on the Drawings and shall be for momentary operation. [Provide with "Hand Off-Auto" switch on cover where shown on the Drawings.] 2. Contactors shall be rated for 20 Amps, 600 VAC and shall be Automatic Switch Co., Bulletin 917 RC, similar by Square D Co.; Cutler Hammer/Westinghouse or equal. AA. Digital Lighting Control Time Switches 1. Time switches for lighting control shall have astronomic ON/Timed OFF and Timed ON/astronomic OFF; pulse switching for mechanically held contactors or low voltage latching relay; LCD digital display for basic setting; manual ON/OFF override and 72 hour rechargeable 9 Volt Nickel Cadmium battery back-up and NEMA III indoor/ outdoor enclosure. Time switches shall be Tork, Catalog No. DZS 200/120 Volt, DZS 200-3/277 Volt or equal. 2. Time switches for control of lighting with photocell ON/time OFF/time ON/photocell OFF (selected days); photocell ON / photocell OFF (every day); remote photocell; 16191 -6 16191-MISCELLANEQUIPMENT.DOC 9 Volt lithium battery back-up; manual override; photocell light level control adjustment; LCD digital display and NEMA III indoor/outdoor enclosures. Time switches shall be Tork, Catalog No. DGLC-120 Volt or equal. Note: Above time switch requires a dedicated clock circuit (no other loads connected to circuit). BB. Beacon Alarm Light: Beacon alarm light for building exterior mounting shall be flush mounted, weatherproof construction and have a 750,000 candlepower xenon strobe tube and red polycarbonate lens. Beacon alarm light shall be Federal Signal, Model 371 DST. CC. Instrumentation Disconnect Switches: Provide a heavy-duty single pole disconnect toggle switch in a wp cast enclosure for all field instruments served with electric power. This feature shall be included whether or not shown on drawings. PART 3 EXECUTION _ 3.01 INSTALLATION A. Mounting Stands: Field mounted disconnects, pushbutton control stations, etc, shall be mounted on steel stands as shown on the Drawings. Where clearance requirements 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. END OF SECTION 16191 - 7 16191-MISCELLANEQUIPMENT.DOC SECTION 16360 UNDERGROUND DUCT BANKS PART1 GENERAL i 1.01 WORK INCLUDED A. Provide underground electrical duct banks as shown on the Drawings. i 1.02 QUALITY ASSURANCE A. Referenced Standards: 1. ANSI C80.1, Specifications for Zinc-Coated Rigid Steel Conduit. 2. ANSI/ACI 301, Specifications for Structural Concrete for Buildings. 3. ANSI/ASTM 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. 5. ANSI/NEMA TC9, Fittings for ABS and PVC Plastic Utilities Duct for Underground " Installation. PART 2 PRODUCTS 2.01 DUCTS AND FITTINGS A. Unless otherwise noted, provide Schedule 40 PVC conduit encased in concrete. Provide fittings of the same type material as the conduit. 2.02 CONDUIT AND FITTINGS A. Provide metal conduit to PVC adapter fitting in order to convert to metal conduit before surfacing from the underground duct bank. 2.03 CONCRETE A. Provide concrete conforming to the following. 1. Compressive strength: 2,800 psi at 28 days. 2. Slump: Not exceeding eight inches. 3. Aggregate size: Maximum of 3/4 inch. .. 4. Additive: Red ferrous oxide concrete coloring pigment mixed at the rate of 1-112 pounds per sack of cement. Communications duct banks encasement shall have green colored concrete. 2.04 REINFORCING BARS A. Provide Grade 40 steel reinforcing bars, for all duct banks. 16360- 1 16360-UNDERGROUNDDUCKBANKS.DOC 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. After 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 bottoms will not be acceptable. 3.03 EXCAVATION AND BACKFILL A. Excavation: Excavate trenches for installation of duct banks. Form the trench bottom to follow closely the specified grade and depth for the duct banks. B. Backfill: Trenches may be backfilled 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 original. 3.04 PLACING OF DUCT BANKS A. Cover: Unless otherwise shown, provide a minimum two feet 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 minimum 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. ■ C. Changes in Direction: Make changes in direction of runs exceeding a total of 10 degrees, either horizontal or vertical, by using long sweep bends. Long sweep bends must have a minimuin radius of curvature of 25 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: Make joints 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. 16360-2 16360-UNDERGROUNDDUCKBAN KS.DOC E. Spacing: Space ducts and conduits a minimum of three inches from adjacent ducts. Place spacers or separators on not greater than five-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. 3.05 PLACING OF CONCRETE 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 duct 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 completed, plug open ends of ducts and conduits to prevent the entrance of foreign matter. After the duct line has been completed, pull a flexible mane._o .nrough each duct and conduit. The mandrb, must not be less than 12 inches long with a diameter approximately 1/4 inch less than the inside 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. 3.07 SPECIAL PROJECT REQUIREMENTS A. Contractor shall employ hand trenching at locations where existing underground utilities are present. B. All damaged utilities should be repaired immediately in 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. C. Install a #4/0 bare copper grounding conductor, centered over the ductbank and located 3" above the ductbank in the backfill. Bond ductbank grounding conductor to building or transformer ground loop at one end and to the manhole ground electrode at the other end. END OF SECTION 16360-3 16360-UNDERGROUNDDUCKBANKS.DOC SECTION 16445 PANELBOARDS - DISTRIBUTION AND BRANCH CIRCUIT PART 1 GENERAL 1.01 WORK INCLUDED A. Furnish and install distribution and branch circuit panel- boards. B. Related Work and Specifications: Section 16010: Electrical General Provisions. 1.02 QUALITY ASSURANCE A. Referenced Standards: 1. UL 50 - Cabinets and Boxes. 2. UL 67 - Electric Panelboards. 3. NEMA AB 1 - Molded Case Circuit Breakers. 4. NEMA AB 2 - Procedures for Verifying the Performance of Molded Case Circuit Breakers. 5. NEMA FU 1 - Low Voltage Cartridge Fuses. 6. NEMA KS 1 - Enclosed Switches. 7. NEMA PB 1 - Panelboards. 1.03 SUBMITTALS A. The following information shall be submitted to the Engineer: 1. Breaker layout drawing with dimensions indicated and nameplate designation 2. Component list 3. Conduit entry/exit locations 4. Assembly ratings including: a. Short-circuit rating b. Voltage c. Continuous current 5. Cable terminal sizes 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. 5. 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. 16445- 1 16445-PANELBOARDS.DOC 7. Panelboards mounted in wet or corrosive areas shall have NEMA 4X stainless steel enclosures. 8. Panelboards mounted 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. 2.02 BUS A. Material: 1. Provide tin plated, copper bus bars, 98 percent IACS conductivity, full-sized throughout their length. 2. Use buses with silver-plated contact surfaces. 3. Include a tin plated copper bus bar ground bus in panelboard rated not less than 25 percent of the main bus capacity. 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. 6. Provide through feed or sub feed lugs where indicated. 7. Provide lugs and connection points on phase, neutral and ground bus suitable for copper conductors. 8. Spaces for future circuit breakers shall be bussed for the maximum devices that can be fitted. 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. 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 so fault on one pole will trip all poles simultaneously. Handle ties are not acceptable. 16445-2 16445-PAN E LBOARDS.DOC 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 10,000 Amps, RMS symmetrical. b. Each circuit breaker used in 120/240 Volt panelboards shall have an interrupting capacity of not less than 10,000 Amps, RMS symmetrical. c. Each circuit breaker used in 277/480 Volt and 480 Volt panelboards shall have an interrupting capacity of not less than 22,000 Amps, RMS symmetrical. d. GFCI (ground fault circuit interrupter) shall be provided for circuits where shown on the drawings. GFCI units shall be 1 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 10,000 Amps, RMS. e. 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. B. Surge Suppressor 1. The panelboard shall be provided with externally mounted, transient voltage surge suppression. C. Service Entrance .. 1. The panelboard shall have a connection for housing and grounding neutral conductor. 2. Provide a UL label for the panelboard. 2.04 CIRCUIT IDENTIFICATION A. Directory: 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 HA 277/480V, 30, 4W Feeder from MCC-B/Section 2. The nameplate shall have a minimum thickness of 1/8". 16445-3 16445-PAN ELBOARDS.DOC 2.05 LISTING A. UL 67 - Electric Panelboards. 2.06 ACCEPTABLE MANUFACTURERS A. Acceptable manufacturers are Culter Hammer, Square-D, General Electric, Siemens. PART 3 EXECUTION 3.01 INSTALLATION A. Install panelboards in the locations as shown and as recommended in NEMA PB1.1. B. In wet and corrosive areas, including outdoor locations, install panelboard enclosures on 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. D. All conduit connections shall be by use of Myers hub. 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. 3.03 SPECIAL REQUIREMENTS A. All copper items, including wiring, terminal blocks, 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. C. All hardware, including nuts, bolts, washers, screws, anchor bolts, door hinges, etc., shall be made of 316 stainless steel. D. The minimum requirements of painting procedure shall be followed: 1. Surface preparation per SSPC-SP6. 2. Primer: Tnemec 66, Epoxoline - one coat 4 dry mils. 3. Finish Coat: Tnemec Series 72, Edura Shield - one coat 1.5 dry mils (ANSI 61 light gray). 4. Undercoat Finish: Tnemec Tar 46-413-2 coats 40 dry mils total. END OF SECTION 16445-4 16445-PAN ELBOARDS.DOC SECTION 16500 LIGHTING RECEPTACLE SYSTEMS PART 1 GENERAL 1.01 SCOPE 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. 1.02 RELATED WORK AND SPECIFICATIONS A. Section 01300: Submittals x B. Section 01600: Material and Equipment C. Section 16010: Electrical General Provisions 1.03 SUBMITTALS o- A. Submit shop drawings showing complete construction details for all equipment in compliance with Division 1 - General Provisions. 1.04 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. 1.05 QUALITY ASSURANCE A. Referenced Standards: 1. ANSI C78— Fluorescent Lamps. 2. ANSI C78— High-Intensity-Discharge Lamps. 3. ANSI C78— Incandescent Lamps. 4. ANSI C82— Lamp Ballasts. 5. ANSI/UL 844 — Safety Standard for Electrical Lighting Fixtures for Use in hazardous Locations. 6. ANSI/UL 935— Safety Standard for Fluorescent Lamp Ballasts. _ 7. ANSI/UL 1029— High-Intensity-Discharge Lamp Ballasts. 8. NEMA FA 1 —Outdoor Floodlighting Equipment. 9. NEMA LE 1 —Fluorescent Luminaires. 10. NEMA LE 3— Manual for High-Intensity-Discharge (H-I-D) Lamps. 11. UL 57— Electric Lighting Fixtures. PART 2 PRODUCTS r 2.01 MATERIALS A. Switches: 16500- 1 16500-LIGHTINGRECE PTSYS.DOC 1. Wall switches shall be of the heavy-duty specification grade, toggle action, flush mounting quiet type. 2. Wall switches shall be of the following types and manufacturer, or equal. a. Single Pole: Arrow-Hart, Catalog No. 1991, or Pass and Seymour 20AC1, or Leviton 1221-2. b. Double Pole: Arrow-Hart, Catalog No. 1992, or Pass and Seymour 20AC2, or Leviton 1222-2. c. Three-Way: Arrow-Hart, Catalog No. 1993, or Pass and Seymour 20AC3, or Leviton 1223-2. d. Momentary Contact, 2 Circuit, Center Off: Arrow-Hart, Catalog No. 1895, or Pass and Seymour 1250, or Leviton 12561. e. Weatherproof switch covers shall be Crouse-Hinds rain-tight Type DS with PVC coating where used with PVC coated steel conduit. B. Receptacles: 1. Wall receptacles shall be 120 volts, single-phase, single or duplex, industrial specification hospital grade, and be of the following types: a. Duplex, 20A, 125V , 2P, 3W: Arrow-Hart, Catalog No. 8300, or Pass and - Seymour 9300-HG, or Leviton 83001. b. Ground fault interrupter, lockout type, duplex, 20A, 125V, 2P, 3W: Leviton 88991. c. Stainless steel indoor mounting plate for G.F.I. receptacle: Arrow-Hart, Catalog No. S2G, or Pass and Seymour S-26N, or Leviton 84401-40. d. Weatherproof cover for G.F.I. receptacle in FS box while in use: Leviton 5997 _ GY. e. Clock hanger, 15A, 125V, 2P, 3W: Arrow-Hart, Catalog No. 452, or Leviton 5261-CH. f. Computer or computer related equipment: Leviton 83801G, or Pass and Seymour, Catalog No. IG63621SP, ivory with translucent surge suppressor, 5- 20R, 20A, 125V duplex hospital grade with audible alarm. 2. Receptacles listed as weatherproof shall be provided with a watertight back box and hinged cover, Crouse-Hinds, WLRS or WLRD Series, or Leviton WP1 series. 3. Welding receptacles shall be surface mounted, 30 or 60 ampere, 600 volts, three- phase, with grounding conductors connected through a fourth pole and the shell mounted four feet above the floor. One matching plug with woven grip shall be furnished with each receptacle for the cable size as directed by the OWNER. Receptacles shall be Crouse-Hinds, "Arktite" series, or equal. - 4. Receptacles for three-phase dewatering sump pumps shall be similar to welding receptacles, except that they shall be mounted as shown on the drawings. C. Device Plates: 1. Plates for indoor flush mounted device shall be of the required number of gangs for the application involved, and shall be Type 302 stainless steel of the same manufacturer as the device. 2. Plates for indoor surface mounted device boxes shall be cast metal of the same material as the box. 3. Oversized plates shall be installed where standard plates do not fully cover the wall opening. 4. Device plates for switches mounted outdoors, or indicated as weatherproof, shall be gasketed, cast aluminum with provisions for padlocking switches "ON" and _ "OFF" by Crouse-Hinds, No. DS185, or equal. 16500-2 16500-LIGHTINGRECEPTSYS.DOC 5. Flush mounted weatherproof plates shall be provided with an adapter to allow flush mounting of single gang device plates on single or multi-gang cast boxes. 6. Engraved device plates shall be provided where required. D. 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. E. Lamps: 1. Fluorescent lamps shall be medium bi-pin and recessed double contact, rapid _ start, standard cool white with wattage rating as indicated in the "Fixture Schedule". 2. Fluorescent ballasts shall be Class P, rapid start, high power factor, CBM certified by E.T.L., and listed by Underwriters' Laboratories, Inc. for operation on 120 volt ® 60 hertz, and as indicated in the "Fixture Schedule". 3. Emergency ballasts for fluorescent fixtures shall consist of a battery, charger, and electronic circuitry contained in a single, compact enclosure, and shall be Bodine Co., Model B50 F-48, or equal. Test switch and charging indicator light shall be externally mounted on fixture housing. 4. High intensity discharge (H.I.D.) lamps shall be deluxe white, or clear, of the size and type as specified in the "Lighting Fixture Schedule" on the drawings. 5. High intensity discharge (H.I.D.) ballasts shall be of the constant wattage auto- transformer type. All ballasts shall be of the correct size and voltage for the fixture it is to serve as specified in the "Lighting Fixture Schedule" on the drawings. All ballasts shall be as manufactured by Sylvania Electric Products, Inc., General Electric Co., or Jefferson Electric Co. 6. Incandescent lamps shall be inside frosted, extended service, 20,000-hour life, with medium base rated for operation on 125/130 volt, 60 hertz power, as manufactured by Litetronics. ® PART 3 EXECUTION 3.01 COORDINATION ® A. Verify that the lighting fixtures are compatible with the specified ceiling systems as indicated on the architectural drawings. B. Advise the ENGINEER of any discrepancies before placing the lighting fixture order. 3.02 LIGHTING INSTALLATION A. Fixtures must be completely wired and lamps installed. B. Lighting fixtures must be operating properly at final 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. 16500-3 16500-LIGHTINGRECEPTSYS.DOC E. Support fixtures from the building structure, or from furring channels. Furring channels must be a minimum of 1-1/2 inches wide. F. Flexible metal conduit from junction box to lighting fixture shall not touch the ceiling as finally installed. 3.03 RECEPTACLE AND SWITCH INSTALLATION A. Mounting Heights: 1. Mount receptacles 48 inches above finished floor except finished indoor areas. 2. Mount outdoor receptacles at least 24 inches above finished grade. 3. Mount receptacles in control room 12 inches above finished floor. 4. Mount all wall switches 54 inches above finished floor. 5. Mount thermostats 60 inches above floor. B. Boxes: 1. Finished areas such as offices: Flush mounted devices in aluminum boxes. 2. Other areas: Surface mounted cast aluminum metal boxes. C. Wer°" oroof Receptacle Lift Covers: Install with ige pin horizontal at top of the finished plate. D. Install receptacles with grounded blade up. E. Switches and receptacles shall be mounted in 4" x 4" aluminum outlet boxes concealed in the office walls. F. Indoor and outdoor boxes shall be grounded by use of a No. 12 green insulated ground wire run with the wiring. Refer to Section 16030, Grounding. END OF SECTION 16500-4 16500-LIGHTINGRECEPTSYS.DOC SECTION 16501 PACKAGED ELECTRIC GENERATING PLANT PART1 GENERAL 1.01 SCOPE: A. Design, furnish and deliver, complete and operative, stand-by duty packaged electric generating plant and associated controls with all required accessories, as specified. The generating plant shall be skid mounted, factory pre-piped and wired, and enclosed in sound attenuated enclosure. Provide with fuel tank mounted on the skid. The work includes the furnishing of all labor, materials, equipment, testing, and training to provide a complete and workable electric generating plant. It is the intent to have a single source responsibility (one supplier) for the engine generator specified herein, and the Low Voltage Automatic Transfer Switch. The generator system is intended for standby duty however shall be capable of operating continuous for several weeks at a time. The complete system, inclusive of generator set, accessories and low voltage automatic transfer switch shall to be tested at the manufacturer's facility. B. The generator set shall be enclosed in a sound attenuated weatherproof enclosure. C. The complete power generation system, icluding the Automat«, I ransfer Switch, shall be furnished by a single manufacturer who shall be responsible for the design, coordination, functioning, and testing of the complete generator systems. The generator system consists of the generator set and accessories specified herein, and the low voltage automatic transfer switch. The generator system manufacturer shall _ prepare system installation drawings, schematics, interconnection diagrams, panel layouts, and other data required for the complete systems descriptions. The manufacturer shall certify in writing that each component is compatible with all other components of the system, that all required equipment, piping and wiring for a fully functional system has been supplied and installed, and that all devices necessary for proper and safe operation have been provided. Equipment and materials required to provide a proper and safe functioning system, whether specified herein or not, shall be furnished and installed at no additional cost to the Owner. The generator supplier shall also submit certified documents with calculations showing that the size of the generators furnished is capable of powering the total connected load specified below when applied as an instantaneous load without exceeding the maximum voltage drop of 25 percent at full operating load. The generator shall also be capable of starting the largest single load under full load conditions (restarting the largest load with the remaining loads in service). D. The manufacturer shall include all safety and environmental protection features which are currently required by Federal, State and local laws, rules and regulations. E. Include 2 days of factory technician's services for installation supervision, testing debugging and start-up services, for the generator, as part of this Contract. The engine/generator supplier shall also include the material and labor costs associated with one complete oil change after the units have been tested and accepted. Replace oil filters as part of this task. Dispose used oil as permitted by law. CARLESPROJECTSGREENWAY LS16501.DOC 16501 - 1 1.02 RELATED WORK A. Section 01430 - Operation and Maintenance Data B. Section 01640 - Manufacturer's Services C. Section 16010: Electrical General Provision 1.03 SUBMITTALS A. Submit in accordance with Section 16010 - Electrical General Provisions specified in this Section. B. Submittal upon award of contract: The following shall be submitted upon award of contract. 1. Make and model of engine. 2. Number of cylinders. 3. Bore (cm). 4. Stroke (cm). 5. Piston displacement (cm3). 6. Piston speed (fpm at rated rpm). r• 7. Brake Mean Effective Pressure at rated kW output (psi). 8. Make and model of generator. 9. Temperature rise by embedded detector (at hot spots) of generator at rated kW output (°C). Resistance method is not acceptable. 10. Efficiency of generator at rated kW output. 11. Names of engine, generator, and control distributors authorized to perform warranty fulfillment in the area where the equipment will be used. 12. Brochures: Submit brochures on engine, generator, muffler, battery, battery charger, control panel, annunciator panel housing, skid, vibration isolation and any accessory equipment showing ratings, construction features, and performance characteristics. Indicate fuel consumption at full load (gallons/min). 13. Dimensional Drawings: Submit dimensional drawings of packaged unit and any separately mounted accessory equipment. Include weight of the packaged unit. Submit all dead and live loads of the packaged electric generating plant. 14. Electrical Diagrams: Submit schematic-and wiring diagrams of the electrical system showing all factory wiring and clearly indicating all wiring and connections to be made in the field. Include internal wiring diagrams of any packaged controllers. Indicate wattage and voltage of any electrical strip heaters. Also submit fully detailed interconnection drawings indicating each individual connection to any remote equipment, including a separate connection drawing to show point-to-point electrical wiring connections. C. Submittal after manufacture: 1. Factory and Field Tests: Submit each factory and field test report on the actual packaged electrical generating plant provided, indicating results for all tests described herein. 2. Operation and Maintenance Manuals: Submit to the Contractor the manufacturer's operation and maintenance manuals pertaining directly to the unit provided in accordance with Section 01430. As a minimum include the following information: 3. Project record drawings clearly indicating operating features and including record shop drawings, outline drawings, and schematic and wiring diagrams. C ILESPROJECTSGREENWAY LS16501.DOC 16501 - 2 4. Instructions for erection, alignment including tolerances, and preparation for use. 5. Complete description of safety equipment, safety procedures, and safety precautions. 6. Starting, normal running, emergency, and shutdown procedures. 7. Normal maintenance, inspection and lubrication procedures. 8. Recommended spare parts list. 1.04 REFERENCE STANDARDS: A. ANSI/NEMA MG 1 - Motors and Generators. B. National Electric Code. C. NFPA 110 - Standard for Emergency and Standby Power Systems. D. Underwriters Laboratory/OSHA. 1.05 QUALITY ASSURANCE A. Acceptable manufacturers 1. Waukesha-Pearce. 2. Superior. 3. Cummins. 4. Stewart and Stevenson. 5. Caterpillar. 6. Spectrum Detroit Diesel. B. Manufacturer's Qualifications 1. The equipment to be supplied shall provide the highest reliability and the greatest ease of maintenance. 2. The manufacturer shall have at least 15 years of experience in the design, building, testing, and service of this type of equipment and be able to document their qualifications. Only suppliers with the ability and experience to provide this type of system shall be acceptable. 1.06 DESIGN AND SPECIAL REQUIREMENTS: A. Generator design shall be based on a single unit with the capability of running the pump station loads as shown on the drawings. B. The generator sets shall be capable of operating on either # 1 ASTM-D, # 2 ASTM-D commercial grade diesel. C. All steel shall be primed and painted as specified. Galvanized items shall also be primed an'; painted. D. All hardware, including nuts, bolts, washers, screws, anchor bolts, door hinges, etc., shall be made of 316 stainless steel. E. All other items which are susceptible of corrosion in 100% humidity, shall receive corrosion protection treatment. In general, aluminum, tin, and stainless steel are noncorrosive to this atmosphere. Use cast aluminum or 316 SS junction boxes. CA FILESPROJECTS\GREENWAYLSS1&%l.DOC 16501 - 3 _ F. Special Painting shall be applied to withstand the engine heat and corrosive environment and humidity. Factory apply 2 coats (4 dry mils) of primer paint and 2 coats of finish paint - 6 dry mils. 1.07 DELIVERY, STORAGE AND HANDLING A. The supplier shall be responsible for all shipping of components from the point of manufacturer to the job site. Shipping shall include proper protection of the equipment during ocean transit. B. The manufacturer shall provide unloading, storage, and handling instructions prior to shipment. C. All equipment shall be protected against moisture and shall be export crated. D. All equipment shall be delivered in good, sound condition, and free from damage. Equipment which has been damaged will be rejected. E. The installing contractor will be responsible for proper unloading, handling, and storage of equipment in accordance with the manufacturer's instructions. 1.08 WARRANTY A. Manufacturer/Supplier shall provide a two-year warranty for all specified equipment supplied under this Section beginning from the Project's Substantial Completion date. Manufacturer/Supplier shall also submit for review costs on a yearly basis needed to extend all the equipment warranty on a yearly basis thereafter. B. Manufacturer/Supplier shall submit a complete listing of spare parts for all equipment furnished under this Section whether said equipment is or is not of his/her manufacture_ Spare parts list shall include only spare parts recommended for the first year of operation and a current price list for the Owner to choose which parts will be purchased. PART 2 PRODUCTS 2.01 DESCRIPTION: A. Provide complete, packaged Diesel fuel engine-electric generating plants, which are pre-wired, pre-piped, assembled and aligned on a single skid-type base for outdoor mounting. Make the packaged system of new, unused equipment of the manufacturer's latest design. Include all necessary instruments, devices, switches, high ambient radiator, piping, valves, control valves, controls, and other appurtenances for proper operation of the unit. Supply steel safety guards around all external-rotating parts. Provide a unit on which adjustments, repairs and normal maintenance are possible without the use of special tools. Provide a sound attenuated, weather enclosure, as specified in this Section. B. The Supplier will be responsible for the proper performance of the complete unit and support systems. Voltage dip shall not exceed 25%. Frequency dip shall not exceed 10%. Voltage and frequency decay shall not exceed the limits set. The generator unit (s) shall also be capable of starting the largest single load under full load conditions (restarting the largest load with the remaining loads in service). Voltage and frequency decay shall not exceed the limits as defined above. CAFILESTROJECTS\GREENWAY LS\16501.DOC 16501 - 4 2.02 ENGINE: A. Type: Provide a stationary, liquid-cooled, engine, turbo-charged. Supply units suitable for operation on either No. 1 or No. 2 ASTM-D grade commercial diesel. The engine shall have 4 cylinders with: 1. Engine mounted electronic microprocessor type asochronous governor system. 2. Closed crankcase breather system. 3. Crankshaft with forged steel, journals bearing, dynamically balanced. 4. Removable cylinder liners. 5. Piston with oil cooling. 6. Tank type circulating jacket water heaters with thermostatic controls. B. Rating: Provide an engine with brake horsepower not less than 10 percent greater than required by the full load rating of the generator, including losses, and with all accessories attached. Provide the calculation of brake horsepower to Engineer for review. C. Speed: Make engine speed suitable for direct connection to the generator without exceeding engine manufacturer's published curves. Speed shall not exceed 1800 rpm. D. Each generator set shall be equipped with a digital, microprocessor control and metering panel. The controller shall be configured for remote communications. 1. The engine shall be controlled by a unit mounted 32-bit microprocessor based computer system. The system shall consist of electronic control modules, electronic fuel injectors, system sensors, engine governing logic, a programmable engine protection system, an engine diagnostics package, and communication links. The communication links shall be capable of communications with other computers over a standard RS 232 communication port using standard SAE 1587, SAE J1922, and SAE J1939 communication protocols. 