Loading...
HomeMy WebLinkAboutContract 31703 CITY SECRET CONTRACT O Y SPECIFICATIONS ' AND CONTRACT DOCUMENTS FOR THE WATERFRONT AT ENCHANTED BAY SANITARY SEWER FORCE MAIN AND LIFT STATION 04-1 5-05PO4 :46 RCVD SEWER PROJECT NO. P174-070174028002 CHARLES BOSWELL fACHAEL J. MONCRIEF ACTING CITY MANAGER MAYOR ROBERT D.GOODE, P.E. S. FRANK CRUMB, P.E. DIRECTOR ACTING DIRECTOR TRANSPORTATION AND WATER DEPARTMENT PUBLIC WORKS A. DOUGLAS RADEMAKER, P.E. DIRECTOR DEPARTMENT OF ENGINEERING November 2004 CarterwalsiBurgess CARTER & BURGESS, INC. ���..• kq is ««« � 777 MAIN STREET * : `� *� FORT WORTH TX 76102 e ..... .. A MMM A.l AU&Jft 817-735-6000 i TERRY. L. F— � �,.. .................ye 4M....... efte .. .... ......... ...........-� a�-o . 57636 neo ` 4 Te ,. a. C&B No. 011370.010 as.�F 6 �r ''tS�4NAL CITY "l'!Vlf Ally NX Mbaoaale• Tr 0 oc NW Green Oaks w endy Wilma Ln, Fort Worth, %ftIfP TX 76120 Yu6ne Dr mo or Oft IPA Wr �Dr ]dam T tae !+! Park Kd Dr �, Z Mder w ekid Golf CoLese Randol %wew c Ny, Mill Park ^' 24 - — o –= 26 27 d Bbd t�''y�d�90tc t o r, Cherokee St Mwe It Memorial , Dp X s �- jamem �2004tdiaesoRCeQ®2009 w�a.�" ,M1. � . � C. I ADDENDUM NO. 1 To CONTRACT DOCUMENTS - PLANS AND SPECIFICATIONS FOR ENCHANTED BAY LIFT STATION AND 6" FORCE MAIN Water Project No. P174-070174028002 Bids Receipt Date: January 6, 2004 Addendum Issue Date: December 22, 2004 To: Prospective Bidders and Plan Holders This Addendum No. 1 forms a part of the Contract Documents referenced above and modifies the Original Contract Document and Plans. Acknowledge receipt of this Addendum in the space provided in the proposal page and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge could subject the bidder to disqualification. The plans and contract documents shall be modified as follows: CONSTRUCTION CONTRACT DOCUMENTS (Plans): • Sheet 5 Added note: The lift station site will be graded and compacted to the DIVISION 2 – Site Work Specifications that are found in the Enchanted Bay Lift Station Specification and Contract Documents dated November 2004 prior to any work commencing on the lift station work. • Sheet 6 –Added landscaping and irrigation • Sheet 8– Deleted equipment schedule Item 8 (4" x 6" reducer as required) • Sheet 8 –Added corrosion protection note with reference • Sheet 9–Added emergency generator note with reference • Sheet 10 –Added odor control note with reference • Sheet 11 –Added electrical control building note with reference • Sheet 17 –Added note: Sump pump shall be a 115 volt, 3 phase, minimum 'l4 HP motor and capable of pumping 20 gpm at 10 feet head. The pump and motor assembly shall be 304 stainless steel and provided with an internal float pump actuation. The sump pump assembly must be approved by the Engineer in the submittal review process. • Sheet E-3– Revise mini power zone from 10 kva to 15 kva and provide a 30 amp 2-pole circuit breaker to feed the AC unit. Provide 2#10 awg and a #10 ground in a 3/4-inch conduit from the lighting panel to the AC unit. Provide a 30 amp disconnect switch per NEC for the AC unit. CONSTRUCTION CONTRACT DOCUMENTS (Specifications): • Part B – PROPOSAL– Replace with attached revised PROPOSAL • Specification 11316, page 7 – Revised wetwell depth from 32.25 ft. to 31.75 ft. • Specification 16191, page 8– Revised Autodialer Microtel 1000 EX to a Microtel 1000 • Added Specification 03520 Precast Concrete Building All other provisions of the plans, general contract documents and specifications for this project, which are not expressly amended herein, shall remain in force. A signed copy of this Addendum No. 1 should be included in the sealed envelope at the time of the bid submittal. Failure to acknowledge the receipt of this Addendum No.1 could ca the subject bidder to be considered "NONRESPONSIVE", resulting in disqualification. —%%%% Carter& Burgess, Inc. * #! TERRY L'. FO1FT 57636 -4,! Terry L. Foyt, P.E. !}tom q p ��r December 22, 2004 Page 1 of 1 " A. After all um and controls stems have been completed and put into operation, pump Y P subject each system to an operating test under design conditions to ensure Iproper sequence and operation throughout the range of operation. Make adjustments as required to ensure proper functioning of all systems. B. The manufacturer's representative shall: 1. Approve installation before operation. 2. Test and operate system in presence of ENGINEER and OWNER's personnel, and provide certified field test. 3. Verify conformance to requirements. 4. Instruct plant personnel on care and maintenance. 5. Revisit job site as often as necessary to correct deficiencies to satisfaction of OWNER. 3.4 SPECIFIC DESIGN REQUIREMENTS A. The pumps shall be installed in the lift station as shown on the drawings and specified herein. B. The nonclog-submersible pumps shall comply with the design parameters shown in Table 11316-1. A total of two pumps are required for this lift station: Flygt Pump Model # CP 3153 or approved equal. DESIGN PARAMETER TABLE 11316-1 Description 1. Number of Pumps 2 " 2. Rated Design Points a. Point 1 Minimum Capacity at Rated Head (gpm) 487 Total Dynamic Head (ft) 56.07DH Minimum Overall Efficiency (%)(1WW) 60.6% 3. Maximum Motor Size (hp) 12 4. Minimum Diameter of Pump Discharge Nozzle (in) 6" 5. Minimum Submergence above Base Elevation of Wetwell (in) 24 w 6. Stator Temperature Sensor Yes 7. Leakage Sensor Yes 8. Load Bearing Temperature Sensor NO 9. Stainless Steel Guide Rail System Minimum (in) 2" 10. Wetwell Depth (ft) 31.75 " END OF SECTION C&B 011370.010 11316-7 Submersible Sewage Pumps d. Leak detection relays. e. Space heater with thermostat. f. Autodialer (Microtel 1000 or equivalent) with software. g. Miltronics HydroRanger Ultrasonic level control unit with EchoMax XPS-15 ultrasonic transducer. Provide the manufacturer's keypad. h. Intrinsically safe relays. 3. Miltronics HydroRanger Plus with programmer and hermatically sealed EchoMax XPS-15 transducer. Provide sufficient cable (See Drawings) to connect,the transducer to the HydroRanger in the Pump Control Enclosure. Provide a connector to install in the terminal box to allow for disconnection of the transducer without removing the entire run of cable back to the HydroRanger. Provide optional submergence shield to allow the unit to detect the difference between submergence and high level. 4. Enclosures: Control panels installed outdoors shall conform to NEMA 4X standards and be constructed of 304 stainless steel. NEMA 4X enclosures shall be lockable and shall have quick-release luggage type latches. NEMA 12 enclosures shall have three point latches and shall be lockable. Back-panels for mounting components shall be aluminum. Panels shall be completely dead-front and shall have no equipment,pilot lights,push buttons, or other devices,installed in the exterior door. All such components required to be panel mounted shall be installed on an internally mounted,hinged, swing-out aluminum subpanel. The subpanel shall have captive screw-fastened latches, shall be capable of being opened a full 90 degrees and shall be grounded. Exterior doors shall be gasketed, padlockable and equipped with luggage type latches (NEMA 4X) or lockable 3-point latches (NEMA 12). 5. Circuit Breakers: Control and accessory circuits.240 volt and less shall be provided with molded case circuit breakers for short circuit protection and switching. 6. Alarm Light:Alarm light shall be a flashing strobe unit,NEMA 12 rated,with red fresnel globe, for use on a 120 Volts, 60 Hz power supply, and shall be Benjamin, Federal Signal;Edwards Co. or equal. 7. Legends and Nameplates:Legend plates indicating the operating function of pilot devices (HOA,RUN, RESET, etc) shall be aluminum with black background and white lettering. Nameplates indicating the controlled device shall be black laminated plastic 1/2 inch wide with 1/4 inch white engraved lettering. Nameplates identifying " the control panel and mounted on the exterior door shall be black laminated plastic 1 inch wide with 3/8 inch white lettering. Legends shall be mechanically attached with the pilot device. Nameplates shall be attached with stainless steel screws or epoxy. Miscellaneous Equipment 16191-8 SECTION 03520 PRECAST CONCRETE BUILDING PART1 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 r+ and hardware needed to off-load and set the building. B. The enclosure shall be designed for the explicit use of housing electrical and electronic equipment for powering and controlling the lift station submersible pumps and level sensing equipment. 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 Manufacturers drawings. B. Specific data submittals for the following: 1. Doors 2. Door Hardware 3. Light Fixtures 4. Wiring Devices 5. Air Conditioner C. ' Process shop drawings for the enclosure showing all dimensional details, block and door locations, and anchor and lifting eye details. 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, Speedfabcrete, or approved equal. "" 03520 - 1 PRE-CAST CONCRETE ENCLOSURE 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 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 State of Texas, 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, minimum 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 have ground pads on each corner. The enclosure shall have cast in place lifting eyes. Means shall be provided on each corner to anchor the building to the cast in place concrete foundation. 03520 - 2 PRE-CAST CONCRETE ENCLOSURE 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. 2.02 STEEL REINFORCING A. Welded wire fabric shah 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 f 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. Doors shall be in locations indicated on the,drawings and shall be automatic closing and shall have panic exit hardware. IB. Furnish removable, gasketed transoms above doors. C, Signs shall be installed on the outside near or on each door that say "Danger High w Voltage. Keep Out". D. 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. E. 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 F. Schlage Dead Bolt. 1. BC160PEX626 Keyed Single Cycle Grade 2 2. 12-270 Latch 1-3/4" DR 03520 -3 PRE-CAST CONCRETE ENCLOSURE G. Hinges 1. 4881 4.5x4.5 652US26D H. Door Closer 1. Yale# 2304BC Finish 689 2. UL10C Non-Hold Open Conforms to Regular Arm/Topjamb Backcheck I. 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. As shown on plans. 2.05 HEATING, VENTILATION , AIR CONDITIONING A. 1- Bard 1 Ton P/N WA121A03BXXX3J with phenolic coated coils and an exterior cabinet coating for H2S gas. B. Unit shall be operated in 100% recirculation mode and shall have low ambient control. C. Unit shall be rated for 230/208, single phase electrical power service. D. Unit shall be.supplied with a 3 kW electric heat package. E. Unit shall be controlled by a field mounted thermostat. F: 1-return grills E2802814 G. 2- supply grills E240V288 w - 2.06 LIGHTING A. As shown on plans. 2.07 PAINT 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. 03520 -4 PRE-CAST CONCRETE ENCLOSURE 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 , 03520 - 5 PRE-CAST CONCRETE ENCLOSURE ze o tia sx 5. All mme wm H. •J•a"m — _ — r I I UA Zwwarvl- I ai �ti, j �I I �n�xa saes �in.rna x / BO'b95 IE'699 b5'699 £L'696 66-695 89'599 £Z'99S wa / ^� ,21 ,II wl IN I� 9 • sl sl s — I 1V^� , ` • • m�m Ira f 3 I • � I � ' .1 w. • •oaw I _ m P 1 --fir - I LL� T I � �z a e� INS FAI GO) i03�3 } W AN wN C~ wQggn �;o 222 z fLI ¢M ' i Z _ O - > W a O OU.Z fL N W 00 J NIW JUA �.zl •NIW W Z UJ Si Ln II � N o II Q �a U I I — I 1 i ' II ILL I W„ _ ms 0 J -------- A - WLL `I'.-^>.-...._1,._,..•...u................................................................................ ...... .. .-............._................................. -�—- - ------ —1-- C a I �a 6 s 7-7 c' 3 0 0 _ U LU aax N - 4 z. w w rc 1 J a~ �wLU - > LU _ o a NLU - Z = oaoo�000000 53 LU 2 e e m e e e U 0000000000 W El ' - N � w 1NBMAId is 3003 - - d -- Y xE Eli LU i x - c a - ol — 5 m x e`seK a Fj e a LL O V � g N w _ �e .- I II W�U o W Lu ' -- I----- --- I _ I N g iswrnr neewm[uwwmMww[[�iaw�.[wn� morn iaewwveeawnurnwwniwwnn iaa ii I)ugbYW ngrcU 31r0f . dsn 3)O40�d\Wrdbd rozZ¢[r151)L OLO an)0)LOV a� 3 io c7 w O 2 f.S LL � ow pa o 3 6 p R, ujW eZ'• Q 0 �' CJS � m oao m dAl z V L z mm w_ m 936 vr 71 w m�w m _ uj ° W b o a � J (7 LL J W W N Jm tll9 A-,9 i ops m_ .9-r9 8 z � WLL, a V Q N Nwm �H _ S foto �a °" r� ; o V g -- LU ai Ir � a r�� ---_—_----------------i u z z � z I 0 z I i � I o I I � m I I v LU I I I � v I W � i m +wnn-w:�.ewewww....�=wuuewnn.mi� ue.mv,00.euwaa.wi.�r+wwnw�nuw.n.o �a��� 3 W W LU g LLI i �y e.o �Q — a Z --m _ W 6� 6N6 p _ V �111181 ^_ NIn _ G wm Z �1. m d - wo.. a - - 'z Q z = H — W aIW H013H Z rn Q 030N3MO03H r.bZ z=a m }�o - - _ N 80011 NIA ' = y P-1 I – >a\z� Q ix N -- R: 3 ^rd: SRe _' _ _ < –Z^ Q 80i S133N5 _ Ntlld 33S 0 SI33HS S Q N? - - Y tl0i 3 �y Ntl14 3 335 W wwl m Q F g uj ------------- 0pg- a a 3 'Y U. - LE - - - s TABLE OF CONTENTS 1. Part A- Notice to Bidders -Comprehensive Notice to Bidders - Special Instructions to Bidders (Water Department) -City of Fort Worth Minority/Women Business Enterprise Policy 2. Part B- Proposal 3. Part C- General Conditions (Water Department) 4. Part Cl- Supplementary Conditions to Part C—General Conditions 5. Part D- Special Conditions 6. Part E- Specifications.(Water Department) a. City of Fort Worth Material (E-1) and Construction (E-2) Specifications (See latest revision from City, not included herein) b. Special Specifications DIVISION 1 - GENERAL REQUIREMENTS Item 01001 - Summary of Work Item 01051 - Grades, Lines, and Levels Item 01340 - Shop Drawings, Product Data and Samples Item 01370 - Schedule of Values Item 01410 - Testing Laboratory Services Item 01500 - Temporary Facilities and Controls Item 01563 - Control of Ground Water and Surface Water Item 01600 - Cleaning and Adjusting Item 01610 - Basic Product Requirements Item 01700 - Contract Closeout Item 01720 - Project Record Documents DIVISION 2 - SITE WORK Item 02100 - Site Preparation Item 02200 - Earthwork Item 02211 - Site Grading Item 02222 - Structural Excavation, Fill, and Backfill Item 02223 - Trenching, Backfilling and Compacting Item 02227 - Waste Material Disposal Item 02265 - Geotextile—Soil Stabilization Item 02831 - Precast Concrete Screening Wall Item 02936 - Seeding TC- 1 TABLE OF CONTENTS CONTINUED DIVISION 3 - CONCRETE Item 03100 - Concrete Formwork Item 03200 - Concrete Reinforcement Item 03300 - Cast-In-Place Concrete Item 03600 - Grout DIVISION 4 - MASONRY Item 04065 - Masonry Mortar& Grout Item 04820 - Reinforced Unit Masonry Assemblies DIVISION 5 - METALS Item 05120 - Structural Steel Item 05500 - Miscellaneous Metal Item 05501 - Anchor Bolts, Expansion Anchors and Concrete Inserts Item 05530 - Grating & Floor Plates Item 05810 - Expansion Joint Cover Assemblies DIVISION 8 - DOORS AND WINDOWS Item 08112 - Standard Steel Doors & Frames DIVISION 9 - FINISHES Item 09900 - Painting Item 09901 - Corrosion Protection of Underground Structures DIVISION 11 - EQUIPMENT Item 11316 - Submersible Sewage Pumps _e Item 11321 - Odor Control Item 11350 - Aluminum Access Hatches, Appurtenances Item 11360 - Valve Vault Grating _ DIVISION 15 - MECHANICAL Item 15001 - General Requirements for Plant and Station Piping Systems _ Item 15002 - Field Testing of Plant Station Piping Systems Item 15041 - Ductile Iron Pipe and Fittings Item 15043 - Leakage Test of Hydraulic Structures Item 15080 - Pipe Couplings and Expansion Joints Item 15100 - Valves and Appurtenances Item 15140 - Supports and Anchors DIVISION 16 - ELECTRICAL Item 16000 - Electrical General Provisions Item 16110 - Raceways, Boxes, Fittings & Supports Item 16120 - Wires and Cables Item 16191 - Miscellaneous Equipment . Item 16230 - Standby Generator Set TC-2 . TABLE OF CONTENTS CONTINUED Item 16660 - Grounding System 7. Vendor Compliance to State Law 8. Contractor Compliance with Worker's Compensation Law 9. Part F: Bonds and Insurance (City of Fort Worth) - Certificate of Insurance - Performance Bond - Payment Bond - Maintenance Bond 10. Part G -Contract (City of Fort Worth) 11. Appendix A— Easements 12. Appendix B—Geotechnical Report TC-3 ,r PART A NOTICE TO BIDDERS m COMPREHENSIVE NOTICE TO BIDDERS SPECIAL INSTRUCTION TO BIDDERS (WATER DEPARTMENT) CITY OF FORT WORTH MINORITY/WOMEN BUSINESS ENTERPRISE POLICY NOTICE TO BIDDERS Sealed proposals for the Waterfront at Enchanted Bay Sanitary Sewer Force Main and Lift Station, Project Number P174-070173028002, will be received at the office of the Purchasing Manager, Fort Worth City Hall, 1000 Throckmorton, Fort Worth, Texas 76102 until 1:30 P.M., Thursday, January 6, 2004 and then publicly opened and read aloud at 2:00 P.M @ 1000 Throckmorton, Fort Worth. Plans, Specifications and Contract Documents for this project may be obtained at Carter & Burgess, 777 Main Street, 29"' Floor, Fort Worth, Texas 76102. One set of plans and contract documents will be provided for a non-refundable fee of sixty ($60.00)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 pre-bid conference will be held at 2:00 PM on Thursday, December 16, 2004 at the Village Creek Wastewater Treatment Plant Conference Room, 4500 Wilma Lane, Fort Worth, Texas, 76012. (MAPSCO 68N). 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 Carter& Burgess at 817-735-2889. 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 Terry Foyt, P.E, with Carter & Burgess at 817-735- 2889 or Chris Harder, P.E, Fort Worth Water Department. 817-392-6820. Advertising Dates: 1't Ad -Thursday, Dec. 2, 2004 2"d Ad—Thursday, Dec. 9, 2004 w 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 bidders 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 experience of the firm seeking qualification in work 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 bidders 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 bond, (1) the name of the surety shall be included on the current U.S. Treasury List, or(2) the surety must have capital and surplus equal to ten times the limit of the bond. The surety must be licensed to do business in the state of Texas. The amount of the bond shall not exceed the amount shown on the treasury list or one-tenth (1/10)the total capital and surplus. 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. 011370010 4. WAGE RATES: Not less than the prevailing wage rates established by the City of Fort Worth, Texas, and as set forth in the Contract Documents must be paid on this project. r5. 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. I6. 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. 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 fide 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 ge public, nor in the availability, terms and/or conditions of employment for applicants f r employment with, or employees of Contractor or any of its subcontractors. Contract r� IT S§"GHM-2e T 01 31DI.. vi� pig 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 accord with City of Fort Worth Ordinance No. 11923, as amended, 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 MBENVBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") 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. 12.ADDENDA: Bidders wanting further information, Interpretation, or clarification of the Contract Documents must make their request in writing to the Fort Worth Water Department Engineering Services at least 96 hours prior to the Bid Opening. Answers to all such requests will be bound and made part of the Contract Documents, or should the bidder be in doubt to their meaning, the bidder should at once notify the Fort Worth Water Department Engineering Services in order that a written addendum may be sent to all bidders. Any addendum issued will be either mailed, faxed, or be delivered to each prospective bidder. The bid proposal as submitted to the bidder must be so constructed as to include any addenda issued by the Fort Worth Water Department, prior to 24 hours of the opening of bids with appropriate recognition of addenda so noted in the bid proposal. 011370010 CITY OF FORT WORTH CONTRACT COMPLIANCE MEMORANDUM THIS FORM MUST BE ATTACHED TO THE ROUTING "M & C"-BEFORE LAW DEPARTMENT AND CITY MANAGER APPROVAL. To: Chris Harder (underline appropriat ne) Project Manager . Buyer Department Director From: Rachel Ortega -6104 MM/BE Office Starr Extension Date: February 2, 2005 } In the Amount of $479.838.00 P174-070174028002 m DOE/Project No. Project/Bid: The Waterfront at Enchanted Bay Sanitary Sewer Force Main and Lift Station 1. Com `liance with the City's M/WBE has been achieved b one of the P tY Y _ --following methods: . is in compliance with the City's M/1NBE Ordinance by r committing to 0% MNVBE participation. The City's'goal on this project is 0%.-' 77 j . b). Steve Dake Construction is incompliance with the City's M/WBE Ordinance by committing to 11% MNVBE participation and documenting good faith effort. ; Steve Dake Construction identified several subcontracting and supplier opportunities. However, the M/WBEs contacted in the area's identified did not submit the lowest bids. The City's goal on this project is 22%.- c). 2%.c), is in compliance with City's MNVBE Ordinance by documenting good faith effort. The City's goal on this project is 0%. d). is in compliance with City's MNVBE Ordinance'by submission —:of the prime contractorwaiverfoim. The City's goal on this project is.0%. 2. The apparent low dollar bidder (s) did not comply with the City's MIWBE Ordinance because: , - 9 05/11/9 t L ATTACHMENT 1C Page 1 of 3 1 FO.� T NORTH City of Fort Worth Good Faith Effort Form PRIME COMPANY NAME: Check applicable block to describe rime S 1 r u� A k� C Z i2 U C T D N M/W1DBE NON- PROJECT NAME: Enchanted Bay Lift Station and Force Main BID DATE City's M/WBE Project Goal: PROJECT NUMBER 22% SEWER PROJECT NO. P174-070174028002 621 1[N �rtici ation1 ou- �&H_t 1 11 112-10,prbco trac�ting an ar up�p ie po. "es o f $ pato ess tta 6011jtys�p oJect goaf", ,Q must corxip„1te tfiis 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. .ar o cs e e or n; to{tse�n -w# up��yrtigT=aocime �fo i e a - e nor ef_ore� :QOM rn e.5r_ :ftf�sr� ssday ft°er b enrng, c s bi :op . a i� e f": eiij`be 4onstdeedn. -�esPohsvetb (clspecifrtio 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-MIWBE. (DO NOT LIST NAMES OF FIRMS) On Combined Projects, list each subcontracting and or supplier opportunity through the 2 tier. (Use additional sheets,if necessary) List of Subcontracting Opportunities List of Supplier Opportunities 1- 57 rte c 4 &5 S ICCS fo I F6 to #?_ V koeL f-C N C 1 A3 6 C V N C_ ?