2. The electronic control module (ECM) shall contain an electronically erasable programmable read only memory to control basic engine functions such as rated power, fuel injection timing, engine governing, torque shaping, cold start logic, transient fuel delivery, diagnostics, and engine protection. 3. The ECM program shall be capable of switching to special fueling and timing programs which optimize starting and then automatically re-adjust to a standard fuel quantity and timing program for optimum fuel economy, performance and exhaust emissions once the starting sequence has been accomplished. 4. The control logic shall determine duration and timing of fuel injection in order to achieve precise fuel delivery, optimal fuel consumption, and lowest possible emissions. 5. The system shall continuously control and monitor engine speed, the flow of air and fuel to the engine. Based upon a predetermined table of optimum fueling the computer system shall be capable of controlling timing and duration of fuel injection by means of electric solenoid control valves mounted on the fuel injectors. E. Accessories: Provide all accessories, devices and appurtenances necessary for proper operation, including but not limited to the following: 1. Lubrication System: a. Positive displacement, gear driven, mechanical lube oil pump. b. Fill flow replacement element oil filter (plus 4 spares). CAFILESTROJECTS\GREENWAY LS\16501.DOC 16501 - 5 2. Air Supply System: Heavy-duty replaceable dry element air intake filter (plus 4 spares per engine); with service indicator capable of continuous duty service. Provide rain shield on air intake. 3. Exhaust System: High degree, critical-rated exhaust silencer with maximum silencing capacity. The silencer shall be of complete double walled all welded construction. Install a 316 stainless steel flexible exhaust connections. Completely insulate the entire exhaust pipe including muffler. Use 2-inch fiberglass insulation with metallic exterior designed to withstand exhaust heat. Provide support brackets for exhaust pipe and muffler. 4. The turbocharger shall be dry-type. 5. Starting System: a. Heavy-duty, battery-driven electric starter motor, 24 volts, DC. b. Heavy-duty diesel starting batteries, group 8D. Batteries shall be mounted in a corrosion-proof skid mounted rack on each unit. Make battery capacity ' sufficient for four cranking cycles at firing speed of 30 seconds duration each with 15-second rest periods. Provide all battery cables, connections, electrolyte, water and a hydrometer. c. Static, solid-state type 10-ampere battery charger unit which automatically controls the charge rate and which has an adjustable charging rate. Include a charging rate ammeter, a voltmeter, and a manual reset, thermal overload circuit breaker to protect the rectifier assembly and transformer. The charger shall include remote monitoring ability and alarms for low/high battery voltage. Select a charger suitable for operation at 120 volts, single phase, 60 hertz. Charging time be 12 hours maximum, from no charge. Install charger in sound attenuation enclosure. d. Engine-driven alternator with full-wave rectifier and transistorized voltage regulator for charging batteries when engine is running. 6. Coolant System: Shall be a high ambient radiator suitable for operation at ambient temperatures of 125 degree F. 7. Engine Block Heaters: Provide tank type circulating block heaters. 8. Fuel System: a. Commercial grade diesel fuel system capable of operation on either #1 or #2 diesel. b. Fuel Oil Filter: Furnish and install a skid mounted Racor 75-1000 MAX or Engineer approved equal diesel fuel filter-water separator complete with isolation valves. Provide twelve (12) spare elements per engine. c. Provide engine mounted fuel connection lines, pressure regulator, and pressure gauges. d. Fuel lines shall be double walled. e. Provide each unit with a sub-base mounted fuel storage tank with a capacity equal to 12 hours of engine operation at full engine rated load. The tank shall be of double wall construction. The tanks shall be provided with analog fuel level systems capable of interface to the SCADA system. It shall also be provided with a leak sensor to detect a leak into the secondary containment. 9. Engine safety and protection: a. Provide pre-alarms, alarms, and shutdowns for low oil pressure, high oil temperature, high coolant temperature, low coolant temperature, loss of coolant and engine over speed. b. All alarms are to be monitored locally and remotely via digital output signals from the engine electronic control modules. c. Engine over speed shutdown shall be accomplished by positive fuel. CAFILESPROJECTSGREENWAY LS M01DOC 16501 - 6 2.03 GENERATOR: A. Type: Furnish a direct-coupled, synchronous, permanent magnet brushless-type generator with amortisseur windings with class H or better insulation, revolving field, exciter, and built-in static rectifier. The generator shall be housed in drip-proof enclosure. The windings are to be of 2/3 pitch design to minimize harmonic distortion. Generator construction shall incorporate vacuum impregnated windings with fungus- resistant epoxy varnish. The generator windings shall be coated for tropical, high condensing environments. The generators shall be equipped with individual space heaters. The generator shall be capable of sustaining short circuit current up to 300% _ of rated current for up to ten (10) seconds. Self-excited or non-permanent magnet generators will not be acceptable. B. Rating: 1. Voltage: 480 V, three phase, four wire. 2. Frequency: 60 hertz 3. Kilowatts: 50-KW 4. Power Factor: 0.8 5. Duty: Standby Power. C. Insulation System: Class H, 105°C rise over a 50°C ambient, with fungus proofing for tropical conditions. D. Instantaneous Voltage Dip: Less than 25% dip under all conditions described above. E. Voltage Regulation: The voltage regulator shall be a solid-state design and provide +/- 1% regulation from no load to full load. The regulator shall be isolated to prevent tracking when connected to SCR loads. Provide individual adjustments for voltage range, stability, and volts per hertz operations. The regulator shall be temperature compensated to allow operation from -40 degrees C. to + 70 degrees C. F. Enclosure: Weather protected with screened openings. All rotating assemblies and parts shall have protective screens or shrouds. G. Coupling: From engine, drive rotor through a semi-flexible coupling to ensure permanent alignment. The generator shall be a closed coupled, single bearing unit. Pilot bore alignment will not be acceptable. H. Space Heaters: Provide thermostatically controlled, low surface temperature space heaters to prevent condensation. Size heaters so that KW rating is not less than twice the value given in the Appendix to IEEE Standard 43, paragraph A1.3. 2.04 GENERATOR PANEL: A. Each generator set is to be equipped with a digital, microprocessor control and metering panel. This panel shall be enclosed in a NEMA 12 enclosure. The controller must be configured for remote communications. B. The generator panel shall comply with the following standards: 1. NFPA-110 Level 1 requirements (1996 version) and with an integral alarm horn as required by NFPA. 2. NFPA-99 and NEC shall also be accommodated. 3. The generator set control shall be listed under UL 508. C TILESTROJECTS\GREENWAY LS\16501-DOG 16501 - 7 C. Mount the control on the generator set or remotely within 40 feet of the generator set. D. Hardware Requirements 1. The control shall have an industrial type run-off/reset-auto three-position selector switch and an emergency stop push button. 2. It shall be possible to adjust alternator output voltage at the control. 3. Provide the following indicating lights: a. System ready-green b. Not in auto-yellow c. Programming mode-yellow d. System warning-yellow e. System shutdown-red 4. Provide a lighted display with two lines of 20 alphanumeric characters for messages. 5. Sixteen-position snap action sealed keypad for menu selection and data entry. 6. Provide an operating guide mounted on the controller faceplate. E. Control functional requirements shall include the following: 1. Field programmable time delay for engine start. Adjustment range, 0-5 minutes in 1-second increments. 2. Field programmable time delay engine cool down. Adjustment range, 0-10 nutes in 1-second increments. 3. Real time clock and calendar for time stamping of events. 4. Output with adjustable timer for starting aid. Adjustment range, 0-10 seconds. 5. Output for shedding of loads if the generator reaches 100% of its KW rating or the generator output frequency falls below 59 Hz. 6. Programmable cyclic cranking that allows up to six crank cycles and up to 45 seconds of crank time per crank. 7. The capability to reduce controller current battery draw, for applications where no continuous battery charging is present, must be provided. F. Generator system monitoring requirement shall be viewable on the digital display. 1. The following generator functions must be monitored: a. All output voltages-single phase, three phase, line to line, and line to neutral. b. All single phase and three phase currents. c. Output frequency d. System power factor. e. Total instantaneous kilowatt loading f. A display of percent generator duty level-actual KW loading divided by the KW rating. 2. Engine parameters listed below shall be monitored: a. Coolant temperature both in English and metric units. b. Oil pressure in English and metri units. c. Battery voltage. d. Rpm 3. Operational records since system start up shall be stored in the controller. a. Run time loaded and unloaded shall be accessible directly from the controller. b. Number of starts c. Number of days of operation d. System start date e. Last run data including date, duration, and whether loaded or unloaded f. Kilowatt-hours. CTILES\PROJECTS\GREENWAYLS\16501.DOC 16501 - 8 r _ 4. The following operational records shall also be available in a resettable form for maintenance purposes: a. Run time loaded and unloaded shall be accessible directly from the controller. b. Kilowatt hours c. Days of operation d. Number of starts e. Start date after reset f. The controller shall store the last four generator system fault shutdowns with date of shutdown and reason for shutdown. g. For maintenance and service purposes, the following information shall be stored in the control and displayed on demand: 5. Manufacturer's model and serial number a. Battery voltage b. Generator set kilowatt rating c. System voltage d. System frequency e. Number of phases — G. The control shall be capable of detecting the following conditions, indicate if the condition will shutdown the generator or provide a warning, and annunciate the situation, using words and phrases, on the digital display. 1. The following conditions shall cause _yst, i shutdown: a. customer auxiliary input ON (any of the four inputs available) b. emergency stop c. high coolant temperature d. high oil temperature e. controller internal fault f. locked rotor-fail to rotate g. low coolant level h. low oil pressure i. NFPA common alarm j. over crank k. over speed with user adjustable level range of 65-70 Hz systems .. I. generator over voltage with user adjustable level range of 105%to 135% m. under frequency with user adjustable level range of 80%to 90% n. generator under voltage with user adjustable level range of 70%to 95% 2. The following conditions shall cause a warning but leave the generator running: a. Battery charger failure b. Coolant temperature gauge signal loss c. Customer auxiliary input on(any of the four inputs available) d. power system supplying load e. ground fault detected-detection by others f. high battery voltage-(Level must be user adjustable) g. high coolant temperature h. load shed i. low output voltage — j. low battery voltage-(Level must be user adjustable) k. low coolant temperature I. low fuel level or pressure m. low oil pressure n. NFPA common alarms o. over current p. oil pressure gauge signal loss C TILESTROJECTS\GREENWAY LS\16501.00C 16501 - 9 q. speed sensor fault r. weak battery H. System Programming 1. It shall be possible to disable programming so the system can only be monitored. 2. It shall be possible to program the control with the controller keypad or remotely using an IBM compatible personal computer. 3. Programming access shall be password protected. 4. The following shall be programmable from the controller keypad: a. Time delay settings: (i) generator run time (0 to 72 hours) (ii) enable times for auxiliary inputs (iii) engine start (iv) engine cool down (v) over voltage and under voltage delays (vi) starting aid (vii) crank on and crank pause time b. Trip point settings: (i) high battery voltage (ii) low battery voltage (iii) over speed (iv) under frequency (v) over voltage (vi) under voltage I. Inputs and Outputs 1. Inputs a. There shall be four dry contact inputs that can be user configured to shutdown the generator or provide a warning. b. It shall be possible to define each user-configured input using words or phrases that will be viewable on the digital display. c. Additional standard inputs required: (i) Input for an external ground fault detector. Digital display must show "ground fault" upon detection of a ground fault. (ii) Reset of system faults. (iii) Remote two wire start. (iv) Remote emergency stop. J. Outputs 1. All NFPA 110 Level 1 outputs shall be available. 2. There shall be ten outputs available for interfacing to other equipment: a. Any of these outputs shall be available to be user configured from a list of over 25 functions and faults. b. These outputs shall be dry contacts. c. A programmable user defined common fault output with over 40 selections shall be available. 2.05 SOUND ATTENUATED ENCLOSURES A. The generator enclosure shall be an acoustic weather enclosure. The sound attenuated enclosure shall consist of a cooling and combustion air inlet silencer system, an equipment enclosure section, and a cooling air discharge silencer assembly. The acoustic enclosure shall be designed to reduce source noise by 25 C TILESTROJECTS\GREENWAY LS\16501.DOC 16501 - 10 r dB(A) as measured at one meter from the enclosure. The enclosure shall be factory fabricated and assembled so as to minimize site assembly work. B. Design Criteria: 1. Weatherproof type enclosure. 2. Rigidity wind test equal to 115 mph. 3. Roof load equal to 50 lbs. per sq. feet. . 4. Floor loading 200 lbs. per sq. ft. of equally distributed load. Non-distributed loading as required. 5. Rain test equal to 4" per hour. C. Enclosure certified to meet the following building codes: 1. BOCA Basic Building Code. 2. BOCA Basic Mechanical Code. D. Construction shall be as follows: 1. The enclosures shall consist of a roof, under frame, two(2) side walls, and two(2) end walls, of pre-painted G-90 galvanized steel stressed-skin semi-monocoque or Engineer approved equal construction. 2. The roof shall consist of a one-piece cambered roof sheet with 1/8" extruded steel - recessed side and end rails manufactured of 6063-T6 alloy. 3. The side and end walls shall consist of fabricated posts of 18 gauge, minimum, steel "Z" or hat sections on 14" centers. 4. The panels shall consist of 24 gauge G-90 galvanized steel sheet, mill pre- painted, riveted 3" on center. 5. The rub rails shall be 12 gauge steel. 6. The corner posts shall be 18 gauge, minimum, aluminized steel, 0.125" radius. 7. The enclosure shall have a floor and under frame consisting of two (2) 6" wide flange "I" beam longitudinal skids with fabricated steel cross members. Cross members to be overlaid with 3/4" tongue and groove exterior wood subfloor surfaced with 1/8" thick diamond plate steel. 3/8" steel tapping plates drilled and tapped per customer layout for anchoring the generator sets and required accessory equipment. 8. The door frame shall consist of welded aluminized steel frame consisting of fabricated 18 gauge, minimum, sections, riveted to side panels. 9. The personnel door shall be of fabricated 24 gauge G-90 galvanized steel structure with panels inside and out (matching enclosure color), fully gasketed to form a weather tight perimeter seal. The doors shall have forged aluminum hinges with stainless steel pin and nylon bushings, stainless steel handle and padlock provisions, plated three-point lock mechanism, and a safety feature which allows opening from inside even when locked. 10. The enclosure shall be provided with four (4) steel lift rings. The lifting rings shall be designed for the entire engine/generator assembly weight including a full fuel tank. 11. The enclosure shall be provided with a removable end wall panel. The bolt-in- place removable end wall panel located at exhaust or intake end wall shall be dP provided for equipment installation. 12. Fixed louvers and/or hoods shall be of G-90 pre-painted galvanized steel construction riveted into metal frame forming a rigid, water resistant assembly. Louvers or hoods shall be properly sized to allow sufficient engine combustion airflow without restriction. OTILMPROJECTSIGREENWAV M16501.DOC 16501 - 11 2.06 BASE A. Mount the assembled packaged unit on a skid base of welded structural steel, box- type construction. Use vibration isolators of steel springs, in combination with neoprene pads. B. Apply two (2) coats (40 dry mils total) of Tnemec Tar 460413 on the underside of skid. 2.07 AUTOMATIC TRANSFER SWITCH A. Ratings 1. The transfer switch shall automatically transfer its load circuit from the normal utility power source to the emergency standby engine/generator power supply upon failure of the normal source. 2. The transfer switch shall provide complete protection with field adjustable solid- state voltage sensing logic to monitor each phase of the normal power supply. The close differential adjustment shall be factory set to drop out when the monitored voltage drops below 70% of normal and initiate load transfer when the emergency stand-by source becomes available as defined in Section 16496. Upon restoration of the normal source to a pickup level of 90%, the logic shall initiate automatic retransfer of the load circuits to the normal source. 3. The transfer switch shall have withstand, closing and interrupting ratings sufficient for the voltage and the available short circuit current at the point of application as shown on the drawings. 4. The transfer switch shall be 100% equipment rated for continuous duty and shall conform to the applicable requirements of UL 1008 for emergency system total load. 5. All pilot devices and relays shall be of the industrial type with self-cleaning contacts and rated 10 amperes. 6. The automatic transfer switches shall be fully rated to protect all types of loads, inductive and resistive, from loss of continuity of power, without derating, either open or enclosed. 7. Transfer switches shall have a minimum 60 cycle withstand rating of 51 kA. The transfer switch shall be rated for application with upstream power circuit breakers and insulated case circuit breakers having short time delay settings of up to 30 cycles. Contacts shall not weld when used with upstream over current protective devices that do not incorporate instantaneous trip units. B. Construction 1. The transfer switches shall consist of completely enclosed contact assemblies and a separate control logic panel. The contact assemblies shall be operated by a non-fused motor operator or stored energy mechanism and be energized only momentarily during transfer, providing inherently double throw switching action. Control power for all transfer operations shall be derived from the line side of the source to which the load is being transferred. 2. Transfer switches shall be capable of being operated manually under full load conditions. Manual operation shall be accomplished via a permanently affixed manual operator or integrally mounted push-button operators located on the face of the contact assemblies. Removable manual operating handles and handles which move in the event that electrical operators should suddenly become energized while performing a manual transfer operation are not acceptable. The manual operator shall provide the same contact-to-contact transfer time as provided under normal automatic operation to prevent possible flash overs from C:\FILES\PROJECTS\GREENWAV LS\16501.DOC 16501 - 12 switching the main contacts slowly. In addition, provisions shall be made to allow disengagement of the electrical operator during manual operation. 3. Each transfer switch shall be positively interlocked both mechanically and electrically to prevent simultaneous closing of both sources under either automatic or manual operation. Main contacts shall be mechanically locked in position in both normal and emergency positions. A neutral position shall not be possible under normal electrical operation unless a delayed transition accessory is required for switching highly inductive loads. Each transfer switch shall have a manual neutral position for load circuit maintenance. A transfer switch position indicator shall be visible from the front of the switch to show to which source the transfer _ switch is connected. 4. Where shown on the drawings, transfer switches applied as service entrance switches shall be provided with over current trip units and a service entrance label. An external key-operated selector switch shall be provided to disconnect the power supplies. External pilot lights shall indicate the availability of each source as well as breakers in a tripped or disconnected position. Provide a neutral disconnect link for three-pole solid neutral switches, and a neutral-to- ground main bonding jumper for all switches to meet UL service entrance requirements. Ground fault protection shall be provided for all switches rated 1000 amperes or more applied on 480Y/277 volts AC systems in accordance with NEC article 230-95. 5. All three-phase four-wire transfer switches used on systems with ground fault equipment shall be true four-pole switched neutral type with all four poles for each source being fully rated and connected to a common shaft. The fourth (neutral) pole contacts shall be of identical construction as, and operate simultaneously with, the main power contacts. Add-on or overlapping neutral contacts are not acceptable. 6. Inspection and replacement of all separate arcing contacts (moving and stationary) shall be possible from the front of the transfer switch. 7. A solid-state sensing and control logic panel shall be separately mounted from the power-switching portion of the transfer switch. The two sections shall be connected by control cables with plug-in connectors. The control section shall be capable of being disconnected from the power section for maintenance purposes. 8. The logic circuit shall utilize solid-state components mounted on printed circuit boards to accomplish functions such as timing, time delays, and voltage and frequency monitoring. LEDs shall be furnished to indicate the operation of each solid-state function. Construction shall be such that functions are individually replaceable without requiring replacement of the complete solid-state package. Plug-in modifications shall be available for field installation without voiding the UL label. 9. The transfer switch shall be equipped with a voltage selection plug making it suitable for operation on any voltage from 208 through 600 volts AC, 50 or 60 Hertz, by placing the voltage selection plug in the proper voltage receptacle. Covers shall be used to block off the unused receptacles. C. Wiring/Terminations 1. Terminal blocks shall conform to NEMA ICS 4. Terminal facilities shall be arranged for entrance of external conductors from the top or bottom of the enclosure. The main transfer switch terminals shall be suitable for the termination of conductors shown on the plans. D. Sequence of Operations CARLESTAOJECTSGREENWAY LS\16501 DOC 16501 - 13 1. Upon loss of phase-to-phase voltage of the preferred source to 70% of nominal, and after a time delay, adjustable from 0.5 to 15 seconds, to override momentary dips and/or outages, a 10 ampere, 30 VDC contact shall close to initiate starting of the emergency or standby source power plant. Transfer to the alternate source shall take place immediately upon attainment of 90% of rated voltage and frequency of that source. For switches not involving engine generator sets as power plants, transfer shall occur after an adjustable time delay of 1 to 60 seconds to override momentary dips and oLitages. 2. When the preferred source has been restored to 90% of rated voltage, and after a time delay, adjustable from 0.5 to 32 minutes (to ensure the integrity of the normal power source), the load shall be retransferred to the normal source. 3. A time delay, adjustable from 0.5 to 32 minutes, shall delay shutdown of the emergency or standby power source after retransfer to allow the generator to run unloaded for cool-down, after which the generator shall be automatically shut down. 4. If the emergency or standby power should fail while carrying the load, transfer to the normal power supply shall be made instantaneously upon restoration of the normal source to satisfactory conditions. E. Enclosure 1. The enclosure shall be NEMA 4, painted steel. The enclosure shall be painted with the manufacturer's standard painting procedures to ensure suitability for environmental conditions as referenced in the plans. Color shall be light gray ANSI 61. F. Accessories 1. The following accessories shall be provided: a. Time delay normal to emergency, adjustable. b. Time delay emergency to normal, adjustable. c. Green pilot light to indicate switch in normal position and red pilot light to indicate switch in emergency position. d. White pilot lights marked "Normal Source" and "Emergency Source" to indicate that respective source voltages are available. e. Tripped position indicating lights for both sources. f. Relay auxiliary contacts (2 NO and 2-NC) to indicate transfer switch position and the availability of each Source. g. Hand-held kit for field test and calibration of all plug-in timing and monitoring cards, as well as the output relays from the solid-state logic. h. Contacts for remote monitoring of all status, positions and malfunctions. i. Time delay engine start, adjustable. j. Time delay engine cool off, adjustable. k. Engine start contact. I. Frequency/voltage relay for emergency source, frequency adjustable from 45 to 60 Hz and voltage fixed at 90% pickup, 70% dropout. m. Delayed transition time delay, adjustable from 0 to 120 seconds, to allow disconnection of the load during transfer in either direction to prevent excessive inrush currents due to out-of-phase switching of large inductive loads. n. Four-position selector switch permitting four modes of transfer switch operation: "Test" (simulates normal power outage), "Auto" (standard automatic operation), "OFF" (de-energizes control relays and opens the engine start circuit for maintenance purposes), "Engine tart" (retains transfer CAFILES\PROJECTS\GREENWAY LS\16501.DOC 16501 - 14 s _ switch in normal position and initiates a testing of the engine start circuit). Furnish white pilot light for "OFF" indication. o. A transfer switch position indicator shall be visible from the front of the switch to show to which source the transfer switch is connected. G. Communications a. Provide communications capability to monitor the normal and emergency switch position and normal and emergency source availability. 2.08 FACTORY TESTS A. The test is to include the generator sets complete with all accessories and auxiliary equipment, the generator controls, auto transfer switch and, if applicable, paralleling switchgear. The testing shall be performed as described in the following paragraphs and in accordance with the manufacturer's design parameters. 1. Full load tests: The generator set shall be resistive and reactive load tested as a complete and operable system for a period not less than one (1) hour. The unit is to be started and 100% of design load at 0.8 power factor shall be applied immediately. The 100% design load shall be removed and then reapplied 30 seconds later. During this test, the instantaneous voltage dip shall not exceed that stated in this specification and frequency and voltage regulation shall not vary more than parameters stated in this specification. 2. Shutdown Tests: Bring the engine generator to stable operation and then create the following conditions in turn to cause alarm and shutdown. a. High engine temperature. b. Low engine temperature. c. Low oil pressure. d. Engine over speed. 3. Voltage and Frequency Stability Tests: Operate the engine/generator at rated load at 0.8 power factor for 1 hour. During this test, frequency and voltage shall not vary by more than the specified parameters. 4. System Tests: The complete power generation system shall be dynamically tested at the generator manufacturer's facility in order to prove a complete and integrated system. All generator control and monitoring functions shall be tested during generator load testing. Where applicable_ the generators shall be parallel and operated under load during this testing. PART 3 EXECUTION 3.01 INSTALLATION A. Packaged electric generating plant will be installed on a concrete pad. _ 3.02 FUEL PIPING: A. All external fuel pipelines shall double walled 316 SS and shall be pressure tested at 120 psig. B. All additional testing and inspections by regulatory agencies, licensing of the installation, and the securing of any and all required permits or licenses shall be secured and/or provided by the Supplier at no additional cost to the Owner. CAFILESPROJECTS\GREENWAY LS\16501 DOC 16501 - 15 3.03 TRAINING a. The system supplier shall provide maintenance and operations training of the engine generator units auxiliary and accessory equipment. Training shall be conducted prior to start-up of the equipment and shall cover all aspects of operations and maintenance included in the O&M manuals. One (1) four training class shall be provided. i END OF SECTION i i ! i i ! r C:\ ILESPROJECTS\GREENWAYLS\16501.DOC 16501 - 16 SECTION 16520 PRECAST CONCRETE BUILDING PART 1 GENERAL 1.01 DESCRIPTION OF WORK A. A factory-built pre-cast concrete building shall be supplied in accordance with project plans and specifications. The building shall be delivered FOB the jobsite and installed by the General Contractor. The Building Manufacturer shall provide all lifting cables and hardware needed to off-load and set the building. 1.02 SUBMITTALS A. Shop drawings shall be submitted in accordance with the requirements of the project showing dimensions, sizes, thickness, materials, finishes 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. 1.03 QUALITY ASSURANCE A. The Precast Concrete Building Manufacturer shall have a minimum of five (5) years experience in building fabrication. In addition, the Manufacturer shall have made no less than ten (10) buildings similar to the one on this project. Evidence must be submitted to verify that these requirements are met prior to being deemed an acceptable manufacturer. B. The structure,shall be manufactured in a PCI certified plant. In addition, the Building Manufacturer must maintain "Certification in Good Standing" for product groups B & C, under the PCI plant certification program. C. The 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. D. The building shall be manufactured by Oldcastle Precast, or approved equal. 1.04 REFERENCES 1. The following standards form a part of these specifications: 2. AMERICAN CONCRETE INSTITUTE (ACI) a. ACI-318 Building Code Requirements for Structural Concrete 3. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) a. ASTM C150 Portland Cement b. ASTM C33 Concrete Aggregates c. ASTM C260 Air-Entraining Admixtures for Concrete d. ASTM A185 Steel Welded Wire Fabric for Concrete Reinforcement e. ASTM C494 Chemical Admixtures for Concrete f. ASTM A615 Deformed and Plain Billet Steel Bars for Concrete Reinforcement 4. BUILDING OFFICIALS & CODE ADMINISTRATORS (BOCA) a. The Boca National Building Code 5. International Building Code (IBC) a. IBC 2000 C TILESPROJECTS\GREENWAY LS16520.DOC 16520 - 1 B. Fort Worth Building Code 1. Fort Worth Building Code - Effective Date July 1, 2001 1.05 DESIGN CRITERIA A. Structural design calculations for the building shall be prepared and sealed by a registered professional Engineer, in the project state, and shall be submitted for approval prior to fabrication. B. The building shall be designed to meet the P.S.F. regional areas in State of Texas loading requirements: 1. Roof Live Load — 65 psf 2. Floor Live Load —250 psf 3. Wind Load —55 psf C. The building shall have minimum interior dimensions as shown on plans and shall be constructed of steel-reinforced pre-cast concrete. D. The pre-cast concrete building shall be such that the roof and walls are cast monolithically at manufacture. The floor shall be permanently attached to the walls by at least eight (8) welded connections and a continuous shear keyway which is filled with non-shrink grout. E. The building shall have a minimum roof thickness of five (5) inches, millimum floor thickness of eight (8) inches (with lightening voids to reduce the building weight), and minimum wall thickness of three (3) inches. F. The building shall be entirely factory assembled and shipped as a 1-piece unit. G. The building exterior finish shall be "Architectural chamfer". ,. H. The building shall be Oldcastle Precast model # 711. PART 2 PRODUCT/ MATERIALS 2.01 CONCRETE A. Concrete used in the manufacture of the various structural components of the pre-cast concrete building shall be factory batched and shall meet the following requirements: B. Portland cement shall be Type I, II or III conforming to ASTM C-150. C. Fine aggregate shall consist of natural sand conforming to ASTM specification C-33. D. Coarse aggregate shall consist of 1/2" maximum well graded crushed stone conforming to ASTM specification C-33. E. Air entrainment admixture shall conform to ASTM C260. The air-entrained content shall be not less then 4 percent nor greater than 7 percent. F. A superplasticizer shall be used and shall conform to ASTM C494 type F or G. _ Concrete shall be placed at a slump of between 5 and 8 inches. G. The concrete used for the structural components shall attain a minimum 28-day compressive strength of 5,000 psi. CTILESPRDJECTS\GREENWAYLS\16520.DICK 16520 - 2 2.02 STEEL REINFORCING A. Welded wire fabric shall conform to ASTM 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 with exposed-to-view surfaces shall be plastic coated in accordance with CRSI, class I. 2.03 DOOR & FRAME A. The access door and frame shall be the following: 1. The building shall be outfitted with a 4' x 7', 12 gauge Galvaneel Steel frame with 16 gauge Galvaneel Steel door, primed. B. Schlage all purpose entry 1-3/8" x 1-7/8" DR. 2-3/4" Backset 1. 11-096 Latch KD 2. 10-025 Strike RH C. Schlage Dead Bolt. _ 1. BC160PEX626 Keyed Single Cycle Grade 2 2. 12-270 Latch 1-3/4" DR D. Hinges: 1. 4881 4.5x4.5 652US26D E. Door Closer: , ,. 1. Yale # 2304BC Finish 689 2. UL10C Non-Hold Open Conforms to Regular Arm/Topjamb Backcheck F. Drip Cap: 1. Western Weatherseal DC610 Crip Cap-ML 40" Aluminum 2. The doors and frames shall comply with the Steel Door Institute "Recommended Specifications for Standard Steel Doors and Frames", (SDI-100), and as herein specified. 2.04 ELECTRICAL : A. 100 Amp Main Distribution Panel with: 1. 1- 100 amp main breaker 2. 50 amp 2 pole breakers 3. 20 amp 1 pole breakers 4. 15 amp 2 pole breaker B. 1- 6 hour timer switch C. GFCI convenience receptacles (interior) 2.05 HEATING, VENTILATION , AIR CONDITIONING: A. 1- Bard 1 Ton P/N WA36A05XPXX3J with phenolic coated coils, 5 kw heat strip, 2- supply grills E240V288, with coating for H2S gas. CAFILESWROJECTS\GREENWAY LSS16520 DOC 16520 - 3 B. 1-return grills E2802814 2.06 LIGHTING: A. 2- 4' dual tube fluorescent light fixtures with light guards p/nW-232A-120V-EB81-U Metalux 2 lamp B. Lumark HPWM70 p/n 1872413 exterior light with photocell 120 vac Tork 3000 2.07 PAINT: STANDARD A. The exterior surface of the building body shall receive Nu-Klad 965 or equal acrylic modified cement block filler per manufacturers recommendations, one (1) coat of Thoro CM primer concrete sealer and one (1) coat of Thorocoat Sandy Beach # 435 Medium/Fine acrylic coating. B. The interior walls and ceiling of the building shall receive Nu-Klad 965 or equal acrylic modified cement block filler per manufacturers recommendations, one (1) coat of Monarch primer # 5590 white latex stucco primer/sealer (1) coat of Monarch # 2296 Colony White Aqua Gleem Acrylic White color PART 3 EXECUTION 3.01 DELIVERY, STORAGE & HANDLING A. The building shall be stored on dunnage placed at the proper locations to prevent cracking, distortion, or any other physical damage. B. The building shall be shipped F.O.B. jobsite by the Manufacturer. It shall be provided with Burke lifting fixtures for lifting and setting the building without incurring damage to the walls or roof. C. The Building Manufacturer shall provide all cables and lifting hardware for use in off- loading and setting the building. 3.02 WARRANTY A. The Manufacturer shall warrant the building and its components for two years from the date of installation. B. The precast concrete structure shall endure and not deteriorate for a period of ten (10) years. END OF SECTION C TILESTROJECTS\GREENWAY LS\16520.DOC 16520 - 4 SECTION 16700 VENDOR FURNISHED PANELS PART1 GENERAL 1.01 SCOPE OF WORK A. Furnish and install a functional control panel to manually or automatically operate the control system as specified in the detailed mechanical equipment requirements of this Section. B. Obtain all required control descriptions and data from the detailed mechanical equipment requirements to this Section, the System Description (Division 17), and the control schematic diagrams on the Electrical Contract Drawings. C. Provide control system engineering to produce custom elementary drawings showing interwiring and interlocking with remote devices. D. All control devices, unless specified otherwise, shall be mounted in the control panel. 1.02 RELATED WORK A. Electrical work not herein specified is included in Division 16. A 480 Volt, 3 Phase, 60 Hz, 3-wire, power supply and field control and signal wiring will be provided under Division 16 to the control panel. 1.03 SUBMITTALS A. Submit to the Engineer, in accordance with Section 01300, shop drawings and product data for the following: 1. Equipment outline drawings showing elevation, plan and interior views, front panel arrangement, dimensions, weight, shipping splits, conduit entrances and anchor bolt pattern. Indicate all options, special features, ratings and deviations from this Section. Furnish complete Bill of Materials indicating manufacturer's part numbers. 2. Power and control schematics including external connections. Show wire and terminal numbers and color coding. 3. Instruction and replacement parts books. 4. Certified shop test reports. 5. As-built final drawings. 6. Field tests and inspection reports. 1.04 REFERENCE STANDARDS A. Institute of Electrical and Electronics Engineers (IEEE) B. National Electrical Manufacturers Association (NEMA) C. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 16700- 1 16700-VENDORFU RNI SHED PANELS.DOC a 1.05 QUALITY ASSURANCE A. A factory authorized service and parts organization shall be able to respond to any service call for the project within 8 hours. Provide the name and address of the factory authorized service and parts organization nearest to the project location at the time of the bid. B. Equipment components and devices shall be UL labeled to the extent possible where ever UL standards exist for such equipment. C. The control panel manufacturer shall demonstrate at least three years of continuous field operating experience in control panel design and fabrication. Submit f customer/user list with telephone numbers, addresses and names of customer/user representatives. 1.06 SYSTEM DESCRIPTION A. Refer to the detailed mechanical equipment specifications for description of system operation. B. Refer to the Instrument Loop Diagrams in Division 13 and the control schematic diagrams on the Electrical Contract Drawings for control system operation. 1.07 DELIVERY, STORAGE AND HANDLING A. Package the control panel for maximum protection during delivery and storage. B. Store the control panel indoors in a clean, dry, heated storage facility until ready for installation. Do not install the control panel in its final location until the facilities are permanently weather tight. Protect the control panel at all times from exposure to moisture, chemicals, hydrogen sulfide and chlorine gas. 1.08 PROJECT/SITE REQUIREMENTS A. The control panel shall consist of a main circuit breaker, a combination motor circuit protector (MCP), magnetic starter and overload relay for each motor, a 120 volt control power transformer with two fuses on the primary and one fuse on the secondary. All control components shall be mounted in one common enclosure. Control switches shall be provided to operate each motor either manually or automatically. B. Staggered start scheme shall be provided to prevent any two motors from starting within 15 seconds of each other. 1.09 SPARE PARTS A. Provide the following spare parts for each control panel in the quantities specified: 1. One dozen replacement fuses, all types and sizes 2. Two dozen replacement lamps for pilot lights 3. One dozen of each color replacement lens caps for pilot lights 4. One starter coil for each NEMA size furnished 5. One, 3-pole set of replacement overload heaters of each size range used 6. One, 3-pole set of starter contacts of each NEMA size used . 7. One can of aerosol touch-up paint 16700-2 16700-VENDORFURNISHEDPANELS.DOC B. Spare parts shall be boxed or packaged for long term storage. Identify each item with manufacturer's name, description and part number on the exterior of the package. 1.10 WARRANTY A. Provide a 1 year minimum warranty on all parts and labor upon start-up and customer acceptance of the control panel. PART 2 PRODUCTS 2.01 RATING A. The control panel shall operate on a power supply as indicated on drawings. B. The overall withstand and interrupting rating of the equipment and devices shall not be less than 42,000 amperes R.M.S. symmetrical at 480 Volts. All circuit breakers and combination motor starters shall be fully rated for the above fault current interrupting capacity. Series connected short circuit ratings will not be acceptable. w C. The complete control panel assembly shall be UL certified or carry a UL listing for "Industrial Control Panels"" D. The control panel shall meet all applicable requirements of the National Electrical Code. E. The control panel enclosure shall be in accordance with the electrical area classification indicated on the Electrical Contract Drawings. 2.02 COMPONENTS A. The main circuit breaker shall be a thermal-magnetic molded case breaker, Type FCL by Square D Company, or equal. Provide a flange mounted main power disconnect operating handle with mechanical interlock having a bypass that will allow the panel door to open only when the switch is in the OFF position. B. A mechanical disconnect mechanism, with bypass, shall be installed on each motor ■ circuit protector, capable of being locked in the "OFF" position to provide a means of disconnecting power to the motor. ■ C. An open frame, full voltage non-reversing, full voltage reversing, reduced voltage auto- transformer, two speed, two winding, two speed, one winding, as indicated on Drawings, NEMA rated magnetic motor starter, Class 8536 by Square D Company or equal, shall be furnished for each motor. Motor starters shall be provided with motor ■ circuit protectors and equipped to provide under-voltage release and overload protection on all three phases. Overload reset push-buttons shall be located on the exterior of the control panel door. ■ D. Auxiliary contacts shall be provided for remote run indication and indication of each status and alarm condition. Additional controls shall be provided as specified herein ■ and as required by the detailed mechanical equipment requirements, PSR Division 16, Division 17 and as shown on the Drawings. 16700- 3 16700-VENDORFURNISHEDPANE LS.DOC E. All operating control devices and instruments shall be securely mounted on the exterior door. All controls shall be clearly labeled to indicate function and shall be in accordance with the electrical area classification indicated on the Electrical Drawings. 1. Indicator lamps shall be heavy duty, industrial type, high-visibility LED, full voltage type. Units shall have screw on (or factory sealed for NEMA 7 applications) plastic lenses and shall have factory engraved legend plates as required. Lens color shall be green for OFF, red for ON and amber for FAIL or ALARM. For all control applications, except NEMA 7, indicator lamps shall incorporate a push-to- test feature. A separate single lamp test push-button shall be incorporated on NEMA 7 control panels. Indicator lamps shall be by Allen-Bradley; Crouse-Hinds (NEMA 7) or equal. 2. Mode selector switches (HAND-OFF-AUTO, LOCAL-OFF-REMOTE, PUMP SELECTOR, LEAD-LAG, etc) shall be heavy-duty, industrial type with contacts rated for 120 VAC at 10 Amps continuous. Units shall have standard size, black field, 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. Selector switches shall be by Allen- Bradley; Crouse-Hinds (NEMA 7) or equal. 3. Push-button, shall be heavy-duty, industrial type with momentary or maintained contacts as required, rated for 120 VAC at 10 Amps continuous. Units shall have standard size, black field, 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. Push-buttons shall be by Allen- Bradley; Crouse-Hinds (NEMA 7) or equal. F. A six digit, non-resetable elapsed time meter shall be connected to each motor starter. Meter shall be.Bulletin 705, HK Series by Eagle Signal or equal. G. A failure alarm with horn and beacon light shall be provided. Silence and reset buttons shall be furnished. Alarm horn and beacon shall be by Federal Signal; Crouse-Hinds (NEMA 7) or equal. H. The control panel shall be provided with a lightning and surge protection unit on the line side of the main circuit breaker. Unit shall be 600 Volt, 3 Phase, General Electric "Tranquell" Series or equal. I. All interfaces between control panel and remote devices shall be isolated via an interposing relay. Interposing relays shall have contacts rated for 250 VAC and 10 Amps continuous. Relays shall be by Potter and Brumfield or equal. J. An alternator shall be provided to sequence motors. Alternator shall be Catalog No. 008-120-13SP or 009-120-23AP by Stacon; Square D, Class 9039, Type HG-21 or equal. K. Intrinsically safe relays shall be solid state type with 5 Amp output contacts, suitable for use on a 120 Volt, 60 Hz power supply and shall be Factory Mutual approved for pilot devices in Class I, Division I, Group D hazardous atmospheres. Intrinsically safe relays shall be Gems Solid State Safe-Pak by Gems Sensors, Division of Transmerica Delaval, Inc or equal. 16700-4 16700-VENDORFU RNI SHE DPANE LS.DOC L. Control relays and timers shall be 300 Volt, industrial rated, plug-in socket type, housed in a transparent polycarbonate dust cover, designed in accordance with UL Standard 508 for motor controller duty. Continuous contact rating shall be 10 Amps resistive, 1/4 Hp, at 120 VAC, with an operating temperature of minus 10 to plus 55 degrees C. Relays shall be Potter & Brumfield, KRP Series or equal, with calibrated timing knob. M. Panel mounted timers shall be flush mounted, plug-in type, Eagle Signal Bulletin 125 cycle-flex or equal, with ranges as shown on the Drawings, or as required by the detailed mechanical equipment specifications and Division 17. N. Specific control devices, control descriptions and other data are specified under the detailed specification for the mechanical equipment with which the control panel is supplied. 2.03 ENCLOSURE TYPES A. The control panel specified herein shall be rated in accordance with the electrical classification indicated on the Electrical Drawings. 1. NEMA 4 enclosures shall be painted steel. 2. NEMA 4X enclosures shall be 316 stainless steel. 3. NEMA 7 enclosures shall be cast aluminum. 4. NEMA 12 enclosures shall be painted steel with gasket. B. Steel enclosures shall be 14 gauge and constructed with continuously welded seams. The panel door(s) shall have continuous hinge and neoprene gasket. Door clamps shall be provided. C. The enclosure shall incorporate a removable back panel on which control components shall be mounted. Back panel shall be secured to the enclosure with collar studs. The enclosure door shall be interlocked with the main circuit breaker by a door mounted operating mechanism. Back panel shall be tapped to accept all mounting screws. Self-tapping screws shall not be used to mount any components. D. Print storage pockets shall be provided on the inside of the panel. E. Overload tables shall be laminated and adhered to the inside of the door. 2.04 NAMEPLATES MARKINGS AND IDENTIFICATION ■ A. Provide 2-in by 5-in, nominal, engraved lamicoid master nameplate on the control panel fastened with stainless steel screws or rivets. Nameplate shall be black with ■ white core, 3/8-in high lettering and shall indicate equip, lent designation as shown on the Drawing. B. Provide legend plates or 1-in by 3-in engraved nameplates with 1/4-in lettering for identification of door mounted control devices, pilot lights and meters. C. Provide permanent warning signs as follows: 1. "Danger- High Voltage- Keep Out' on all doors. 2. "Warning- Hazard of Electric Shock - Disconnect Power Before Opening or Working On This Unit' on main power disconnect. 16700- 5 16700-VENDORFURNI SHED PANELS.DOC 2.05 CONDENSATION HEATERS A. A strip heater shall be mounted inside the control panel. 1. Heater shall be Chromalox, Type OT, 1.5-in wide, 120 Volts, single phase, 150 watts, with rust resisting iron sheath, Catalog No. OT-715, Product Code No. 129314. 2. A control thermostat mounted inside the control Panel shall be Chromalox, Type WR, single stage, Catalog No. WR-80, Product Code No.263177. 3. The strip heater terminals shall be guarded by a protective terminal cover. 4. High temperature connecting lead wire shall be used between the thermostat and the heater terminals. Wire shall be No. 12 AWG stranded, nickel-plated copper with Teflon glass insulation and shall be the product of Chromalox, Catalog No. 6- CFI-12, Product Code No. 263783. 2.06 WIRING A. Power and control wire shall be 600 Volt class, Type MTW insulated stranded copper and shall be of the sizes required for the current to be carried, but not smaller than No. 14 AWG. All wiring shall be enclosed in PVC wire trough with slotted side openings and removable cover. B. All interconnecting wires between panel mounted equipment and external equipment shall be terminated at numbered terminal blocks. C. All control panel wiring shall be numbered at both ends with type written heat shrinkable wire markers. 2.07 TERMINAL BLOCKS rt A. Terminal blocks shall be one-piece molded plastic blocks with screw type terminals and barriers rated for 600 volts. Terminals shall be double sided and supplied with removable covers to prevent accidental contact with live circuits. Terminals shall have permanent, legible identification, clearly visible with the protective cover removed. Each terminal block shall have 20 percent spare terminals, but not less than two spare terminals. B. Wires shall be terminated to the terminal blocks with crimp type, pre-insulated, ring- tongue lugs. Lugs shall be of the appropriate size for the terminal block screws and for the number and size of the wires terminated. C. Provide an AC ground bar bonded to the panel enclosure (if metal) with 20 percent spare terminals. D. Provide an intrinsically safe ground terminal bar isolated from the control panel enclosure. Provide 20 percent spare terminals but not less than two spare terminals. E. Terminal points for current transformer leads shall be provided with a shorting bar. 2.08 SHOP TEST A. Perform manufacturer's standard production testing and inspection in accordance with NEMA and ANSI standards. 16700-6 16700-VENDORFURNISHEDPANE LS.DOC PART 3 EXECUTION 3.01 INSTALLATION A. Repaint any damage to factory applied paint finish using touch-up paint furnished by the control panel manufacturer. The entire panel or section shall be repainted per the field painting requirements in Section 09902, at no additional cost to the Owner. B. Any work not installed according to the Drawings and this Section shall be subject to change as directed by the Engineer. No extra compensation will be allowed for making these changes. 3.02 FIELD TESTING A. Check mechanical interlocks for proper operation. Make any adjustments required. B. Adjust motor circuit protectors and voltage trip devices to their correct settings. C. Install overload heaters per actual motor nameplate currents. If power factor capacitors are installed between starter and motor, use overload relay heaters based on measured motor current. D. Adjust motor circuit protectors for actual motor nameplate currents. E. In the event of an equipment fault, notify the Engineer immediately. After the cause of the fault has been identified and corrected, a joint inspection of the equipment shall be conducted by the Contractor, the Engineer and the control panel manufacturer's factory service technician. Repair or replace the equipment as directed by the Engineer prior,to placing the equipment back into service. END OF SECTION 16700-7 16700-VENDORFURNISHEDPANELS.DOC SECTION 17400 INSTRUMENT PANELS PART1 GENERAL 1.01 SCOPE A. The Contractor shall furnish, deliver, and install the control panels as shown on the drawings with power supplies, communications equipment, PLC Equipment, prewired termination blocks, incoming power surge suppression, and miscellaneous equipment to provide a fully functional system as shown on the drawings and specified herein. B. This section specifies connection wiring within panel and electrical accessories such as switches, pilot lights, relays, terminal blocks, and fuses, which are included in the panel. C. All work and products shall conform to the designs shown on the applicable Drawings, and shall comply with the provisions of this section. The control panel shall be factory wired. Panels and cabinet shall include all components indicated in the applicable Drawings, required to provide functions as specified in this section. Where specific requirements on the Drawings conflict with general design requirements in this section, the requirements shown on the Drawings shall prevail. 1.02 REQUIRED PANELS A. Panels shall conform to the layout shown on the Drawings, and be sized to accommodate the initial and future Input/Output (1/0) point counts listed shown on the Drawings. Enclosure sizing was based on typical industry-standard equipment. Contractor shall advise the Owner if a larger enclosure is required to meet these 1/0 counts using the actual equipment to be supplied by the Contractor. 1.03 QUALITY ASSURANCE A. All equipment and accessories provided shall be the product of a manufacturer regularly engaged in manufacturing of this equipment whose products have been in satisfactory service for not less than three (3) years. Completed panels shall bear the UL label. 1.04 PANEL COMPONENT LAYOUT A. The Contractor shall generally follow the arrangements of components shown on the _ Contract Drawings. However, the Contractor shall make adjustments as necessary to allow each component to be mounted as recommended by the manufacturer, to facilitate easy installation, removal and in-place maintenance of each component, and to allow normal operation of the component by operating and maintenance personnel. Component arrangements shall allow space for routing of wiring without kinking or bending around sharp edges, and for free flow of air around and through equipment, which requires ventilation for cooling. 17400- 1 17400-INSTRU MENTPANELS.DOC 1.05 REFERENCE STANDARDS A. All materials and workmanship shall conform to the latest published applicable provisions of the following codes and standards: Standards Title NFPA National Electrical Code (NEC) ANSI/NEMA ICS 1 General Standards for Industrial Controls and Systems ANSI/NEMA ICS 2 Industrial Control Devices, Controllers, and Assemblies ANSI/NEMA ICS 3 Industrial Systems ANSI/NEMA ICS 4 Terminal Blocks for Industrial Control Equipment and Systems ANSI/NEMA ICS 6 Enclosures for Industrial Controls and Systems ANSI/NEMA 250 Enclosures for Electrical Equipment (1000 Volts maximum) EIA RS-31 0-C Racks, Panels, and Associated Equipment ANSI-C-37.13 Low-Voltage AC Power Circuit Breaker (600 Volt Insulation Class) ANSI/IEEE Electrical Isolation for Analog Signal Devices C39.5-1974 B. Unless otherwise specified, electrical equipment and material provided under this contract shall be listed and labeled for the purpose for which it is used by the Underwriters Laboratories, Inc. (UL). This requirement may be waived only if a UL listing is not available for the type of product. 1.06 SUBMITTALS A. General: The Contractor shall provide submittals as defined herein and as required in Section 17000. Submittals shall be required for all equipment supplied. For each panel, the Contractor shall submit a certified factory (shop) test report before panel is shipped. B. Elementary Control Diagrams: The Contractor shall provide elementary control diagrams, using the ladder diagram format incorporating line number, operation ® function statement, contact location line number with an underline for a normally closed contact and a description of operation of each device. Label each contact, coil, and indicator with its function, as well as its number. Show terminals for field wiring. Show field wiring as dashed lines. 17400-2 17400-INSTRUMENTPANELS.DOC C. Connection Diagrams: Connection diagrams shall show the placement, labeling and wiring of components within panels and cabinets. Components shall be shown arranged in the physical layout (not necessarily to scale) as it would appear to a person servicing the equipment. Wires shall be shown as a continuous line between their termination points. The direction of entry to a wire bundle shall be shown. Wire lists and wireless diagrams shall not be accepted. All additions and deletions of devices and wires in existing enclosures shall be clearly shown. Each wire label designation shall be shown. The wire label designations on each end of a single wire must be identical. All wire termination point numbers shall be shown. Each wire color shall be shown. Signal and DC circuit polarities shall be shown. All jumper, shielding and grounding details shall be shown. Wire pairs shall be shown. Spare wires and termination points shall be shown. 1.07 RELATED WORK AND SPECIFICATIONS A. Section 01300: Submittals B. Section 01600: Material and Equipment C. Section 17000: Instrumentation General Provision PART 2 PRODUCTS ' 2.01 CONTROL PANELS A. Physical and Miscellaneous Specifications The enclosures shall: 1. Be NEMA 4X 304S.S. with 3 point latching handle or NEMA 12 as shown on drawings. 2. Contain PLC/RTU equipment, surge arresters, circuit breakers, fuses, relays, transformers, terminal strips, nameplates, terminal labels, wire ducts, universal spiral wraps and any necessary parts for a complete systems as shown on the drawings and specified herein. 3. Be wall mount or free standing as shown on the drawings. 4. Allow expansion space to accommodate future system needs. 