=r-TE f L£ c.iR I C A L Rl 12 PA IN— ►nJ E-'fc L S P� D S r CS PJ C_ J _rX-0 L L ATTACHMENT 1C Page 2 of 3 ; 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. t/ Yes Date of Listing 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 MMBE 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,person contacted,phone number and date and time of contact.) No - "�A e.� » .,mac•...-fie• .a`-+' er3 °:-r o -`se' o If a .ac_s emile> d, a'ch:f-„g��„;ca tir. atron, 's o ovcde BE .name, date.;W e 1`st-o B r o a: Ic ca tr_ ctingls�fi ie o'p o tunlINVIM71WO 0{)� mess thy. .'.4.e C}� S 1 '•�I 8�.1 (�� F.O !o }ac e ite ist o wcomJia cewith�,gio,s 3{and d ofEsdr�a; ' eul rx ubcanfractinglsu p re p . u.r . -s a 0``or riorQ erbrdde.r mpst ontact t�Jeast iro 213;,P! the lrst„vErrthin s c area o opportunity but not�-Jess, a eri ta'rbe:�in�co�mpliance wit i. .s�L;. wG'..z1- � n^ \..1.- 1^y'iV��.:.T 4..::•z•i� - +�7'er=.” ��,�...:. 'ti.0 �.ges is�s�3nc1�4��T _ .�.r�; •� :�-_���� ',�::; ,•;,.K,"�. =�°i:�.,� "„z,��.. ,•� 5.) Did you provide plans and specifications to potential MIWBEs or information regarding the location of plans and specifications in order to assist the M/WBEs? ! 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. (Pie se use additional sheets,if necessary,and attach. Company Name Telephone Contact Person Scope of Work Reason for Rejection l Rev.05/19/03- ATTACHMENT 1C _ Page 3 of 3 ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain MfWBE participation on this project. i 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 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 1C will be contacted and the reasons for not using them will be verified by the City's M/WnnBE// Office. jam- oil S?E Qak� Authorized Signature Printed Signature ©010Y-rL : itie Contact Name and Title (if different) S79QE DAkL CQN571ZuC-IoIJ d'►7��y�So� 817 5-7Z6719 Company Name Phone Number Fax Number 3 Address Email Address City/Statemp Date Rev.05/19/03 M Part B - PROPOSAL (This Proposal must not be removed from this book of Contract Documents) TO: Mr. Charles Boswell Fort Worth, Texas Acting City Manager November 2004 City of Fort Worth, Texas FOR: THE WATERFRONT AT ENCHANTED BAY SANITARY SEWER FORCE MAIN AND LIFT STATION SEWER PROJECT NO. P174-070174028002 Includes the furnishing of all materials (except as specified to be furnished by the City), equipment and labor ,,.for the installation of sanitary sewer lift station and force main, all necessary appurtenances and incidental work to provide a complete and serviceable project. Pursuant to the foregoing "Notice to Bidders,"the undersigned bidder, having thoroughly examined the contract documents, including plans, special contract documents, and the General Contract Documents and General Specifications for Water Department Projects, the site of the project and understanding the amount of work to be done, and the prevailing conditions, hereby proposes to do all the work, furnish all labor, equipment and material necessary to fully complete the inspection and approval of the Director of the City Water Department of the City of Fort Worth, Texas; and binds himself upon acceptance of this proposal to execute a contract and fumish an approved Performance Bond, Payment Bond, Maintenance Bond, and such other bonds, if any, as may be required by the Contract Documents for the performing and completing of the said work. Contractor proposes to do the work within the time stated and for the following sums: (Fumish and install, including all appurtenant work, complete in place, the following items): PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID BASE BID 1. 1 LS. Two submersible non-clog wastewater pumps, including motors, power cables, and guide rails, complete in place for rt(-1 o v s A N Q Dollars & Cents per LS. $ 0,0o $ L�tqo November 2004 Part B-1 011370010 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT IITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID 2. 1 LS. Cast in place concrete wet-well, including all equipment, piping,fittings,foundation, access hatch and vent pipe, complete in place for N tN-r14 ,�9123EN -7140vsAAJA X T HyI�0 AJZ P Dollars & N O Cents per L.S. $ 17&v o°� $ 7 7 p 0 3. 1 L.S. Cast in place concrete valve vault,including all equipment, piping,fittings, drain pipe, vent pipe, valves, gages, grating cover, and access-hatches, complete in place for T14tiz= TWD 7'00D5;R►QD j t X F-I a N 0 R-I<A Dollars & c Q Cents per L.S. $ 32 5 o — $ 3 2 S D o 4. 112 S.Y. Wet well interior protective coating as per Specification 09901, complete in place for QJJ E L)A)P C P Dollars & Q Cents per S.Y.. $ f 00 $ ZOO 5. 1 EA. Connect to existing junction box, complete in place for ONE TH O O$AND Dollars & JV b Cents per EA $ M 40 d $�QOv ED 6. 57 L.F. 10-Inch PVC, SDR 26(all depths), complete in place for �5GE0CAI TNDUSAMO SOUR �t�N> t��A Dollars & .9110 D Cents per L.F $ "2 0 D $ y D 0 7, 1179 L.F. 6-Inch diameter PVC C900 DR 14 force main pipe (all depths)including thrust blocking and fittings, complete in place for 'f0 Jay S LA Dollars& IV Cents per L.F. $ $ November 2004 Part B-2 011370010 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID 8. 100 L.F. 6-Inch diameter PVC C900 DR 14 force main pipe (all depths with 12-inch steel casing, complete in place for w '7-f1V Dollars & !V D Cents per L.F $ l f $ 1l !10o 9. 1 EA. 2-Inch combination air and vacuum valves and vaults, complete in place for SE.06 N -'N()0SA#1 o MU✓J PP4f-0 Dollars & 00 Iy O Cents per EA. $ -7 ?OD�� $ 70o-- 10. DO10. 1 EA. 6-Inch blowoff valve and vault, complete in I place for P SF015'N Tri00SAAP uND14� Dollars & Al 0 Cents per EA. $ 73C�0 $ 7.30o � 11. 1336 L.F. Trench safety, as per special conditions, complete in place for IU E Dollars & I T Cents per L.F. $ .s0 12. 1 L.S. Electrical controls and instrumentation, complete in place for F-rV Fo u2 TN DY1Ajva :two. Dollars & 011 A L� o i Cents per L.S. $5� z� 0 $ 5 7 �D D 13. 1 L.S. Electrical building slab as indicated on plans, complete in place for -TLA) 0 "T H,0 L) s A tia TL U p K V P QR-19 A . Dollars & D a Cents per L.S. $22�D $-2 '20t) ✓ INovember 2004 Part B -3 011370010 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID 14. 1 L.S. 40 KW standby generator, including fuel tank, complete in place for -rwafti-rY 5 rax -rHois,*wiD —t SE Jg IJ 80poo/t-f,Q Dollars & Cents per L.S. $ 2-111190 $ Z 7 700 15. 1 L.S. Odor control unit, as per Specification 11316, complete in place for -r14isySdoiQ Dollars & 0 Cents per L.S. $,Z.y o p o'er $,Zy 99O0� 16. 280 L.F. 8-Foot precast panel intruder resistant site fencing, complete in place for LS 06 N-t o rj E Dollars & FT Cents per L.F. $ 71 SP- $2, 020 17. 1 L.S. Double 8-Foot iron access gates,complete in place for l u f r2 T H D S A A Dollars & 0 N D Cents per L.S $ 'goon $ y OD0 18. 1 L.S. Site Work, including grading, paving, gravel fill, and bollards, complete in place for -ru),05 t u, TNo VSAYV A 1'J L) p Dollars& Cents per L.S. $12 4/Q© � $ 12 SfQO 19. 1_ L.S. Irrigation work, including sodding, shrubs, tree, irrigation piping,valving, electrical system, complete in place to UZ Tt+DUSA #J R �u9 o f{y�0 p Dollars & o Cents per L.S. $'4 Z 8 � o� $ 4' ;200 November 2004 Part B-4 011370010 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID 14. 1 L.S. 40 KW standby generator, including fuel tank, complete in place for 1'cU,('n1-ty 5 �J�N TFt�yshdTf3 So JE tJ tAJAJ 0 A-L0 Dollars & - t�1 Cents per L.S. $ 2 7 p 9d $ 2170D 15. 1 L.S. Odor control unit, as per Specification 11316, complete in place for TctJ E.u7 Fa /- 7-14 a 0 S,d M Dollars & 5 A) 0 Cents per L.S. $,Zy 000 0 $2' ,900- 16. 280 L.F. 8-Foot precast panel intruder resistant site fencing, complete in place for ,S Z J F N-'y o f F Dollars & $n ov FT Cents per L.F. $ 71 $,2© OZD 17. 1 L.S. Double 8-Foot iron access gates, complete in place for l"c7vA T K D j A PDollars & 0 10 O Cents per L.S $ $ QQD 18. 1 L.S. Site Work, including grading, paving, gravel fill, and bollards, complete in place for fiU)'05 L -rN1)JSA)V A AL)UP— 1.)110D1111619 Dollars & 119 Cents per L.S. $/2 y00 $ 2 900 19. 1 L.S. Irrigation work, including sodding, shrubs, tree, irrigation piping, valving, electrical system, complete in place f'0 Q THOuSr4 0 t7 2:10o d o fx Lew p Dollars & N D Cents per L.S. $ Z 0 a $ �f 2 p p November 2004 Part B-4 011370010 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID 20. 310 S.Y. 7-inch reinforced concrete access drive, complete in place for prk Dollars & N D Cents per S.Y. $ 5,E, $ /7, q SQ 21. 1 L.S. Emergency generator slab and screening wall, complete in place for QAC F{6J5A►J P .SFj jFN /-1 o fi AAip Dollars & }.I 0 Cents per L.S. $ 1.7o0 $ 700 22. 1 L.S. Odor control CMU building, complete in place for I-c.V 0 ��k 0 V r4 I p �f5r 14 L)010 Az ib Dollars & N o Cents per L.S $ ,?50 0 $,7'TV L1 23. 1 L.S. Prefabricated electrical building (as stated in specifications), complete in place for R 00.5 Dollars& W Cents per L.S. $ 2 0 o p 0 $,z D o o,�- 24. 1 L.S. Perform hydrostatic test on force main, complete in place for 8199 -"Ft 00 S.R uV A Dollars & NL? Cents per L.S. $ 16,90 $ 0 o TOTAL $ y 9 9 3 9 M November 2004 Part B -5 011370010 SECTION 8-PROPOSAL(cont.) Within ten(10)days after notification by the City,the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents,for the faithful performance of the Contract The attached bid security in the amount of 5% is to become the property of the w 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 delay and additional work caused thereby. The undersigned bidder certifies that he has been furnished 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 these specific Contract Documents and appurtenant pians. The undersigned assures that its employees and applicants for employment and those of any labor organtmtion,subcontractors or employment agency in effflw fumisi ft or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No.7278 as amended by City Ordinance No. 7400. The Bidder agrees to begin constructon within ten 10 calendar days after issueof the work order,and to complete the contract within ONE HUNDRED EIGHTY 180 calendar days after beginning construction as set forth in the written work order to be furnished by the Owner. (Complete A or B below, as applicable:) The principali ace of business of our company is in the State of I_. j ] Nonresident 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. j ] Nonresident bidders in the State of "our principal place of business, are not required to-underbid resident bidders. L l 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 1 z-z z 'o'4 Addendum No_2 Addendum No. 3 Respectfully submitted, ,s-TEr1E DAa 0opi5'fQ✓ened (SEAL) BY: .4&� &/=& If Bidder is Corporation. mtE: o W xmA ADDRESS: 39'I/ 94 o r eA7A" dl' I�ly4 iNl. Il$W a THE WATERFRONT AT ENCHANTED BAY SANITARY SEWER FORCE MAIN AND LIFT STATION TO T AL BID $ 413 November 2004 Part B-6 011370010 PART C GENERAL CONDITIONS W lb FT. WORTH, YEN. ` PART C - GENERAL CONDITIONS TABLE OF CONTENTS NOVEMBER 1, 1987 TABLE OF CONTENTS C1-1 DEFINITIONS C1-1 (1) C1-1.1 Definition of Terms C1-1 (1) C1-1.2 Contract Documents Cl-1 (2) C1-1.3 Notice to Bidders C1-1 (2) Cl-1.4 Proposal Cl-1 (2) ' C1-1.5 Bidder C1-1 (2) C1-1.6 General Conditions C1-1 (2) Cl-1.7 Special Conditions Cl-1 (2) Cl-1.8 Specifications Cl-1 (2) C1-1.9 Bonds 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 (3) C1-1.18 Director, City Water Department C1-1 (3) Cl-1.19 Engineer Cl-1 (3) C1-1.20 Contractor C1-1 (3) C1-1.21 Sureties C1-1 (4) C1-1.22 The Work or Project C1-1 (4) Cl-1.23 Working Day Cl-1 (4) C1-1.24 Calendar Days C1-1 (4) C1-1.25 Legal Holidays C1-1 (4) Cl-1.26 Abbreviations Cl-1 (4) Cl-1.27 Change Order Cl-1 (5) C1-1.28 Paved Streets and Alleys C1-1 (5) C1-1.29 Unpaved Streets or Alleys C1-1 (6) C1-1.30 City Street C1-1 (6) Cl-1.31 Roadway Cl-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 of Project C2-2 (2) C2-2.4 Submitting of Proposal C2-2 (2) (1) C2-2.5 Rejection of Proposals C2-2 (3) Y C2-2.6 Bid Security C2-2(3) C2-2.7 Delivery of Proposal C2-2 (3) C2-2.8 Withdrawing Proposals C2-2 (3) C2-2.9 Telegraphic Modifications of Proposals C2-2 (3) C2-2.10 Public Opening of Proposal C2-2 (4) �. C2-2.11Irregular Proposals C2-2 (4) C2-2.12 Disqualification of Bidders C2-2 (4) C3-3 AWARD AND EXECUTION OF DOCUMENTS: C3-3.1 Consideration of Proposals 0-3 (1) C3-3.2 Minority Business Enterprise/Women Business C3-3 (1) Enterprise Compliance C3-3.3 Equal Employment Provisions C3-3 (1) C3-3.4 Withdrawal of Proposals C3-3 (1) C3-3.5 Award of Contract 0-3 (2) C3-3.6 Return of Proposal Securities 0-3 (2) C3-3.7 Bonds 0-3 (2) C3-3.8 Execution of Contract 0-3 (3) C3-3.9 Failure to Execute Contract 0-3 (3) C-3-3.10 Beginning Work 0-3 (4) C3-3.11 Insurance C3-3 (4) C3-3.12 Contractor's Obligations C3-3 (6) r C3-3.13 Weekly Payrolls 0-3 (6) C3-3.14 Contractor's Contract Administration 0-3 (6) C3-3.15 Venue 0-3 (7) 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 Operation C44 (3) C4-4.7 Progress Schedules for Water and Sewer Plant Facilities C44 (4) C5-5 CONTROL OF WORK AND MATERIALS C5-5.1 Authority of Engineer CS-5,(1) C5-5.2 Conformity with Plans C5-5 (1) C5-5.3 Coordination of Contract Documents C5-5 (1) C5-5.4 Cooperation of Contractor C5-5 (2) C5-5.5 Emergency and/or Rectification Work C5-5 (2) C5-5.6 Field Office C5-5 (3) - 05-5.7 Construction Stakes C5-5 (3) (2) ' C5-5.8 Authority and Duties of City Inspector C5-5 (3) C5-5.9 Inspection C5-5 (4) C5-5.10 Removal of Defective and Unauthorized Work C5-5 (4) C5-5.11 Substitute Materials or Equipment C5-5 (4) C5-5.12 Samples and Tests of Materials C5-5 (5) C5-5.13 Storage of Materials C5-5 (5) C5-5.14 Existing Structures and Utilities C5-5 (5) C5-5.15 Interruption of Service C5-5 (6) C5-5.16 Mutual Responsibility of Contractors C5-5 (7) C5-5.17 Clean-Up C5-5 (7) C5-5.18 Final Inspection C5-5 (8) 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 (1) C6-6.5 Public Safety and Convenience C6-6 (2) C6-6.6 Privileges f Contractor in Streets,Alleys, C6-6 (3) and Right-of-Way C6-6.7 Railway Crossings C6-6 (3) C6-6.8 Barricades, Wamings and Flagmen C6-6 (3) C6-6.9 Use of Explosives, Drop Weight, Etc. C6-6 (4) C6-6.10 Work Within Easements C6-6 (5) C6.6.11 Independent Contractor C6-6(6) C6-6.12 Contractor's Responsibility for Damage Claims C6-6(6) C6-6.13 Contractor's Claim for Damages C6-6 (8) C6-6.14 Adjustment or Relocation of Public Utilities,Etc. C6-6 (8) C6-6.15 Temporary Sewer and Drain Connections C6-6(8) C6-6.16 Arrangement and Charges for Water Furnished by the City C6-6(9) C6-6.17 Use of a Section or Portion of the Work C6-6 (9) C6-6.18 Contractor's Responsibility for the Work C6-6 (9) C6-6.19 No Waiver of Legal Rights C6-6 (9) C6-6.20 Personal Liability of Public Officials C6-6(10) C6-6.21 State Sales Tax C6-6 (10) 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 Limitation of Operations C7-7(2) C7-7.5 Character of Workmen and Equipment C7-7 (2) C7-7.6 Work Schedule C7-7 (3) C7-7.7 Time of Commencement and Completion C7-7 (3) C7-7.8 Extension of Time Completion C7-7 (3) s (3) C7-7.9 Delays C7-7 (4) C7-7.10 Time of Completion C7-7(4) C7-7.11 Suspension by Court Order C7-7 (5) C7-7.12 Temporary Suspension C7-7(5) - C7-7.13 Termination of Contract due to National Emergency C7-7 (6) C7-7.14 Suspension or Abandonment of the Work C7-7(6) and Annulment of the Contract: C7-7.15 Fulfillment of Contract C7-7 (8) C7-7.16 Termination for Convenience of the Owner C7-7(8) �. C7-7.17 Safety Methods and Practices C7-7(11) C8-8 MEASUREMENT AND PAYMENT C8-8.1 Measurement Of Quantities C8-8 (1) C8-8.2 Unit Prices C8-8 (1) 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 Adequacy of Design C8-8 (4) C8-8.10 General Guaranty C8-8 (4) C8-8.11 Subsidiary Work C8-8 (4) C8-8.12 Miscellaneous Placement of Material C8-8 (4) C8-8.13 Record Documents C8-8 (4) (4) lop 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 in 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 on 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) White PART C - GENERAL CONDITIONS (CITY) Canary Yellow (Developer) Brown PART D - SPECIAL CONDITIONS Green PART E- SPECIFICATIONS E1-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 (aid) PART C - GENERAL CONDITIONS PART D -SPECIAL CONDITIONS PART E - SPECIFICATIONS PERMITS/EASEMENTS ' PARTF-BONDS PART G- CONTRACT PART H-PLANS (Usually bound separately) C1-1 (1) N. C 1-1.3 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. Whenever there may be a conflict between the General Conditions and the Special Conditions,the latter shall take precedence.. 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 set forth in detail the requirements which must be met by all materials, construction, workmanship, equipment and services in order to render a completed an 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 BONDS: The bond or bonds are the written guarantee or security furnished by the Contractor for prompt and 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) ®_ r Cl-1 (2) C1-1.10 CONTRACT: The Contract is a formal signed agreement between the owner and the Contractor covering the mutual understanding of the two contracting parties hbout 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 the other parts of the Contract Documents, but they are 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 Manager, each of which is required by charter to perform specific duties. Responsibility for final enforcement of the 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. C1-1.17 DIRECTOR OF PUBLIC WORKS: The officially appointed official of the City of Fort Worth„ Texas, referred to in the charter as the City Engineer, or his duly authorized representative. C1-1.18 DIRECTOR CITY WATER DEPARTMENT: The officially 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,person's,partnership, company, firm, association, or corporation, entering into a contract with the Owner for the execution of work, acting e C1-1 (3) directly or through a duly authorized representative. A sub-contractor is a person, firm, corporation, supplying labor and materials or only labor, for the work at the site of the project. Cl-1.21 SURETIES: The Corporate bodies which are bound by such bonds as are required with and for the Contractor. The 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 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 CI-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 Worth for observance by City employees as follows: 1. New Year's day January 1 2. M.L. King,Jr. Birthday Third Monday in January 3. Memorial Day Last Monday in May 4. Independence Day July 4 5. Labor Day First Monday in September 6. Thanksgiving Day Fourth Thursday in November 7. Thanksgiving Friday Forth Friday in November S. Christmas Day December 25 9. Such other days in lieu of 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 a 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 as the holiday. C1-1.26 ABBREVIATIONS: Whenever the abbreviations defined herein appear in the Contract Documents, the intent and meaning shall be as follows: _. b C14 (4) AASHTO - American Association of State MGD - Million Gallons Highway Transportation Officials per Day ASCE - American Society of Civil CFS - Cubic Foot per Engineers Second IAW - In Accordance With Min. - Minimum ASTM - American Society of Testing Mono. - Monolithic Materials % - Percentum AWWA - American Water Works R - Radius Association I.D. - Inside Diameter ASA - American Standards Association O.D. - Outside Diameter HI - Hydraulic Institute Elev. - Elevation Asph. - Asphalt F - Fahrenheit Ave. - Avenue C - Centigrade Blvd. - Boulevard In. - Inch CI - Cast Iron Ft. - Foot CL - Center Line St. - Street GI - Galvanized Iron CY - Cubic Yard Lin. - Linear or Lineal Yd. - Yard lb. - Pound SY - Square yard MH - Manhole L.F. - Linear Foot Max. - Maximum D.I. - Ductile Iron Cl-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 (5) AASHTO - American Association of State MGD - Million Gallons Highway Transportation Officials per Day ASCE - American Society of Civil CFS - Cubic Foot per Engineers Second IAW - In Accordance With Min. - Minimum ASTM - American Society of Testing Mono. - Monolithic Materials % - Percentum AWWA - American Water Works R - Radius Association I.D. - Inside Diameter ASA - American Standards Association O.D. - Outside Diameter HI - Hydraulic Institute Elev. - Elevation Asph. - Asphalt F - Fahrenheit Ave. - Avenue C - Centigrade Blvd. - Boulevard In. - Inch CI - Cast Iron Ft. - Foot CL - Center Line St. - Street GI - Galvanized Iron CY - Cubic Yard Lin. - Linear or Lineal Yd. - Yard lb. - Pound SY - Square yard MH - Manhole L.F. - Linear Foot Max. - Maximum D.I. - Ductile Iron 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. C1-1.2$ 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. s Cl-1 (5) CI-1.29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or other surface is any area except those defined for"Paved Streets and Alleys." C1-1.30 CITY STREET: 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') back of the curb lines or four (`4) feet back of the average edge of pavement where „ no curb exists. C1-1.32 GRAVEL STREET: A gravel street is an unimproved 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-Q-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 oQening 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 no more than one (1)year old. In the case that bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper 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 completed not more than five (5) years prior to the date on which Bids are to be received. The Director of the Water Department shall be sole judge as to the acceptability of experience 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 will 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 the proposal 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 requirements of the Contract Documents. C2-2(1) 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 as though such addenda were actually written into the original Contract Documents. Bidders are required, prior to 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 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 required 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 investigation, examinations and tests herein required. Claims for additional compensation 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, on the plans are for general information only and may not be correct. Neither the Owner nor the Engineer guarantee that the data shown is representative of conditions which actually exist. C2-2.4 SUBMITTING OF PROPOSAL: The Bidder shall submit his 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 prices, written in ink in both words and numerals, for which he proposes to do work contemplated or furnish the materials required. All such prices shall be written legibly. In case of discrepancy between price written in words and the price written in numerals, the price most advantageous to the City shall govern. 