2.02 PANEL FABRICATION A. Materials: All NEMA 4X panels shall be made with 316 grade stainless steel. Hardware and hinges shall be 316 Stainless Steel. The enclosure shall be made with 12 gauge minimum steel. Each shall be provided with a full length interior panel with adjustable mounting on both vertical sides to rails located at the top, bottom, and middle of the enclosure. All enclosures shall be Hoffman Engineering Company, Rittal, or equal. B. Dimensions: Panels shall be sized as shown on drawings. C. Coating 1. Metal surfaces of NEMA 12 panels and cabinets shall be prepared, primed and finish coated in accordance with the requirements of this specifications and coating manufacturer's recommendations. Scratches or blemishes in panel faces 17400-3 17400-INSTRUMENTPANELS.DOC shall be filled prior to finishing. One coat of primer shall be applied at the manufacturer's recommended dry film thickness and allowed to dry prior to applying the first finish coat. Provide a quart of finish paint from batch used for final finish coat. 2. Finish coat shall be an aliphatic air-dry polyurethane or epoxy panel enamel. Cabinet interiors shall be Fed. Std. color 27880, white. Exterior color of cabinets mounted indoors shall be Fed. Std. 26306, gray. D. Face-Mounted Instrument Reinforcement: Face-mounted devices shall be mounted to panel doors using mounting methods recommended by the component manufacturer with mounting kit parts provided by the component manufacturer specifically for the component. If such a mounting method causes the door to deform or allows the component to sag so as not to be perpendicular to the door surface, then the Contractor shall design and install appropriate reinforcement to prevent these conditions. E. Miscellaneous 1. Face-mounted equipment shall be flush or semi-flush, with flat black escutcheons. Cutouts for future equipment and holes resulted from removal of existing devices shall be blanked off with suitable covers as required to retain the cabinet's NEMA rating. Component identification shall be hot ink stamped on the panel interior. 2. All miscellaneous hardware and fittings shall be stainless steel. Stainless steel shall meet or exceed the corrosive-resistant properties of 316 stainless steel. 2.03 NAMEPLATES A. Machine engraved, three ply laminated phenolic nameplates shall be provided for all panels and cabinets as shown on the Contract Drawings. Nameplates shall be black with white lettering. Nameplates shall be attached to the panel with a minimum of two self-tapping 316 stainless steel sheet metal screws. The height of each character shall be a minimum of 1/4" except as noted. 2.04 WIRING AND ELECTRICAL DEVICES A. General: Provide the wiring and electrical devices specified below and install these and internal panel wiring as shown on the Contract Drawings. All spare RTU input/output points shall be wired to terminal blocks. B. Power Distribution 1. Unless otherwise specified, power for instrumentation equipment shall be obtained from a 120 volt, 60 hertz distribution panel-board in the Lighting Panel. 2. Each cabinet shall be equipped with a 120 VAC main power disconnect circuit breaker and power distribution circuit breakers as shown on the Contract Drawings. The main power disconnect breaker shall be a one pole breaker rated at the amperage shown on the Contract Drawings. Distribution circuit breakers shall be single pole rated at the amperage shown on the Contract Drawings. The circuit breaker shall be rated at 250VAC maximum with a short circuit rating of 10,000 amps for all breaker ratings. The circuit breakers shall be mounted on a standard DIN rail, and shall be Allen-Bradley Channel Mounting Type, or equal. 3. For each power distribution circuit breaker, a neutral return terminal block shall be installed at the bottom of the breaker rail. The neutral return terminal block shall ., be standard DIN rail mounted, and shall be rated to carry required amperes and 17400-4 17400-INSTRUMENTPANELS.DOC accept up to two 12 AWG wires. This terminal block shall conform to the requirements specified herein. 4. Each cabinet shall be provided with grounding type receptacle power outlets for 120 VAC power supply connections as shown. Each piece of equipment which is equipped with an ac power cord shall be plugged into a power outlet. C. Panel Connection Wire and Cable 1. All cable furnished by the Contractor, including cable with any and all wires terminated at both ends within the same panel or enclosure and cable with any wires terminated at more than one panel or enclosure, shall conform to the requirements specified below. a. Power and Control Cable - Power and control wiring shall be single conductor stranded copper NFPA 70 Type MTW. Power wiring from the main circuit breaker to distribution breakers shall be 12 AWG minimum. All other single conductor 120 VAC and 24 VDC power and common return wiring, common ground buses and all common logic bus circuits shall be 16 AWG minimum. Circuits protected by 15 Amp circuit breakers shall be 14 AWG minimum. All power wiring shall be rated for 600V and 80-C. b. Single Conductor Wire - All single conductors used for logic, RTU input/output and discrete control circuit wiring shall be No. 18 AWG stranded conductor copper, Belden Type 9918 (0.080-inch O.D.), or equal. c. Multi-conductor Foil-shield Cable (TP) - All multi-conductor cable used for logic, RTU input/output and discrete control circuit wiring shall be No. 16 AWG stranded copper conductors with polyvinyl/chloride jacket. The cable shall be rated for a minimum of 600 volts and 80°C. The cable shall have an overall aluminum/polyester foil shield with drain wire, Alpha XTRA-Guard 1, or equal. d. Analog Signal Cable - Wiring for 4-20 milliampere, 1-5 volt DC signals and other analog signals shall be No. 18 AWG stranded copper twisted pair shielded cable, 80°C rated, UL listed, 0.25 inches maximum outside diameter, with 100 percent coverage aluminum foil mylar-lines shield and No. 22 AWG (minimum) stranded tinned copper drain wire, Houston Wire and Cable, Belden, or equal. Multi-pair analog signal cable shall be individually shielded (with drain wire) No. 18 AWG stranded conductor copper with a 100 percent _ aluminum/polyester foil shield with drain wire and an outer PVC jacket. The cable is designated TSP on the Contract Drawings. The cable shall be rated for 600V, 80°C (NEC Article 300-3). e. Multi-Individual Conductor (TP) Multi-individual conductor cables used for logic, RTU input/output and discrete control circuit wiring shall be number 16 AWG stranded copper conductors with polyvinyl/chloride jacket . The cable she 11 be rated for a minimum of 600V and 80°C. The cable shall be Belden, or equal. D. Wire Tagging 1. All panel connection wiring shall be tagged at terminations with machine printed slip on type tags. The Contractor shall show wire/cable tag designations on all wiring diagrams submitted to the Owner. There shall be a tag placed within two inches of any wiring termination. The tag shall be fixed to the wire to prevent the tag from sliding more than two inches from the terminal as the result of gravity and vibration. 2. Power and Control Circuits 17400- 5 17400-INSTRU ME NT PANELS.DOC a. Control circuit, logic bus and power circuit wires shall be tagged as defined in this paragraph. b. Control Circuits: Each individual connection wire shall be tagged at both ends of the wire with a wire number. The tag shall be placed on the wire within two inches of the terminal to which the wire is terminated. The Contractor shall assign a unique number for each wire within a panel. c. Power Circuits: All 120 VAC power wires shall be tagged with the designation "120 VAC-" followed by the circuit breaker number shown on the Contract Drawings, then followed by a letter designating whether the wire carries the line (L), neutral (N) or power ground (PG). d. Positive 24 VDC power circuit and power bus wires shall be tagged with the designation "+24 VDC-" followed by the circuit breaker number shown on the Contract Drawings, and 24 VDC power returns shall be designated with "24 VDC COMMON". 3. Wire Colors: Control, logic bus and power conductors in panels shall have the following insulation colors: Usage Color Line Power Black Neutral White Power Ground Green +24 VDC Panel Bus Red +24 VDC Field Bus Orange 24 VDC Common Gray Control Red Status and Alarm Blue 4. Signal Circuits: Signal circuit multi-conductor cables shall be tagged at each end with the designation shown on the wiring diagram. Each signal conductor shall be tagged at each end with the designation of the terminal block to which it is connected. Individual conductors in each pair of twisted-pair cable shall have distinctly different colors, such as black and white, black and clear. Shield ground common wires connected between drain wire terminals shall be green and shall be tagged "SG". E. Terminal Blocks 1. Unless otherwise shown or specified, terminal blocks shall be captive screw with pressure plate, DIN EN 50035 rail 600 volt rating. Terminal blocks for Input/Output shall be prewired type as specified in section 17300. Terminal blocks shall be the type specified in the following table, or equal: Description Type Application Terminal Block or equal Phoenix UK5 120 VAC Neutral 17400-6 17400-INSTRUMENTPANELS.DOC go Grounding Terminal Phoenix USLKG4 Equipment Grounding Block End Clamps Phoenix E/UK Each Group of Blocks Terminal Marking Phoenix SBS All terminal Blocks as required Terminal Strip Marker Phoenix KLM Each Group of Blocks Insertion Strip Phoenix ES/LP As Required 2. Provide Phoenix Contact UK6.3 fused disconnects with light indicators for 24VDC and 120VAC circuits with fuses as shown on the drawings. Provide 20 fuses of each type as spares. F. Terminal Tags, Covers and Markers: Each terminal strip shall have a unique identifying alphanumeric code designation at one end and a plastic marking strip running the entire length with a unique number for each terminal. The Contractor shall assign terminal strip numbers from the number "1" and continuing in ascending cardinal order. The terminal strip designation shall be the letters "TB" followed by the terminal strip number. The strip and terminal point designations shall be machine printed and 1/8 inch high. Terminal blocks carrying 120 VAC power circuits shall be provided with a transparent, hinged cover for personnel protection and accessibility. G. Wire Routing: Wires shall be routed in slotted plastic wire-ways with snap covers. Wires carrying 120 VAC shall be separated as much as possible from other wires and ** signal cables, and shall be routed only in ducts shown on the Contract Drawings to be for 120 VAC. If the power wiring has to cross the signal wiring, the crossing shall be as close to a right angle as possible. Ducts shown for 24 VDC shall be used for all other wires and cables. Routing of 120 VAC in combined ducts shall be minimized. Wires and cable shall be routed along the shortest route between termination points, excepting routes which would result in routing 120 VDC and other wires and cables in the same duct. For intrinsically safe signal wiring refer to ANSI/ISA RP12.6 "Installation of Intrinsically Safe Instrument Systems in Class I Hazardous Locations." Wires and cables shall have sufficient length to allow slack and to avoid any strain or tension in the wire or cable. Wires and cables shall be placed in the ducts in a straight, neat and organized fashion and shall not be kinked, tangled or twisted together. a' H. Wire Terminations 1. Single wire and cable conductors shall be terminated according to the requirements of the terminal device. 2. For captive screw pressure plate and screw terminals, appropriately sized lugs shall be used. Lugs shall be crimp on type that form gas tight connections. All crimping shall be done using a calibrated crimping tool made specifically for the _ lug type and size being crimped. 3. On shielded cables, the drain wire shall be covered with insulating tubing along its full bare length between the cable jacket and the terminal lug or terminal pressure plate. I. Single Position Indicating Lights 17400-7 17400-I NSTRU ME NTPAN E LS.DOC 1. Single position indicating lights shall be 24 VDC, NEMA 13, heavy-duty, oil-tight, nominal 1.5 inch diameter. The lens color shall be as designated on drawings. 2. Single position indicating lights shall be Micro-switch Type PT, Westinghouse Type PB2, General Electric Type CR104P, or equal. J. Electro-Mechanical Relays: Control relays shall be UL or CSA approved, and provided with four form C silver contacts rated at 3 amperes at 28 VDC, and shall be hermetically sealed. Where the Contract Drawings show a requirement for more than four contacts for a single control relay, two relays shall be provided with the coils wired in parallel. Coils shall be 24 VDC. Relays shall be mounted on sockets with retainers, and shall be wired with drop out voltage spike suppression diodes in parallel with all coils, with the cathode of the diode connected to the positive side of the coil. Electro- mechanical Control Relays shall be Potter and Brumfield KH series, or equal. Control relays mounted in the Pump Station AFD Panels shall be heavy-duty power type relays rated at 10Amperes minimum. These relays shall be Idec type PR3PA-UL with indicator light, Potter and Brumfield, or equal. K. Cabinet Lighting: Each panel shall be provided with an internal incandescent light. Lights shall operate from 120 VAC, and shall be wired to power through a door- mounted switch, which shall be activated by opening the cabinet door, to be located and wired as shown. Cabinet lights shall be Hoffman A-LTDB1, or equal. L. Power Line Surge Protectors: Each panel shall be provided with a 120 VAC, 20 Ampere service power line surge protector. The surge protectors shall be heavy duty, multi-stage, and high speed. Response time shall be 5 nanoseconds maximum, and shall allow 340 Volts maximum peak surges to pass through. Protector shall be wired to the cabinet ground bar via a dedicated #8 AWG solid copper wire. The power line surge protectors shall be EDCO Type HSP-121, or equal. M. LPU/RTU 1/0 Wiring requirement: All LPU or RTU 1/0 logic circuit wiring inside the LPU or RTU panel shall conform to the requirements specified below: 1. Discrete Input Wiring Requirement: a. Each discrete input circuit shall have an interposing relay in line to prevent any over voltage surge coming cross to the LPU/RTU 1/0 boards. Interposing relay shall be properly sized for each different input circuit. b. Each spare discrete input shall be furnished with an interposing relay hardwired to the terminal as well. 2. Discrete Output Wiring Requirement: a. No matter what type of LPU/RTU discrete output will be used in the systems, "dry" contact or semiconductor/transistor type output, every discrete output shall have an interposing relay for an isolation of LPU/RTU 1/0 board from the field side. The interposing relay shall be rated 24VDC coil and 2 amp contact for 120 VAC or 24 VDC. If transistor type of discrete output board is selected and used for DC circuit, a drop out voltage spike suppression protection circuit shall be paralleled in each coil circuit. 3. Each spare LPU/RTU output shall have a interposing relay hardwired to the terminal block. N. Analog Input and Output Wiring Requirement: 1. Each analog 1/0 shall have a voltage surge arrester in circuit to protect analog input from the any electronic surge damage. Phoenix Contact DIN mounted 17400-8 17400-INSTRUMENTPANELS.DOC overvoltage arrester PLUGTRAB PT or TERMITRAB series shall be used in each analog circuit, including all spare 1/0. O. Panel Ground 1. Each panel shall be provided with a 1 inch high x 0.25 inch thick solid copper grounding bus bar across the bottom of the panel. The grounding bar shall be mounted on insulated standoffs so that no electrical connection is made between the grounding bar and the cabinet through the mounting. The ground bar shall be drilled and tapped for a .25-20 screws at .5 inch intervals along its entire length. 2. An uninstalled solid copper #8 AWG ground wire shall be attached between the ground bar and the panel enclosure, and between the ground bar and the mounting panel. The ground connection to the enclosure and panel shall be made by sanding the paint finish off a small area, drilling a hole for a .25 inch bolt and mounting a .25-20 bolt to the panel to serve as a grounding stud. The grounding stud shall be attached with a nut and flat washers on both sides of the enclosure/panel, and with an inside tooth star lock washer next to the panel surface. The star lock washer shall be on the inside surface of the enclosure, and the front surface of the mounting panel. The grounding wire shall be secured to the stud with a nut and inside tooth star lock washer. These grounding points shall be located within 12 inches of the bottom of the grounding bar. P. Power Supply: Each panel shall be provided with 24 VDC switching type power supplies connected in parallel via current steering diodes. These power supplies shall operate from 120 VDC input power and shall provide direct current output current of 10 Amperes at 24 VDC at 40°C, and shall be adjustable from 24 to 28 VDC by screw driver operated adjustment. Input power regulation shall be .2% from 105 to 130 VDC. Output load regulation shall be .2% maximum from zero to full load. Ripple shall not exceed .5% at full load. The power supplies shall have integral output current limiting and over voltage protection. The power supplies shall have fully enclosing cases. The power supply shall be manufactured by"Acopian", or approved equal. Q. Condensation Heater: Provide thermostatically operated condensation space heaters, which are sealed and safe to touch. R. Wiring Duct: Plastic wiring duct shall be slotted type with dust cover, panduit type a or ne, as required. PART 3 EXECUTION 3.01 TEST REQUIREMENTS A. The Contractor shall shop test the panels and correct any defects discovered prior to delivery. These tests shall consist of the following: 1. The Contractor shall verify that each wiring connection is made properly by checking electrical continuity, assuring that connections have less than one Ohm resistance end to end, and that no cross continuity exists between separate circuits. 2. The Contractor shall conduct a test of all power circuits and power supply equipment to verify that proper voltages are delivered and all power supply equipment is operating according to the manufacturer's specifications. These tests shall be witnessed by the Owner's representative. The Contractor shall certify the results in writing to the Owner. 17400-9 17400-INSTRUMENTPANE LS.DOC 3. The Contractor shall functionally test each electrical device specified in Part 2 below to verify correct operation. The Contractor shall also test each input/output point. Inputs shall be exercised at the location in the panel the greatest distance in the circuit from the PLC chassis and verified through to the PLC processor. Results shall be demonstrated on a programming terminal. Each output shall be exercised from a programming terminal and verified through to the panel location the greatest distance in the circuit from the PLC chassis. At a minimum, analog inputs and outputs shall be tested at 0%, 25%, 50%, 75%, and 100% of range. This test shall be witnessed by the Owner's representative and the Contractor shall certify the results in writing to the Owner. Test the operator interface unit, including simulated alarm conditions. 4. The Contractor shall test Ground Fault Interrupter (GFI) receptacles and circuit breakers for proper operation by methods sanctioned by the receptacle manufacturer. 3.02 PANEL INSTALLATION A. Shop Testing: The Contractor shall coordinate panel delivery with the construction of the control room and panel locations to minimize field handling. END OF SECTION 17400- 10 17400-INSTRUMENTPANELS.DOC SECTION 17510 INSTRUMENTATION COMMISSIONING PART1 GENERAL 1.01 SCOPE A. Inspection, operational testing, adjustment and calibration of each device, subsystem and system and placement of each device and system into service. 1.02 SUBMITTALS A. Test Plan: 1. At least 60 days before commissioning starts, submit a description of the tests to be conducted. 2. Include list of test equipment, test procedures, check- lists and test report formats. 3. At the completion of each commissioning phase, deliver all test reports for phase to Owner with statement that phase test requirements have been satisfied. 4. Make shop drawing distribution. B. Responsibility: Review for acceptance by the Owner's representative of any plan, report or other commissioning activity will not relieve the Contractor of his responsibility to meet the contract requirements. C. Description: Provide field instrumentation accessories to complete installation of sensors, meters, switches, transmitters and similar devices. 1. Each installation includes: a. Device. b. Mounting stand where required. c. Process leads, connectors, valves, support means and all other devices and material required for a complete installation. 1.03 QUALITY ASSURANCE A. Referenced Standards: 1. ANSI C37-90a. 2. API RP550. 3. ASTM 153. 4. ASTM B 62. B. Factory Testing: 1. Subject each device to a complete functional test. 2. Wet flow calibrate flow meters to within specified accuracy. 3. Submit a certified calibration report for each meter showing results of calibration at a minimum of five points evenly spaced throughout range. 4. Apply a Surge Withstand Capability test wave: a. As defined in Section 2 of ANSI C37.90a-1974, to each power supply circuit, battery circuit, signal circuit, output circuit and input circuit. b. Application of test wave shall be as described in Section 4 of ANSI C37.90a- 1974. 17510- 1 17510-INSTCOMMISSIONING.DOC c. Submit a certified copy of test showing the no load test waveform, details of test wave generator circuit and description of test conducted. 1.04 SUBMITTALS A. Product Data: 1. Submit vendor specification information along with a corrected copy of applicable specification form for each scheduled device specified in this section. 2. Submit vendor specification information for each material and unscheduled device specified in this section. PART 2 PRODUCTS 2.01 MATERIALS A. Devices and systems are specified in other sections of this Specification. Reference to "devices" means all devices included in the contract. B. Any device which fails to meet contract requirements or published performance specifications of the manufacturer must be repaired or replaced as directed by the Owner at no cost to Owner. C. Demonstrate that test equipment is fully operational and properly calibrated. D. The Owner reserves the right to disapprove test equipment that is improper or functioning improperly. PART 3 EXECUTION 3.01 OBSERVATION A. The Owner reserves the right to witness any test, inspection, calibration or start-up activity. B. Notify the Engineer in writing at least 24 hours in advance of any test. All tests executed without notifying the Engineer are invalid and must be repeated. s C. Perform commissioning of each device, subsystem and system under direct supervision of the individual manufacturer's factory-trained representative. 3.02 REPORTS A. Prepare report showing test procedures, conditions and results of each test. In the test report, give applicable contract requirements, manufacturer's performance specifications, permissible tolerances at each test point, actual values of test signals and actual values of test results. B. Checkoff List: 1. Maintain a checkoff list by loop number indicating tasks remaining to be done to T make loop operational. 2. Submit checkoff list form at least 60 days before commissioning starts. 3. Submit checkoff lists when requested by Owner. 4. Lists will be requested no more frequently than once a week. 17510-2 17510-INSTCOMMISSIONING.DOC 3.03 SCHEDULING GUIDELINES FOR COMMISSIONING PHASES A. Perform all commissioning in accordance with the instructions on the Contract Drawings, these Specifications, manufacturer's instruction manuals and the direction of the Owner's representative. B. Commission field devices, after installation of field instruments and prior to commissioning the instrument or the control panel. C. After installation of the instrument or control panel and prior to loop commissioning, commission panel-mounted devices and systems. D. After commissioning field devices and panel-mounted devices, commission loops. 3.04 REQUIREMENTS - A. Transmitters and Receivers: 1. Remove shipping stops before starting with these procedures. 2. Have manufacturer's instruction manuals available. 3. Install miscellaneous components such as charts, illumination, etc., which have been supplied separately but are integral parts of equipment. 4. Test and exercise each instrument to demonstrate correct operation, first individually, then collectively as a functional network. 5. Check calibration of and recalibrate, where necessary, instruments at a minimum of four points over full operational range and prove instruments to be within specified accuracy. 6. Calibrate instruments individually and, where applicable, as loop (i.e., transmitter, controller and valve). 7. Specified 'accuracy for loop is defined as root-mean- square-summation (RMS) of individual device specified accuracies. 8. Individual device specified accuracy requirements shall be as specified by contract requirements or by published manufacturer accuracy specifications whenever contract accuracy requirements are not specified. 9. Test each loop by applying simulated analog and/or discrete inputs to first elements of loop (i.e., applying simulated analog and/or discrete sensor signals) and measuring outputs from final elements of loop, (i.e., controllers, alarms, indicators, etc.). 10. Apply continuously variable analog inputs to verify proper operation and setting of discrete devices (i.e., alarms, etc.). 11. Make provisional settings on controllers, alarms, etc., during loop installation tests. 12. Prepare calibration report on each instrument and loop. B. Integrators, Ratio Relay, Etc.: 1. Check devices in conformance with manufacturer's recommendations. 2. Receiver integrators may be calibrated for proper operation and multiplication factor by feeding maximum input signal for a specified period of time using a stopwatch. 3. Ratio signals may be simulated to check proper ratio settings and output. C. Flow Meters and Level Transmitters: 1. Perform volumetric drawdown test for all flow meters and level transmitters. 2. Prepare test report for each meter and level transmitter. 17510-3 17510-INSTCOMMISSIONING.DOC 3. If test results conflict with calibration report recalibrate in accordance with subparagraph A above and repeat volumetric drawdown test. 4. Continue until drawdown test results prove calibration to be correct. D. Level Switches: 1. Perform drawdown test for each level switch. Set switch in accordance with Specifications or in absence of switch setting in Specifications, set in accordance with instructions from Owner's representative. E. Controllers: 1. Check control action of each controller. 2. Check calibration of gain, integral and rate adjustments where specified including all modes of operation. 3. For each setting, check output for at least three inputs evenly spaced through input range. 4. Check at least three settings for each adjustment evenly spaced throughout the i adjustment range. 5. Run all diagnostic procedures. F. Interlocks: Ring and check interlocking circuits for conformance to Plans and Specifications. G. Start-up of Instruments: 1. Test each control loop under start-up and steady-state operating conditions to verify that proper and stable control is achieved using instruments in each instrument panel and control panel. a. Test control of final control elements using specified modes of manual and automatic control. b. Demonstrate bumpless transition between control station modes. c. Use signals from transducers, sensors and transmitters. d. Simulated input data signals may be used subject to prior written approval by the Owner's representative. 2. Set proportional band, reset rate and derivative settings for each control as recommended by manufacturer. 3. Verify transient stability of each control loop by applying control signal " disturbances, monitoring amplitude and decay rate of control parameter oscillations and making necessary controller adjustments to eliminate excessive oscillatory amplitudes and decay rates while retaining control sensitivity. Verify proper suppression of"reset wind-up." H. Component Calibration Sheet 1. Contractor shall be responsible for calibration and ringing out all devices which are to be interfaced with the distributed control system. This shall include devices purchased and installed under other contracts. 2. Each active instrument element (except simple hand switches, lights, etc.) and each 1/0 module shall have a Component Calibration Sheet. These sheets shall have the following information, spaces for data entry, and a space for signoff by the System Integrator Contractor or its subcontractor. a. Project name. b. Loop name. c. Component tag number or 1/0 module number. 17510-4 17510-INSTCOMMISSIONI NG.DOC d. Component code number. e. Manufacturer. f. Module number/serial number. g. Summary of function requirements, for example: h. For indicators and recorders: scale and chart ranges. i. For transmitters/converters: input and output ranges. j. For computing elements. k. 1/0 modules: required and actual inputs or outputs of 0, 10, 50, and 100 percent of span, rising and falling. I. Space for comments. m. Space for signoff by System Integrator Contractor. 