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 of the firm, association, or partnership, or by person duly authorized. If a proposal is submitted by a company or corporation, the company or corporation name and business address must be given, and the proposal signed by an official or duly authorized agent. The corporate seal must be affixed. Power a C2-2(2) �"" 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, erasures, or irregularities of any kind, or contain unbalanced 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 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 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. C2-2.7 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 marker 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 must be made in writing, addressed to the City Manager, and filed with him prior to the time set for 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 TELEGRAHIC MODIFICATIONS 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 considerationn will be given to the proposal. a C2-2 (3) 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 authorized representative at the time and place indicated in the "Notice to Bidders."All 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 bids. .C2-2.11 IRREGULAR PROPOSALS: Proposals shall be considered as "Irregular" if they show any omissions, alterations of form, additions, or conditions not called for, unauthorized alternate bids, or irregularities of any kind. However, the Owner reserves the right to waive any 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 can not 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 reasons: a) Reasons for believing that collusion exists among 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 financial statement, experience statement, 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 the bidder who, in the judgment of the Engineer, is disqualified under the requirements stated herein, shall be set aside and not opened. C2-2 (4) PART C - GENERAL CONDITIONS C3-3 AWARD AND EXECUTION OF DOCUMENTS 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 the 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 ward 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 may be considered for the best interest of the Owner. 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 Woman-owned Business Enterprise (WBE) on the contract and the payment therefor. Contractor further agrees, upon request by the Owner, to allow and audit and/or an examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWE 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 Ordinances prohibiting discrimination in employment practices. 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 (1) C 3-3.5 AWARD OF CONTRACT: The Owner reserves the right to withhold final 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 award is made, will be to the lowest and best responsive 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: As 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 m 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 the amount of 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 against damage by reason of negligence of the Contractor, or improper execution of the work or use of inferior materials. This performance 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 CS-5.10. , C. PAYMENT BOND: A good and sufficient payment 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 payment of all claimants as defined in Article e CM (2) '" 5160, Revised Civil Statutes of Texas, 1925, as amended by House Bill 344, Acts 56h 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 effeci and the Contractor shall immediately provide a 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 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. C3-39 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 annual 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 occurring 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 the Owner will CIE �K'21paelk?T' �` C3-3 (3) �� `?�`J � I, EXE suffer by reason of such failure on the part of the Awardee and shall thereupon immediately by forfeited to the Owner. The filing of a proposal will be considered as acceptance of this provision by the Bidder. C-3-3.10 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 „ usually termed "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 commence work under this contract until he has obtained all 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-contractor's 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, Worker's 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 Worker's 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, Comprehensive General Liability Insurance (Public Liability and Property Damage Insurance) in the 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 a separate policies or by additional endorsement to pne 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). s C3-3 (4) - 2. Blasting,prior to any blasting being done. 3. Collapse of buildings or structures adjacent to excavation ff excavation are performed adjacent to same). 4. Damage to underground utilities for$500,000. 5. Builder's risk(where 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 the amounts and by carriers satisfactory to the Owner. (Sample attached.) All insurance requirements made upon the Contractor shall apply to the sub-contractors, should the Prime Contractor's insurance not cover the sub-contractor's work operations. g. LOCAL AGENT FOR INSURANCE AND BONDING: The insurance and bonding companies with whom the Contractor's insurance and s C3-3 (5) 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 City of Fort Worth. Tarrant County,Texas. Each such agent shall be a duly qualified, one upon whom 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, and 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 bgnding 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 such bonds and certificates of 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 PAYROLLS: A certified copy of each payroll covering payment of wages to all persons 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 made responsible to act for the Contractor in all matters pertaining to the work governed by the Contract whether it be administrative or other wise and as such shall be empowered,_thus delegated and directed, to settle all material, labor or other expenditure, all claims against work or any other mater associated such as maintaining adequate and appropriate insurance or security coverage for the project. Such local authority for the administration of the work under the Contract shall be maintained MW 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 �. C3-3 (6) appropriately signed and sealed, as applicable, by the Contractor's responsible offices with the understanding that this written assignment of authority to the 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 the 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 allowed 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 (7) PART C -GENERAL CONDITIONS C4-4 SCOPE OF WORK SECTION C44 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, the "Special Provisions" covering all such work will be prepared by the Owner previous to the time of receiving bids or proposals for any such work and furnished to the Bidder in the form of Addenda. _ All such "Special Provisions" shall be considered to be 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 perform the work as altered, increased or decreased at the unit prices. Such increased or decreased quantity shall not be more than twenty-five (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 provided for "Extra Work." No allowance will be made for any changes in anticipated profits not 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 overall quantities of sanitary sewer pipe in each pipe size, but not to the various depth categories. s C4-4(1) IC4-4.4 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 percent 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 owner by him and used for 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 in the method 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. """ C4-4(2) Should a difference arise as to what does or dose 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 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 said Extra Work. The Contractor.shall furnish the Owner such installation records of all deviation 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 initiated 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 of the change or extra work. C4-4.6 SCHEDULE OF OPERATION: 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 shall be presented also a composite graph showing the anticipated progress of construction with the time being plotted horizontally and percentage of completion plotted vertically. The progress charts shall be prepared on 8-1/2" x I I" 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 the 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 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 Engineer. As a minimum, the construction schedule shall incorporate all work elements and activities indicated in the proposal and in the technical specifications. T C4-4 (3) "" 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 the time constraints, sequencing requirements and completion time. b. The construction progress shall be divided into activities with time durations of approximately fourteen days (14) days and construction values not to exceed $50,000. Fabrication,delivery and submittal activities IP are exceptions to this guideline. 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. Y C4-4(4) 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. 9. Operational testing. 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 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 diligence as will insure its completion within the time specified. C4-4 (5) 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. The Engineer shall decide all questions which arise as to the quality and acceptability of the 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, sequence 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. The Engineer 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 other wise 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. C5-5.3 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 l 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 specification, 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 C5-5 (1) Contract Documents, and the owner shall be permitted to make such corrections or interpretations as may be deemed necessary for 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 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 Contract Documents and shall have available on the site of the project at all times, one set of such Contract Documents. The Contractor 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 i1i every possible way. 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,at any time of the day or night on any day of the week on which the Engineer determines that circumstances require the presence on the project site of a representative of the Contractor to 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 the 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 a working-day basis. 1. Should the Contractor fail to respond to a request from the Engineer to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the project specifications or plans, the Engineer shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the d C5-5 (2) 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 shoe 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 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 shall be not less than 10 x 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 CONTRUCTION 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 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. 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 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 INSPECTOR: 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 perforin 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 the authority to reject materials or equipment, and/or to suspend work until the question at issue can be referred to and 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 tot he requirement s of the s C5-5 (3) Contract Documents. The City Inspector 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 of the Contract Documents, provided, however, should the Contractor object to any orders or instructions or the City Inspector, the Contractor may within six days make written appeal to the Engineer for his decision on the matter in Controversy. 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 Work so exposed or examined prove to be unacceptable, the uncovering or removing and 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 EDEFCTIVE AND UNAUTHORIZED WORK:AII work, materials, or equipment which has been rejected shall be remedied or removed and replaced in an acceptable manner by the Contractor at this expense. Work done beyond the lines and grades given or as shown on the plans, except as herein specially 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 may be deducted from any money due or to become due tot he Contractor. Failure to require the removal of any defective or unauthorized work shall not constitute acceptance of such work. 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 to 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 function called for by the general design, be similar and of equal substance to that specified and be suited to the same use and s C5-5 (4) - capable of performing the same function as that specified ; and identifying all variations of the proposed substitute from that specified and indicating available maintenance service. No substitute shall be ordered or installed without 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 in ordered or stalled 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 employees 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 OF 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 other wise specifically provided. The failure of the Owner to make any tests of materials shall 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 materials represented by the samples until tests have been made and the materials approved for use. The Contractor will furnish adequate samples without charge 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 Contractor 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 new materials. C5-5.13 STORAGE OF MATERIALS: All materials which are to be used in the construction contract shall be stored so as to insure the preservation of quality and fitness of the work. When directed by the Engineer;they shall be placed on wooden platforms or other hard, clean durable surfaces and not on the 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 the existing utilities are based on the best information available. Omission from, the inclusion of utility locations on the Plans is not to be considered as 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 C5-5 (5) 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 of which is not made in these Contract Documents, in which case the provision in these Contract Documents for Extra Work shall apply. It shall be the Contractor's responsibility to verify locations of the 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 utilities and their adjustment shall be considered subsidiary work. C5-5.15 INTERRUPTION OF SERVICE: a. Normal Prosecution: In the normal prosecution 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. 2. Notify each customer personally through responsible personnel as to the 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 door knob. The tag shall be durable in composition, and in large bold letters shall say: - r C5-5 (6) "NOTICE" Due to Utility Improvement in your neighborhood, your (water) (sewer) service will be interrupted 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. C5-5.16 MUTUAL RESPONSIBILITY OF CONTRACTORS: If, through act or neglect on the part of the Contractor, or any other Contractor or any sub-contractor shall " suffer loss or damage of 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 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 satisfaction of the Engineer. Twenty-four (24) hours after written notice is given the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the Engineer, if the Contractor fails to correct the 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 the 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 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 new appearing condition. N6 extra compensation will be made to the Contractor for any clean-up required on the project. d C5-5 (7) C5-5.18 FINAL INSPECTION: Whenever the work provided for in and contemplated under the Contract Documents has been satisfactorily completed and final- clean-up performed,the Engineer will notify the proper officials of the Owner and request that a 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. a C5-5 (8) 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 or 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 price shall include all royalties or cost arising from patents, trademarks, and copyrights 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 the use of any such trade-mark or copyright 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 the design, type of construction or material or equipment specified in the Contract Documents fiunished the Contractor by the Owner, and to hold the Contractor harmless on account of such suits. 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 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 b u C6-6(l) om mfig, 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 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 the property contiguous tot he 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 or 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 may make arrangements satisfactory to the Engineer for the diversion of traffic, and shall, at his 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. r, The materials excavated and the construction materials such as pipe used in construction of the work shall be placed so as not to endanger the work or prevent free access to all fire hydrants,fire alarm boxes,police call boxes, water valves, gas valves, or manholes in the vicinity. The Owner reserves the right to remedy any neglcct 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 or materials furnished by the Owner or by the City shall be deducted . from the 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, streets, or highways in condition i for unobstructed use by fire apparatus. The Contractor shall promptly notify the Fire Department Headquarters when all such obstructed streets, alleys, or hydrants are 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. s C6-6(2) The Contractor shall at all times conduct his operation and use of construction machinery so as not to damage or destroy trees and scrubs 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 staked in such a way as not to " interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property.If the street is occupied by railroad tracks, the work shall be 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 upon 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 railroad, the City will secure the necessary easement for the work. Where the railroad tracks are to be crossed, the Contractor shall observe all the regulations and instructions of the railroad company as to the methods of performing the work and take all precautions for the safety of property and the public. Negotiations with the railway companies for the permits shall be done by and through the City. The Contractor shall give the City Notice not less than 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 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 watchman, and shall take all such other prepautionary 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 famish 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 C6-6(3) 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 provisions set forth in the "1980 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 Veron's Civil Statues, pertinent section being Section Nos. 27, 29, 30 and 31. 