3. The System Integrator Contractor shall maintain the Loop Status Reports and Component Calibration Sheets at the job site and make them available to the Engineer at any time. END OF SECTION 17510- 5 17510-INST COMMISSION ING.DOC SECTION 17520 INSTRUMENTS PART1 GENERAL 1.01 SCOPE _ A. This section of instrumentation covers: Field Instruments. 1. Ultrasonic Level Transmitters 2. Float Switches 1.02 QUALITY ASSURANCE A. All instruments shall be of quality as specified in this section. B. Test: Test the instrument at the factory to assure proper function operation. — 1.03 SUBMITTALS A. The submittals shall be as defined in Section 17010 - Instrumentation General Provisions. 1.04 JOB CONDITIONS A. Environmental Requirements: The equipment shall operate in ambient temperature 0- 130°F, relative humidity 30-100%. B. Project power 120 volts, 60 hertz single-phase. Appropriate isolation shall be provided. C. Standard Signal: 1. Output Signal. Each instrument, which outputs a signal, shall output the standard 4-20 madc signal. The signal shall be constant over a load range of 0 to 600 ohms. 2. Input Signal. a. Electronic devices, such as controllers, match function devices etc., shall have an input impedance of one megohm minimum for an input signal of 1 to 5 vdc. b. The 1 to 5 vdc signal shall be developed by the standard 4 to 20 madc transmitted signal through a precision 250 ohm, one-watt resistor. c. These requirements allow several receiving units to monitor the same transmitting unit without causing any perturbation of the received signal. d. Receiving devices shall not be wired in parallel. PART 2 PRODUCTS 2.01 EQUIPMENT FURNISHED A. Refer to sheets behind this specification. PART 3 EXECUTION 3.01 INSTALLATION A. General: 1. Install control panel as shown on the drawings. CAFILESTROJECTS\GREENWAY LS\17520.DOC 17520 - 1 2. Install instruments in various locations in the field and on panels as shown on the drawings. 3. Coordinate the outage with Owner representative through the Engineer. Starting or stopping of any existing pump; opening any existing breaker, or disconnecting any instrument; shall be approved in advance through the Engineer. 4. All installations shall be in accordance with the Manufacturer's recommendations and instructions. 5. All the necessary mounting accessories shall be provided. 3.02 SCHEDULE A. The instruments shall be supplied of the range and type as described in the data sheet, loop diagram, and PID as shown on the drawings. END OF SECTION CARLESWROJECTS\GREENWAY LS\17U0.D0C 17520 - 2 rw SPECIFICATIONS FORMS FOR PROCESS MEASUREMENT AND CONTROL INSTRUMENTS PRIMARY ELEMENTS AND CONTROL VALVES Sheet 1 of 1 FLOAT SWITCH Spec. No. Rev. 17520 No. By Date Rev Contract Date 2001089-02 3/12/2003 Reqd P.O. w By:PNM Chkd:PKP Appr:PNM DESCRIPTION TYPE: 316 S.S. FLOAT CABLE LENTGH: AS REQUIRED FOR FLOAT TO LPU PANEL MANUFACTURER: CONSOLIDATED ELECTRIC MODEL: 9G MOUNTING: CLAMP#95CL1 TAG NUMBER SERVICE SET POINT LSH-101 HIGH LEVEL WET WELL FIELD LSL-101 LOW LEVEL WET WELL FIELD NOTES: SPECIFICATIONS FORMS FOR PROCESS MEASUREMENT AND CONTROL INSTRUMENTS PRIMARY ELEMENTS AND CONTROL VALVES Sheet 1 of 1 FIELD SURGE PROTECTOR Spec. No. Rev. 17520 No. By Date Rev Contract Date 2001089-02 3/12/2003 Reqd P.O. By:PNM lCh kd:PNM Appr:PNM DESCRIPTION CONNECTION 3/4"304 STAINLESS STEEL CONENCTION SENSOR: FULL LENGTH INSERTION MANUFACTURER: PHOENIX CONTACT MODEL: SURGETRAB �+ S-PT1-2PE-24DC -3 PROVIDE SURGE PROTECTORS FOR THE FOLLOWING INSTRUMENTS TAG NUMBER SERVICE LIT-101 WET WELL LEVEL NOTES: 1.PROVIDE TEN SPARE INSTRUMENT. SPECIFICATIONS FORMS FOR PROCESS MEASUREMENT AND CONTROL INSTRUMENTS PRIMARY ELEMENTS AND CONTROL VALVES Sheet 1 of 1 LEVEL TRANSMITTER Spec. No. Rev. 17520 No. By Date Rev Contract Date 2001089-02 3/12/2003 Reqd P.O. By:PNM IC hkd:TMD Appr:PNM DESCRIPTION POWER: 120V-AC ACCURACY: +/- .10%OF SPAN OUTPUT: LINEAR 4-20mA ENCLOSURE: NEMA 4X INDICATOR: LCD Display MANUFACTURER: MILLTRONICS MODEL: Echomax XPS-15, HydroRanger with Keypad OPTIONS: Mounting Hardware TAG NUMBER SERVICE RANGE LIT-101 WET WELL LEVEL 0-30 FT NOTES: SECTION 17530 INSTRUMENTATION ACCESSORIES PART1 GENERAL 1.01 SCOPE A. Description: Provide field instrumentation accessories to complete installation of _ sensors, meters, switches, transmitters and similar devices. 1. Each installation includes: a. Device. b. Mounting stand where required. c. Process leads, connectors, valves, support means and all other devices and material required for a complete installation. 1.02 QUALITY ASSURANCE A. Referenced Standards: 1. ANSI C37-90a. 2. API RP550. 3. ASTM 153. 4. ASTM B 62. B. Factory Testing: 1. Subject each device to a complete functional test. 2. Wet flow calibrate flow meters to within specified accuracy. 3. Submit a certified calibration report for each meter showing results of calibration at a minimum of five points evenly spaced throughout range. 4. Apply a Surge Withstand Capability test wave: a. As defined in Section 2 of ANSI C37.90a-1974, to each power supply circuit, battery circuit, signal circuit, output circuit and input circuit. b. Application of test wave shall be as described in Section 4 of ANSI C37.90a- 1974. c. Submit a certified copy of test showing the no load test waveform, details of test wave generator circuit and description of test conducted. 1.03 SUBMITTALS A. Product Data: 1. Submit vendor specification information along with a corrected copy of applicable specification form for each scheduled device specified in this section. 2. Submit vendor specification information for each material and unscheduled device specified in this section. PART 2 PRODUCTS 2.01 UNSCHEDULED DEVICES A. Hand Valves: Provide process valves at all process taps for isolation of instrumentation equipment except where safety would be compromised by their use. 17530- 1 17530-INSTRUMACCESSORI ES.DOC 1. General: Valves must provide straight-through passage and tight shutoff to the rating of the valve. _ 2. Air service: a. Provide line size ball valve with stainless steel swagelock body. b. Acceptable Manufacturers: Whitey, Parker or equal. 3. Water service with fluid pressure below 200 psig and fluid temperature below 300 F: a. Provide 3/4-inch ball valve with stainless steel swagelock body, disc, union bonnet, and TFE impregnated non-asbestos packing. b. Acceptable manufacturers: Crane No. 431 UB or equal. B. Pulsation Damper: 1. Provide pulsation dampers where gauges are subject to pulsations and where indicated. 2. Provide damping by means of self-cleaning pin or piston. 3. Make provisions to vary amount of damping while preventing accidental shutoff. C. Receiver Gauges: 1. Calibrate scale in process units with tick marks for milliampere input in engineering units. 2. Provide diode to maintain loop continuity in case of meter movement failure. 3. Accuracy shall be as specified for panel meters. D. Mounting Brackets: 1. 2 5/8-inch channel section. 2. Stainless steel or aluminum. 3. Acceptable Manufacturers: a. Unistrut. b. Or equal. E. Nameplate: 1. Provide each device with a nameplate identifying tag number and service as specified on device specification form. 2. Make nameplates of 1/6-inch stainless steel. 3. Machine print each nameplate inscription as shown with letters clearly readable from a distance of four feet directly in front of nameplate. 4. Attach nameplates using a minimum of two self-tapping stainless steel sheet metal screws or six-inch length of stainless steel link chain. 5. Name list must be approved by the Owner before nameplate engraving. 6. External Power Supply: Provide an internal or external on-off switch for each instrument requiring power from an external power source. F. Surge Protection: 1. Provide surge protection on all 4-20 ma inputs to field devices. 2. The surge protection device shall protect field instrumentation from impulses up to 500V or 10,000A induced by lighting strikes or heavy electrical equipment. 3. The protection device shall be NEMA 4X and installed in accordance with manufacturer's recommendations. G. Interposing Relay: 1. Provide plug-in hermetically sealed self clearing control relays with DPDT contact UL rated 10 amperes at 28 volts d-c or 117 volts a-c resistive. 17530-2 17530-INSTRUMACCESSORIES.DOC 2. Provide relays with high-impact dust covers and barrier-protected screw terminal sockets. 3. Acceptable Manufacturers: a. Potter and Brumfield KB-4429-2 only. Provide fifty (50) additional spare relays. b. RTU interposing relay operation will be provided by the PLC inside the RTU. PART 3 EXECUTION 3.01 PREPARATION A. Coordination: Coordinate equipment delivery with completion of other work to minimize field handling of each device. B. Verify dimensions in field prior to fabrication and installation. 3.02 INSTALLATION A. Mount pipe, and connect field devices in accordance with contract drawings, specification and manufacturer's installation instructions. B. Avoid tubing, piping and conduit interferences. C. Locate equipment to be accessible for operation, maintenance and replacement. D. Examine contract drawings and shop drawings for equipment in order to determine best arrangement for work as a whole. E. Mount field transmitters 40 inches above floor, work platform, or as sensing line slope requires per control drawings. Coordinate tap location and meter location with Engineer prior to beginning work. F. Where specifications and contract drawings do not delineate precise installation procedures, use API RP550 as a guide to installation procedures. Submit sketch for Owner approval prior to installation. ■ G. Where field devices are shown as yoke mounted on a floor stand, a wall bracket fabricated from two channel sections 1- 5/8 inches mounted to a wall or column is considered equal. ■ H. Make channel section long enough to mount at least two field devices. I. Use aluminum or stainless steel for fabrication. J. Locate instrument mounting stands within five feet of primary element, unless otherwise indicated. Make stands freely accessible. K. Locate indicating instruments which must be visible for automatic control adjustment or manual operation to be visible from the adjustment or operating point. If plot or piping arrangement preclude this, make other provisions for indication at the adjustment or operation point. ■ 17530- 3 17530-INSTRUMACCESSORI ES.DOC L. Install instrument mounting stands after all conduit and pipe has been installed, except conduit serving devices on stand. M. Install instrument process piping and tubing from each primary shutoff valve to appropriate gauge, sensor, meter, analyzer, control panel connections, etc. N. Clean piping, tubing and components thereof prior to installation. This shall include but is not limited to special cleaning procedures for oxygen service when so required. O. Adjust pulsation dampers to eliminate rapid fluctuations of gauge or switch but to retain sensitivity to pressure changes. 3.03 SUPPORT OF FIELD MOUNTED INSTRUMENTS A. Locate field mounted instruments as shown on drawings or as designated by the Owner's representative. B. Secure support pipes, stands or brackets of material with sufficient strength to prevent excess vibration or movement. 3 C. Locate all transmitters, unless otherwise specified on instrument piping drawings, 40 inches above floor, platform, or as sensing line slope requires per control drawings, in s a location to allow convenient access for readability, calibration and maintenance. END OF SECTION R r F r 17530-4 17530-INSTRUMACCESSORIES.DOC - PART F CERTIFICATE OF INSURANCE CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW EXPERIENCE RECORD EQUIPMENT SCHEDULE - PERFORMANCE BOND PAYMENT BOND MAINTENANCE BOND NOTICE The blank spaces in the Certificate of Insurance; Performance, Payment, and Maintenance Bonds; and Contract are not to be filled in by the Bidder at the time of submitting his proposal. These forms are included herein to familiarize the Bidder with such forms which the successful Bidder will be required to execute. 2001089-02_Specs_03-0523 BSD.doc D R ..Y. h A ORD , n :::.....................................:::".:,:::}::::}}:}....' ..•.::::r}}.i}:v.wi:::ii}.: :•: ::.,•n•:::::: .:}}.:•:.:}.;`,;:'t't�::.}:�Li) ..:, :.,•:: t;:;•,,. :••.+:••};.. PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Allied N. America Corp. of Tx ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 12770 Coit Road, Suite 750 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Dallas, TX 75251 COMPANIES AFFORDING COVERAGE (972)455-1400 F: (972) 387-8837 COWANY A St. Paul Fire and Marine NSHRm COMPANY Control Specialist, Inc. B P. O. Box Drawer 2150 COMI,A Y Roanoke, Texas 76262 C D ANY D . :n..::::::.::::::::::::.w:;, .}:....:;is•::::::.. .:::.. .::.....::::.......... v. > +:i::•.ivy:m::�:n�:n:•n•'r}r.•.. %Ld. ................................:.:�.:::... .,^•.gin..., .:..... .:.. .:.. ,....} ....::.: .. .:...:..... :...::.. :.:...... ::.:..:.:.nit...:.:.... ...:::... .......:....,:.:t:.: .:..:....:+...:::.. .:.: ..:.t } .i}' 3 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 TEAMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Go LTTR TrFe DP NSIMNC! POLICY NUINF,p FOUCY� lKIATE p/�h LMM • amNIERAL uAsu r KC 091 OW73 04/10/03 0 4/10/0 4 GENERAL ADaREOATE COMMERCIAL GENERAL LMBLSTY PRODUCTS-COwPAP AM 3 CLAMS MADE ®OCCUR PERSONAL&ADV SUM S OWNERS&CONTRACTORS PROT EACH OCCURRENCE { Per-Pro j .. Rag FIRE DAMAGE("om An) I LED EV( are person) t • AuTowmr L ASLr KV 001000511 04/10/03 04/10/04 COMBINED SINGLE LIMIT R 1,000,000 ANY AUTO ALL OWNED AUTOS GODLY NJUTY SCHEDULED AUTOS (W PN= : HIED AUTOS BODILY N,A1FT1' _ NON_OW ED AUTOS MW PROPERLY DAMAGE _ GARAGE UA/LlTY AUTO ONLY-EA ACCIDENT i ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT = AGGREGATE $ EXCESS LIABILITY OK 04200010 04/10/03 0 4/10/0 4 EACH OCCURRENCE s A I UMBFEILA FORM AGGREGATE i OTHER THAN UMBRELLA FORM S A WORKERS���Am WVs m000m 04/10/03 04/10/04 X TER a EACH ACCIDENT t_g�000 _ THE PROPRETOR/ W EL DISEASE.POLICY LIMIT 3 PARTNERSE)ECUTIVE OFFICERS ARE: EXCL EL DISEASE®EA EMPLOYEE t OTHER DBBCIZ': OP OPIOU►TIOH a',yy'L Rin RS: Greenway L ft Station > City of Fort Worth is recognized as additional insured under all policies except workers, compensation, which includes a waiver of subrogation in favor of same. SHOULD ANY OF THE ABOVE OESCITIBm POLICES RN: CANCELLED BERM THE City of Fort Worth EILANATION DATE THEREOF, THE ISSUING COLOANY WILL ENDEAVOR TO NAL Attn: Contract Administrator 30 DAYS wRRTBI NoTrA To THE CERTIFICATE mxm MAm w THE LEPT, 1000 Throckmorton Street BUT FAILURE TO MAIL SUCH NOTICE MNALL IMPOSE NO OBLIOATION OR LIABILITY Fort Worth TX 76102 OF ANY EEO IIF011 THE OTANY, A OR RviIESaRATINES AU1110RIN.'D REPR�dITATNE ....................... _....... ............................................_..._.......... aA�� ATTACH STANDARD ACORD FORM 2001099-02_Spees_Partf Papest-4 03-0911 BSD.doc F- 1 CONTRACTOR COMPLIANCE WITH WORKERS COMPENSATION LAW Pursuant to Article 8308-3.23 of Vernon's Annotated Civil Statutes, Contractor certifies that it provides workers compensation insurance coverage for all of its employees employed on City of Fort Worth project. �. Control Specialist, Inc. Contractor By: Name: George Brown Title: President Date: 14-10-63 STATE OF TEXAS COUNTY OF TARRANT BEFORE ME, the undersigned authority, on this day personally appeared &-eoEcpv3 vt , known to me to be the person whose name is subscri ed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of 5oec!c-kk'.1 - ��- _ the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 1&1�ay of W%J6 0h -- , 20 b3. otary Public in nd r the State of Texas TRACY L.LAMAR r MY COMMISSION EXPIRES er May 21,2006 of w 2001089-02 Specs_PanF_Papes1 4_03-0911 BSD.doc F-2 EXPERIENCE RECORD List of Projects your Organization has successfully completed: AMOUNT OF CONTRACT TYPE OF WORK DATE ACCEPTED NAME AND ADDRESS OF AWARD OWNER List of Projects your Organization is now engaged in completing: AMOUNT OF CONTRACT ANTICIPATED DATE OF NAME AND ADDRESS OF AWARD TYPE OF WORK COMPLETION OWNER List Surety Bonds in force on above incomplete work: DATE OF CONTRACT TYPE OF WORK BOND AMOUNT OF BOND NAME AND ADDRESS OF AWARD SURETY rA 200108"2_Spm_PartF_Pagni-4 03-0911 BSD.doe F-3 List of Equipment owned by Bidder that is in serviceable condition and available for use: Portions of work Bidder proposes to sublet in case of Award of Contract including amount and type: Op _ 2001089-02_Specs_PWF Papeat{03-0911_BSD.dx F-4 Bond#46BCSCIO740 r PERFORMANCE BOND THE STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § Hartford Fire Insurance That we(1)Control Specialist, Inc. as Principal herein,and(2) Company a corporation organized under the laws of the State of(3f Onne li"i and who is authorized to issue surety bonds in the State of Texas,Surety herein,are held and firmly bound unto the City of Fort Worth,a municipal corporation located In Tarrant and Denton Counties,Texas,Obligee herein, in the sum of: IP Four Hundred Forty-three Thousand Nine Hundred Sixty-seven and 00/100 Dollars ($443.867.00) .for the payment of which sum we bind ourselves,our heirs,executors,administrators,successors and assigns,Jointly and severally,firmly by these present. XVXEREAS, Principal has entered into a certain written contract with the Obligee dated the _A_of a copy of which is hereto attached and made a part hereof for all purposes,for the construction of: Greenwav Addition Model Block Lift Station NOW THEREFORE,the condition of this obligation is such, if the said Principal shall faithfully perform the work In accordance with the plans,specifications,and contract documents and shall fully Indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default,then this obligation shall be void;otherwise,to remain in full force and effect. w PROVIDED, HOWEVER,that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended,and all liabilities on this bond shall be determined in accordance with the provisions of such statute,to the same extent as If it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED AND SEALED this, day of �irp�+�r,2003. - F 20010$M_SPMM—PUIF_Ppra5-10 03-"11 SSD.d« F-5 r ATT Control Specialist, Inc. (Principal)Secretary PRINCIPAL BY: (SEAL) Title: President P.O. Box 2150 L Roanoke,Texas 76262 r Witness as pal HARTFORD FIRE INSURANCE COMPANY Surety BY:. � D�l , Name: Rosemary Weaver ATTEST: (Attorney-in-fact) Address: P.O.Box 13o927 Secretary Dallas, YacP v 7511 Z-ng27 Telephone Number: 972-715-6226 (SEAL) c Wiffie—ss;a3 to Surety Cana Oster NOTE: (1) Correct name of Principal(Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition,an original copy of Power of Attorney shall be attached to Bond by the Attomey-in-Fact. The date of the bond shall not be prior to date of Contract. 2WIOM,U_spea_P&tF_Papa5-10 osooll eso.dm F-6 Bond#46BCSCK3740 _ PAYMENT BOND THE STATE OF TEXAS § -- § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § Hartford Fire That we(1)Control Specialist, Inc.as Principal herein,and (2) Insurance Company a corporation organized and existing under the laws of the State of(3yonnectic°;as surety,are held and firmly bound unto the City of Fort Worth,a municipal corporation located in Tarrant and Denton Counties,Texas,Obligee herein,In the amount of Four Hundred Forty-three Thousand Nine Hundred Sixty-seven and 00/100 Dollars($443,967.00)for the payment whereof,the said Principal and Surety bind themselves and their heirs,executors,administrators,successors and assigns,jointly and severally,firmly by these presents: WHEjREAS,the Principal has entered into a certain written contract with the Obligee dated the )" day of aMbs-A.D.,2003,which contract is hereby referred to and made a part hereof as If fully and to the same extent as K copied at length,for the following project: Greenway Addition Model Block Lift Station NOW,THEREFORE,THE CONDITION OF THIS OBLIGATION IS SUCH,that if the said Principal shall faithfully make payment to each and every claimant(as defined in Chapter 2253, Texas Government Code,as amended)supplying labor or materials in the prosecution of the work under the contract,then this obligation shall be void;otherwise,to remain in full force and effect. PROVIDED, HOWEVER,that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended,and all liabilities on this bond shall be determined in accordance with the provisions of said statute,to the same extent as if it were copied at length herein. IN WITNESS WHEREOF,the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED AND SEALED this p-41 ay of Pro.-it-,2003. 20010Mo2_5pw_PanF_Ppn&10_034911 BSDAa F-7 ATTF T: Control Specialist. Inc. (Principal)Secretary PRINCIPAL .,, nY; (SEAL) Titl rPresid nt P.O.Box 2150 Roanoke,Texas 76262 Witness as to P incipal Hartford Fire Insurance Company Surety_ BY: Name: Rosemary Weaver ATTEST: (Attorney-In-fact) Address: P.O.Box 130927 Secretary Dallas.Texas 75313-0927 it Telephone Number: 972-715-6226 (SEAL) Witness as to Surety Diana Fdster NOTE: 1. Correct name of Principal(Contractor). 2. Correct name of Surety. 3. State of incorporation of Surety. Telephone number of surety must be stated. In addition,an original copy of Power of Attorney shall be attached to Bond by the Attomey-in-Fact. The date of bond shall not be prior to date of Contract. zoo�oesoz_soan_P.nF_r .s�o osos�� eso.a« F-8 Bond#46BCSCK3740 MAINTENANCE BOND THE STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL MEN BY THESE PRESENTS: Hartford Fire Insurance That Control Specialist, Inc. (Contractor), as principal,and Company ,a corporation organized under the laws of the State of°""`°"°°`(Surety),do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth,a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas,("City')In Tarrant County, Texas the sum of Four Hundred Forty-three Thousand Nine Hundred SiXJy-seven and 00/100 Dollars($443.967.00)lawful money of the United States,for payment of which sum well and truly be made unto said City and its successors,said Contractor and Surety do hereby bind themselves,their heirs,executors,administrators,assigns and successors,Jointly and severally. This obligation Is conditioned, however;that, WHEREAS,laid Contractor has entered into a written Contract with the City of Fort Worth,dated the_"_day of 10,g 6,el" ,2003 a copy of which is hereto attached and made a part hereof,the performance of the following described public improvements: Greenway Addition Model Block Lift Station the same being referred to herein and in said contract as the Work and being designated as project PS 5"70580175450 and said contract,including all of the specifications,conditions, addenda, change orders and written instruments referred to therein as Contract Documents being Incorporated herein and made a part hereof,and, WHEREAS,in said Contract,Contractor binds itself to use such materials and to so construct the work that it will remain In good repair and condition for and during a period of after the date of Two(2)Years after the date of the final acceptance of the work by the City;and WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term of Two(2)Years;and, WHEREAS,said Contractor binds itself to repair or reconstruct the work in whole or in part at any time within said period, if in the opinion of the Director of the Water Department of the City of Fort Worth, It be necessary;and, WHEREAS,said Contractor binds itself,upon receiving notice of the need therefore to repair or reconstruct said work as herein provided. NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain,repair or reconstruct said work in accordance with all the terms and conditions of said Contract,thesepresents shall be null and void,and have no force or effect. Otherwise this Bond shall be and remain in full force and effect,and the City shall have and recover from the Contractor and Surety damages in the premises prescribed by said Contract. This obligation shall be continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. 2001oe9-02_9p"_Puti Pagn$.10 03-0911 0W.Goe F-9 IN WITNESS WHEREOF,this instrument is exeFuted In 5 counterparts, each one of which shall be deemed an original,this day of mioher,,A.D. .2oo 3 ATTE Control Specialist. Inc. (Principal)Secretary CONTRALTO BY: (SEAL) Title: President P.O. Box 2150 e-101 Roanoke,Texas 76262 Witness as th Principal Hartford Fire Insurance Comnanv Surety BY: �•°�P fY�,Q p, OI�D Y Name: Rosemary Weaver ATTEST: (Attorney-in-fact) Address: P.O.Box 130927 Secretary Dallas,Texas 75313-0927 Telephone Number: 972-715-6226 (SEAL) Witness as to Surety Diana Foster 2M10 9as_svea_PWV�_P.9MS&10-03-Ml I-M0.4m F-10 r it r Obligee'slInsured's Name City of Fort Worth/Control Specialist,Inc. Obligee's/Insured's Mailing Address City of Fort Worth 1000 Throckmorton; Fort Worth, Tx 76102 Control Specialist,Inc. 15644 HWY 114,Justin, Texas 76247 Bond/Policy Number 46BCSCK3740 IMPORTANT NOTICE TO OBLIGEES/POLICYHOLDERS - �. TERRORISM RISK INSURANCE ACT OF 2002 You are hereby notified that, under the Terrorism Risk Insurance Act of 2002, effective November 26, 2002, we must make terrorism coverage available in your bond/policy. However, the actual coverage provided by your bond/policy for acts of terrorism, as is true for all coverages, is limited by the terms, conditions, exclusions, limits, other provisions of your bond/policy, any endorsements to the bond/policy and generally applicable rules of law. Any terrorism coverage provided by this bond/policy is partially reinsured by the United States of America under a formula established by Federal Law. Under this formula, the United States will pay 90% of covered terrorism losses exceeding a statutorily-established deductible paid by sureties/insurers until such time as insured losses under the program reach $100 billion. If that occurs, Congress will determine the procedures for, and the source of, any payments for losses in excess of $100 billion. The premium charge that has been established for terrorism coverage under this bond/policy is either shown on this form or elsewhere in the bond/policy. If there is no premium shown for terrorism on this form or elsewhere in the bond/policy, there is no premium for the coverage. Terrorism premium: 1 $0 Form B-3333-0 Page 1 of 1 © 2002, The Hartford Direct Inquiries/Claims to: POWER OF ATTORNEY 6 oAS ND,HARTFORD HARTFORD,CONNECTICUT 06115 call:888-266-3488 or fax:860-757-5835 r KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 46-460120 Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut X� Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana X� Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company,a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast,a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the"Companies')do hereby make, constitute and appoint, up to the amount of unlimited: Rosemary Weaver, D. Gregory Stitts, Jeff McIntosh, Christine Davis, Stanley C. Horton of - Dallas, TX their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof,on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on July 21, 2003 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed,duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies,the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. mew ,*.-- � • .. f�.�^"'° ?nt: t���a�oaah I979 l97Y,rt^ "3 797• • �4.zrue.,.:9�'°' bx� Ia •1• 4 • t.,' � .eru�' -�..I" Paul A.Bergenholtz,Assistant Secretary David T.Akers,Assistant Vice President STATE OF CONNECTICUT SS. Hartford COUNTY OF HARTFORD On this 23rd day of July, 2003, before me personally came David T. Akers, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hampden, Commonwealth of Massachusetts; that he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument;that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. /1MrM► * Scott E.Paseka Notary Public CERTIFICATE My Commission Expires October 31,2007 1,the undersigned,Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is still in full force effective as of Signed and sealed at the City of Hartford. • � �.➢:_,'.�` �h•.id,•,~ yrA .1�� • •�'n,,rtllaYlS� 'IIa1N.'� 'L,M• ..,. Yves Cantin,Assistant Vice President POA 2003 Inquiries Regarding Claims Hartford Fire Insurance Company Twin City Insurance Company Hartford Casualty Insurance Company Hartford Insurance Company of Illinois Hartford Accident and Indemnity Company Hartford insurance Company of the Midwest Hartford Underwriters Insurance Company Hartford Insurance Company of the Southeast Please address inquiries regarding Claims for all surety and fidelity products issued by The Hartford's underwriting companies to the following: F Phone Number 888-266-3488 Fax - Claims : 860-757-5835 or 860-547-8265 E-mail claims @Istepsurety.com Mailing Address The Hartford The Hartford Fidelity&Bonding(BOND) Hartford Plaza 690 Asylum Avenue Hartford, CT 06115 4 r I 1 1 PART G CONTRACT t I' 2001089-02_Specs_03-0523_BSD.doc CONTRACT THE STATE OF TEXAS § COUNTY OF TARRANT § THIS CONTRACT, made and entered into ; %t D.ce.-ibK,?0*3 by a home-rule municipal corporation located in Tarrant County, Texas, acting through its City Manager thereunto duly authorized so to do, Party of the First Part, hereinafter termed "OWNER," and Control Specialist, Inc. of the City of Roanoke, County of Denton, and State of Texas, Party of the Second Part, hereinafter termed "CONTRACTOR." WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First Part (Owner), said Party of the Second Part (Contractor) hereby agrees with the said Party of the First Part (Owner)to commence and complete certain improvements described as follows: GREENWAY ADDITION MODEL BLOCK LIFT STATION FORT WORTH, TEXAS SEWER PROJECT NO. PS 58-070580175450 and all extra work connected therewith, under the terms as stated in the Contract Documents, and at his (their) own proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools, superintendence, labor, bonds, insurance, and other accessories and services necessary to complete the said construction, in accordance with all the requirements of the Contract Documents, that include all maps, plats, blueprints and other drawings and printed or written explanatory matter thereof, and the specifications thereof, as prepared by the Engineers employed by the OWNER, each of which has been identified by the endorsement of the Contractor and the Engineers thereon, together with the Contractor's Written Proposal and the other parts of the Contract Documents hereto attached, including the Fort Worth Water Department General Contract Documents and General Specifications, all of which are made a part hereof and collectively evidence and constitute the entire contract. The Contractor hereby agrees to commence work within ten (10) days after the date written notice to do so shall have been given to him, and to substantially complete same within the time stated in the Proposal. The OWNER agrees to pay the Contractor in current funds for the performance of the contract in accordance with the Proposal submitted therefore, subject to additions and deductions, as provided in the Contract Documents and all approved modifications thereof, and to make payment on account thereof as provided therein. 