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 871-8075), x to remove the sign. In case of regulatory signs,the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referred 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 responsible foe 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, -R and maintaining of barricades, signs, fences, and lights or 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. C6-6.9 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 advance of the use of any b C6-6(4) 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 Conditions Documents, or the use of explosives is requested, the Contractor shall submit notice to 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. C6-6.10 WORK WITHIN EASEMENTS: Where the work passes over,through,6r 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 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 fumished 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 every precaution to prevent damage to, all tress, 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 adjacent to the work. The Contractor shall notify the proper representatives of the owners or occupants of the public or private lands of 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 be 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 non-execution thereof on the part of the Contractor, he shall restore or have restored as his 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 a "' C6-6(5) oW 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 brace posts on either side of the permanent easement before the fence is cut. Should additional fence cuts be necessary, the Contractor shall provide cross-braced posts at the 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 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 or 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 to 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 the 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 exclusive right to control the details of all work and services performed hereunder, and all personas performing the same, and shall be solely responsible for the acts and omissions of its officers, agents, servants, employees, contractor, 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 and all claims or suits for property damage or loss and/or personal injury,including death,to any and all Rersons, 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 the Contractor, its officers, agents, employees, contractors, subcontractors, licensees or invitecs, whether or not caused, in whole or in apart, by alleged negligence on the part of officers, agents, employees, contractors, subcontractors, licensees or invitees of the C6-6(6) Imp Owner, and said Contractor does hereby covenant and agree to assume 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 person 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 the Contractor, its officers, agents, employees, contractors, subcontractors, licensees or invitees, whether or not caused, in whole or in apart, by alleged negligence of officers, agents, 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 apart, any and all alleged acts of omission of officers, agents,employees,contractors, subcontractors, licensees, or invitees of the Owner. In the event a written claim for damages against the 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 to 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 claims 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 the amount equal to the total dollar amount then due less the dollar value of any written claims pending against the Contractor arising out of 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 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 tot he 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. If condition (2) above is met at any time within the six month period, the Director may recommend that final payment to the Contractor be made. At the expiration of the six month period, the C6-6(7) 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 foe 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 25h day of the month succeeding that in which ant such damage is claimed to have been sustained, the Contractor shall file with the Engineer an itemized statement of x' the details and the 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 the 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 from 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 divisions. The Contractor, at his own cost and expense, shall construct such troughs,pipes, or other structures necessary, and be prepared at all times to dispose of drainage and sewage 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. s C6-6(8) 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 made 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 ordinances applies, payment shall be made on estimates and rates established by the Director of the Fort Worth Water Department. C 6-6.17 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 notice 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 deficient operations on the part of the Contractor, shall be performed by the Contractor at his 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 every necessary precaution to prevent injury or damage to the work or any part 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(9) 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 representative of the Owner, either personally or other wise 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, and 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 lease 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 to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable State Comptroller's 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-owner improvement in a street right-of-way or other easement which has been dedicated to the public and the City of Fort Worth, an organization which qualifies for exemption pursuant the provisions of Article 20.04 (IT) of the Texas Limited Sales, Excise, and Use Tax Act,the Contractor can probably be exempted in the same manner stated above. Texas Limited Sales, Excise, and Use Tax Act permits and information can be obtained from: Comptroller of Public Accounts Sales Tax Division Capitol Station Austin,TX C6-6(10) —' 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 workmen under his immediate superintendance, work of a value of not less than fifty (50%) percent of the value embraced on 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 tot he 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, 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 states, 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 retained by the Owner as liquidated damages for the reason that it would be impracticable and extremely difficult to fix the actual damages. C7-7.3 PROSECUTION OF THE WORK: Prior to beginning any construction operations, 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 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 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. P C7-7(l) ow The sequence requested of all construction operations shall be at all times as specified in the Special Contract Documents. Any Deviation from such 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 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 LIMITATION 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 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 when it is available. The Contractor may bring 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 and 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 opinion of the Owner, .� shall misconduct himself or to be found to be incompetent, disrespectful, intemperate, dishonest, or otherwise objectionable or neglectful in the proper performance of his or their duties, or who neglect or refuses to comply with or carry out the direction 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 the 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. s C7-7(2) C7-7.6 WORK SCHEDULE: Elapsed working days shall be computed starting with the first day of the work completed as defined in Cl-1.23 "WORKING DAYS" or the date stipulated in the"WORK ORDER"for beginning work,whichever comes first. Nothing in these Contract Documents shad 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 that the preceding 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 df 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. C7-7.7 TME 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. " 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 writing to the Engineer within seven days from and after the time alleged cause of delay shall 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 unforeseen causes beyond the control of and without the fault or negligence of the Contractor, fire, flood, tornadoes, epidemics, quarantine restrictions, strikes, embargoes, or delays of sub-contractors due to such causes. C7-7(3) 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 delivery. 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 mat be increased by Change Order. C7-7.9 DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if 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 the Engineer found correct, shall be approved and referred by the Engineer to the City Council for final approval or disapproval; and the action thereon by the City Council shall be final and binding. If delay is caused by specific orders given by the Engineer 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 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 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 the monies due the Contractor, not as a penalty,but as liquidated damages suffered by the Owner. C7-7(4) AMOUNT OF CONTRACT AMOUNT OF LIQUIDATED DAMAGES PER DAY 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 to $ 500,000 inclusive $ 210.00 $ 500,001 to $ 1,000,000 inclusive $ 315.00 $ 1,000,001 to $ 2,000,000 inclusive $ 420.00. $ 2,000,000 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 to calculate due to lack of accurate information, 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 vent 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 unsuitable 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 the 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 work 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 TBETIME OF COMPLETION, and should it be C7-7(5) 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 equipment off the job and returning the necessary equipment to the job when it is determined by the Engineer 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 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 Contractor, than 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 my 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 not anticipated profits on work which has not been performed. -� C7-7.14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF THE 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 canceled by the City Council for any good and sufficient cause. The following, byway 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. b. Substantial evidence that progress of the work operations by the Contractor is insufficient to complete the work within the specified time. C7-7(6) 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. L 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 canceled, 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, and may perform the same or may,with written 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 afthe 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. r C7-7(7) 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 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 work 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 Contract, 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 p' contract or otherwise under the provisions of this section, the Contractor shall continue the remainder of the work in conformity with the terms of the Contract Documents and in such a manner as to not hinder or interfere with the 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 project covered by the Contract Documents have 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: 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. A. NOTICE OF TERMINATION: Any Tcrmination'shall be effected by mailing a notice of the 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 ofthe notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service 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 s C7-7(8) 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 the work terminated by 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: a. the fabricated or unfabricated parts, work in progress, 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 the 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 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 quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of s C7-7(9) which has been directed or authorized by 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 h submitted, shall be made prior to final settlement. C. TERMINATION CLAIM: Within 60 days after the 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. D. AMOUNTS: Subject to the provisions of Item C7-7.1(C), the Contractor and the 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 the work pursuant hereto; provided, that such agreed amount or amounts shall never exceed the total contract price reduced by the amount of payments otherwise made and as further reduced by the contract price 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-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 the 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; 1. all unliquidated advance or other payments on account theretofore made to the Contractor, applicable to the terminated portion of this contract; C7-7(10) 2. any claim which the Owner may have against the Contractor in connection with this contract; and 3. the agreed price for, or the proceeds of,the 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 partial, prior to the settlement of the terminated portion of this contract, the Contractor may file with the Engineer a request in writing for an equitable adjustment of the price or prices specified in the contract relating to the continued portion of the contract (the portion not terminated by notice of termination), such equitable adjustment as may be agreed upon shall be made in such price or prices;noting contained herein, however, shall limit the right of the owner and the Contractor to agree upon the amount or amounts to be paid tot he 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: Noting 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 OR ABANDONMENT OF THE WORK AND ANNULMENT OF CONTRACT" or any other right which the 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(11) AM 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 item 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, finishing costs, overhead expense, bond, insurance, patent fees, royalties, risk due to the elements and other clauses, 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 Sure" 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 subsidiary 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 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, s C8-8(1) 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 one 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. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Between the 13' and the 5" 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 10* day of the month, the Engineer shall verify such estimate, and if it is found to be acceptable and the value of the work performed since the last partial payment was made exceeds one hundred dollars($100.00) inn amount, 90%of such estimated sum will be paid to the Contractor if the total contract amount is less than $400,000.00, or 95% of such estimated sum will be paid to the Contractor if the total contract amount is $400,000.00 or greater, 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 estimates 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 times of the estimate have not been installed (such payment will be allowed on a basis of 85% of the net invoice value thereof). The Contractor shall furnish the Engineer such information as he may request to aid him as a guide in the verification or the preparation of partial estimates. It is understood that partial estimates from month to month will be approximate only, 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 quantity 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(2) 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 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 thereaf as outlines in paragraph 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. _ The amount of the final estimate, less previous payments and any sums that have been deducted or retained under the provisions of the Contract Documents, will be paid to the Contractor within 60 days after the final acceptance by the Owner on a proper resolution of the City Council, provided the Contractor has furnished to the owner satisfactory evidence of compliance as follows:Prior to submission of the final estimate for payment, the Contractor shall execute an affidavit as furnished by the City, certifying that; A. all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials have been paid in full, B. that the wage scale established by the City Council in the City of Fort Worth has been paid,and C. 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 the Contract Documents or any act or neglect of said City relating to or connected with the Contract. s C8-8(3) 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 thereof 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 Contract Documents, approved modifications thereof,and all alterations thereof. 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 premises by the Owner shall constitute an acceptance of the 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 the 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 and shall 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 outlined. The Owner will give notice of observed defects with reasonable promptness. C8-8.11 SUBSIDIARY WORK: Any 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, the 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 nbarest 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. C8-8.13 RECORD DOCUMENTS: The Contractor shall keep on record a copy of all specifications, plans, addenda, modifications, shop drawings and samples at the r C8-8(4) site, in good order and annotated to show all changes made during the construction process. These shall be delivered to the Engineer upon completion of the work. .a C8-8(5) PART Cl SUPPLEMENTARY CONDITIONS TO PART 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 thereof, but which at the time of the pay estimate have not 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%). 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. 1. 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 + 08/23/02 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 anv such iniury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its ofricers, 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 injury 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 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 08/23/02 G. C3-3.11 INSURANCE: 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. b. 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 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. L 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. m 1. Contractor's liability shall not be limited to the specified amounts of insurance „ Revised Pg 3 03/23/02 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 infiingements 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 one (1) 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 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 resulting therefrom which shall appear within a period of one (1) years from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance Revised Pg.4 08/23/02 bond in the amount of 100 percent of the amount of the contract 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 one (1) year 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. 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 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 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 low 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 08/23/02 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: s Revised Pg. 6 4 08/23/02 """` 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 ,ems 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 furthet 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 three (3) years. Revised Pg. 7 08/23/02 PART D SPECIAL CONDITIONS PART D - SPECIAL CONDITIONS D-1 GENERAL..................... D-2 COORDINATION MEETING..............................................................................................4 D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW.....................4 D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT....................................7 D-5 CROSSING OF EXISTING UTILITIES...............................................................................7 D-6 EXISTING UTILITIES AND IMPROVEMENTS ..................................................................7 D-7 CONSTRUCTION TRAFFIC OVER PIPELINES................................................................8 D-8 TRAFFIC CONTROL.........................................................................................................8 D-9 DETOURS....... .. ..................................................................................................9 ... ........... D- 10 EXAMINATION OF SITE................................................................................................9 D- 11 ZONING COMPLIANCE.................................................................................................9 D- 12 WATER FOR CONSTRUCTION....................................................................................9 D- 13 WASTE MATERIAL.....................................................................................................10 D- 14 PROJECT CLEANUP AND FINAL ACCEPTANCE......................................................10 D- 15 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK.................................10 D- 16 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES............................10 D- 17 BID QUANTITIES.........................................................................................................11 D- 18 CUTTING OF CONCRETE..........................................................................................11 D- 19 PROJECT DESIGNATION SIGN.................................................................................11 D-20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT......................................12 D- 21 MISCELLANEOUS PLACEMENT OF MATERIAL........................................................12 D-22 CRUSHED LIMESTONE BACKFILL............................................................................12 D-23 2:27 CONCRETE.........................................................................................................12 D-24 TRENCH EXCAVATION, BACKFILL, AND COMPACTION.........................................12 D-25 PAVEMENT REPAIR (E2-19) .....................................................................................14 D-26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS)................14 D-27 SANITARY SEWER MANHOLES................................................................................15 D-28 SANITARY SEWER SERVICES..................................................................................17 D-29 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES................17 D-30 DETECTABLE WARNING TAPES...............................................................................18 D-31 PIPE CLEANING..........................................................................................................18 D- 32 DISPOSAL OF SPOIUFILL MATERIAL.......................................................................18 