2009089.02_Spees_03-M I BSD.doc G CONTRACT IN WITNESS WHEREOF, the Parties to these presents have executed this Contract in quadruplicate in the year and day first above written RT WORTH, S (OWNER) ATTEST: Marc A. Ott loria Pearson Assistant City Managev City Secretary APPROVED: (SEAL) Control Specialist, Inc. Dale A.lFisseleE.s Contractor Water Director By: Contract Au--h,-...ization WITNESSES: .� Zlzl Date APPROVED AS TO FORM AND LEGALITY: �- Assistant City�Attorney 2001089-02 Specs 03-0911 BSD.doc G2 PART H TARRANT REGIONAL WATER DISTRICT EASEMENT 9 _ 200108302_Specs_03-0523_BSO.doc EASEMENT AND RIGHT-OF-WAY AGREEMENT STATE OF TEXAS § KNOW ALL MEN BY THESE PRESENTS: *1 COUNTY OF TARRANT § s= �r THAT TARRANT REGIONAL WATER DISTRICT, a body politic and corporate under the Fj laws of the State of Texas, whose mailing address is P. 0. Box 4508, Fort Worth, Texas 76164-0508 i (herein called "Grantor"), for and in consideration of the sum of TEN AND NO 1100 DOLLARS A4 On g% ($10.00) and other good and valuable consideration to Grantor in hand paid by the CITY OF FORT WORTH, TEXAS, a municipal corporation of Tarrant County, Texas, whose mailing address is City i of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102, Attn: Real Property Management (herein called "Grantee"), the receipt of which is hereby acknowledged, has BARGAINED, GRANTED, AND CONVEYED and by these presents does BARGAIN, GRANT, AND CONVEY unto the said Grantee an easement and right-of-way ("Easement") to survey, construct, reconstruct, operate, maintain, inspect, alter, replace, repair, relocate within the Easement, and remove (i) a sanitary sewer wet well and necessary appurtenant facilities, and (ii) one sanitary sewer pipeline and necessary appurtenant facilities, in, under, over and across the lands described on Fxhibit "A" attached hereto and incorporated herein for all purposes. The terms and conditions of this Easement and Right-of-Way Agreement are as follows: 1. Permitted I Tses. The lands burdened by the Easement shall be used by Grantee only for the construction, reconstruction, operation, maintenance, inspection, alteration, replacement, ,. repair, relocation within the Easement, and removal of(i) a sanitary sewer wet well and necessary appurtenant facilities, and (ii) one sanitary sewer pipeline and necessary appurtenant facilities. No building, structure, or improvement other than the sanitary'sewer wet well and pipeline, and necessary appurtenant facilities, shall be placed, constructed, or maintained in, on, or under the lands burdened by the Easement. 2. Pipeline,. to be Buried. Grantee shall bury the sanitary sewer .pipeline to be constructed hereunder a sufficient depth below the surface of the ground so that the top of said pipeline shall be not less than thirty-six (36) inches below the presently existing surface of the ground; and when digging the ditch for said pipeline, Grantee shall separate the topsoil from the subsoil, as nearly as possible, and when backfilling said ditch, Grantee shall place the subsoil back into the ditch first and the topsoil last. 3. Reservation of Minerals. There is reserved to the Grantor, its successors and assigns, and not conveyed hereby, all of the oil, gas, and other minerals of every kind and character lying upon the surface of, or at any depth under, the lands burdened by the Easement, including,but not limited to, all hydrocarbons, whether liquid, solid, or gaseous, and all minerals and other substances such as coal, lignite, uranium, sulphur, gypsum, potash, limestone, sand, gravel, and any other substance, whether similar or dissimilar, whose mining, extraction, or production could consume or deplete the surface estate, and all such minerals and other substances, whether or not their mining, extraction, or production could consume or deplete the surface estate. 4. Performance of Work. All work done in connection with the Easement shall be performed as expeditiously as possible so as not to interfere unreasonably with the use and occupancy of the lands burdened by the Easement by Grantor, its agents, representatives, employees, licensees, and invitees. In performing the work or causing the work to be performed, m Grantee shall make adequate provisions for the safety and convenience of Grantor, its agents, representatives, employees, licensees, and invitees, and shall cause all work to be cleaned up promptly in order to minimize disruption or inconvenience. Grantee shall construct and operate the F, facilities authorized hereunder at its sole cost and expense. Grantee shall perform all work necessary in connection with the construction or with the reconstruction, operation, maintenance, inspection, alteration, replacement, repair, relocation within the Easement, and/or removal of such facilities in a good and workmanlike manner in conformance with sound and acceptable engineering practices. After any disturbance of the surface of the lands-burdened by the Easement for any purpose authorized hereunder (whether in connection with initial construction; any reconstruction or replacement, alteration or repair; any operation or maintenance; any survey or inspection; any relocation within the Easement; removal; or otherwise), Grantee shall restore such surface to the same condition as existed before any such disturbance. Further, if any improvements of Grantor are disturbed, damaged, or destroyed by the operations of Grantee hereunder, Grantee agrees to replace and restore such improvements to a condition at least as good as existed before *� any such'disturbance, damage, or destruction. The facilities authorized hereunder shall at all times be constructed, kept, operated, and maintained in a safe condition and in full compliance with all applicable federal, state, municipal, or other laws, statutes,regulations, ordinances, and orders. 5. TAT Construction Easement. In addition to the Easement granted herein, Grantor hereby grants to Grantee a Temporary Construction Easement over and across the lands described on Exhibit "R" attached hereto and incorporated herein for all purposes, to be temporarily used in connection with the construction of the facilities authorized hereunder. Upon completion of the construction of said facilities, all rights granted within the Temporary Construction Easement shall cease, and all operations, maintenance, and repairs shall be confined to the lands described on Exhibit "A". After .any disturbance of the surface of the land burdened by the Temporary Construction Easement for any purpose authorized hereunder, Grantee shall restore such surface to the same condition as existed before any such disturbance. Further, if any improvements in the area covered by-the Temporary Construction Easement are disturbed, damaged, or destroyed by the operations of Grantee hereunder, Grantee agrees to replace and restore such improvements to a condition at lest as good as existed before any disturbance,damage, or destruction. 6. Removal or Relocation of Facilities. It is specifically understood and agreed by Grantee that the lands burdened by the Easement herein granted are located, in whole or in part, within the Fort Worth Floodway. In the event that the United States army Corps of Engineers should require the removal or relocation of the facilities authorized hereunder in connection with the operation of the Fort Worth Floodway, Grantee agrees to perform such required removal or relocation promptly and agrees to be solely responsible for all costs and expenses associated therewith. Further, Grantee hereby releases, relinquishes, and discharges, and agrees to indemnify and hold harmless Grantor, and Grantor's officers, directors, agents, servants, employees, attorneys, -2- successors, and assigns, from and against any and all liabilities, costs, or expenses resulting from, arising out of or in connection with, or relating to any required removal or relocation of the authorized facilities. 7 Reservations and F.XCentlons to (err n . The Easement is expressly made subject to any and all existing restrictions, reservations, covenants, conditions, oil and gas leases, easements, F and other encumbrances of whatsoever kind or nature relating to the lands burdened by the t� Easement, whether or not they are shown of record in Tarrant County, Texas; and to all zoning P. laws, regulations, and ordinances of municipal and other governmental authorities relating to the _+ lands burdened by the Easement, but only to the extent that they are still in force and effect. Grantor hereby reserves to itself, its successors and assigns, all rights in and to the lands burdened f� by the Easement and the right to use and enjoy the surface and subsurface thereof for any and all purposes so long as such use does not adversely interfere with the rights herein granted to Grantee. In addition to all other rights reserved herein and not in limitation thereof, Grantor specifically reserves the right of passage over the Easement. 8. Installation of Water Tap. Grantee shall install, at its sole cost and expense, a tap for water to serve a water/drinking fountain to be constructed by Grantor on the jogging/biking trail known as Trinity Trails. The tap shall be installed at the location reflected on the plans for the project authorized hereunder as previously approved by Grantor. Grantor shall be responsible for installing the necessary water line to connect the water tap with the water/drinking fountain. 9. Surface Improvements. Grantee is authorized to construct and maintain on the surface of the lands burdened by the Easement a lift station, generator, transformer and odor control device. Grantee agrees that no other buildings, structures, stations, regulators, or meters shall be placed on or above the surface of the lands burdened by the Easement without the prior written consent of Grantor. 10. Automatic Revert er, The Easement, and all rights and privileges granted herein, will automatically terminate if and when the Easement is no longer used for the purposes set out herein. In the event of such termination of use, Grantee agrees to execute a document in recordable form releasing all of Grantee's rights hereunder, but the failure to execute such a Release shall not effect Grantor's ownership of the lands burdened by the Easement free and clear of any claims, rights, or privileges of Grantee. 11. TNDEMNI-1NTCATION AND RELEASE Grantee, on behalf of itself, its successors and assigns, hereby releases, relinquishes, and discharges, and, to the fullest extent permitted by law, agrees to indemnify and hold harmless Grantor and Grantor's officers, directors, agents, servants, employees, attorneys, successors, and assigns, from and against any and all claims, demands, liabilities, suits, causes of action, obligations, damages, injuries, losses, penalties, costs, expenses (including, without limitation, attorneys' fees, court costs, consultant fees, expert fees, and other litigation related expenses), of whatsoever kind or character of any person or entity whomsoever, directly or indirectly resulting from, arising out of or in connection with, or relating to the exercise of the rights herein granted to Grantee or the performance of any of the activities contemplated herein. This indemnification and release extends to and includes any and all -3- claims for bodily injury, sickness disease, property damage or destruction consequential damage, or economic loss caused to or suffered by any person or property, including Grantee, and Grantee's agents, servants, employees, or contractors, or any other person or entity. This indemnification and release is not limited to damages, compensation, or benefits payable under insurance policies, workers' compensation, disability benefit acts, or other employee benefit acts. However, the indemnification provisions of this Paragraph shall not apply if the damage, injury, or death is caused by the sole negligence, gross negligence, willful misconduct or criminal actions of Grantor. This indemnification and release shall survive termination of the Easement. 12. Accentance of Easement and Right-of Way. By signing this Easement and Right- - of-Way Agreement, Grantee has agreed to and accepted the terms, conditions, benefits, and obligations contained herein. Grantor has agreed to grant this Easement in reliance upon Grantee's R representation that Grantee agrees to and accepts the terms, conditions, benefits, and obligations contained herein. 13. Binding Effect. The terms and provisions of this Easement and Right-of-Way Agreement shall inure to the benefit of and be binding upon Grantor and Grantee and their respective successors and assigns and shall be covenants running with the land. 14. Entire Aar . m .nt. This Easement and Right-of-Way Agreement contains all of the agreements between the parties respecting the subject matter hereof, and no prior representations or statements, verbal or written, have been made modifying, adding to, or changing the terms of this instrument. 15. Amendments. No amendments, modifications, or revisions of this Easement and Right-of-Way Agreement shall be effective unless made in writing, dated subsequent to the date hereof, and signed by the parties hereto, or their respective successors or assigns. TO HAVE AND TO HOLD the above-described Easement, together with all and singular the rights and appurtenances thereto in anywise belonging, subject to all of the terms and conditions stated herein,unto the Grantee, the said City of Fort Worth, Texas, its successors and assigns, for so long as the Easement is used for the purposes stated herein, and upon cessation of such use, all rights, titles, and interests vesting in Grantee, the said City of Fort Worth, Texas, its successors and assigns, by virtue hereof shall automatically cease and determine. Grantor does hereby bind itself, its successors and assigns, to WARRANT AND DEFEND all and singular the Easement unto the Grantee, the said City of Fort Worth, Texas, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof, by, through, or under Grantor, but not otherwise, subject, however, to the automatic right of reverter and all other terms and conditions stated herein. n -4- EXECUTED this day of Qjjvj� 2003. GRANTOR: TARRANT REGIONAL WATER DISTRICT By: R. Steve Christian Real Property Manager GRANTEE: CITY OF FORT WORTH, TEXAS By: 4�t� Title: t"4 kASA- Cj kk• Marc k Ott Assistant City Manager STATE OF TEXAS COUNTY OF TARRANT The foregoing instrument was acknowledged before me on this day of Q11AAP 5 2003, by R. Steve Christian, Real Property Manager of Tarrant Regional Water DiArict,-a Water Control and Improvement District, on behalf of said District. J///�'1nII/-�1 R Yp RICHARD B.RICHARD OT PUBLIC Notary Public, State of Texas NOTARY PUBLIC STATE OF TEXAS My Commission Expires: My Comm.Exp.03-11-2004 -5- F po STATE OF TEXAS R� COUNTY OF TARRANT �6 The foregoing instrument was acknowledged before me on this 2 day of nF 2003, by A. * the City of F rt W rth,Texas, a municipal c rporation, on behalf of safd City. HETTIE LANE Nofary Public, State of Texas MY COMMISSION EXPIRES July 26,2007 My Commission Expires: m 4Oa Grantee's Mailing Address: City of Fort Worth,Texas Attn: Real Property Management 1000 Throckmorton Fort Worth,Texas 76102 P1clicnAtrwd cityfw\easemt-7 -6- EXHIBIT "B" TEMPORARY CONSTRUCTION EASEMENT That portion of Lot A, Block 6, GREENWAY PLACE EAST, an Addition to the City of Fort Worth, Tarrant County, Texas, according to the Plat recorded in Volume 388-46, Page 96, Plat Records, Tarrant County, Texas, that is (i) not included within the boundaries of the Easement described on Exhibit "A", and (ii) lies to the west of the existing twenty-five foot sanitary sewer easement that runs through the said Lot A, Block 6. F - a - - -7- � Exhibit �A+ PERMANENT UTILITY EASEMENT Being a Permanent Utility Easement out of Lot A,Block 6 of Greenway Place East,an addition 9 to the City of Fort Worth,Tarrant County,Texas as recorded in Volume 388-46,Page 96 of the n Plat Records of Tan-ant County, Texas, said Lot A•being deeded to Tarrant County Water Control and Improvement District No. 1 as recorded in Volume 2293, Page 346 of the Deed Records of Tarrant County, Texas, said Permanent Utility Easement being more particularly described by metes and bounds as follows: �+ BEGINNING at a 3/4 inch iron rod found for an exterior ell comer in the west line of said Lot A and for the westerly comer of Lot 13-R,Block 5 of Greenway Place East,an addition to the City of Fort Worth, Tarrant County, Texas, as recorded in Volume 388-156, Page 22 of said Plat Records of Tarrant County,Texas,said 3/4 inch iron rod also being in the northeasterly right-of- way line of Nixon Street(a 55.0'right-of-way); THENCE North 30 degrees 00 minutes 00 seconds West,with the most westerly line of said ' Lot A and with the northeasterly right-of-way line of said Nixon Street,a distance of 63.43 feet to a point for comer; THENCE North 59 degrees 58 minutes 20 seconds East,a distance of 61.07 feet to a point for comer, THENCE South 69 degrees 59 minutes 43 seconds East,a distance of 10.48 feet to a point for comer; THENCE South 30 degrees 00 minutes 00 seconds East,a distance of 16.16 feet to a point for corner; THENCE North 60 degrees 00 minutes 00 seconds East,a distance of 13.56 feet to a point for comer; 1 THENCE South 69 degrees 59 minutes 43 seconds East,a distance of 19.58 feet to a point for comer; THENCE South 60 degrees 00 minutes 00 seconds West,a distance of 26.14 feet to a point for comer; THENCE South 30 degrees 00 minutes 00 seconds East,a distance of 24.28 feet to a point for comer in the most northerly south line of said Lot A, said-point being in the northwesterly line of said Lot 13-R, from which a 3/4 inch iron rod found for an interior ell comer in the south line of said Lot A and for the most northerly comer of said Lot 13-R bears North 60 degrees 00 minutes 00 seconds East, a distance of 77.20 feet; i� THENCE South 60 degrees 00 minutes 00 seconds West (Reference Bearing), with the most northerly south line of said Lot A and with the northwesterly line of said Lot 13-R,a distance of 67.80 feet to the POINT OF BEGINNING and containing 4,573 square feet or 0.105 acres of land,more or less. Date:May 6,2003 m pip pi W.Truett Wilson + fP +` t Registered Professional Land Surveyor No.5146 Page 1 of 2 CORRONDONA k ASSOCIATE S•INC. 6707 BRENTWOOD STAIR ROM SUITE 50 FORT WORTN,TX 76112 PH 817-496-1424 FAX 817-496-1768 s;lT'r OF FORT WORTH w R ',Lri;;P E R T Y r "a' 2003 SEP 2 API 11 42 r D203277068 CITY OF FT WORTH _e REAL PROPERTY SERVICES E=ei 927 TAYLOR ST. FT WORTH TX 76102 tt u ( W A R N I N G—THIS IS PART OF THE OFFICIAL RECORD--D O N 0 T D E S T R O Y ti I N D E X E D -- T A R R A N T C O U N T Y T E X A S S U Z A N N E H E N D E R S O N -- COUNTY CLERK O F F I C I A L R E C E I P T T O: CITY FW REAL PROPERTY 001 RECEIPT NO REGISTER RECD—BY PRINTED DATE TIME 203455089 DR9C KW 07/31/2003 14:05 INSTRUMENT FEECD INDEXED TIME RECVD 1 D203277068 WD 20030731 14:05 CG T O T A L DOCUMENTS: 01 F E E S: 23.00 y i B Y: ANY PROVISION WHICH RESTRICTS THE SALE RENTAL OR USE OF THE -DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR RACE IS INVALID AND UNENFORCEABLE UNDER FEDERAL LAW. ft OR • w APPENDIX A SELECTED STD. DETAILS FORM FWWD GENERAL CONTRACT DOCUMENTS AND SPECIFICATIONS on on f sm I T2007089-02_Specs_03-0523_BSD.doc 611 Lead from Mains. 12" and Larger to Have Gate Valve Existing or Proposed Curb •a •'. Bottom Rest Concrete Blocking ,;. r -- —1 :'x: • A`a Concrete + Blockins ir• L _ ..t Fire Hydrant Main : t• a Exercise care to avoid Plugging Drain Hole With Concrete Existing or Proposed Curb Firc Hydrant to ' Pavement or Other Surface be Set Plumb Trench 21-611 Base Parkv.ay • Extension Barre 1 and Stem for Extra Bury Depth if Necessary Gate Valve Minimum 7 C.F. Gravel 6" Fire Hydrant Proportionally Anchoring Coup- Lead Around Base ling for Connec- A:0 tion off -of Con- Ma+n crete Pipe 12" Diameter and d'°'• Larger ;q•; ,; Concrete Blockin :e,. . 9 Concrete Rest 12" x 12" x 6" Bury Depth: (1) 3'-6"-for Cast Iron Pipe Varies (2) '5'-0" for A-C Pipe Ref. Figure 6 STNDARD 171 RE NY r DRANT DETAIL E1-12 Mai FIGURE 5 E2.12 Const NOTE: hearing Areas snows are Da5CU vii 150 P.S. I .G test pressure and 3000 P.S.F. soil bearing value. 9, o c's -10' 8 s° Plug :r_• O° � 6o'ao� Tee 1500# Concrete ,.a..:; �� 1") ��°�Wit. ... ro: � t.: ••+. .•�pl•�°•• + . .. P ='� •' Lr;r•:.�: is Bend I IV •.:� 4•�i �• .gip, "E" 1500# Concrete HORIZONTAL BLOCKING TABLE ,Dimension "X" May Vary If Necessary To Provide Bearing ! Against Undisturbed Trench Wall Pipe X 11° - 15' 22° - 30' 45° 900 Tee & Plug Size Dim. Min. n• Mak. Min. Max. Min. Max. Min. Max Ft. 'All 11811 a "C" Area I'D" Are a Vol * " " Irea Vol 4" 1 ° . .90 .8 .05 •95 .90 ..05 .95 .90 .05 .91 .82 .05 1 . 16 .5 .OS 6" 1 .5 .90 .*8c o 5 0 .051 1 .05 1 . 10 .051 1 .73 1 .99 .05 1 . 19 1 .41 .05 8" 1 . 0 .8 .05 •95 .90 .051 1 .41 2.00 .05 1 .86 3.47 . 1 1 .57 2.4 . 1 lo" 1 . 0 .8 .05 1 .26 1 .60 .05 1 .79 3.20 . l 2. 18 5.62 .2 1 .99 3.9 • 15 12" 1 .5 1 . 10 1 .2 .05 1 .48 2.30 .l 2. 14 4.50 .2 2.83 B.00 .3 1 2.38 5.65 .2 16" 2 1 .41 2.0 . 1 2.00 4.00 . 1 2.83 8.00 .4 3.75 X+. 10 .651 3. 16 10.0 20" 2 1..27 3. 1 .2 2.54 6.20 .52 12.40 .6 1 4.70 .00 1 . 15 3.9415.55 •75 24" 2 12. 14 4. 0 .25 3.00 .9-00 4.25 18.10 .951 5.65 32-00-1-85 4.7622.60 1.05 30" 2.5 12.66 7. 1 .55 3.78 14.20 1 .0 5.30 28.20 1 .75 7.05 400 3.4 5.9135-33 2. 1 - 6" 2. 10.00 . 4.50 20.40 1 .4 6.36 40.80 2.65 8.50 72.00 5. 1 7.20 51 .0 2.95 42" 13.801.2 2 8.3 0 .0 0 4• 5 4811 3 4. 8 18- 3011.6 6.00 3&00 2. 8.48 17Z.00 E,4 1 11 . 14 126. 10.4 0 .a 6.1 54" .0 .00 .5 .00 6.70 450017-00 - 9.40 88.00 0.00 13-0016200116-0 10.7 :'60 12.00 NOTES: Minimum areas shown are in square feet. Volumes shown are in cubic yards. Vertical dimensions of all block bearing areas shall be Identical to the horizontal dimension shown. jp HORIZONTAL BLOCKING DETAIL E-1- 20 Material I-j-78 FIGURE 9 E-2-20 Construction NOTE: Trench width: b' e I . Pipe 24" i .d. and smaller = 24t1 or Q� o.d. + 12" whichever is greater. 2. Pipe larger than 24" = o.d. of Pipe i • � + 18i1 � ;;.r',"�a:�;;7?,. 3. Cradle shat i extend a min, of b'' beyond P e. o each side f i P i00# Concrete,{ >\ {��: � �• — Bell Bell Bend '•�.• 0 ► J ,^c'�,i~•►�s...',�r't.; � �- ,(��is JOIN p. RUBBER GASKET SK T - M.J. - M.J. Bend Main o a '„ �.. i::tr' L• w�'-� r;•••� �Y '�I � 1500# Concrete try 4•, \ 11-0I' TyP• MECHANICAL JOINT Main v Bell-Bell a Bend 1500,F Concrete r , 21-011 Typ. Keep a min. of 1 '-011 BELL AND SPIGOT JOINT Note: When cradle is clearance between shown or specified conc. and ,joints or for installation bolts on C. I . Pipe, on concrete pipe or in excess of P-0" the full joint as detailed, CRADLE DETAIL length of the pip, or fitting shall t cradled. FIGURE 10 E 1-20 Materials 1-1-78 E 2-20 Construction � 11 11 Class D (2500#) Concrete #4 Steel gar _ •o:jl .P I Keep concrete clear of pipe joints and bolts Wrap pipe with _ 15# roofing felt z �+ Form as necessary ',o °� 6 b•a• 8 } B ' ENDS 90 0 45 0 221/2 0 li 1/4 4 *Vol . Req'd. C.F. 39.99 21 .64 11 .03 5.54 A Ft. 2.50 1 .42 1 .0 0.75 6 B Ft., 4.0 3.88 3.36 2.75 -- C Ft. 4.0 3.88 3.36 2.75 c *Vol . Req'd. C:F. 71 .09 38.47 19.61 9.85 A Ft. 2.83 1 .67 1 .5 1 .0 ro 8 B Ft. 5.0 4.8 3.66 3.2 4 C Ft. 5.0 4.8 3.66 3.2 *Vol . Req'd. C.F. 111 .07 60.11 • 30.65 15.40 A Ft. 3.25 1 .92 1 .75 1 .5 E 10 B Ft. 5.9 5.6 4.25 3.25 0 C Ft. 5.9 5.6 4.25 3.25 �- *Vol . Req'd. C.F. 159.94 86.56 44.13 22.17 CL A Ft. 4.17 2.42 1 .42 1 .25 a 12 B Ft. 6.2 6.0 5.54 4.2 + C Ft. 6.2 6.0 5.54 4.2 *Volume calculated on the basis of concrete reacting thrust on the respective bends under an internal pressure of 150 psig at the rate of 150 lb. wt. per cu. ft. of concrete. EXAMPLE A VERTICAL TIE - DOWN BLOCK DETAIL E1-20 Material 1-1-'8 FIGURE 11 E2-20 Construction NOTE '® = Quantities will be specified on `plans or directed by Engi- neer. i Grout over exposed . steel straps st'`'• #4 Bar Steel Straps . In variable quantity Keep concrete depending on thrust. clear of pipe .joints and bolts I I � Form as Necessary 2500. concrete srt. bars both ways Aw 00Xt +a• x ''BSI .• Y t,�'.Jj't,' EXAMPLE B f VERTICAL TIE-DOWN BLOCK FIGURE 12 E1-20 Material 1-1-78 E2-20 Construction c- i; #4 Steel Bar Straps in Keep Concrete ' .'. variable quantity depend- ing on thrust. Joints and Bolts = Provide Forming as Necessary t. 25008 Concrete t #4 Bars Both Ways 6" c/c NOTE : Quantities will be specified on detail plans or directed by the Engineer EXAMPLE C VERTICAL TIE-DOWN BLOCK FIGURE 13 1-1-78 E 1-20 `lateri al E 2-20 Construction PMS 167 (Copper). -- PMS 288 (Blue) PMS 288 (Blue) 3111 31 - 1.511 311, 41 - 1.511 311. 2.25 3,75" EA Yo u P� Water° , OPT P TH wo In A ef',- 0 3.75n .75" A O RON 4.511 4.5 It It A. Radius White PMS 288 (Blue) V PROJECT SIGN Scale I" Figure 30 E2-1 Construction l i 3/4" LETTERING (RECESSED FLUSH) 0 WATER 00 METER 5/8" 3� roar Womm [t 6mm w° 18" [457mm 11 1/8" 2 1/8' 5/16' 1 3/4" I— [283m4i [54mm r"` [8mm] F [44mml Revised 8/28/02 58mm CITY OF FORT WORTH COVER SECTION COVER SECTION [ � WATER DEPARTMENT 3 7/m 5 8mm 1000 THROCKMORTON S [327mm]^ [ FORT WORTH, TX 7610 11 3/8" II [ 7/8-� fi---- [{64mm 1 817-871-8240 [289mm]—` h8mm FAX: 817-•871-8195 I„ 9 7/8" I 12" 16 3/4" [2 mr [305mm] [425mm 51 m CLASS 'A' STANDARD PLASTIC METER BOX - 15,3 8" 21" WITH l 18 3/8"[39immj [533mm]-4' CAST .I ON LID 467mm 161 qmm FOR 3 4" & 1" BOX SECTION BOX SECTION METERS SCALE AS ¢Linn• uo ponj l suoa h l-Z3 lQlJ*3eN tll-t3 (va+iyd jr�o,✓dJ e wzow.4> Z e°e Jl1''or� r µ y 2' t A/-Z-3--;o3.Y �lPtia O&W.7' »,w y.�►s1 ,: ' I f - '''� sn�orZ cunwiwW I _ 1 -` •�'"�; ;. a»sjo/s ` tk ';.,•• :?�:: •' �i'��dpa/aa�uoa y�;,.«%�rYAZyo�y � � i 1 t a. STREET fpIRT a t- €, 4.0' cu 8—#4 REBARS TYP. 3` TYP. USE 3000# CLASS I r A CONCRETE. - , � •� - , • I CONC. COLLAR HEIGHT VARIES 3/4" CHAMFER TYP. Py9r. •PYRT. . . : GROUND .4 2'27. CASE ! CASE2 _ 6" MIN. • 3' MINIMUM • RAM NECK CASE S HEIGHT VARIES y. COLLAR SHALL EXTEND TO r op of R.'27 coNcRErE SECTION A CRE8AR REO.I CASE 2 CIX.LAR SHALL EXTEND 3' BELOX BOTTOK OF L ONEST GRADE RING (REBAR REO.I FIGURE 121 CONCRETE MANHOLE COLLAR (� DETAIL E1-20. 21 MATERIAL E2-20. 21 CONSTRUCTION 16190 W ago 'C- SEE TYPE SPEC.BACKFILL E1-2.4 MINIMUM 60 INITIAL G.C.D. BACKFILL COVER SAND MATERIAL EMBEDMENT W & INITIAL BACKFILL 0 SEE SPEC. E1-2.3 G.C.D. LL_ MINIMUM 60- z EMBEDMENT m Z WATER: SIZES UP TO AND INCLUDING 12 _j_j I II-1I 1=1 III=III: 00 TYPE OC- BACKFILL SEE SPEC. E1-2.4 G.C.D. -WINIMUM INITIAL BACKFILL COVER; z WATER - 6" tjj SEWER - 12" CRUSHED STONE OR SAND STORM DRAIN 12" MATERIAL INITIAL BACKFILL uj SEE SPEC. El-2.4(b) OR E.1-2.3 G.C.D. W MINIMUM 6"- I -11 EMBEDMENT -1 TT CRUSHED STONE 11°I II-1 I 1=1 I M I IE1 I 1=1 I I SEE SPEC. EI-2.3 z G.C.D. i3_1 0 WATER: SIZES 16" AND LARGER a: SEWER: ALL SIZES STORM DRAIN: ALL SIZES _j MATERIAL SPECIFICATIONS SAND GRADATION Ljj •LESS THAN 10% PASSING 0 0200 SIEVE THE EMBEDMENT AND BACKFILL DETAILS PROVIDED ON THIS •P•I. - 10 OR LESS SHEET SHALL REPLACE APPROPRIATE PROVISIONS OF BOTH L THE EI-2.4(b) AND E1-2.3 OF THE G.C.D. AND SM. SPEC. 0 ITEM 402 OF THE TPIN STANDARD SPECIFICATIONS FOR STREET & STORM DRAIN CONSTRUCTION. ALL OTHER F_ PROVISIONS OF THESE ITEMS SHALL APPLY. z CRUSHED STONE GRADATION 0 SIEVE SIZE X RETAINED 0 in 0-10 _j 1/2w 40-75 WATER, SEWER & STORM DRAIN 3/8" 55-90 EMBEDMENT AND BACKFILL DETAILS #4 90-100 #8 95-100 CITY OF FORT WORTH—CONSTRUCTION STANDARD cn Ily FIGURE A DATE:2-19-02 NOTE: Provide Cp. Jok f only if Connecting To Existing Concrete Drive PARKWAY(USUAL) to i r • x a I c I q H y /'USUAL ✓' C � r r h E p JO/Nr ` FLAGGING or I'-O'o.c. + S / O E W A L K l; EXPANSION JOINT FL AGGING or G'-O'a.c. NO FLAGGING :N WHEELCHAIR RAMPS EXPANSION JOINT (sewpl slip form) EXPANSION JOINTS of anT Oirecl/pn change and ppp'moimum: all espunsla.joints to M dowelled per concrete povement rsqulremants TYPICAL CONSTRUCTION LAYOUT of CURB and GUT TER, SIDEWALK and DRIVEWAY Showing Flagging And £xponslor Jolnf Locaflon s a Not to Scare n 0 a c 9 w - REV.?-BI Cl T Y of FORT_ WORTH, TEXAS- CON5rRLCrA7N SrANOARO w FT.A, W.R.M. REV-SEO. 9/1r/R7 JAN/W.F Ar. DRAWING NO:S-N Ip4 ✓AN. 1969 6" Lead from Mains. 1211 and Larger to Have Gate Valve Existing or Proposed Curb Bottom Rest Concrete Blocking e:;, r --1 :•.r: + + 'A Concrete mr. :e Blocking L _ .j Fire Hydrant '�` Exercise care to avoid Ma i n : ..,t. e Plugging Drain Hole With Concrete ley Existing or Proposed Curb Firc Hydrant to Pavement or Other Surface be Set Plumb Trench 2'-611 Base Parkv:ay ' ;�• ���r�• !' . :Cat,'`! Extension Barrel and Stem for Extra Bury Depth if Necessary Gate Valve Minimum 7 C.F. Gravel 6" Fire Hydrant Proportionally Anchoring Coup- Lead Around Base ling for Connec- A:4 t i on off -of Con- Main + o.o. crete Pipe 121' "° -}- Diameter and d:°•• Larger Concrete 6lockiny Concrete Rest 1211 x 12t1 x 611 Bury Depth; (1) V-6"°for Cast Iron Pipe Varies ' (2) '5'-0" for A-C Pipe Ref. Figure 6 _ STANDARD FIRE HYDRANT DETAIL E1-12 MCIt FIGURE 5 E2-12 COn N07t; nearing hied,, %no+dn are I7oz,1:V %j9, 150 P.S. I .G test pressure and 3000 P.S.F. soil bearing value. 