D-33 MECHANICS AND MATERIALMEN'S LIEN.................................................................18 D-34 SUBSTITUTIONS........................................................................................................19 D-35 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER.............19 D- 36 VACUUM TESTING OF SANITARY SEWER MANHOLES..........................................19 D-37 BYPASS PUMPING.....................................................................................................20 D- 38 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER..........20 D-39 SAMPLES AND QUALITY CONTROL TESTING.........................................................22 D-40 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL..........22 D-41 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES ...._...................23 D-42 PROTECTION OF TREES, PLANTS AND SOIL..........................................................23 D-43 SITE RESTORATION..................................................................................................24 D-44 CITY OF FORT WORTH STANDARD PRODUCT LIST..............................................24 D-45 TOPSOIL, SODDING, SEEDING & HYDROMULCHING.............................................24 D-46 CONFINED SPACE ENTRY PROGRAM.....................................................r...............29 D-47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION............................29 D-48 EXCAVATION NEAR TREES......................................................................................30 D-49 CONCRETE ENCASEMENT OF SEWER PIPE..................... 30 ..................................... D-50 CLAY DAM.... ..............................................................................................................30 D-51 EXPLORATORY EXCAVATION (D-HOLE)..................................................................31 D-52 INSTALLATION OF WATER FACILITIES....................................................................31 0"1104 SC-1 PART D - SPECIAL CONDITIONS " D—53 SPRINKLING FOR DUST CONTROL..........................................................................31 D—54 DEWATERING................. ... .... ..................................................................................31 D—55 TRENCH EXCAVATION ON DEEP TRENCHES.........................................................31 D—56 TREE PRUNING...........................................................................................................31 D— 57 TREE REMOVAL.........................................................................................................32 D—58 TEST HOLES...............................................................................................................32, D—59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION........................................................................................................................33 D—60 TRAFFIC BUTTONS....................................................................................................33 D—61 SANITARY SEWER SERVICE CLEANOUTS..............................................................33 D—62 TEMPORARY PAVEMENT REPAIR............................................................................33 D—63 CONSTRUCTION STAKES .............................33 r ............................................................. D-64 EASEMENTS AND PERMITS........................—..........................................................33 D—65 PRE—CONSTRUCTION NEIGHBORHOOD MEETING................................................34 D—66 WAGE RATES............... ...... .....................................................................................34 D—67 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE.....................................34 D-68 STORM WATER POLLUTION PREVENTION..................................................................34 D-69 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF _ EXISTING WATER SYSTEMS........... ........................................................................................36 D-70 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD.................................................36 D-71 EARLY WARNING SYSTEM FOR CONSTRUCTION .....................................................36 D-72 AIR POLLUTION WATCH DAYS...... . ............................................................................37 D-73 FEE FOR STREET USE PERMITS AND RE—INSPECTIONS..........................................37 b i 09101104 SC-2 PART D - SPECIAL CONDITIONS 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: THE WATERFRONT AT ENCHANTED BAY SANITARY SEWER FORCE MAIN AND LIFT STATION FORT WORTH, TEXAS SEWER PROJECT NO. P174-070174028002 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 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 worts. 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 2. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION - NORTH CENTRAL TEXAS 09/01/04 SC-3 PART D - SPECIAL CONDITIONS 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. -T .IM Bidders shall not separate, detach or remove any portion, segment or sheets from the 0 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. INTERPRETATION AND PREPARATION OF PROPOSAL: A. 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 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 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, PO Box 17027, Fort Worth,Texas 76102. B. 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. " C. 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. _. D-2 COORDINATION MEETING For coordination purposes, weekly meetings at the job site may be required to maintain the project on the desired schedule. The contractor shall be present at all meetings. D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW A. Definitions: 09101/04 SC-4 PART D - SPECIAL CONDITIONS 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 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 contractoes/person's work on the project has been completed and accepted by the governmental entity. MEN 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 contractor's 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 governmental entity: - 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 09101/04 SC-5 PART D - SPECIAL CONDITIONS r 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; 3. 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 contracts, 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. 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. 09/01104 SC-6 PART D - SPECIAL CONDITIONS 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-4 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. D-5 CROSSING OF EXISTING UTILITIES Where a proposed water line crosses over a sanitary sewer or sanitary sewer service line and/or proposed sewer line crosses over a water line and the clear vertical distance is less than 9 feet barrel to barrel, the sanitary sewer or sanitary sewer service line shall be made watertight or be constructed of ductile iron pipe. The Engineer shall determine the required length of replacement. The material for sanitary sewer mains and sanitary sewer laterals shall be Class 51 Ductile Iron Pipe with polyethylene wrapping. The material for sanitary sewer service lines shall be extra strength cast iron soil pipe with polyethylene wrapping. Adapter fittings shall be a urethane or neoprene coupling ASTM C-425 with series 300 stainless steel compression straps. Backfill, fittings, tie-ins and all other associated appurtenances required are deemed subsidiary work, the cost of which shall be included in the price bid in the Proposal for each bid item. D-6 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. 09101104 SC-7 PART D - SPECIAL CONDITIONS - 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 or 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. �a Where existing utilities or service lines are cut, broken or damaged the Contractor shall replace or repair the utilities 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. In case it is necessary to change or move the property of any owner of a public utility, such property shall not be moved or interfered with until ordered to do so by the Engineer. The right 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-7 CONSTRUCTION TRAFFIC OVER PIPELINES It is apparent that certain construction vehicles could exceed the load bearing capacity of the pipe under shallow bury conditions. It will be the responsibility of the Contractor to protect both the new line and the existing lines from these possibly excessive loads. The Contractor shall not, at any time, cross the existing or new pipe with a truck delivering new pipe to the site. Any damage to the existing or new pipe will be repaired or replaced by the Contractor, at the Contractor's expense, to the satisfaction of the City. In locations where it is not permissible to cross the existing or proposed pipes without additional protection the Contractor may elect to provide additional protection of the pipes so that more frequent crossings of the pipes are allowed. It still is, however, the responsibility of the Contractor to repair any damage to the existing or proposed lines, if the damage results from any phase of his construction operation. - 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. OW1104 SC-8 PART D - SPECIAL CONDITIONS A traffic control plan shall be submitted for review to Mr. Charles R. Burkett, City Traffic Engineer at (817) 871-8770, at 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. 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 DETOURS The contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. D- 10 EXAMINATION OF SITE It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions, which may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should be given to these details during the preparation of the Proposal and all unusual conditions, which may give, rise to later contingencies should be brought to the attention of the Owner prior to the submission of the Proposal. D- 11 ZONING COMPLIANCE During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. D- 12 WATER FOR CONSTRUCTION The Contractor at his own expense will furnish water for construction. r 09/01104 SC-9 PART D - SPECIAL CONDITIONS D-13 WASTE MATERIAL nm. All waste material shall become the property of the Contractor and shall be disposed of by the Contractor at locations approved by the Engineer. All material shall be disposed of in such a manner as to present a neat appearance and to not obstruct proper drainage or to cause injury to street improvements or to abutting property. D- 14 PROJECT CLEANUP AND FINAL ACCEPTANCE The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the `- appropriate bid items. Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is necessary, clean-up shall be done on a daily basis. Clean up work shall include,but not be limited to: • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of residents' property If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the next estimate payment(and all subsequent payments until completed)of the appropriate bid item(s)will be reduced by 25%. Final cleanup work shall be done for this project as soon as all construction has been completed. No more than seven days shall elapse after completion of construction before the roadway, right- of-way, or easement is cleaned up to the satisfaction of the Engineer. The Contractor shall make " a final cleanup of all parts of the work before acceptance by the City of Fort Worth or its representative. This cleanup shall include removal of all objectionable rocks, pieces of asphalt or _ concrete and other construction materials, and in general preparing the site of the work in an orderly manner and appearance. The City of Fort Worth Department of Engineering shall give final acceptance of the completed project work. D-15 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK Prior to executing the Contract, it shall be the responsibility of the Contractor to furnish a schedule outlining the anticipated time for each phase of construction with starting and completion dates, including sufficient time being allowed for cleanup. The Contractor shall not commence with water and/or sanitary sewer installation until such time that the survey cut-sheets have been received from the City inspector. D- 16 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." 09/01/04 SC-10 PART D - SPECIAL CONDITIONS 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 (ONCORE) 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 ONCORE, and shall record action taken in each case. 4. The Contractor is required to make arrangements with the ONCORE 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-17 BID QUANTITIES Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities. There is no limit to which a bid item can be increased or decreased. Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To the extent that C4-4.3 conflicts with this provision, this provision controls. No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. .. D-18 CUTTING OF CONCRETE When existing concrete is cut, such cuts shall be made with a concrete saw. All sawing shall be subsidiary to the unit cost of the respective item. D-19 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 with Figure 30, except that they shall be 1'-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. OW1104 SC-11 PART D - SPECIAL CONDITIONS D-20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT ' N/A D-21 MISCELLANEOUS PLACEMENT OF MATERIAL Material has been 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. D-22 CRUSHED LIMESTONE BACKFILL Where specified on the plans or directed by the Engineer, Crushed Limestone shall be used for trench backfill on this project. The material shall conform to Public Works Standard Specifications for Street and Storm Drain Construction Division 2 Item 208.2- Materials and m' Division 2 Item 208.3- Materials Sources. Trench backfill and compaction shall meet the , requirements of E2-2 Excavation and Backfill, Construction Specifications, General Contract Documents. Payment for crushed limestone backfill in place shall be made at the unit price bid in the Proposal multiplied by the quantity of material used measured in accordance with E2-2.16 Measurement of Backfill Materials, Construction Specifications, and General Contract Documents. D-23 2:27 CONCRETE Transportation and Public Works Department typical sections for Pavement and Trench Repair -� for Utility Cuts Figures 1 through 5 refer to using 2:27 Concrete as base repair. Since this call- out includes the word "concrete", the consistent interpretation of the Transportation and Public Works Department is that this ratio specifies two (2)sacks of cement per cubic yard of concrete. D-24 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 09101104 SCA 2 PART D - SPECIAL CONDITIONS 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 consist 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: Sieve Size % Retained 1" 0-10 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 mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Trenches which lie under existing or future pavement shall be backfilled per Figure A with 95% Standard Proctor Density by mechanical devices specifically designed for compaction or a . combination of methods subject to approval by the Engineer. Backfill material to be compacted as described above 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. 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 contract documents as a pre-bid pay item in cubic yards. 09101104 SC-13 PART D - SPECIAL CONDITIONS D-25 PAVEMENT REPAIR(E2-19) N/A D-26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) A. GENERAL: This specification covers the trench safety requirements for all trench excavations exceeding depth of five (5) feet in order to protect workers from cave-ins. The requirements of this item govern all trenches for mains, manholes, vaults, service lines, and all other appurtenances. The design for the trench safety shall be signed and sealed by a Registered Professional Engineer licensed in Texas. The trench safety plan shall be specific for each water and/or sanitary sewer line included in the project. B. STANDARDS: The latest version of the U.S. Department of Labor, Occupational Safety and Health Administration Standards, 29 CFR Part 1926, Sub-Part P - Excavations, are hereby made a part of this specification and shall be the minimum governing requirements for trench safety. C. DEFINITIONS: 1. TRENCHES - A trench is referred to as a narrow excavation made below the surface of the ground in which the depth is greater than the width, where the width measured at the bottom is not greater than fifteen (15)'feet. 2. BENCHING SYSTEM - Benching means excavating the sides of a trench to form one or a series of horizontal level or steps, usually with vertical or near-vertical surfaces between levels. 3. SLOPING SYSTEM - Sloping means excavating to form sides of a trench that are inclined away from the excavation. . 4. SHIELD SYSTEM - Shields used in trenches are generally referred to as "trench boxes"or "trench shields". Shield means a structure that is able to withstand the forces imposed on it by a cave-in and protect workers within the structure. Shields can be permanent structures or can be designed to be portable and move along as the work progresses. Shields can be either pre-manufactured or job-built in accordance with OSHA standards. 5. SHORING SYSTEM - Shoring means a structure such as a metal hydraulic, mechanical or timber system that supports the sides of a trench and which is designed to prevent cave-ins. Shoring systems are generally comprised of cross-braces, vertical rails, (uprights), horizontal rails (wales)and/or sheeting. D. MEASUREMENT - Trench depth is the vertical measurement from the top of the existing ground to the bottom of embedment or bottom of excavation. The quantity of trench safety systems shall be based on the linear foot amount of trench depth greater than five (5)feet. E. PAYMENT - Payment shall be full compensation for safety system design,,labor, tools, materials, equipment and incidentals necessary for the installation and removal of trench safety systems. 09101104 SC-14 PART Q - SPECIAL CONDITIONS D-27 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 ET-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. 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. OM1104 SCA 5 PART D - SPECIAL CONDITIONS 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 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. OM1104 SC-16 AN PART D - SPECIAL CONDITIONS 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 �- 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 1/8 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-28 SANITARY SEWER SERVICES N/A D-29 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES N/A 09/01/04 SC-17 PART D - SPECIAL CONDITIONS D-30 DETECTABLE WARNING TAPES 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 F' not be less than two inches with a minimum unit weight of 2%Z paunds/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 Cautioni 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-31 PIPE CLEANING Joints shall be wiped and then inspected for proper installation by the inspectors. Each joint shall be swept daily and kept clean during installation. A temporary night plug shall be installed on all exposed pipe ends during any period of worts stoppage. D-32 DISPOSAL OF SPOIUFILL MATERIAL Prior to the disposing of 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 at the Contractor's expense. In the event that the Contractor disposes of spoiVfiill 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-33 MECHANICS AND MATERIALMEN'S LIEN The Contractor shall be required to execute a release of mechanics and material men's liens upon receipt of payment. 09/01/04 SCA 8 PART D - SPECIAL CONDITIONS D-34 SUBSTITUTIONS The specifications for materials set out the minimum standard of quality, which the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material, which has been specified. Where the term "or equal", or"or approved equal" is used, it is understood that if a material, product, or piece of equipment bearing the name so used is furnished, it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed for use, the Engineer's approval thereof must be obtained before the Contractor procures the proposed substitute. Where the term "or equal", or "or approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of proving that the proposed substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of this sub-section as related to"substitutions"shall be applicable to all sections of these specifications. D-35 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER N/A D-36 VACUUM TESTING OF SANITARY SEWER MANHOLES C. GENERAL: This item shall govem 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. 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" H9(101•Hg -911H91 (SEC) Depth of MH. 48-Inch Dia. 60-Inch Dia. (FT.) Manhole Manhole Y 0 to 16' 40 sec. 52 sec. 18' 45 sec. 59 sec. 20' 50 sec. 65 sec. 22' 55 sec. 72 sec. 0"1104 SC-19 s PART D - SPECIAL. CONDITIONS 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-37 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 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-38 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A. GENERAL: After construction, ALL sections of sanitary sewer lines shall have a television inspection performed by an independent sub-Contractor hired by the prime Contractor. Work shall consist of furnishing all labor, material, and equipment necessary for inspection of the sewer lines by means of closed circuit television. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. B. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection. Lighting for the camera shall be operative in 100% humidity conditions. The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection. 09/01/04 SC-20 PART D - SPECIAL CONDITIONS C. EXECUTION: 1. TELEVISION INSPECTION: The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of any sewer service taps. In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line. No more than 2000 linear feet of pipe will be televised at one time for review by the Engineer. When manually operated winches are used to pull the television camera through the line, telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew. The importance of accurate distance measurements is emphasized. All television inspection video tapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device. Marking on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed. Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device, and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost or retrieving the Television camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to Television inspection. F" Sanitary sewer mains must be laced with enough water to fill all low pints. The television inspection must be done immediately following the lacing of the main with no water flow. If sewer is active, flow must be restricted to provide a clear image of sewer being inspected. 2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service tap observed during inspection. All television logs shall be referenced to stationing as shown on the plans. A copy of these television logs will be supplied to the City. 3. PHOTOGRAPHS: Instant developing, 35 mm, or other standard-size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations. 4. VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed. ' Video tape recording playback shall be at the same speed that it was recorded. The television tapes shall be furnished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days. Equipment shall be provided to the City by the Contractor for review of the tapes. Tapes will be returned to the Contractor upon completion of review by the Engineer. Tapes shall not be erased without the permission of the Engineer. 09/01/04 SC-21 PART D - SPECIAL CONDITIONS If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re- televise and provide a good tape of the line at no additional cost to the City. If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made. Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera. D. PAYMENT OF POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS: The cost for post-construction Television Inspection of sanitary sewers shall be per linear foot of sewer televised. The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily evaluated as to sewer conditions and for providing appropriate means for review of the tapes by the Engineer. Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis. The quantity of TV inspection shall be measured as the total length of new pipe installed. All costs associated with this work shall be included in the appropriate bid item- Post-Construction Television Inspection. The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents. All bypass pumping shall be incidental to the project. D-39 SAMPLES AND QUALITY CONTROL TESTING N/A See Technical Specification �- D-40 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 rio 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 09101104 SC-22 PART D - SPECIAL CONDITIONS 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 finished work. 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. W D-41 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES N/A D-42 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 p6blic 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 b the International Society of Arboriculture. y ty Payment for negligent damage to public trees shalt 09101104 SC-23 PART D - SPECIAL CONDITIONS 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-43 SITE RESTORATION . The contractor shall be responsible for restoring the site to original grade and condition after completion of his operations subject to approval of the Engineer. The basis for approval by the Engineer will be grade restoration to plus minus one-tenth (0.1)of a foot. D-44 CITY OF FORT WORTH STANDARD PRODUCT LIST Proposed products submitted in the bid documents must appear in the latest °City of Fort Worth Standard Product List, for the bid to be considered responsive. Products and processes listed in the "City of Fort Worth Standard Product List shall be considered to meet City of Fort Worth minimum technical requirements. D-45 TOPSOIL, SODDING, SEEDING & HYDROMULCHING This item shall be performed in accordance with the City of Fort Worth Parks and Community Services Department Specifications for Topsoil, Sodding and Seeding. 1. TOPSOIL " DESCRIPTION: This item will consist of fumishing and placing a minimum of six (6) inches of topsoil, free from rock and foreign material, in all parkways and medians to the lines and grades as established by the Engineer. CONSTRUCTION METHODS: Topsoil will be secured from borrow sources as required to supplement material secured from street excavation. All excavated materials from streets which is suitable for topsoil will be used in the parkways and medians before any topsoil is obtained from a borrow source. Topsoil material secured from street excavation shall be stockpiled at locations approved by the Engineer, and at completion of grading and paving operations, topsoil shall be placed on parkway areas so as to provide a minimum six (6) inches of compacted depth of topsoil parkways. 2. SODDING DESCRIPTION: Sodding will consist of furnishing and planting Bermuda, Buffalo or St. Augustine grass in the areas between the curbs and walks, on terraces, in median strips, on embankments or cut slopes, or in such areas as designated on the Drawings and in accordance with the requirements of this Specification. Recommended Buffalo grass varieties for sodding are Prairie and 609. MATERIALS: Sod shall consist of live and growing Bermuda, Buffalo or St. Augustine grass secured from sources where the soil is fertile. Sod to be placed during the dormant state of these grasses shall be alive and acceptable. Bermuda and Buffalo grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a two (2) inch minimum thickness of native soil attached to the roots. St. Augustine grass sod shall have a healthy, 09101104 SC-24 PART D - SPECIAL CONDITIONS virile root system of dense, thickly matted roots throughout a one (1) inch minimum thickness of native soil attached to the roots. The sod shall be free from obnoxious weeds or other grasses and shall not contain any matter deleterious to its growth or which might affect its subsistence or hardiness when transplanted. Sod to be placed between curb and walk and on terraces shall be the same type grass as adjacent grass or existing lawn. Care shall be taken at all times to retain native soil on the roots of the sod during the process of excavating, hauling, and planting. Sod material shall be kept moist from the time it is dug until planted. When so directed by the Engineer, the sod existing at the source shall be watered to the extent required prior to excavating. Sod material shall be planted within three days after it is excavated. CONSTRUCTION METHODS: After the designated areas have been completed to the lines, grades, and cross-sections shown on the Drawings and as provided for in other items of the contract, sodding of the type specified shall be performed in accordance with the requirements hereinafter described. Sodding shall be either "spot" or "block"; either Bermuda, Buffalo or St. Augustine grass. a. Spot Sodding Furrows parallel to the curb line or sidewalk lines, twelve (12) inches on centers or to the dimensions shown on the Drawings, shall be opened on areas to be sodded. In all furrows, sod approximately three (3) inches square shall be placed on twelve (12) inch centers at proper depth so that the top of the sod shall not be more than one-half (1/2) inch below the finished grade. Holes of equivalent depth and spacing may be used instead of furrows. The soil shall be firm around each block and then the entire sodded area shall be carefully rolled with a heavy, hand roller developing fifteen (15)to twenty-five (25) pounds per square inch compression. Hand tamping may be required on terraces. b. Block Sodding. At locations on the Drawings or where directed, sod blocks shall be carefully placed on the prepared areas. The sod shall be so placed that the entire designated area shall be covered, and any voids left in the block sodding shall be filled with additional sod and tamped. The entire sodded area shall be rolled and tamped to form a thoroughly compact solid mass. Surfaces of block sod, which, in the opinion of the Engineer, may slide due to the height or slope of the surface or nature of the soil, shall,. upon direction of the Engineer, be pegged with wooden pegs driven through the sod block to the firm earth, sufficiently dose to hold the block sod firmly in place. When necessary, the sodded areas shall be smoothed after planting has been completed and shaped to conform to the cross-section previously provided and existing at the time sodding operations were begun. Any excess dirt from planting operations shall be spread uniformly over the adjacent areas or disposed of as directed by the Engineer so that the completed surface will present a sightly appearance. ' The sodded areas shall be thoroughly watered immediately after they are planted and shall be_subsequently watered at such times and in a manner and quantity directed by the Engineer until completion and final acceptance of the project by the City of Fort Worth. 09101104 SC-25 t PART D - SPECIAL CONDITIONS 3. SEEDING DESCRIPTION: "Seeding" will consist of preparing ground, providing and planting seed or a mixture of seed of the kind specified along and across such areas as may be designated on the Drawings and in accordance with these Specifications. MATERIALS: '. a. General. All seed used must carry a Texas Testing Seed label showing purity and germination, name, type of seed, and that the seed meets all requirements of the Texas Seed Law. Seed furnished shall be of the previous season's crop and the date of analysis shown on each tag shall be within nine (9) months of time of delivery to the project. Each variety of seed shall be furnished and delivered in separate bags or containers. A sample of each variety of seed shall be furnished for analysis and testing when directed by the Engineer. The specified seed shall equal or exceed the following percentages of Purity and germination: Common Name Rurdiy Germination Common Bermuda Grass 95% 90% Annual Rye Grass 95% 95% Tall Fescue 95% 90% .-. Western Wheatgrass 95% 90% Buffalo Grass Varieties Top Gun 95% 90% Cody 95% 90% Table 120.2.(2)a. URBAN AREA WARM-SEASON SEEDING RATE(lbs.); Pure Live Seed (PLS) Mixture for Clay or Tight Soils Mixture for Sandy Soils -„ Dates (Eastern Sections) (Western Sections) (All Sections) Feb 1 Bermudagrass 40 Buffalograss 80 Bermudagrass 60 to Buffalograss 60 Bermudagrass 20 Buffalograss 40 May 1 Total: 100 Total: 100 Total: 100 Table, 120.2.(2)b TEMPORARY COOL-SEASON SEEDING RATE; (lb.) Pure Live Seed (PLS) Dates (All Sections) Aug 15 Tall Fescue 50 to Western Wheatgrass 50 May 1 Annual Rye 50 Total: 100 CONSTRUCTION METHODS: After the designated areas have been completed to the lines, grades, and cross-sections shown on the Drawings and as provided for in other items of this Contract, seeding of the type specified shall be performed in accordance with the requirements hereinafter described. 09101104 SC-26 PART D - SPECIAL CONDITIONS a. Watering. Seeded areas shall be watered as directed b the Engineer so as to prevent 9 Y 9 washing of the slopes or dislodgment of the seed. b. Finishing. Where applicable, the shoulders, slopes, and ditches shall be smoothed after seed bed preparation has been completed and shaped to conform to the cross-section previously provided and existing at the time planting operations were begun. BROADCAST SEEDING: The seed or seed mixture in the quantity specified shall be uniformly distributed over the areas shown on the Drawings and where directed. If the sowing of seed is by hand, rather than by mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer shall be distributed at the same time provided the specified uniform rate of application for both is obtained. "Finishing" as specified in Section D-45, Construction Methods, is not applicable since no seed bed preparation is required. ■n DISCED SEEDING: Soil over the area shown on the Drawings as directed to be seeded shall be loosened to a minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter or they shall be removed. The area shall then be finished to line and grade as specified under "Finishing" in Section D-45, Construction Methods. The seed, or seed mixture, specified shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand rather than by mechanical methods, seed shall be raked or harrowed into the soil to a depth of approximately one-eight (1/8) inch. The planted area shall be rolled with a corrugated roller of the "Cultipacker"type. All rolling of the slope areas shall be on the contour. ASPHALT MULCH SEEDING: The soil over the area shown on the Drawings, or as directed to be seeded, shall be loosened to the minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter, or they shall be removed. The area shall then be finished to line and grade as specified under"Finishing" in Section D- 45, Construction Methods. Water shall then be applied to the cultivated area of the seed bed until a minimum depth of six (6)inches is thoroughly moistened. After the watering, when the ground has become sufficiently dry to be loose and pliable, the seed, or seed mixture specified, shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand, rather than mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer may be distributed at the same time, provided the specified uniform rate of application for both is obtained. After planting, the seed shall be raked or harrowed into the soil to a depth of approximately one-quarter (1/4?inch. The planted surface area and giving a smooth surface without ruts or tracks. In between the time compacting is completed and the asphalt is applied, the planted area shall be watered sufficiently to assure uniform moisture from the surface to a minimum of six (6) inches in depth. The application of asphalt shall follow the last watering as rapidly as possible. Asphalt shall be of the type and grade as shown on the Drawings and shall conform to the requirements of the item 300, "Asphalts, Oils and Emulsions". If the type of asphalt to be used is not shown on the Drawings, or if Drawings are not included, then MS-2 shall be used. Al1 r,�s 09101104 SC-27 tiff 9C-AMMY PART D - SPECIAL CONDITIONS the asphalt shall be at a rate of three-tenths (0.3) gallons per square yard. It shall be applied to the area in such a manner so that a complete film is obtained and the finished surface shall be comparatively smooth. RE-SEEDING OF AREAS PLANTED WITH COOL SEASONS SPECIES: Areas where temporary cool season species have been planted may be replanted beginning February 1 with warm season species as listed in Table 120.2(2)a. The re-seeding will be achieved in the ' + following manner. The cool season species shall be mowed down to a height of one (1) inch to insure that slit-seeding equipment will be able to cut through the turf and achieve adequate soil penetration. . * Slit-seeding, is achieved through the use of an implement which cuts a furrow (slit) in the soil and places the seed in the slit which is then pressed close with a cult packer wheel. 4. HYDROMULCH SEEDING: If hydro mulch seeding is provided, seed mix shall have 95% purity of Bermuda grass and have a germination rate of 90%. Contractor shall ensure that the grass establishes. 5. CONSTRUCTION WITHIN PARK AREAS TURF RESTORATION OF PARK AREAS: FERTILIZER DESCRIPTION: "Fertilizer" will consist of providing and distributing fertilizer over such areas as are designated on the Drawings and in accordance with these Specifications. MATERIALS: All fertilizer used shall be delivered in bags or containers clearly labeled showing the analysis. The fertilizer is subject to testing by the City of Fort Worth in accordance with the Texas Fertilizer Law. A pelleted or granulated fertilizer shall be used with an analysis of 16-20-0 or 16-5-8 or having the analysis shown on the Drawings. The figures ` in the analysis represent the percent of nitrogen, phosphoric acid, and potash nutrients respectively as determined by the methods of the Association of Official Agricultural Chemists. In the event it is necessary to substitute a fertilizer of a different analysis, it shall be a pelleted or granulated fertilizer with a lower concentration. Total amount of nutrients furnished and applied per acre shall equal or exceed that specified for each nutrient. CONSTRUCTION METHODS: When an item for fertilizer is included in the Drawings and proposal, pelleted or granulated fertilizer shall be applied uniformly over the area specified to be fertilized and in the manner directed for the particular item of work. Fertilizer shall be dry and in good physical condition. Fertilizer that is powdered to caked will be rejected. Distribution of fertilizer as a particular item of work shall meet the approval of the Engineer. Unless otherwise indicated on the Drawings, fertilizer shall be applied uniformly at the average rate of three hundred (300) pounds per acre for all types of "Sodding" and four hundred (400) pounds per acre for all types of"Seeding". MEASUREMENT: Topsoil secured from borrow sources will be measured by the square yard " in place on the project site. Measurement will be made only on topsoils secured from borrow sources. OW1104 SC-28 PART D - SPECIAL CONDITIONS Acceptable material for"Seeding"will be measured by the linear foot, complete in place. Acceptable material for"Sodding"will be measured by the linear foot, complete in place. Acceptable material for"Fertilizer' shall be subsidiary to the price of sodding or seeding. PAYMENT: All work performed as ordered and measured shall be subsidiary to the contract unless and otherwise noted in the plans and bid documents to be paid for at the unit price bid for each item of work. Its price shall be full compensation for excavating (except as noted below), loading, hauling, placing and furnishing all labor, equipment, tools, supplies, and incidentals necessary to complete work. All labor, equipment, tools and incidentals necessary to supply, transport, stockpile and place topsoil or salvage topsoil as specified shall be included in "Seeding" or "Sodding" bid items and will not be paid for directly. "Spot sodding" or "block sodding" as the case may be, will be paid for at the contract unit price per square yard, complete in place, as provided in the proposal and contract. The contract unit price shall be the total compensation for furnishing and placing all sod; for all rolling and tamping; for all watering; for disposal of all surplus materials; and for all materials, labor, equipment, tools and incidentals necessary to complete the work, all in accordance with the Drawings and these Specifications. The work performed and materials furnished and measured as provided under "Measurement" shall be paid for at the unit price for "Seeding", or "Sodding", of the type spewed, as the case may be, which price shall each be full compensation for furnishing all materials and for performing all operations necessary to complete the work accepted as follows: Fertilizer material and application will not be measured or paid for directly, but is considered subsidiary to Sodding and Seeding. D-46 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-47 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. 09101104 SC-29 PART D - SPECIAL CONDITIONS 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. 4. Payment for substantial completion inspection as well as final inspection shall be subsidiary to the project price. Contractor shall still be required to address all 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. D-48 EXCAVATION NEAR TREES 6. The Contractor shall be responsible for taking measures to minimize damage to tree limbs, tree trunks, and tree roots at each work site. All such measures shall be considered as incidental work included in the Contract Unit Price bid for applicable pipe or structure installation except for short tunneling/tree augering. 7. Any and all trees located within the equipment operating area at each work site shall, at the direction of the Engineer, be protected by erecting a "snow fence" along the drip line or edge of the tree root system between tree and the construction area. 8. Contractor shall inspect each work site in advance and arrange to have any tree limbs pruned that might be damaged by equipment operations. The Engineer shall be notified at least 24 hours prior to any tree trimming work. No trimming work will be permitted within private property without written permission of the Owner. 9. Nothing shall be stored over the tree root system within the drip line area of any tree. 10. Before excavation (off the roadway)within the drip line area of any tree, the earth shall be sawcut for a minimum depth of 2 feet. 11.At designated locations shown on the drawings, the "short tunnel" method using Class 51 D.I. pipe shall be utilized. 12. Except in areas where clearing is allowed, all trees up to 8" in diameter damaged during construction shall be removed and replaced with the same type and diameter tree at the M contractor's expense. 13. Contractor shall employ a qualified landscaper for all the work required for tree care to ensure utilization of the best agricultural practices and procedures. 14. Short tunneling shall consist of power augering or hand excavation. The tunnel diameter shall not be larger than 1-1/2 times the outside pipe diameter. Voids remaining after pipe installation shall be pressure grouted. D-49 CONCRETE ENCASEMENT OF SEWER PIPE " N/A D- 50 CLAY DAM N/A 09/01104 SC-30 PART D - SPECIAL CONDITIONS - D-51 EXPLORATORY EXCAVATION (D-HOLE) NIA D-52 INSTALLATION OF WATER FACILITIES NIA D-53 SPRINKLING FOR DUST CONTROL All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered to this contract. D-54 DEWATERING The Contractor shall be responsible for determining the method of dewatering operation for the water or sewage flows from the existing mains and ground water. The Contractor shall be responsible for damage of any nature resulting from the dewatering operations. The DISCHARGE from any dewatering operation shall be conducted as approved by the Engineer. Ground water shall not be discharged into sanitary sewers. Dewatering shall be considered as incidental to a construction and all costs incurred will be considered to be included in the project price. D-55 TRENCH EXCAVATION ON DEEP TRENCHES Contractor to prevent any water flowing into open trench during construction. Contractor shall not leave excavated trench open overnight. Contractor shall fill any trench the same day of _ excavation. No extra payment shall be allowed for this special condition. D-56 TREE PRUNING A. REFERENCES: National Arborist Association's "Pruning Standards for Shade Trees". B. ROOT PRUNING EQUIPMENT 1. Vibratory Knife 2. Vermeer V-1550RC Root Pruner C. NATURAL RESOURCES PROTECTION FENCE 3. Steel"T"= Bar stakes, 6 feet long. 4. Smooth Horse-Wire: 14-1/2 gauge (medium gauge)or 12 gauge (heavy gauge). 