9♦ ('♦ -r'0, I PlugO♦9 `ro B �? 1 !t• oe s ory0d r, Tee 1500# Concrete ♦.�►• .•t i'.•;t..►t: X Bend 11X11 %p .,;►;!•.N.s:/1 = , :. "E" 1500# Concrete 7 Fit, HORIZONTAL BLOCKING TABLE *Dimension "X" May Vary If Necessary To Provide Bearing Against Undisturbed Trench Wall Pipe X 110 •- 15' 220 - 30' ..45° 900 Tee Plug Size Dim. Mine n• Make Min. Max. Min. Max. Min. Max Ft. "All 11 811 a IICit Area 1 . fl oil Are a V 1 . t. tt ;rea 4" 1 • . .90 .8 :05 •95 .90 •05 .95 .90 .05 -91 .82 .05 1 . 16 .5 .05 6" 1 .5 0 :8 .0 5 0 .05 1 .05 1 . 10 .05 I -Z3 1 .99 .05 1 . 19 1 .41 .05 8" 1 .5 go .8 .95 •95 .90 .05 1 .41 2.00 .05 1 .86 3.47 . 1 1 .57 2.4 . l lo" 1 . 0 .8 .05 1 .26 1 .60 .05 1 .79 3.20 . 1 2.18 5.b2 .2 1 .99 3.9 • 15 12" 1 .5 1 . 10 1 .2 .0 1 .48 2.30 .1 2. 14 4.50 .2 2.83 8.00 .3 2.38 5.65 .2 16" 2 1 .41 2.0 . 1 2.00 4.00 .1 2.83 8.00 .4 3.75 A.10 .6 3. 16 10.0 20" 2 1..77 3. 1 .2 2.54 6.20 2 12.40 .6 4.70 -001 1 . 15 3.9415.55 •75 24" 2 2. 14 4.5c, .25 3.00 .00 .5 4.2 18.10 5 5.65 Y-.00 1 .85 4-762.60 1.05 30" 2.5 12.66 7. 1 .55 3.78 14.20 1 .0 5.30 28.20 1 .75 7.05 k9-80 3.4 5.91 5.33 2. 1 6,1 2. 10.00 . 4.50 a4o 1 .4 6. 6 a8o 2.65 8. 0 72.00 5. 1 .20 1 .0 2.25 42" 3 3.72 1 2 2 8.30 .0 4. 5 48" 3 4. 8 18. 0 1.6 6.00 00 2. 8.48 7x00 .4 11 . 14 126. 10.4 0 90-0316.15 54tt .0 .00 .5 .00 6.70 4500 7-OOL 9.40 8800 0.00 13-00h 620 i 6.0d 10.7 115DO12.00 NOTES: Minimum areas shown are in square feet. Volumes shown are in cubic yards. Vertical dimensions of all block bearing areas shall be Identical to the horizontal dimension shown. HORIZONTAL BLOCKING DETAIL E-1- 20 Material FIGURE 9 E-2-20 Construction NOTE: Trench width: I . Pipe 24" i ,d. and smaller = 24" or Q� o.d. + 12" whichever is greater. 2. Pipe larger than 24" = o.d. of Pipe xfiot. °• + ti96 Cradle shat 1 extend a min, of, 6' beyond 3 �•^q;h;�ti,� each side of pipe. X0# Concrete y Bell Bell Bend r e«:?t �;: :�^` =oy • %°.?;; ,•'`�!,:`�, Yp RUBBER GASKET JOINT T .�:•"'� M.J. - M.J. Bend ' ' Main tLa- 1500/' Concrete r s ` Typ MECHANICAL JOINT Main 0 Bell-Bell o Bend ! , sow.r, . .:-„r i j. 3:. :..1 , �.�"t• 1500° Concrete "'.�..:i:.;'.:.:�t �:r i,.• T 11-:��• ..yx, 21_011 Typ. Keep a min. of 1 -01.' BELL AND SPIGOT JOINT Note: When cradle is clearance between shown or specifies cons. and Joints or for installation bolts on C. I . Pipe. on concrete pipe or in excess of 1 '-0" the full joint as detailed. CRADLE DETAIL length of the pip( or fittin g shall t r • cradled. FIGURE 10 1-1-78 E 1-20 Materials E 2-20 Construction Class "a" (2500##) Concrete Q ##4 Steel Bar p•, t4` 0 0� 1 Keep concrete clear of pipe Joints and bolts Wrap pipe with ��° j: 15## roofing fel t • '•.o•.o� brn C Form as necessary BENDS 900 450 221/20 11 1/4° *Vol . Req'd. C.F. 39.99 21 .64 11 .03 5.54 ,. A Ft. 2.50 1 .42 1 .0 0.75 6 B Ft.. 4.0 3.88 3.36 2.75 -� C Ft. 4.0 3.88 3.36 2.75 _ c *Vol . Req'd. C:F. 71 .09 38.47 19.61 9.85 A Ft. 2.83 1 .67 1 .5 1 .0 ro 8 B Ft. 5.0 4.8 3.66 3.2 c C Ft. 5.0 4.8 3.66 3.2 *Vol. Req'd. C.F. 111 .07 60.11 • 30.65 15.40 A Ft. 3.25 1 .92 1 .75 1 .5 E 10 B Ft. 5.9 5.6 4.25 3.25 . ° C Ft. 5.9 5.6 4.25 3.25 z -' *Vol. Req'd. C.F. 159.94 86.56 44.13 22.17 CL A Ft. 4.17 2.42 1 .42 1 .25 a 12 B Ft. 6.2 6.0 5.54 4.2 C Ft. 6.2 6.0 5.54 4.2 *Volume calculated on the basis of concrete reacting thrust on the respective bends under an internal pressure of 150 psig at the rate of 150 lb. wt. per cu. ft. of concrete. M F &n EXAMPLE A VERTICAL TIE - DOWN BLOCK DETAIL 1-1-78 FIGURE G U R E 11 El-io Material ; 7 E2-20 Construction NOTE= Quantities will be specified on `plans or directed by Engi- neer. Grout over exposed .. steel straps 6i'i`• #4 Bar Steel Straps I In variable quantity Keep concrete depending on thrust. clear of pipe Joints and bolts I I Form as Necessary 2500= concrete 14 bars both ways x '••� Ile // M: •.. M EXAMPLE 6 VERTICAL TIE-DOWN BLOCK FIGURE 12 EI-20 Material " E2-20 Construction c- #4 Steel Bar Straps in Keep Concrete variable quantity depend Joints and - Clear of Pipe �' %� ing on thrust. - Bolts Provi de Formi n g as Necessary T, 2$00. Concrete 0�I 94 Bars Both Ways •, 6" c/c s� ,.� / NOTE : Quantities will be specified on detail plans or directed by the Engineer EXAMPLE C VERTICAL TIE-DOWN BLOCK FIGURE 13 1-1-78 E 1-20 4aterial E 2-20 Construction PMS 167 (Copper), PMS 288 (Blue) PMS 288 (Blue) 81 - 011 311 1311 4' - 1.5" 311 2.25 3.75" M-4 ter ' `kT H Y®u w a QkV C? , -- W� -mz==Mb- C � MMM=l ------ -1,;4 U n- du Os In A c t-77-io,0 n, 2.2 5 0.75" ZI. A Ili MkI I g,- � 4.511 4.5 tt White % PMS 288 (Blue) /3" Radius Scale V 1, PROJECT SIGN Figure 30 09/18196 E2-1 Construction ► I � i i 1 1 1 i i I � � w 3/4" LETTERING (RECESSED FLUSH) WATER 00 METER GoRr Worm [16mm w 18" [457mmT- 11 1/8" 2 1/B" � [8mm] [44 mm] I"— [283m,;ri [54mm S Revised 8/26/02 5/16" COVER SECTION COVER SECTION [Bmm] CITY OF FORT WORTH 20" WATER DEPARTMENT F12 7/e" 1000 THROCKMORTON S [327mmJ-- [508mm FORT WORTH, TX 7610 11 3/8" I I 1 7/e" {---- [464/4- 817-871-8240 [289mm]—' [4844] FAX: 817-871-8195 I978" 12' 163/4 — [251 mm]—" [305mm] [425mm]—'� CLASS 'A' STANDARD PLASTIC METER BOX 15.3/8" f �� 21 WITH I 18 3/8-[391mm� [5 21 2]-'4. CAST .IRON LID [487 /1°`—� [6tOmm1 FOR 3�4" & 1 BOX SECTION BOX SECTION METERS SCALE AS qWn"" 1 o�-4ole '*ewv a Ind ?fr tovsi•� QIPw! eO .tle' ei7 fsr ed pick •:r: :«.:-: t 1 S/ofs ar picArba s,Ref:ER-I4 " Minimum 2�ows :,; - ! I �;• prefarrmed hi1vfwStic t Ram-N ''•: '' �:`;: c;•;;:•:�:=. Seakn ( ekorapprored epaa!) ta�c: card/ .h'awlll�rc Co.•rcw•�tts o.- •► j, 0'1�: � '• �o�jve dt�t' As 7w. C-0746'.0v wre *Y.A.-OW WilA 414l6"sfir- • 4 ` 6 N X G.•or�ff % 40 A �1 �'-r•. « • " '—yS'®.••'•tee•••i ••� .�«O•:I• •Y. Cl��r F raa�oo�J Coisr• �� d:�NIN. � •"� ��� F/CURE M, sr o4044etO .f. AO IVOZ,E- Ei-14 Material E2-14 Construction STREET DI)c?T 4.0' N , 8-04 REBARS TYP. USE 30000 CLASS / / � 3 TYP. . A CONCRETE. • 1 A A CONC. COLLAR HEIGHT VARIES 3140 CHAMFER TYP. PYkT. •PYXT. •.• Y GROUND owl a � � 2'214 CASE l CASE 2 - _ - 6' MIN. . - . RAM NECK ' ' 3' MINIMUM CASE i HEIGHT VARIES COLLAR SHALL EXTEND TO TO.A OF 2.'27 CONCRETE SECTION a (REBAR REO.) CASE 2 COLLAR SHALL EXTEND 3' BELOW BOTTOM OF LOb'EST GRADE RING IREBAR REa.I FIGURE 121 . CONCRETE MANHOLE COLLAR DETAIL El-,20. 21 MATERIAL. E2-20. 21 CONSTRUCTION 5/16/90 3/05/93 _ ago V ACKFILL SEE TYPE SPEC.B E1-2.4 MINIMUM 6" INITIAL G.C.D. BACKFILL COVER SAND MATERIAL EMBEDMENT INITIAL BACKFILL 0 SEE SPEC. EI-2.3 G.C.O. LL Eli 11'. MINIMUM 60— z EMBEDMENT I IE=�1 I IEEI I 1=l I I El I z _j WATER: SIZES UP TO AND INCLUDING 12 _j U- < W m TYPE V BACKFILL SEE SPEC. E11-2.4 MINIMUM INITIAL OACKFILL COVER: — �'.• ;'`: ~ '"`_% � II— G.C.O. WATER — 6* . 74' SEWER — 12" CRUSHED STONE OR SAND STORM DRAIN 12" MATERIAL INITIAL BACKFILL Ljj Hill SEE SPEC. EI-2.4(b) OR m EI-2.3 G.C.D. ui MINIMUM 6" 0 EMBEDMENT CRUSHED STONE 0 ILI I LWE T-11=_11 111' z O SEE SPEC. El—2.3 WATER: SIZES 16" AND LARGER SEWER: ALL SIZES STORM DRAIN: ALL SIZES _j _j MATERIAL SPECIFICATIONS SAND GRADATION Ld •LESS THAN 10X PASSING 0 #200 SIEVE THE EMBEDMENT AND BACKFILL DETAILS PROVIDED ON THIS m •P.I. - 10 OR LESS SHEET SHALL REPLACE APPROPRIATE PROVISIONS OF BOTH _j L THE EI-2.4(b) AND EI-2.3 OF THE G.C.D. AND SM. SPEC. 0 ITEM 402 OF THE TPW STANDARD SPECIFICATIONS FOR STREET & STORM DRAIN CONSTRUCTION. ALL OTHER f 5- APPLY PROVISIONS OF THESE ITEMS SHALL . z CRUSHED STONE GRADATION 0 SIEVE SIZE X RETAINED 0 in 0-10 _j 1/20 40-75 WATER, SEWER & STORM DRAIN < 3/8" 55-90 EMBEDMENT AND BACKFILL DETAILS w P 90-100 0 #8 95-100 CRY OF FORT WORTH--CONSTRUCTION STANDARD cn FIGURE A DATE:2-19-02 s i i i I i i i I 1 I 1 i I 1 I 1 1 1 Nor£: Provide £.P. ✓ok f only if Conn.cr,no To Ending Concrete Drive ' PARKWAY(USUAL) ro� r � o I N y I'USUA1. 1 G € r E R JOINT t` It T, of 4'-0" c. + S / 0 £ ta A L K a EXPANSION JOINT FL AGG/NG of 6,-O*a.c. NO FLAGG/NS :N N W HEELCHAIR RAMPS EXPANSION JOINT Itagyt slip term! EXPANSION JOINTS at any diec/ion change and 200 ma./.Um. olt a■pdneien pins to t»dowelled Par cone rata pavement neulramenb TYPICAL CONSTRUCTION LAYOUT of CURB and GUTTER, SIDEWALK and DRIVEWAY .Showing Flogging And Exponslon Jolnl Locoflon a Nat ro Sce/e a n 0 a it it W N Rev.a_eI CITY of FORT_ WORTH, TEXAS- coNsrROc'rhav srANDARD W F.T.R. W.R.N. REV,SEO' 9/11/67 JAN/W.FM. DRAWING NO.S-MIAA JAN. /969 6" Lead from Mains. 12" and Larger to Have Gate Valve Existing or Proposed Curb Bottom Rest Concrete Blocking a;:, r — -i .e• + Concrete :d Blocking ay• .r L _ .1 Fire Hydrant Main :°gat• i Exercise care to avoid b;e; . Plugging Drain Hole With Concrete Existing or Proposed Curb Firc Hydrant to Pavement or Other Surface be Set Plumb Trench 2'-6" Base Pa rkv.ay E-tension Barrel and Stem for Extra Bury Depth if Necessary Gate Valve Minimum 7 C.F. Gravel 6" Fire Hydrant Proportionally Anchoring Coup- Load Around Base ling for Connec- tion off -of Con- Ma in crete Pipe 12" "a -{- Diametcr and d�°'• Larger ;Q.; v. Concrete Blockin Concrete Rest 12" x 12" x 6" Bury Depth: (1) 3'-6"-for Cast Iron Pipe Var les (2) '5'-a' for A-C Pipe Ref. Figure 6 STANDARD FIRE HYDRANT DETAIL • i-1 -A E1-12 Mat 7 FIGURE 5 E2-12 Const NUIL: oedl 1119 r- Coa a1iuviti ,re jai 150 P.S. 1 .G test pressure and 3000 P.S.F. soil bearing value. 9� � `t n JOB AtT • % O I Plug Tee 1500 / Concrete I �S�•'..t►�, '• . • •'•',•••lei ', •�: .pyJ 1,. �.•, .r..o,: {• ,:� -�lr:: ->c Bend 11X11 � '.r�;.�t •sl/��� "E" 1500# Concrete • HORIZONTAL BLOCKING TABLE *Dimension "X" May Vary If Necessary To Provide Bearing Against Undisturbed Trench Wall Pipe X 110 - 15' 220 - 301 .450 90• Tee b Plug . Size Dim. ln- n• Max. 'I Min. Max. Min. Max. Min. Max Ft. "A11 11811 a C" Area ol . " if Ar a Vol J1 " a Vol 411 1 • . .90 .8 :05 •95 .90 .05 •95 .90 .05 .91 .82 .05 1 . 16 .5 .05 611 1 .5 .90 .'8c 0 5 0 .05 1 .05 1 . 10 .05 1 .73 1 .99 .05 1 . 19 1 .41 .05 811 1 . 0 .8 .05 .95 .90 .05 1 .41 2.00 .05 1 .86 3.47 . 1 1 .57 2.4 . 1 1011 1 .5 go .8c 05 1 .26 1 .60 .05 1 .79 3.20 . 1 2.18 5.62 .2 1 .99 3.9 • 15 1211 1 .5 1 . 10 1 .2 .05 2. 0 . 1 2. 14 4.50 .2 2.8 .00 .3 2.38 5.65 .2 1611 • 2 ) -41 2.0 . 1 2.00 4.00 . 1 2.83 8.00 .4 3.75 Y+. 1 o .65 3. 16 10.0 20" 2 1 . 3. 1 .2 2.54 6.20 2 12.40 .6 4. 0 .00 1 . 15 .9415.55 •75 2411 2 2. 14 4.50 .2 3.00 .00 .5 1 4.2 18.10 .951 5.65 .00 1 .85 4.7622.6o 1.05 3011 2.5 2.66 7. 1 •55 3.78 .20 1 .0 5.30 28.20 1 .75 7.05 4SL80 3.4 5.91 5.3 2. 1 6" 2. 10.00 . 4. 0 a4o 1 .4 6. 6 0.80 2.65 8. 0 72.00 . l 7.20 I .0 2. 5 42" 1 2 2 8- 0 .0 4.75 481' 3 pk 18. 0 1.6 6.0 0 00 2. 8.48 7 o o .4 11 . 14 125. 10.4 C .0 6.1 411 •0 o .5 •o0 6.70 4500 7.00 9.40 8800 0.00 13.00 620 16.0 10.7 115D012.oc NOTES: Minimum areas shown are In square feet. Volumes shown are in cubic yards. Vertical dimensions of all block bearing areas shall be identical to the horizontal dimension shown. HORIZONTAL BLOCKING DETAIL E-1- 20 Material 1'1'18 FIGURE 9 E-2-20 Construction NOTE: Trench width: b/ e 1 Pipe 24" i .d. and smaller = 2411 or Q\ o.d. + 12" whichever is greater. O' 2. Pipe larger than 24" = o.d. of Pipe ' f•, ` p 3. C radI a sha 1 1 extend a mi n. of, 6" beyond ,r•;.�.• iT each • ti;1� side of pipe. >\ i00# Concreee �a w tY Bell Bell Bend r% ; :�'��.( �''`; yq '�7 :w`' •" `•�.•'.j•,�0•,�t f r,�-" "��Ai't'✓vf`s��a•' :;•�ysv J�.i Y: 11-oil � RUBBER GASKET JOINT ryp• M.J. - M.J. Bend . Main . o a w )�:• -• .�•��/�+rte .r e ;::' " `L iQ.?. •- .:�-:�i�: 1500# Concrete Typ• MECHANICAL JOINT Main v Bell-Bell o Bend `d /t •�!�•r•�ti�tIi ITL�. 1500u IT Concrete 2 _011 Typ. Keep a min, of 11-0" BELL AND SPIGOT JOINT Note: when cradle is clearance between shown or specifies conc. and ,joints or for installation bolts on C. I . Pipe. on concrete pipe or in excess of 1 '-0" the full joint as detailed. CRADLE DETAIL length of the pi Pt or f1ttin g shalt at cradled. FIGURE 10 1-1-78 E 1-20 Materials E 2-20 Construction Class "D" (2500##) Concrete �A V 4: ##4 Steel Bar q• tOf 1 •o:jl 0 0:: • �� I B Keep concrete clear of pipe joints and bolts a� Wrap pipe with 15## roofing felt Iice',/ rtI•. , �� Form as necessary BENDS 900 450 221/20 11 1/4° *Vol . Req'd. C.F. 39.99 21 .64 11 .03 5.54 A Ft. 2.50 1 .42 1 .0 0.75 6 B Ft: 4.0 3.88 3.36 2.75 -� C Ft. 4.0 3.88 3.36 2.75 c *Vol . Req 'd. C:F. 71 .09 38.47 19.61 9.85 A Ft. 2.83 1 .67 1 .5 1 .0 b 8 B Ft. 5.0 4.8 3.66 3.2 o C Ft. 5.0 4.8 3.66 3.2 *Vol . Req'd. C.F. 111 .07 60.11 • 30.65 15.40 A Ft. 3.25 1 .92 1 .75 1 .5 E 10 B Ft. 5.9 5.6 4.25 3.25 0 C Ft. 5.9 5.6 4.25 3.25 *Vol . Req'd. C.F. 159.94 86.56 44.13 22.17 n A Ft. 4.17 2.42 1 .42 1 .25 12 B Ft. 6.2 6.0 5.54 4.2 C Ft. 6.^ 6.0 5.54 4.2 *Volume calculated on the basis of concrete reacting thrust on the respective bends under an internal pressure of 150 psig at the rate of 150 lb. wt. per cu. ft. of concrete. EXAMPLE A Ll ERTICAL TIE- DOWN BLOCK DETAIL E1-20 Material 8 FIGURE 11 E2-20 Construction NOTE Quantities will be specified on plans or directed by Engi- neer. Grout over exposed steel straps • f 't'b`•• #4 Bar Steel Straps I In variable quantity Keep concrete depending on thrust. ° clear of pipe joints and bolts • � � Form as Necessary °;,'•~'' 2500= concrete Or • I a / V�`x � -•` #4 bars both ways < '00e loe r,, • `,v EXAMPLE 6 VERTICAL TIE-DOWN BLOCK FIGURE 12 EI-20 Material 1-1-78 E2-20 Construction C� #t4 Steel Bar Straps in Keep Concrete variable quantity depend- ing on thrust. Joints and - Bolts `'' Provide Forming as Necessary 1-01 r. 2500:; Concrete ;�+ #�4 Bars Both Ways 6'► c/c NOTE : Quantities will be specified on detail plans or directed by the Engineer - EXAMPLE C VERTICAL TIE-DOWN BLOCK FIGURE 3 I 1-1-78 . E 1-20 '•lateri al E 2-20 Construction # PMS 167 (Coppe •) PMS 288 (Blue) PMS 283 (Blue) 31 - 1.511 13" 41 - 1.5" 1311 11 Itt 2.25 1 vr--q 3.75" our. Water ' OkT OkTH 11 LV r U n dcs- In A c 0 n, 2.25'71— 3./G 0 4.511 4.521 Radius White PMS 283 (Blue) /31. V PROJECT SIGN Scale I" = Figure 30 OqI18/96 E2-1 Construction - I 3/4" LETTERING (RECESSED FLUSH) p • ' p ' WATER METER 5/8" 3m Ir Pour Wotmt [16 mm to [457mm 11 1/8" 2 1/8" 5/18" 1 3/4" I— [283mmTJ [54mm r` [8mm] [44mm] • Revised 8/28/02 5/18" COVER SECTION COVER SECTION [8mm] CITY OF FORT WORTH 12 7/8" 20" WATER DEPARTMENT [327mm�` [508mm 1000 THROCKMORTON Sl FORT WORTH, TX 7610, t t 3/8' E48 mm] 18 1/4" 817-871-8240 I i [28smm]�'1 I � [484mm]�'� FAX: 817-871-8195 I� 7/8" , 12" 16 mm I ' [22 51 mm]�'� [305mm] [425mm]–"' CLASS A' STANDARD PLASTIC METER BOX 15.3/8 Imo_ 21" WITH 18 3/a"[3slmmj' [533mm 24r--- :"—"� CAST .IRON LID [487mm [si0mm FOR 3/4" & 1" BOX SECTION BOX SECTION METERS SCALE AS cunn"' '� \ .vo.•la�4.l.�1;..•ffif conceared,oick ' •;�: ::":: _ 1 1 slots or picckb;rs,Ref:E2-14 Cp Minimum grows /anefav��brfum�rstie joinfi �,r ,•, :' seabnt�'Ram-A/ekorgpprored =:: .;,, :�� .,. % cane: r.-vd/a .oHa�ro/:lo�.�• Cosew'+s�s o.- _r0. 0 �: � '. prlaot 6t�t' .Ps I4 Vlris! Ii MA 4*6wtfir . • titi,� Y •{ �. � ^!+�1 rte•.•'•T O+�� .i ..: • o•:I• w.. C���r F lao�oO�+l Cone' fe d"•�fllN. � •~,S ";�� FiGVRE rte, sr oNa.4.eP .;MW1149. -C EI-14 Material E2-14 Construction a. STREET QIR T 4.0' N , �.- 8-#4 REBARS TYP. / r e 3" TYP. USE 3000# CLASS A CONCRETE. , - • - `` PIP so CONC. COLLAR HEIGHT VARIES 314" CHAMFER TYP. d" -a PYNT. PYXT. . GROUND a 2'27. 0♦ _ _ _ ,•�� C ! �•r GRAD RING ,. 4 ', - _ 6' MIN. CASE s CASe 2 • • . - RAM NECK - ' 3' MINIMUM! CASE t HEIGHT VARIES �* COLLAR SHALL EXTEND TO TO.o OF 2.'27 CONCRETE (RE8AR REG.J SECTION A CASE 2 COLLAR SHALL EXTEND 3' BELOW ' BOTTOX OF LOXEST GRADE RING NEBAR RED.J FIGURE . 121 Y CONCRETE MANHOLE COLLAR DETAIL E1-20. 21 MATERIAL E2-20. 21 CONSTRUCTION 5/16/90 3105193 - , Now 11=1 lia TYPE -C- BACKFILL II=1 III' SEE SPEC. EI-2.4 MINIMUM 6" INITIAL G.C.D. BACKFILL COVER SAND MATERIAL EMBEDMENT ac INITIAL BACKFILL 0 SEE SPEC. EI-2.3 G.C.D. LL. z MINIMUM 6" EMBEDMENT Off"01 1—I f 1-1 1-III--1 I I: z WATER: SIZES LIP-JQ AND INCLUDING 12" _j _j LL_ 0 m El III III:- TYPE "Cm ACKFILL SEE SPEC.B EI-2.4 MINIMUM Imp& BACKFILL COVER: z G.C.D. WATER — 6* SEWER — 12'0 CRUSHED STONE OR SAND STORM DRAIN — 12" MATERIAL INITIAL BACKFILL Lli SEE SPEC. EI-2.4(b) OR m E11-2.3 O.C.D. m Li MINIMUM 6" EMBEDMENT =TI I ' CRUSH ED STONE 0 z SEE SPEC. E1-2.3 G.C.D. 0 WATER: SIZES 16" AND LARGER SEWER: ALL SIZES STORM DRAIN: ALL SIZES _j Li MATERIAL SPECIFICATIONS Ir SAND GRADATION Li •LESS THAN 10% PASSING 0 !0200 SIEVE THE EMBEDMENT AND BACKFILL DETAILS PROVIDED ON THIS (n •P.I. = 10 OR LESS SHEET SHALL REPLACE APPROPRIATE PROVISIONS OF BOTH •j THE Et-2.4(b) AND E11-2.3 OF THE G.C.D. AND SM. SPEC. 0 ITEM 402 OF THE TPW STANDARD SPECIFICATIONS FOR STREET & STORM DRAIN CONSTRUCTION. ALL OTHER PROVISIONS OF THESE ITEMS SHALL APPLY. z CRUSHED STONE GRADATION 0 SIEVE SIZE % RETAINED 0 is 0-10 _• 1/20 40-75 WATER, SEWER & STORM DRAIN 3/80 55-90 EMBEDMENT AND BACKFILL DETAILS #4 90-100 #8 95-100 CITY OF FORT WORTH-CONSTRUCTION STANDARD cn FIGURE A j DATE:2-19-02 NOT£ Proridf E.P. Join) On/1 if Connecting To £,.sting Conerete ri-e PARKWAY(USUAL) ro' r o j y b y /'USUAL 4' C r� f INT r R JO f` � X11KFLAGG1AFG o/ 9'-0"o.e. T pt Tk s I o £ w a L x lZ EXPANSION JOINT FL AGGING at 6%O'm e. YN.0FLA6G/Ne :N WHEELCHAIR RAMPS EXPANSION JOINT lescept slip form) fXPANthon JOINTS at am .u.: n e4angf end IOO'4retimpm: all expansion joints to bt dowelled par concrete pavement requirements TYPICAL CONSTRUCTION LAYOUT of CURB and G U T T£R, SIDEWALK and DRIVEWAY .Showing Flagging And £xponslor Joint Locatlon Not ro scale- 9 a n 0 a W , CITY of FORT_ WORTH, TEXAS- coNsrRct:rRw srAN04R0 REV.s_eI W �T.R. W.R.M REV,SEO 9/I7/A7 JA 1W OT N. ORAW/NG No,S-M M•4 JAN. 1969 APPENDIX B GEOTECHNICAL REPORT 200108302_Specs_03-0523_BSO.doc i i GEOTECHNICAL ENGINEERING STUDY LIFT STATION _ NIXON STREET AT DELGA STREET FORT WORTH, TEXAS Presented To: Dunaway Associates, Inc. November 2001 PROJECT NO. 128-02-07 CMJ 763h Pebble Drive ENGINEERING, INC. Fort Worth,Texas 76118 www.cmjengr.com November 13, 2002 Report No. 128-02-07 Dunaway Associates, Inc. 1501 Merrimac Circle, Suite 100 Fort Worth, Texas 76107-6512 Attn: Mr. Brian S. Darby, P.E. GEOTECHNICAL ENGINEERING STUDY LIFT STATION • NIXON STREET AT DELGA STREET FORT WORTH, TEXAS • Gentlemen: Submitted here are the results of a geotechnical engineering study for the referenced project. This study was performed in general accordance with our Proposal No. 02-345 dated September 16, 2002. The geotechnical services were authorized by Dunaway Associates, Inc. on October 14, 2002. Engineering analyses and recommendations are contained in the text section of the report. Results of our field and laboratory services are included in the appendix of the report. We would appreciate the opportunity to provide the materials engineering and geotechnical observation services during the construction phase of this project. We appreciate the opportunity to be of service to Dunaway Associates, Inc. Please contact us if you have any questions or if we may be of further service at this time. Respectfully submitted, �'` OF CMJ ENGINEERING, INC. • '• 9 1 • 1 M. JACKSON LES . . ......................... Charles M. Jackson, P.E. I�O,�•�/46088 �cv�/ President �FSS F N$, G dw ••C ��i Texas No. 46088 'ONAL E�.�r►` CMJ/amm W�V►1�1►� copies submitted: (3) Mr. Brian S. Darby, P.E.; Dunaway Associates, Inc. Phone(817)284-9400 Fax(817)589-9993 Metro(817) 589-9992 TABLE OF CONTENTS Page 1 .0 INTRODUCTION ............................................................................ 1 2.0 FIELD EXPLORATION AND LABORATORY TESTING .......................... 2 3.0 SUBSURFACE CONDITIONS ........................................................... 5 4.0 FOUNDATION RECOMMENDATIONS ............................................... 7 5.0 EARTHWORK................................................................................ 13 6.0 ADDITIONAL DESIGN CONSIDERATIONS......................................... 17 7.0 CONSTRUCTION OBSERVATIONS................................................... 18 8.0 REPORT CLOSURE......................................................................... 18 APPENDIX A Plate PLANOF BORING ................................................................................ A.1 UNIFIED SOIL CLASSIFICATION SYSTEM ............................................... A.2 KEY TO CLASSIFICATION AND SYMBOLS.............................................. A.3 LOG OF BORING .................................................................................. A.4 -- i — 1 .0 INTRODUCTION — 1 .1 Project Description This report presents the results of a geotechnical engineering study for a proposed lift station northeast of the Nixon Street/Delga Street intersection in Fort Worth, Texas. The project as currently planned, will consist of a 20-foot by 20-foot lift station. The wet well will be 30 feet below ground surface. 1.2 Purpose and Scope The purpose of this geotechnical engineering study has been to determine the general subsurface conditions, evaluate the engineering characteristics of the subsurface materials encountered, and develop recommendations for the type or types of • foundations suitable for the project. To accomplish its intended purposes, the study has been conducted in the following phases: (1 ) drilling a sample boring to determine the general subsurface conditions and to obtain samples for testing; (2) performing laboratory tests on appropriate samples to determine pertinent engineering properties of the subsurface materials; and (3) performing engineering analyses, using the field and laboratory data to develop geotechnical recommendations for the proposed construction. Report No. 128-02-07 CMJ ENGINEERING,INC. 1 1.3 Report Format The text of the report is contained in Sections 1 through 8. All plates and large tables are contained in Appendix A. The alpha-numeric plate and table numbers identify the appendix in which they appear. Small tables of less than one page in length may appear in the body of the text and are numbered according to the section in which they occur. ®' Units used in the report are based on the English system and may include tons per square foot (tsf), kips (1 kip = 1,000 pounds), kips per square foot (ksf), pounds per square foot (psf), pounds per cubic foot (pcf), and pounds per square inch (psi). 2.0 FIELD EXPLORATION AND LABORATORY TESTING 2.1 Field Exploration Subsurface materials at the project site were explored by one boring drilled to a depth of 40 feet. The boring was drilled using continuous flight augers at the approximate location shown on the Plan of Boring, Plate A.1 . The boring log is included on Plate A.4 and keys to classifications and symbols used on the log are provided on Plates A.2 and A.3. Report No. 128.02-07 CMJ ENGINEERING, INC. 2 Undisturbed samples of cohesive soils were obtained with nominal 3-inch diameter thin-walled (Shelby) tube samplers at the locations shown on the log of boring. The — Shelby tube sampler consists of a thin-walled steel tube with a sharp cutting edge f connected to a head equipped with a ball valve threaded for rod connection. The tube is pushed into the soil by the hydraulic pulldown of the drilling rig. The soil specimens were extruded from the tube in the field, logged, tested for consistency with a hand penetrometer, sealed, and packaged to limit loss of moisture. The consistency of cohesive soil samples was evaluated in the fielu using a calibrated hand penetrometer. In this test a 0.25-inch diameter piston is pushed into the relatively undisturbed sample at a constant rate to a depth of 0.25 inch. The results of these tests, in tsf, are tabulated at respective sample depths on the log. When the capacity of the penetrometer is exceeded, the value is tabulated as 4.5+. Disturbed samples of the noncohesive granular or stiff to hard cohesive materials were obtained utilizing a nominal 2-inch O.D. split-barrel (split-spoon) sampler in conjunction with the Standard Penetration Test (ASTM D 1586). This test employs a 140-pound hammer that drops a free fall vertical distance of 30 inches, driving the split-spoon sampler into the material. The number of blows required for 18 inches of penetration is recorded and the value for the last 12 inches, or the penetration obtained from 100 blows, is reported as the Standard Penetration Value (N) at the appropriate depth on the logs of borings. Report No. 128-02-07 CMJ ENGINEERING, INC. = 3 To evaluate the relative density and consistency of the harder formations, a modified version of the Texas Cone Penetration test was performed at selected locations. Texas Department of Transportation (Tx-Dot) Test Method Tex-1 32-E specifies driving a 3- inch diameter cone with a 170-pound hammer freely falling 24 inches. This results in 340 foot-pounds of energy for each blow. This method was modified by utilizing a 140-pound hammer freely falling 30 inches. This results in 350 foot-pounds of energy for each hammer blow. In relatively soft materials, the penetrometer cone is driven 1 foot and the number of blows required for each 6-inch penetration is tabulated at respected test depths, as blows per 6 inches on the log. to hard materials bock or rock-like), the penetrometer cone is driven with the resulting penetrations, in inches, recorded for the first and second 50 blows, a total of 100 blows. The penetration for the total 100 blows is recorded at the respective testing depths on the boring logs. Ground-water observations during and after completion of the boring are shown on the upper right of the boring log. Upon completion of the boring, the bore hole was backfilled with soil cuttings and plugged at the surface by hand tamping. 2.2 Laboratory Testing Laboratory soil tests were performed on selected representative samples recovered from the boring. In addition to the classification tests (liquid limits, plastic limits, and percent passing No. 200 sieve), moisture content, unit weight, and unconfined 4 compressive strength tests were performed. Results of the laboratory classification Report No. 128-02-07 CMJ ENGINEERING, INC. 4 tests, moisture content, unit dry weight, and compressive strength tests conducted for this project are included on the boring log. The above laboratory tests were performed in general accordance with applicable ASTM or U.S. Army Corps of Engineers procedures, or generally accepted practice. 3.0 SUBSURFACE CONDITIONS 3.1 Soil and Rock Conditions Specific types and depths of subsurface strata encountered at the boring location is shown on the boring log in Appendix A. The generalized subsurface stratigraphy encountered in the boring is discussed below. Soils encountered in the boring consisted of brown, gray, dark gray, and tan clayey • sands, sandy clays, and sand/gravel of low to moderate plasticity. The soils were generally soft to stiff with pocket penetrometer values ranging from 0.75 to over 4.5 tsf. Liquid limit and plasticity index of tested samples are 25 and 30, and 10 to 16, respectively. Moisture contents values ranged from 10 to 21 percent. Unit dry weight and unconfined compressive strength values varied from 107 to 118 pcf and 900 to 3,370 psf, respectively. Report No. 128-02-07 CMJ ENGINEERING, INC. ' 5 A 3-foot sand/gravel zone occurs at a 21-foot depth. This granular material is relatively free of fines with the sand primarily being coarse and the gravel being fine. Tan limestone with clay seams is present at the 24-foot depth. Relatively unweathered gray limestone with shale seams occurs at the 31-foot depth of the boring. This rock is generally hard to very hard. 3.2 Ground-Water Observations The boring was drilled using continuous flight augers to observe ground-water seepage levels during and after drilling operations. Ground-water seepage was encountered at a depth of 18 feet during drilling and water at completion was noted at a depth of 13 • feet. Fluctuations of the ground-water level can occur due to seasonal variations in the amount of rainfall; site topography and runoff; hydraulic conductivity of soil strata; and other factors not evident at the time the borings were performed. Ground water can occur atop harder, less-permeable materials (e.g., clay or rock) or flow through permeable zones and should be considered when developing the design and construction plans for the project. Due to the variable subsurface conditions, long-term observations would be necessary to more accurately evaluate the ground-water level. Such observations would require Report No. 128-02-07 CMJ ENGINEERING, INC. 6 installation of piezometers or observation wells which are sealed to prevent the influence of surface water. 4.0 FOUNDATION RECOMMENDATIONS 4.1 General Foundation Considerations Two independent design criteria must be satisfied in the selection of the type of foundation to support the proposed structure. First, the ultimate bearing capacity, reduced by a sufficient factor of safety, must not be exceeded by the bearing pressure transferred to the foundation soils. Second, due to consolidation or expansion of the underlying soils during the operating life of the structures, total and differential vertical movements must be within tolerable limits. It is our understanding that the pump station will be approximately 20 feet by 20 feet in plan view and founded at a depth of approximately 30 feet below existing ground. A slab/mat foundation should provide adequate support for the structural loads of the pump station. The foundation will be atop tan to gray limestone and free of expansive soil movements. Report No. 128-02-07 CMJ ENGINEERING, INC. 7 4.2 Expansive Soil Movements The expansive soils surrounding the lift station at this site can shrink and swell as the soil moisture content fluctuates during seasonal wet and dry cycles. Additionally, the site environment is impacted by grading and drainage, landscaping, ground-water a conditions, paving and many other factors which affect the structure during and after construction. Therefore, the amount of soil movement is difficult to determine due to the many unpredictable variables involved. Estimates of soil movements for this site have been performed using data from the Texas Department of Transportation (TX-DOT) procedure TEX-124-E for estimating Potential Vertical Rise (PVR) and using engineering judgment and experience. Vertical soil movements ranging from % to 1 inch have been estimated for the clay soils encountered from the surface to a 12-foot depth, as the soils undergo moisture changes. This movement estimate assumes that the present moisture content of onsite soils is maintained during and after construction. 