5. Surveyor's Plastic Flagging: "Tundra" weight, International fluorescent grange or red color. 6. Combination Fence: Commercially manufactured combination soil separator fabric on wire mesh backing as shown on the Drawings. D. ROOT PRUNING OM1104 SC-31 PART D - SPECIAL-CONDITIONS D-65 PRE-CONSTRUCTION NEIGHBORHOOD MEETING N/A D-66 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. (Attached) D-67 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE N/A D-68 STORM WATER POLLUTION PREVENTION PERMIT: As defined by Texas Commission on Environmental Quality(TCEQ) regulations, a Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all construction activities that result in the disturbance of one to five acres (Small Construction Activity)or five or more acres of total land (Large Construction Activity). The contractor is defined as an"operator" by state regulations and is required to obtain a permit. Information concerning the permit can be obtained through the Internet at http://www.tnrec.state.b(.us/permitting/water perm/wwperm/construct.html. Soil stabilization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can be obtained through the Internet at www.dfwstormwater.com/runoff.htmi. Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction management techniques that, if properly utilized, can minimize the need for physical controls and possible reduce costs. The methods of control shall result in minimum sediment retention of not less than 70%. NOTICE OF INTENT(NOI): If the project will result in a total land disturbance equal to or greater than 5 acres, the contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent (NOI)form prepared by the engineer. It serves as a notification to the TCEQ of construction activity as well as a commitment that the contractor understands the requirements of the permit for storm water discharges from construction activities and that measures will be taken to implement and maintain storm water pollution prevention at the site. The NOI shall be submitted to the TCEQ at least 48 hours prior to the contractor moving on site and shall include the required $100 application fee. The NOI shall be mailed to: Texas Commission on Environmental Quality Storm Water& General Permits Team; MC-228 P.O. Box 13087 ' Austin, TX 78711-3087 A copy of the NOI shall be sent to: City of Fort Worth Department of Environmental Management 5000 MLK Freeway 09101104 SC-34 PART D - SPECIAL CONDITIONS Fort Worth, TX 76119 NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity, the contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT)form prepared by the engineer. It serves as a notice that the site is no longer subject to the requirement of the permit. The NOT should be mailed to: Texas Commission on Environmental Quality Storm Water& General Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711-3087 STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site. Five of the project SWPPP's are available for viewing at the plans desk of the Department of Engineering. The selected Contractor shall be provided with three copies of the SWPPP after award of contract, along with unbounded copies of all forms to be submitted to the Texas Commission on Environmental Quality. LARGE CONSTRUCTION ACTIVITY--DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES: A Notice of Intent (NOI)form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the Engineer shall be prepared and implemented at least 48 hours before the commencement of construction activities. The SWPPP shall be incorporated into in the contract documents. The contractor shall submit a schedule for implementation of the SWPPP. Deviations from the plan must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from those anticipated during the preparation of the SWPPP. Modifications may be required to fully conform to the requirements of the Permit. The contractor must keep a copy of the most current SWPPP at the construction site. Any alterations to the SWPPP proposed by the contractor must be prepared and submitted by the contractor to the engineer for review and approval. A Notice of Termination (NOT)form shall be submitted within 30 days after final stabilization has been achieved on all portions of the site that is the responsibility of the permittee, or, when another permitted operator assumes control over all areas of the site that have not been finally stabilized. SMALL CONSTRUCTION ACTIVITY- DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES: Submission of a NOI form is not required. However, a TCEQ Site Notice form must be completed and posted at the site. A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above. A SWPPP, prepared as described above, shall be implemented at least 48 hours before the commencement of construction activities. The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion, sedimentation and water pollution and will be included in the contract documents. The control measures shall be installed and maintained throughout the construction to assure effective and continubus water pollution control. The controls may include, but not be limited to, silt fences, straw bale dikes, rock berms, diversion dikes, interceptor swales, sediment traps and basins, pipe slope drain, inlet protection, stabilized construction entrances, seeding, sodding, mulching, soil retention blankets, or other structural or non-structural storm water pollution controls. The method of control shall resultin a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from the proposed control measures must be submitted to the engineer for approval. 09101104 SC-35 PART D - SPECIAL CONDITIONS PAYMENT FOR SWPPP IMPLEMENTATION: Payment shall be made per lump sum as shown on the proposal as full compensation for all items contained in the project SWPPP. FOR DISTURBED AREAS LESS THAN 1 ACRE, SPECIAL CONDITION D -40 SHALL BE APPLICABLE. D-69 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS It is the Contractor's responsibility to coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. The Contractor may obtain a hydrant water meter from the Water Department for use during the life of named project. In the event the Contractor requires that a water valve on an existing live system be turned off and on to accommodate the construction of the project, the Contractor must coordinate this activity through the appropriate City representative. The Contractor shall not operate water line valves of existing water system. Failure to comply will render the Contractor in violation of Texas } Penal Code Title 7, Chapter 28.03 (Criminal Mischief)and the Contractor will be prosecuted to the full extent of the law. In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. D-70 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD The City reserves the right to require any pre-qualified contractor who is the apparent low bidder(s)for a project to submit such additional information as the City, in sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s)to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information if requested may be grounds for rejecting the apparent low bidder as non-responsive. Affected contractors will be notified in writing of a recommendation to the City Council. D-71 EARLY WARNING SYSTEM FOR CONSTRUCTION Time is of the essence in the completion of this contract. In order to insure that the contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule, the following process shall be applicable: The work progress on all construction projects will be closely monitored. On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the contractor is less than the percentage of time allowed by 20% or more (example: 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken: 1. A letter will be mailed to the contractor by certified mail, return receipt regwested demanding that, within 10 days from the date that the letter is received, it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time. In the event the contractor receives such a letter, the contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time. 09101104 SC-36 PART D - SPECIAL CONDITIONS 2. The Project Manager and the Directors of the Department of Engineering, Water Department, and Department of Transportation and Public Works will be made aware of the situation. If necessary, the City Manager's Office and the appropriate city council members may also be informed. 3. Any notice that may, in the City's sole discretion, be required to be provided to interested individuals will distributed by the Engineering Department's Public Information Officer. 4. Upon receipt of the contractor's response, the appropriate City departments and directors will be notified. The Engineering Department's Public Information Officer will, if necessary, then forward updated notices to the interested individuals. 5. If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract, the bonding company will be notified appropriately. D-72 AIR POLLUTION WATCH DAYS t The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1, through OCTOBER 31, with 6:00 a.m. - 10:00 a.m. being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION. . The Texas Commission on Environmental Quality(TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. On designated Air Pollution Watch Days, the Contractor shall bear the responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin work until 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00 a.m. if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA as "Low Emitting", or equipment bums Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. -6:00 p.m., on a designated Air Pollution Watch Day, that day will be considered as a weather day and added onto the allowable weather days of a given month. D-73 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS A fee for street use permits is in effect. In addition, a separate fee for re-inspections for parkway construction, such as driveways, sidewalks, etc.,will be required. The fees are as follows: f° 1. The street permit fee is $30.00 per permit with payment due at the time of permit application. 2. A re-inspection fee of $25.00 will be assessed when work for which an inspection called for is incomplete. Payment is due prior to the City performing re-inspection. Payment by the contractor for all street use permits and re-inspections shall be considered subsidiary to the contract cost and no additional compensation shall be made. 09/01/04 SC-37 *e (Tq be printed on Contractor's Letterhead) Date: DOJE.,No: 3170 PROJECT NAME Aftin C,1C4B S4nitary-SeWpr Drainage Area Part 15 NAPSCO LOAT.I9N.s 76L , LDWS OF'CMST.: `VS�tst of 9fh:&vcnue.along•FWVWR between Rosedale,and Oleander Estiinsteil':Duration of Construction on:yp%ir Street:<XX>days 11L IL ff THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL REHABILITATE SEWER LINES ON, OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDEN'I> AT<TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT <TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL 871-7970 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL. PART D - SPECIAL CONDITIONS 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(21/2 CY& less) $9.94 Front End Loader(over 2 1/2 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 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 $9.80 09/01/04 SC-39 Fou WO RT H Deft DOS.NO. XXIM NoTLCE OF TEMPORARY 'WATER SERVICE 11TERRUPT10,11 DUE TO UTILITY IMPROVEMENTS IN YOUR NFZGHBORHOOD, YOUR WATER SERVICE WXLL BE INTERRUPTED ON BETWEEN THE HOURS OF AND P IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT,PLEASE CALL: MR. AT .% (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. ` THANK YOU, CONTRACTOR ' PART D - SPECIAL CONDITIONS m'T AS"DIE"OMiEE ift'OF;HEAN 7H I i If 1D, r M: t IJ ....u.' r .dsfi•r.'�s"'c.��:r;�.h,'-"r'rff;p tv��""r}��t'.ts �. ..'. 'YA'..r'L'+� '-.�-,. ::�' L7 .1.1p�_'.+'S?` 'a_hay��..�:.• 'tar 1'„N+rx r� - ��x Y�9+�o FFY•LT'^.ta WI�1JW Vp Yl.`!3C '�•.S T,1 ' 'Y:x`.+”, :G'' ';�; `'',�'S _'' _-r+I%� - -•.S•-ac s. .'�•wk�•7 =r^,Te".. ^u�s. n}:; 7-77 , N..�� •.?-.,,-,wSw`�j �,y'�;�,w.�yc� r- ="�'i°r6 i�, �}""':i^\ +�__ /�- Mr .j-� ,�/ -.. . e"-' _ @rftWlYr l •lw�Y 03.:! _'n' •ti'l. _ ".1• :3��7,JlU�. �v }J� ��u '■�.. L.p,� AXp '!ti itir �'* 'r�3Y= ,. ��r;_ .t. ..,K� i'. '"rr _ _ _ �•"��+{���[/ss, .....,• �:_�„, ,.arc;'.,,,., ,..�`...+`'si; ••6 `/�r•S'�-, - . - T,}y=4.•.C..�' ..Jm'w:. ^T 1,.:.r.'2'�'f t. s.S"' - •fi1[7,}�"_ �•;a. - WN r r `„s. �}`"':l _ 4'i-: ';,t_•...:t,,�fJ-:.::•'�. •' •t `R rL:, .i'�' .s<•r=- _ `;a .,�ii�• '_?r'f+ i,':' '�LJp+`_-F..t`' •',i. '.s^^,MI �:J-.1J1J��' t�Yai�t3- '�S i.6rl 4..� : ,��`,. : �:' •. •� " :•'r.,..- ;'�° :.-Sim:- ", Zip:�a.,•.,.,__„,:,'C�er,F?flat1e;11iumtl@cf'=7'�,, t; •.. '°'JIµ- 1. -$lMfCbl tii�indtintia$ 16e' s•x , �•at4�►�t�tevKrfla�'�t;tlii�tiuxil�Ri9a”n��ie�6lfif���dda�fdrfho7rti�oic.�IGbe ".q MIR, - �;�,, `�4j'be$t:�pidaes,ar•1=acl�t�Name: - - r P%yoW dretssv FacllilX1,PDanit! uiiebgr� ] .' - Facii3ty` ntagi�"i?e on: ' C iian:oa ''_.`, "moi NU'in qr �, •Prrar't�se3. __-- `F,UtrIr�.Ut>�:' `: Age.of Buirdlrigli=aolll!-, Sim: ,SchocW'-12). aYES fTNO 6y •F of Y�tot 0 Dimallticdi !]"mor! } © Aterieral Q?f s dated Y-_ :llltoiittin`II'ti�•efuFirm. a s 13 E'semlgg f] D 1 L7iescr�piCarr'atwork ttch B [shills a Pubfle ai�ildi ? a YES ❑ Na Fedmi Faeili • ) r►9,, !y?fl YES.4 NO Irrdetstrlal&its?'Q YES ONO 'T NESW4aljFaeklo a YES" ❑ NO Is 9ulC�dtng actly ► E3 YE$ d HQ 7) NdiffWion-TWe,CHECKONLY ONE t7 Orl Imdr 14 fAFo ._, 9 i_ rklrtD;aaYsy D Cartcaparlloa GiA�mendmeent ElEmergen�Orderad Ifft lsLarr*6andmant,whii*Rmand ment number is W (Eieclosaaapy of orlglnaI ae lar,fasEattiaddatont) F ah artier@ecigr,,_wdld=�u'tegcsw7t df'i'[ H? Foreign - r _ G1atie�iiid?Hsitit^ohE�irtergecic��[(`I�.IXA�Itd/Dhll'Y}; _.,"• � - ::. sip`gQflplt�rtfd8tuieocFeddtev�n#and ezpls�iatiait,afh�ur_tlfa: tttuetl tmser�d�Eloeas'oc Waufd tsetse e�gufpctt :dsmt (CainpUlers,� iaiine�yF etc >g� , r emas=ta be`foifgived In the eveik4hit rarairpe�tecfsas dt islbuod or plra�ieatis roan . :'°� sfalie�din`es anrniblsil,_{iWwerized:cE' w�i��ty p�v�ttsG - l� - 9 F $ar)A8tis9xos� etprayperpiMed? is YES MNO Wit- f TIRH 10506dar,L WNMI fere rtIaetd•"fl ?Li44`•QTEti9;❑a,SSW11Bd TDHI!?$btfiurY -`N5: ;:'�`4or't`4HN�A ipytilie,lsusadfej,�irads:an assump9cn rrtiustli�tnatb3Fa TD sLl�rtif#nspeclor) 1� ��.,Dewdptlan;of,piranned demalitionver renovation Wdd%type f aivatentrl,and rndthod((s}'ta,be Dewlp ft cF*a*praedr=and anghoerlrtQ Oordmis to be used of admako 4dt le may^ dttrrrolRlrt: .G 09101104 SC-41 PART D - SPECIAL CONDITIONS S `� `PTS' yF�• �.<.'.- r"Y�a:'`^:Y:� - w�w,� . . ... _ .-N,•�, ., , .. .,., � a.,�•��µ,.. w�... - , '�S .5 '4•.. ..,.,±v 'i. • "< �•.....•.r� ' .1•. .. •'•,',.. •'.. �•... 'i,•:.1,`1.1-15.4•.->`A�,se � '-RC2}�L`"„�ip7fc�'t�l�;l �}�n�it�;°�'�Ilo�%r1n�•�bir [i;�t�exxgn��e�ed SIF't�11,3:; -3Tr��tP��E�►�i`;,�}�> j�^•;`�� - Er4 P.;._. - a<r�.�.. �.••' :r:.. .,.y;�Y-„�y.;-,- "`.v ;a”. ..„_:-�,, x,.ti :;.a a ..u.•: ".c.rv..v,S v.r "_• •7�r-� - 't' ' .atm . 's'i:M",r ., ,r. �f _-.k...d.w:e�h`:'i.....�j. '��+,.., .$s..'.,• e ,TV mal�r3mounf�at�a�1�ck�unl�alkirrEasia�m�ritE-, •" d 'tB d�AlOWN _+. �'•,�'± ,�'., - MR- PON ?�'.r.4.�'��,�,-�;s•t%�v4'�t.T.;�}�s6:,,lx`'t,J,r..I,F��I,d,?�'L.•�@�.i»3r.F7t�<fi=•.7,'hy�;1i",e.�>.t�^�^c_'u.c.,.,'-+x:�a—',-y,�rs.-",b��'w�sr;..'�tte::,.l=i.�'�ta_..�.;•-.,:�7T97.:.a•'c•,4�,vr�,t[r1,..Cz.fib�,,���CStt1,aL�/:,1tI�:>,�.t.�+Q,x�.s�1fd�1;.as�:yn•rol4c.t✓�`•-•f7�'�r"41�,15F;;�—DPd;��,�:t:;fr":r±J,Y•a'O�.'a b•ksF+}�`�Li;,��'�., .:x`�,�,r,r:••t_a__✓»z:_.._�,'�r.•--�' -,','^�••'•.�ttY•�A�s 3'Y�4M--Y��.,'�>�,,�,_`'.,-.Y�'•t.:v.�',7�.o-il:_�_.-r;t:•-,,-»-- _''S'.�'cftt'^."._.tt`.'z.'`R.S�y'y,a-_.•t.'--1._i''^7-'",';ft t_iii�•-r,•-+Y:,.'rxr_5ail.'`:,'e"!=��;�•e s l�j •,, �����,'q'7,�7=;"fit.;�"y:4''`�.y•;tis::7,�..{pY,aa•'�__•:�11.' ^. .'��!",�-.'',,tsM�.•'� :•,<-<•;�,-.'8A.��' ,t �,... , f,'t..i,.•..:a....::7s.�r.¢.-' � � rye?a ;%,','. ,I.�`' ,;d it„ _ P-77-7 77 ,, •...-. 'r ';d _>"';�s �'."',- �aP: I�IF�1b.��7I1��UB; M `' _ n v tv� PQm,: + Pltioe► ,i+tu�ari>gr: f >I "' Aft. asfia 6ispl_s Nr1p� �'77-- 6l,tRs Permit Nurrrber. , ' ""T.br,birudurallyunsaniridf&d Ides,allch-acopyafttemor»iamordsrand lden d�avemmentul Offiiclal,b~. d acr�a F�eglsfratlocr.t+ld - ; begin(MMODNY) f !„_.. . X1 ,1 epiled t?aEes of.,4*4ta lkbaleh7enC(MMlDOltnr] Start: - I ! Cemptlete• f . I " rAtil p d'I�e�sidlflf l enmvat�vn'{hAWDDNY) Start:- -L--- A - complow. ! 1 P ». �tF1t�Letgr��,xif5i �tt�r�lark.+GanirioilHi'mok tno�aE#tao�Forra("orrrnoaE.Prrogram o��1Kr`rst�earta�ted-bv p oi^aEf►e; tarfklfife:nF liherboadosalh aw(ofa� �t°f7o,aaao7 tans tc TAt P+4dM on49LGi. ' Yi; Iellf[ d' uoiit;he m- eci,ls.carruet,camptbte�,andkua]to,trianitofni)6kr4vA6Q% !aakntw�{edge g:,' onsl iz or�l itt M1 rti ioPrn,including,Ut not]6mitin',content acid spti MIlon.daiiis.7fie Fri'E-y� '�;"r�.>"':.,:.=c'€'"",:f_- - •r. -•,J• • ,rc,�'k,,'.i:r;:r+7',ac "':r.4,. ..4-. ,�• :;.' a +Il, ht .. {l5'( .. ` •, Ictttsdt+tanYe]- (�+At9} '•',f(�' .,, Jr I -,-t,•F1' t_�'r�a -�� :. _ ,��s';t�s�f'to�rt�t�a�� •,�t=t�'r�ot� _�'_•HJ snt: DIVISION t F.AUTti t?Ct;A*1 308 ar+gMtft° P�iitl3'ktN.,P(-,!8 94=8 8 PH-X12= U--6800;l,-Sfb(I' 7;y= 548 • �F4rirr PB r o pt Q717l31�2 f bi ces;TD!f forcir Baled 07/130f.Aor as#isWCO in curVID10OB9,kM aaAl 1.WX5 7 09/01/04 SC-42 low r PART E SPECIFICATIONS (WATER DEPARTMENT) CITY OF FORT WORTH MATERIAL (E-1) AND CONSTRUCTION (E-2) SPECIFICATIONS NOT INCLUDED HEREIN SECTION E1 - MATERIAL SPECIFICATIONS SECTION E2- CONSTRUCTION SPECIFICATIONS JANUARY 1, 1978 (REVISED 1/20/88) TABLE OF CONTENTS E Section E Specifications E(1) E1-2 Backfill E1-2(1) E2-2.11 Trench Backfill E2-2(1) a rn SECTION E SPECIFICATIONS JANUARY 1, 1978 All materials, construction methods and procedures used in this project shall conform to Sections E1, E2, and E2A of the Fort Worth Water Department General Contract Documents and General Specifications, together with any additional material specification(s), construction(s) or later revision(s). (See revisions listed on this sheet). Sections E1, E2, and E2A of the Fort Worth Department General contract Documents and Generai Specifications are hereby made a part of this contract document by reference for all purposes, the same as if copied verbatim herein, and such Sections are filed and kept in the office of the City Secretary of the City of Fort Worth as an official record of the City of Fort Worth. INDEX E1 MATERIAL SPECIFICATIONS E2 CONSTRUCTION SPECIFICATIONS E2A GENERAL DESIGN DETAILS ^ SECTION E1 - MATERIAL SPECIFICATIONS MATERIAL STANDARD E1-2 JANUARY 1, 1978 (APRIL 20, 1981) E1-2 BACKFILL E1-2.4 BACKFILL: (Correct minimum compaction requirement to 95% Proctor density and correct P.I. values as follows:) C. Additional backfill requirements were approved for use in streets: (1) Type B Backfill (a) Maximum plastic index (PI) shall be 8. (2) Type C Backfill (a) Material meeting requirements and having a PI of 8 or less shall be considered as suitable for compaction by jetting. (b) Material meeting requirements and having a PI of 9 or more shall be considered for use only with mechanical compaction. n � SECTION E2- CONSTRUCTION SPECIFICATIONS CONSTRUCTION STANDARD E2-2.11 JANUARY 1, 1978 (APRIL 20, 1981) E2-2.11 TRENCH BACKFILL: (Correct minimum compaction requirement wherever it appears in this section to 95% Proctor density except for Paragraph a.1. where the "95% modified Proctor density"shall remain unchanged). r SPECIAL SPECIFICATIONS TABLE OF CONTENTS Special Specifications DIVISION 1 - GENERAL REQUIREMENTS Item 01001 - Summary of Work Item 01051 - Grades, Lines, and Levels Item 01340 - Shop Drawings, Product Data and Samples Item 01370 - Schedule of Values Item 01410 - Testing Laboratory Services Item 01500 - Temporary Facilities and Controls Item 01563 - Control of Ground Water and Surface Water Item 01600 - Cleaning and Adjusting Item 01610 - Basic Product Requirements Item 01700 - Contract Closeout Item 01720 - Project Record Documents DIVISION 2 - SITE WORK Item 02100 - Site Preparation Item 02200 - Earthwork Item 02211 - Site Grading Item 02222 - Structural Excavation, Fill, and Backfill Item 02223 - Trenching, Backfilling and Compacting Item 02227 - Waste Material Disposal Item 02265 - Geotextile—Soil Stabilization Item 02831 - Precast Concrete Screening Wali Item 02936 - Seeding DIVISION 3 - CONCRETE Item 03100 - Concrete Formwork Item 03200 - Concrete Reinforcement Item 03300 - Cast-In-Place Concrete Item 03600 - Grout DIVISION 4 - MASONRY Item 04065 - Masonry Mortar& Grout Item 04820 - Reinforced Unit Masonry Assemblies DIVISION 5 - METALS Item 05120 - Structural Steel Item 05500 - Miscellaneous Metal Item 05501 - Anchor Bolts, Expansion Anchors and Concrete Inserts Item 05530 - Grating & Floor Plates Item 05810 - Expansion Joint Cover Assemblies DIVISION 8 - DOORS AND WINDOWS Item 08112 - Standard Steel Doors & Frames DIVISION 9 - FINISHES Item 09900 - Painting Item 09901 - Corrosion Protection of Underground Structures DIVISION 11 - EQUIPMENT Item 11316 - Submersible Sewage Pumps Item 11321 - Odor Control Item 11350 - Aluminum Access Hatches, Appurtenances Item 11360 - Valve Vault Grating DIVISION 15 - MECHANICAL Item 15001 - General Requirements for Plant and Station Piping Systems Item 15002 - Field Testing of Plant Station Piping Systems Item 15041 - Ductile Iron Pipe and Fittings Item 15043 - Leakage Test of Hydraulic Structures Item 15080 - Pipe Couplings and Expansion Joints Item 15100 - Valves and Appurtenances Item 15140 - Supports and Anchors DIVISION 16 - ELECTRICAL Item 16000 - Electrical General Provisions Item 16110 - Raceways, Boxes, Fittings & Supports Item 16120 - Wires and Cables Item 16191 - Miscellaneous Equipment Item 16230 - Standby Generator Set Item 16660 - Grounding System SECTION 01001 SUMMARY OF WORK PART 1 - GENERAL 1.1 GENERAL 1. The provisions of the"Special Conditions" shall govern in the event of any conflict between them and the"General Conditions of the Agreement." 1.2 LOCATION 1. The work covered by these documents is entitled Enchanted Bay Sanitary Sewer Lift Station and Force Main. The project site is located as shown on the plan set location map. 1.3 DESCRIPTION OF WORK 1. CONTRACTOR shall furnish all materials, appliances, tools, equipment, transportation, services and all labor and superintendency necessary for construction of the work described herein. The completed work shall not lack any part which can be reasonably implied as necessary for proper and useful operation of the facility. 