4.3 Mat/Slab Foundations A stiffened monolithically placed mat or slab-on-grade foundation may be used at this site. The foundation should be designed by a structural engineer familiar with stiffened slabs-on-grade. Report No. 128-02-07 CMJ ENGINEERING, INC. 8 The mat or beams may be designed based on an allowable bearing pressure of 12.0 ksf or less. The mat or beams should extend at least 6 inches into the tan or gray limestone. The depth is given in regard to bearing capacity, and is not intended to be a structural recommendation. Foundations proportioned for these values are estimated to experience a total settlement of 1 inch or less, and a differential settlement of approximately %z inch or 9 less, after construction. 4.4 Mat/Slab Foundation Construction Mat/slab foundation construction should be monitored by a representative of the geotechnical engineer to observe, among other things, the following items: • Identification of the bearing material • Adequate penetration of the foundation excavation into the bearing layer The base and sides of the excavation are clean of loose cuttings • If seepage is encountered, whether it is of sufficient amount to require the used of excavation dewatering methods Precautions should be taken during the placement of reinforcing steel and concrete to prevent loose, excavated soil from falling into the excavation. Concrete should be �. placed as soon as.practical after completion of the excavating, cleaning, reinforcing, steel placement and observation. Report No. 128-02-07 CNIJ ENGINEERING, INC. 9 The concrete should be placed in a manner that will prevent the concrete from striking the reinforcing steel or the sides of the excavation in a manner that would cause i segregation of the concrete. 4.5 Lateral Earth Pressures for Below-Grade Walls 4.5.1 General The below-grade structures will serve as earth retaining walls, as backfill is placed. Therefore, the walls must be designed for lateral pressures including, but not necessarily 11 ..:d to, earth, water, surcharge, swellin, , and vibration. In addition, the lateral pressures will be influenced by whether the backfill is drained or undrained, and above or below the ground-water table. 4.5.2 Equivalent Fluid Pressures The following equivalent fluid pressures (triangular distribution) may be used for the horizontal backfill, non-surcharged condition. The geotechnical design parameters for non-expansive earth fill are provided in Table 4.5.2-1 . The geotechnical design • parameters for general earth fill are provided in Table 4.5.2-2. The active condition occurs when the structure moves away from the soil by tilting or translation. A lateral movement of approximately 0.008 times the height of the structural member (e.g., wall, foundation, etc.) in direct contact with the earth fill may be required to achieve active pressure. The at-rest condition occurs for a rigid structure where essentially no relative movement occurs between the structure and the soil. The passive condition Report No. 128-02-07 CMJ ENGINEERING, INC. 10 occurs when the structure moves toward the soil by tilting or translation. A lateral movement of approximately 0.05 times the height of the structural member in direct contact with the earth fill may be required to develop full passive pressure. An angle of internal friction of 26 degrees, a cohesion value of zero, a wet unit weight of 125 pcf, and a saturated unit weight of 130 pcf have been assumed for the non-expansive earth fill, compacted as recommended in Section 5.2 EARTHWORK. An angle of internal friction of 20 degrees, a cohesion value of 200 psf, a wet unit weight of 120 pcf, and a saturated unit weight of 128 pcf have been assumed for the general earth fill from the site compacted as recommended in Section 5.2 EARTHWORK. The use of clay backfill, not meeting the requirements for non-expansive fill, can cause high swell pressures against below-grade walls, and should therefore be avoided. TABLE 4.5.2-1 Non-Expansive Earth Fill — Lateral Earth Pressure Coefficients Equivalent Fluid Pressure psf/ft of Backfill Depth Condition Coefficient Above Water Table* • Below Water Table Drained Saturated Active Kn = 0.39 49 51 89 At Rest Ko = 0.56 70 73 100 Passive KP = 2.56 320 333 236 • Refer to subsection 4.5.4 for drainage requirements TABLE 4.5.2-2 General Earth Fill - Lateral Earth Pressure Coefficients Equivalent Fluid Pressure psf/ft of Backfill Depth Condition Coefficient Above Water Table* Below Water Table Drained Saturated Active Ka = 0.49 59 63 96 ffAt t Ko = 0.66 79 85 106 e KP = 2.04 816** 832** 767** o subsection 4.5.4 for drainage requirements s cohesion Report No. 128-02-07 CMJ ENGINEERING, INC. 11 4.5.3 Additional Lateral Pressures The location and magnitude of permanent surcharge loads (if present) should be determined, and the additional pressure generated by these loads and temporary loads such as the weight of construction equipment and vehicular loads that are used at the time the structures are being built must also be considered in the design. The equivalent fluid pressures, given here, do not include a safety factor. Analysis of surcharge loads (if any) should be performed on a case-by-case basis. This is not included in the scope of this study. These services can be provided as additional services upon request. 4.5.4 Below-Grade Drainage Requirements In order to achieve the "above water table" condition for lateral earth pressures for low-permeability walls (concrete, masonry, etc.), a vertical French drain must be installed adjacent to the wall on the backfill side. The drainage must be connected to an outlet drain at the base of the wall. Design or specific recommendations for the drainage member is beyond the scope of this study. These services can be provided as an additional service upon request. In order to achieve the "drained" condition, the French drain material must be at least 2 feet wide, free draining, or the backfill-wall geometry must be such that the backfill will not become saturated from rainfall, ground water, adjacent water sources, or other sources. It should be noted that non- expansive earth fill and general earth fill are not free draining. Report No. 128-02-07 CMJ ENGINEERING,INC. 12 5.0 EARTHWORK 5.1 Site Preparation The subgrade should be firm and able to support the construction equipment without displacement. Soft or yielding subgrade should be corrected and made stable before construction proceeds. The subgrade should be proof rolled to detect soft spots, which if exist, should be reworked to provide a firm and otherwise suitable subgrade. Proof rolling should be performed using a heavy pneumatic tired roller, loaded dump • truck, or similar piece of equipment. The proof rolling operations should be observed by the project geotechnical engineer or his/her representative. 5.2 Placement and Compaction Fill material should be placed in loose lifts not exceeding 8 inches in uncompacted thickness. The uncompacted lift thickness should be reduced to 4 inches for structure backfill zones requiring hand-operated power compactors or small self-propelled compactors. The fill material should be uniform with respect to material type and moisture content. Clods and chunks of material should be broken down and the fill material mixed by disking, blading, or plowing, as necessary, so that a material of uniform moisture and density is obtained for each lift. Water required for sprinkling to bring the fill material to the proper moisture content should be applied evenly through each layer. Report No. 128-02-07 CMJ ENGINEERING,INC. 13 Non-expansive fill should consist of select material. Select fill should be a clayey sand or very sandy clay. Its liquid limit should be less than 35 and its plasticity index - should be between 4 and 15. The fill material should be compacted to between 95 and 100 percent of the maximum dry density determined by the Standard Proctor test, ASTM D 698. In conjunction with the compacting operation, the fill material should be brought to the proper moisture content. The moisture content for'non-expansive earth fill and general earth fill should range from 2 percentage points below optimum to 5 percentage points above optimum (-2 to +5). These ranges of moisture contents are given as maximum recommended ranges. For some soils and under some conditions, the contractor may have to maintain a more narrow range of moisture content (within the recommended range) in order to consistently achieve the recommended density. Field density tests should be taken as each lift of fill material is placed. As a guide, one field density test per lift for each 5,000 square feet of compacted area is recommended. For small areas or critical areas the frequency of testing may need to be increased to one test per 2,500 square feet. A minimum of 2 tests per lift should be required. The earthwork operations should be observed and tested on a continuing basis by an experienced geotechnician working in conjunction with the project geotechnical engineer. Report No. 128-02-07 CMJ ENGINEERING, INC. 14 Each lift should be compacted, tested, and approved before another lift is added. The purpose of the field density tests is to provide some indication that uniform and adequate compaction is being obtained. The actual quality of the fill, as compacted, should be the responsibility of the contractor and satisfactory results from the tests should not be considered as a guarantee of the quality of the contractor's filling operations. 5.3 Trench Backfill Trench backfill for pipelines or other utilities should be properly placed and compacted. Overly dense or dry backfill can swell and create a mound along the completed trench line. Loose or wet backfill can settle and form a depression along the completed trench line. Distress to overlying structures, pavements, etc. is likely if heaving or settlement occurs. On-site earth fill material is recommended for trench backfill. Care should be taken not to use loose granular material, to prevent the backfilled trench from becoming a french drain and piping surface or subsurface water beneath structures, pipelines, or pavements. If a higher class bedding material is required for the pipelines, a lean concrete bedding will limit water intrusion into the trench and will not require compaction after placement. The density and moisture content should be as recommended for fill in Section 5.2, Placement and Compaction, of this report. A minimum of one field density test should be taken per lift for each 150 linear feet of trench, with a minimum of 2 tests per lift. Report No. 128-02-07 CMJ ENGINEERING, INC. 15 5.4 Excavation The side slopes of excavations through the overburden soils should be made in such a manner to provide for their stability during construction. Existing structures, pipelines or other facilities, which are constructed prior to or during the currently proposed construction and which require excavation, should be protected from loss of end bearing or lateral support. Temporary construction slopes and/or permanent embankment slopes should be • protected from surface runoff water. Site grading should be designed to allow drainage at planned areas where erosion protection is provided, instead of allowing surface water to flow down unprotected slopes. Trench safety recommendations are beyond the scope of this report. The contractor must comply with all applicable safety regulations concerning trench safety and excavations including, but not limited to, OSHA regulations. 5.5 Soil Corrosion Potential Specific testing for soil corrosion potential was not included in the scope of this study. However, based upon past experience on other projects in the vicinity, the clays at this site may be corrosive. Standard construction practices for protecting metal pipe and similar facilities in contact with these soils should be used. Report No. 128-02-07 CMJ ENGINEERING, INC. 16 5.6 Erosion and Sediment Control All disturbed areas should be protected from erosion and sedimentation during construction, and all permanent slopes and other areas subject to erosion or sedimentation should be provided with permanent erosion and sediment control. 6.0 ADDITIONAL DESIGN CONSIDERATIONS The following information has been assimilated after examination of numerous projects col—ructed in active soils throughout the area. It is presented here for your convenience. If these features are incorporated in the overall design of the project, the performance of the structure should be improved. • It is recommended that any step-down, below grade walls, etc. be provided with suitable dewatering devices to reduce accumulated water. • Special consideration should be given to completion items outside the building area, such as stairs, sidewalks, signs, etc. They should be adequately designed to sustain the potential vertical movements mentioned in the report. • Backfill for utility lines or along the perimeter beams should consist of on-site material so that they will be stable. If the backfill is too dense or too dry, swelling may form a mound along the ditch line. If the backfill is too loose or too wet, settlement may form a sink along the ditch line. Either case is undesirable since several inches of movement is possible and floor cracks are likely to result. The soils should be processed using the previously discussed compaction criteria. • All utility line fill should be placed in 4- to 6-inch lifts, compacted to the moisture and density identified in Section 5.2 using Whacker-type tampers, and tested each lift to confirm uniform, well-compacted, relatively impermeable backfill soil. Report No. 128-02-07 CMJ ENGINEERING, INC. 17 7.0 CONSTRUCTION OBSERVATIONS In any geotechnical investigation, the design recommendations are based on a Iii amount of information about the subsurface conditions. In the analysis, geotechnical engineer must assume the subsurface conditions are similar tc conditions encountered in the boring. However, quite often during constru anomalies in the subsurface conditions are revealed. Therefore, it is recommender CMJ Engineering, Inc. be retained to observe any additional earthwork and found installation perform materials evaluation during `ie construction phase o project. This enables the geotechnical engineer to stay abreast of the project and readily available to evaluate unanticipated conditions, to conduct additional te, required and, when necessary, to recommend alternative solutions to unanticip conditions. Until these construction phase services are performed by the pry geotechnical engineer, the recommendations contained in this report on such iten final foundation bearing levels and fill placement, and other such subsurface-rel recommendations should be considered as preliminary. 8.0 REPORT CLOSURE The boring for this study was selected and staked by CMJ Engineering, Inc. actual borehole was placed as close as practical to the staked location by Engineering, Inc. The location and elevation of the boring should be consid Report No. 128-02-07 CMJ ENGINEERING 18 s accurate only to the degree implied by the methods used in their determination. The boring log shown in this report contains information related to the types of soil encountered at the specific location and times and show lines delineating the interface between these materials. The log also contains our field representative's interpretation of conditions that are believed to exist in those depth intervals between the actual samples taken. Therefore, this boring log contains both factual and interpretive information. Laboratory soil classification tests were also performed on samples from selected depths in the boring. The results of these tests, along with visual-manual procedures were used to generally classify Parh stratum. Therefore, it should be understood that the classification data on the log of boring represent visual estimates of classifications for those portions of each stratum on which the full range of laboratory soil classification tests were not performed. It is not implied that this log is representative of subsurface conditions at other locations and times. With regard to ground-water conditions, this report presents data on ground-water levels as they were observed during the course of the field work. In particular, water level readings have been made in the boring at the times and under conditions stated in the text of the report and on the boring log. It should be noted that fluctuations in the level of the ground-water table can occur with passage of time due to variations in rainfall, temperature and other factors. Also, this report does not include quantitative information on rates of flow of ground water into excavations, on pumping capacities necessary to dewater the excavations, or on methods of dewatering excavations. Report No. 128-02-07 CMJ ENGINEERING, INC. 19 Unanticipated soil conditions at a construction site are commonly encountered and cannot be fully predicted by mere soil samples, test borings or test pits. Such unexpected conditions frequently require that additional expenditures be made by the owner to attain a properly designed and constructed project. Therefore, provision for some contingency fund is recommended to accommodate such potential extra cost. — The analyses, conclusions and recommendations contained in this report are based on site conditions as they existed at the time of our field investigation and further on the assumption that the exploratory boring is representative of the subsurface conditions throughout the site; that is, the subsurface conditions everywhere are not significantly different from those disclosed by the boring at the time it was completed. If, during construction, different subsurface conditions from those encountered in our boring are observed, or appear to be present in excavations, we must be advised promptly so — that we can review these conditions and reconsider our recommendations where necessary. If there is a substantial lapse of time between submission of this report and the start of the work at the site, if conditions have changed due either to natural causes or to construction operations at or adjacent to the site, or if structure locations, structural loads or finish grades are changed, we urge that we be promptly informed and retained to review our report to determine the applicability of the conclusions and recommendations, considering the changed conditions and/or time lapse. Report No. 128-02-07 CMJ ENGINEERING, INC. 20 The scope of our services did not include any environmental assessment or investigation for the presence or absence of wetlands or hazardous or toxic materials in the soil, surface water, ground water or air, on or below or around the site. The scope of services also did not include any assessment of the site for suitability for the proposed construction or use, related to items or conditions other than those specifically addressed in this report. • This report has been prepared for use in developing an overall design concept. Paragraphs, statements, test results, boring log, diagrams, etc. should not be taken out of context, nor utilized without a knowledge and awareness of their intent within r the overall concept of this report. The reproduction of this report, or any part thereof, supplied to persons other than the owner, should indicate that this study was made for design purposes only and that verification of the subsurface conditions for purposes of determining difficulty of excavation, trafficability, etc. are responsibilities of the contractor. This report has been prepared for the exclusive use of Dunaway Associates, Inc, and their consultants for specific application to design of this project. The only warranty made by us in connection with the services provided is that we have used that degree of care and skill ordinarily exercised under similar conditions by reputable members of our profession practicing in the same or similar locality. No other warranty, expressed or implied, is made or intended. Report No. 128-02-07 CMJ ENGINEERING, INC. 21 CM)ENGINEERING INC w \ B-1 DELGA PARK \ �4 ■ 0.n V� �k ■ \ NORTH SCALE: 1"=50' LIFT STATION - FORT WORTH, TEXAS PLAN OF BORINGS 128-02-07 PLATE A.1 Major Divisions Gym. Typical Names Laboratory Classification Criteria m y Well-graded gravels,gravel- (D D (D )2 y �_ GW Sand mixtures, little or no y C.—60 greater than 4: Cc=---70----- between 1 and 3 M m = fines o D)o Duo x Deo O y c C) c V) d U - 0 O d C p d (n D N cc Poorly graded gravels,gravel E N GP sand mixtures,little or no y) u) u) U>)' Not meeting all gradation requirements for GW U) y m y N fines Cc > ' > U O C7 � ° 0 U d w � - � � c Liquid and Plastic limits 00 o Z p Silty gravels,gravel-sand-silt N C7 �? :j q " Liquid and plastic limits GM below A"line or P.I. N t _ m y mixtures ; rester than 4 plotting in hatched zone ° c w °' ° � d U) g between 4 and 7 are Z 3 � c c Z y w `_ y borderline cases N c a) a0i o N°o ° Liquid and Plastic limits ° `o > a GC Clayey gravels,gravel-sand- ti N �, above"A"line with P.I. requiring use of dual CL clay mixtures s z° c symbols Q greater than 7 c � o)� m v_, E w � o dpi a) Well-graded sands,gravelly =-' ` m D„ (D.? SW E C�— greater than 6: Cc=---- - - between 1 and 3 o �0 E c sands,little or no fines > y D,0 x D 07 O m �o )o eo ( E y N C 00 d C - - t)°a a Poorly graded sands; C* ° N y v v SP gravelly sands,little or no Not meeting all gradation requirements for SW r N > fines `v°, w 0 a. v) 0 0 aN d (CO O � �O N N `O � 0 L) 6 o)B m m m Liquid and Plastic limits Cl Eo Z w o SM Silty sands, sand-silt mixtures y a c-4 below"A"line or P.I. less Liquid and plastic limits u s t m S ^ ` c) 0 $ o than 4 plotting between 4 and 7 � 3 a o° -' ' are borderline cases U) Ma c Liquid and Plastic limits requiring use of dual `o ,a SC Clayey sands,sand-clay - C E above"A"line with P.I. symbols g a mixtures °? a N Q greater than 7 00 v Inorganic silts and very fine ML sands, rock flour,silty or to clayey fine sands,or clayey w C cc silts with slight plasticity 60 > L) N Inorganic clays of low to a) ° CL medium plasticity,gravelly o ° _E clays,sandy clays,silty clays, 5 N = = and lean clays O u) :2. CH Z C OL Organic silts and organic Silty 4 w clays of low plasticity X o �, c vEi Inorganic silts, micaceous or '' to MH diatomaceous fine sandy or n OH a d MH °'r- m silty soils,elastic silts .p d 4? N w 2 C_ U_ E (0 E L) CL ° m CH Inorganic clays of high r y °) plasticity,fat clays CU U) E 4,\�CQW 4' ML a d OL L � o OH Organic clays of medium to 0 0 10 20 30 ao so so 70 so so goo g high plasticity,organic silts Liquid Limit V E f° o Pt Peat and other highly organic Plasticity Chart O )n soils LINIFIFD SOIL CLASSIFICATION SYSTEM PLATE A.2 SOIL OR ROCK TYPES 00 GRAVEL LEAN CLAY LIMESTONE _ • •• SAND '•. SANDY — SHALE ' SILT SILTY _• SANDSTONE HIGHLY CLAYEY CONGLOMERATE Shelby Auger Split Rock Cone No PLASTIC CLAY Tube Spoon Core Pen Recovery TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL Fine Grained Soils (More than 50%Passing No.200 Sieve) Descriptive Item Penetrometer Reading, (tsf) Soft 0.0 to 1.0 Firm 1.0 to 1.5 Stiff 1.5 to 3.0 Very Stiff 3.0 to 4.5 Hard 4.5+ Coarse Grained Soils (More than 50%Retained on No.200 Sieve) Penetration Resistance Descriptive Item Relative Density (blows/foot) 0 to 4 Very Loose 0 to 20% 4 to 10 Loose 20 to 40% 10 to 30 Medium Dense 40 to 70% 30 to 50 Dense 70 to 90% Over 50 Very Dense 90 to 100% Soil Structure Calcareous Contains appreciable deposits of calcium carbonate; generally nodular Slickensided Having inclined planes of weakness that are slick and glossy in appearance Laminated Composed of thin layers of varying color or texture Fissured Containing cracks,sometimes filled with fine sand or silt Interbedded Composed of alternate layers of different soil types, usually in approximately equal proportions TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK . Hardness and Degree of Cementation Very Soft or Plastic Can be remolded in hand; corresponds in consistency up to very stiff in soils Soft Can be scratched with fingernail Moderately Hard Can be scratched easily with knife; cannot be scratched with fingernail Hard Difficult to scratch with knife Very Hard Cannot be scratched with knife Poorly Cemented or Friable Easily crumbled Cemented Bound together by chemically precipitated material; Quartz, calcite,dolomite,siderite, and iron oxide are common cementing materials. Degree of Weathering Unweathered Rock in its natural state before being exposed to atmospheric agents Slightly Weathered Noted predominantly by color change with no disintegrated zones Weathered Complete color change with zones of slightly decomposed rock Extremely Weathered Complete color change with consistency,texture, and general appearance approaching soil KEY TO CLASSIFICATION AND SYMBOLS PLATE A.3 Pro j ect No. Boring No. Pro j ect Lift Station — CMJ ENGINEERING INC. 128-02-07 B-1 Fort Worth,Texas Location Water Observations See Plate A.1 Seepage at 18' during drilling; Nvater at 13' at completion Completion Completion Depth 40.0' 1 Date 10-23-02 Surface Elevation Type Auger J� C a a, E e ° 0 A N Stratum Description o C o o e Al ;C ""1 v 00 = rfo cU� o o a�°iv�i .d c,E E av o o 'rte 0 0 cK r4 CO a F- 0.0 :�.� a:� a� U �'J >U, CLAY,brown,w/gravel and coarse sand, 3.0 13 stiff 2.25 13 4.5+ 12 3.25 30 14 16 10 116 3370 SILTY SANDY CLAY,brown and gray,w/sand 2.0 17 5 lenses,firm -grades to dark gray,7'+ 1.0 25 15 10 19 118 1420 0.75 19 1 -soft to firm, 12'+ 4 0.25 29 14 15 21 15 SANDY CLAY/CLAYEY SAND,dark gray,w/fine gravel,loose 20 6 46 20 107 900 SAND/GRAVEL,tan 25 LIMESTONE,tan,w/clay seams 100/0.5" 30 100/0.25' LIMESTONE,gray,w/gray shale seams e 35 4 ----------------------- 0 r, U a c� 4 N Y 4 m N z Z 0 m ' LL o LOG OF BORING NO. B-1 PLATE AA J w 1 APPENDIX C ONCOR SERVICE AGREEMENT r 200408802 Specs 03.aw3-OSD.doc FORT WORTH WATER DEPT. Fax:817-871-8195 Jul 2 2003 15:50 P.02 CITY SECRET 06-10-03A09:21 RCVp 6NC9ff NTRACT NO Oncor Distribution DMsian 100 W.Morningside Drive Fen Worth,TX 76110 June 3,2003 Mr.Marc Ott City of Fort Worth 1000 Nixon St. Fort Worth,Texas 76102 Re: Electric Facilities Extension for Greenway Lift Station at 1000 Nixon St. Dear Mr. Ott: City of Fort Worth("Customer")has requested that Oncor Electric Delivery Company("Company") provide additional electric delivery facilities sufficient to provide electric service for 13.2 kW at 1000 Nixon St.. Pursuant to Company's Tariff for Retail Delivery Service,Customer is responsible for $7,249,45 as �. payment for the Customer's portion of the cost of installation of Company's additional electric delivery facilities, such payment to be and remain the property of the Company. Customer's payment in full is due at the time this agreement is returned to Company. Company at all times shall have title to and complete ownership and control over said facilities. In order to provide electric delivery facilities at the cost to the Customer stated above, the Customer has elected to provide,without cost to the Company,all civil construction necessary to install Oncor electric delivery facilities on the Customer's premises,including labor and material. This agreement supersedes all previous agreements or representation,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. FORT WORTH WATER DEPT. Fax:817-871-8195 Jul 2 2003 15:51 P.03 June 3,2003 NC Mr. Marc Ott Oncor Page 2 1100 W. Mominngs'ide Drive Fort Worth,TX 76110 This agreement and the costs set forth therein,if not accepted within 30 days of the date of this letter, will be of no force and effect. Acceptance shall consist of delivery of an executed copy of this agreement to Company along with Customer's payment as set forth above. Ida Sincerely, William Day PMDS Project Designer, Senior If City of Fort Worth agrees to the conditions set forth in this agreement,please execute both original copies and return one executed copy to me with your payment of$7,249.45. The additional copy is for your files. Signature AR re, A. Or r Name OVED AS TO PORdt AND LEGA i Title V `It C contract buthorisation FGRT WORTH WATER DEPT. Fax:817-871-8195 Jul 2 2003 15:51 P.03 NC June 3, 2003 ' Mr. Marc Ott one. Page 2 Distribution Division 100 W.Momingside Dri,.e Fort Worth,TX 76110 This agreement and the costs set forth therein,if not accepted within 30 days of the date of this letter, will be of no force and effect. Acceptance shall consist of delivery of an executed copy of this agreement to Company along with Customer's payment as set forth above. Sincerely, William Day PMDS Project Designer, Senior If City of Fort Worth agrees to the conditions set forth in this agreement,please execute both original copies and return one executed copy to me with your payment of$7,249.45. The additional copy is for your files. m Signature L ATrUM By A. Name tc�YcD AS TO FORA;AND LEG1Li . Title It City torncy contract huthorization Date Date