2. The work, in general, consists of the following: Construction of Sanitary Sewer Lift Station including all appurtenances as shown on the plans. PART2 - PRODUCTS Not Used PART 3- EXECUTION Not Used END OF SECTION C&B 011370010 01001 - 1 c. ; Summary of Work`"= 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. END OF SECTION ■ CSFB No. 011370.010 01051 - 2 Grades, Lines, and Levels P 40 SECTION 01340 SHOP DRAWINGS, PRODUCT DATA AND SAMPLES PART 1 - GENERAL 1.1 SECTION INCLUDES 1. Procedures for submittals. 1.2 SHOP DRAWINGS 1. Present in a clear and thorough manner. Title each drawing with the Contract name and number; identify each element of the drawings by reference to sheet number and detail, schedule, location in plans or Contract Documents. 2. Identify field dimensions; show relation to critical features, work or adjacent products. 3. Minimum Sheet Size: 8-/z"x 11". 1.3 SHOP DRAWING AND PRODUCT DATA PROCEDURES 1. Shop Drawing Requirements: Shop drawings shall show design, materials (kind, thickness and finish), dimensions, connections and other details necessary to ensure that they accurately interpret contract drawings and specifications and also show adjoining work in such detail as required to provide proper connection with same. 2. Identification: All shop drawings shall be identified with the name of the project for which shop drawings are being submitted. The project name and Contract number, CONTRACTOR's name (if applicable), Subcontractor's name, date of submittal, drawing number, revision number, date of each revisions (if any), as well as the specification section under which the work is to be performed and the contract drawing and detail numbers that relate to the shop drawings. 3. Transmittals: All shop drawings, catalog cuts and brochures shall be accompanied by a letter of transmittal from the CONTRACTOR setting forth the same identification information as required above under paragraph B. Transmittal shall also indicate if shop drawing is resubmittal. 4. Submittal Procedures: The CONTRACTOR shall submit one (1) reproducible and two (2) prints of shop drawings with each submittal. Prints shall be blueline on white background or blackline on white background and reproducible shall be paper sepias. Submit six (6) copies of product data. 5. CONTRACTOR shall have copies of all "FURNISH AS AN SUBMITTED" or "FURNISH AS AN CORRECTED" shop drawings at the site at all times, and shall make them available to the OWNER's representatives. r C&B 011370010 01340 - 1 Shop Drawings, Product Data and Samples 6. When shop drawings are submitted in the form of brochures, manufacturers' standard drawings or catalog cuts not readily available in reproducible form, six (6) copies of each shall be submitted to the OWNER; additional copies shall be furnished upon request of the OWNER. m 7. In the event that a range of variations in texture, graining, color or other characteristics may be anticipated in furnished materials, assemblies or elements of the work, a sufficient number of samples of such materials or products shall be submitted to indicate the full range of characteristics which will be present in the materials or products proposed for the work. Any such materials or products delivered or erected prior to approval of full range samples shall be subject to rejection. 8. Distribution and Stamp: 1. Following the ENGINEER's review of each shop drawing submission, the ENGINEER will retain the blueline prints, and return the reviewed reproducible print to the CONTRACTOR with the ENGINEER's review stamp and signature affixed thereto, annotated as follows: 2. "FURNISH AS AN SUBMITTED" means reviewed for construction, fabrication and/or manufacture subject to the provision that the work shall be in accordance with the requirements of the drawings and specifications. Final acceptance of the work shall be contingent upon such compliance. 3. "FURNISH AS AN CORRECTED" means unless otherwise noted on the drawings, reviewed for construction, fabrication and/or manufacture subject to the provision that the work shall be carried out in compliance with all annotations and/or corrections indicated and in accordance with the requirements of the drawings and specifications. Final acceptance of the work shall be contingent upon such compliance. If marked "REVISE AND RESUBMIT," review is valid and CONTRACTOR may proceed as noted above while resubmitting a corrected submittal of the drawing for record purposes. 4. "SUBMIT SPECIFIED ITEM" means that major deviations from the requirements of the drawings and specifications exist in the submittal. No work based on such drawings shall be constructedJabricated or manufactured. The CONTRACTOR shall submit shop drawings of the specified item and make the required corrections. 9. Contractor's Distribution: When transparencies are returned "FURNISH AS AN SUBMITTED"or"FURNISH AS AN CORRECTED,"the CONTRACTOR shall obtain and provide such number of prints as determined by the CONTRACTOR for its field distribution. 10. Review of Shop Drawings, Product Data and Samples: Review shall not relieve the CONTRACTOR of responsibility for any deviation from the requirements of the Contract Documents, unless the CONTRACTOR has informed the OWNER in writing of such deviation at the time of submission and a written review has been given to the specific deviation, nor shall review relieve the CONTRACTOR from such responsibility for errors or omissions in the shop drawings or samples. v C&B 011370010 01340- 2 Shop Drawings, Product Data and Samples 11. Review of the CONTRACTOR'S Shop Drawings: Review shall not relieve the CONTRACTOR of any responsibility, including responsibility for accuracy of dimensions and details, and for mutual agreement and conformity of its drawings with the contract drawings and specifications. 1.4 SAMPLE PROCEDURES 1. Sample Requirements: 1. Where possible, all samples required for a particular specification section shall be submitted together. 2. Samples shall be submitted from the same source which will supply the actual job. Samples shall,be of adequate size to show quality, type, color, range, finish, texture and other specified characteristics. 3. Samples of materials or products which are normally furnished in containers or packages, which bear descriptive labels and/or application or installation instructions, shall be submitted with such labels and/or instructions. 2. Identification: All samples shall be labeled, tagged or otherwise clearly identified. Labels or tags shall set forth the name of the project or location for which the sample is being submitted; CONTRACTOR, Subcontractor and/or supplier; the name of the manufacturer, fabricator or processor; the trade designation, grade and quality of the material or product; the date of submittal; and specific identification of each sample and a precise reference to the specification section and paragraph wherein the material, product or element of the work is specified. Each label or tag shall have sufficient clear space to permit the application of the review stamps of the CONTRACTOR and the ENGINEER. 3. Transmittals: All samples shall be accompanied by a letter of transmittal from the CONTRACTOR setting forth the same identification information as required above under paragraph B. Where appropriate, test data and/or manufacturers' certificates shall be referenced in and forwarded with the letter of transmittal. Samples without accompanying certificates or test data will be returned without action. 4. Submittal Procedure: The CONTRACTOR shall submit three (3) sets of each sample required to the office or site location designated by the OWNER. 5. Engineer's Distribution and Stamp: Following the ENGINEER's review of each sample submission, the ENGINEER will return one sample of each set of samples to the CONTRACTOR with the ENGINEER's review stamp and signature affixed thereto. 6. Contractor's Distribution: When samples are returned "FURNISH AS AN SUBMITTED" or"FURNISH AS AN CORRECTED," the CONTRACTOR shall retain such samples in a suitable place at the site for use by the CONTRACTOR, its Subcontractors, the OWNER and its authorized representatives to ensure that all work is being installed in accordance with approved samples. The remaining approved samples will be retained by the ENGINEER or OWNER. C&B 011370010 01340 - 3 Shop Drawings, Product Data and Samples ��'" 7. Cost of Submittal and Distribution: All charges in connection with the delivery of • samples to the ENGINEER's office or where directed by the ENGINEER (and all charges in connection with the subsequent distribution thereof by the ENGINEER) shall be paid by the CONTRACTOR. 1.5 CONTRACTOR'S REVIEW a 1. Review submittals prior to transmittal, determine and verify field measurements, field construction criteria, manufacturer's catalog numbers and conformance of submittal with requirements of Contract Documents. 2. Coordinate submittals with requirements of work and of Contract Documents. 3. Verify submittal is sealed and signed by appropriate Professional Engineer or Registered Architect, as may be required, in accordance with the appropriate specification section. 4. Each sheet of shop drawings and product data, and each sample label shall bear CONTRACTOR's review stamp signed or initialed to certify compliance with requirements of Contract Documents. Notify the ENGINEER in writing at time of submittal of any deviations from requirements of Contract Documents. 5. Do not fabricate products or begin work which requires submittals until return of submittal with ENGINEER's review. 1.6 ENGINEER'S REVIEW 1. The ENGINEER shall review the CONTRACTOR's submittals, such as shop drawings, product data and samples, for conformance with the design, intent and specifications. During this phase, the ENGINEER shall take appropriate action on the submittals as follows: 1. 10 working days for specified product submittals, 2. 15 working days for submittals of products required by performance specifications (including reference standards) and other name manufacturers, 3. 25 working days for requests for substitutions and "or equal" 1.7 RESUBMITTALS 1. Make resubmittals under procedures specified for initial submittals; identify changes made since previous submittal. PART 2 - PRODUCTS Not Used. PART 3 - EXECUTION Not Used. END OF SECTION s C&B 011370010 01340 -4 Shop Drawings, Product Data and Samples 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 01340 - Submittals PART 2 PRODUCTS — 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 tum shall be used to determine partial payment estimates and may be used to verify costs of credits, change orders, etc. µ 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 m and/or approval. 3. Once the tentative schedule is approved by the Owner, it shall become the schedule of values to be used in v 011370 010 01370- 1 Schedule of Values 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. 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,Aotal 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. END OF SECTION • 011370 010 01370 - 2 Scheduie of Values SECTION 01410 TESTING LABORATORY SERVICES PART 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: 1. Soils compaction control 2. Structural backfill M 011370 010 01410- 1 Testing Laboratory Services 3. Cast-in-place concrete 4. Wetwell Lining System 5. Sanitary sewer lines and manholes 6. Equipment Testing 7. Leakage testing of wetwell 8. Force main hydrostatic test " 3.02 TESTING LABORATORY RESPONSIBILITIES A. Cooperate with Owner, Engineer, and Contractor, providing qualified personnel promptly on notice. y 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 observed 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. 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: 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. C&B 011370 010 01410-2 Testing Laboratory Services 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 w with specified standards. C. Laboratory Design Mix: Provide mix design in accordance with ACI 613 D. Molded Concrete Cylinders: C&B 011370 010 01410-3 Testing Laboratory Services 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 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. r 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 hover all testing and inspecting required by governmental agencies having jurisdiction. B. The Owner will pay for all testing and inspecting specifically requested by the - Engineer over and above those described within the Contract Documents. ND OF SECTION - C&B 011370.010 01410-4 Testing Laboratory Services "" SECTION 01500 TEMPORARY FACILITIES AND CONTROLS PART 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 must acquire a construction water meter from the City's existing water service during life of contract refundable deposit required. Contractor shall arrange for the necessary temporary water service including the securing of any necessary access, easements, permits qnd meter. C. Electric Power for Construction: The Contractor shall maintain the temporary electnc 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). C&B 011370010 01500- 1 Temporary Facilities and Controls 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. END OF SECTION C&B 011370010 01500-2 Temporary Facilities and Controls SECTION 01563 CONTROL OF GROUND WATER AND SURFACE WATER ® PART 1 - GENERAL 1.1 SECTION INCLUDES 1. Dewatering, depressurizing, draining, and maintaining trenches, shaft excavations, structural excavations, and foundation beds in a stable condition, and controlling ground water conditions for tunnel excavations. 2. Protecting work against surface runoff and rising flood waters. 3. Disposing of removed water. 1.2 UNIT PRICE 1. No separate payment will be made for work specified in this section. 1.3 REFERENCES 1. Federal Regulations, 29 CFR Part 1926, Standards-Excavation, Occupational Safety and Health Administration (OSHA). 2. Federal Register 40 CFR(Vol. 55, No. 222) Part 122, EPA Administered Permit Programs (NPDES), Para.I 22.26(b)(1 4) Storm Water Discharge. 1.4 DEFINITIONS 1. Ground water control includes both dewatering and depressurization of water bearing soil layers using well points, for either vacuum or eductor systems, or deep wells. Use of sump pumps does not constitute ground water control. 1. Dewatering is lowering the water table and intercepting seepage which would otherwise emerge from slopes or bottoms of excavations, or into tunnels and shafts, and disposing of removed water. 2. Depressurization is reduction in piezometric pressure within a soil strata not controlled by dewatering alone. 2. Control of excavation drainage by sump pumping includes operating the sump pump and drainage facilities installed to collect water in the sump. 3. Control of surface drainage is diversion of surface water away from excavations. 1.5 PERFORMANCE REQUIREMENTS 1. Conduct subsurface investigations as needed to identify ground water conditions and to provide parameters for installation and operation of ground water control a. systems. Perform pump tests, if necessary, to determine drawdown characteristics of water-bearing layers. C&B 011370010 01563 - 1 Control of Ground Water and Surface Water 2. Develop a ground water control system, compatible with requirements of Federal Regulations 29 CFR Part 1926 and Section 01526 -Trench Safety Systems, to produce the following results: 1. Reduce hydrostatic pressure affecting excavations to the following levels as determined by piezometer observations. 1. For sewer installation in open-cut construction, reduce the piezometric level to below the trench bottom elevation or to within 2 feet above the top of clay layers. 2. For structural excavations, reduce the piezometric level to at least 3 feet below the excavation bottom elevation or within 2 feet above the top of clay layers. 3. Where hydrostatic pressure in a confined water-bearing layer exists below the excavation, depressurize this zone to eliminate risk of uplift or other instability of the excavation or installed works. Allowable piezometric elevations are defined by submittals for the ground water control plan. 2. Develop a stable subgrade for subsequent construction operations. - 3. Reduce hydrostatic pressure for tunnel excavations as necessary to maintain face stability, grade control, and to control seepage into tunnel. 3. Provide drainage of seepage water and surface water, as well as water from any other source entering the excavation. Excavation drainage may include placement of drainage materials, such as crushed stone and filter fabric, together with sump pumping. 4. Locate ground water control and drainage systems so as not to interfere with utilities, construction operations, adjacent properties, or adjacent water wells. 5. Modify ground water control systems or operations if they cause or threaten to cause damage to new construction, existing site improvements, adjacent property, or adjacent water wells, or if they affect potentially contaminated areas. 6. Provide piezometers as necessary to monitor piezometric elevations for excavations. 1.6 SUBMITTALS 1. Make submittals in conformance with requirements of Section 01340 - Shop Drawings, Product Data and Samples. 2. Submit a ground water control plan for record to the ENGINEER prior to start of any field work. The plan shall be signed by a Professional Engineer registered in the State of Texas. Include the following: 1. Results of CONTRACTOR's subsurface investigation, if conducted. 2. Description of the extent and characteristics of water-bearing layers subject to ground water control based on available geotechnical boring information and CONTRACTOR's own investigations. 3. A description of proposed ground water control systems indicating type of well installation and equipment, arrangement, location, depth, and capacities of system components. C&B 011370010 01563 - 2 Control of Ground Water and Surface Water 4. A description of proposed monitoring installations indicating depths and locations of piezometers, and piezometric control elevations for dewatering and depressurization. 5. Calculations supporting selection and design of proposed systems in regard to well spacings and pumping capacities. 6. Proposed methods and locations for disposing of removed water. 3. Submit a summary table upon completed initial installation for each section of work, showing piezometer locations by station, installation depths, baseline piezometric elevation readings, and piezometric control elevations. 4. Submit an updated summary table of piezometric elevations on a weekly basis. Show the piezometric elevations obtained from daily monitoring of dewatering' and depressurization effects during ground water control operations. 1.7 ENVIRONMENTAL REQUIREMENTS 1. Comply with Texas Natural Resource Conservation Commission regulations and Texas Water Well Drillers Association for development, drilling, and abandonment of wells used in dewatering system. PART 2- PRODUCTS 2.1 EQUIPMENT AND MATERIALS 1. Equipment and materials are at the option of CONTRACTOR as necessary to achieve desired results for ground water control. Ground water control systems may include single-stage or multiple-stage well point systems, eductor and ejector-type systems, deep wells, or combinations of these equipment types. Excavation drainage and surface drainage may also include sump pumping. 2. Maintain equipment in good repair and operating order. + 3. Arrange for standby equipment and materials where required. PART 3- EXECUTION 3.1 GROUND WATER CONTROL 1. Install, operate, and maintain the ground water control system in a manner compatible with construction methods and site conditions. Notify ENGINEER in writing of any changes made to accommodate field conditions and changes to the Work. 2. For above ground piping in ground water control system, include a length of clear transparent piping between every well point and discharge header so that discharge from each installation can be visually monitored. 3. Replace installations that produce noticeable amounts of sediments after development. CIN S v2� C&B 011370010 01563 -3 Control of Ground Water and Surfa Wnter 4. Provide additional ground water control installations, or change the methods, if the installations do not achieve satisfactory results. 5. Do not allow piezometric pressure levels to rise until foundation concrete has achieved design strength. 6. During backfilling, dewatering may be reduced to maintain water level a minimum of 5 feet below prevailing level of backfill. However, do not allow that water level to result in uplift pressures in excess of 80 percent of downward pressure produced by weight of structure or backfill in place. 7. Remove ground water control installations. 1. Remove pumping system components and piping when ground water control is no longer required. 2. Remove piezometers, including piezometers installed during the design phase investigations and left for CONTRACTOR's use, upon completion of testing. 3. Remove monitoring wells when directed by the ENGINEER. 4. Grout abandoned well and plexometer holes. Fill piping that is not removed with cement-bentonite grout or cement-sand grout. .. 3.2 MAINTENANCE AND OBSERVATION 1. Conduct daily maintenance and observation of the ground water control system. 2. Replace inoperable or damaged system components as necessary to maintain operation. 3. Keep monitoring system piping accessible for observation. 3.3 MONITORING AND RECORDING 1. Observe and record elevation of water level daily as long as ground water control system is in operation. Observe levels weekly thereafter until the Work is completed or piezometers or wells are removed. Initiate more frequent observation when the ENGINEER determines that more frequent monitoring and recording are required. 3.4 SURFACE WATER CONTROL 1. , Intercept surface water and divert it away from excavations. This includes temporary works required to protect adjoining properties from surface drainage caused by construction operations. 11 a 2. Divert surface water and seepage water into sumps and pump it into drainage channels, settling basins, or storm drains. END OF SECTION s C&B 011370010 01563 -4 Control of Ground Water and Surface Water SECTION 01600 CLEANING AND ADJUSTING PART 1 - GENERAL 1.1 DESCRIPTION 1. The CONTRACTOR shall be responsible for cleaning the site and,the disposal of waste materials, debris and rubbish during construction. 2. Prior to acceptance the CONTRACTOR shall be responsible for having removed all waste materials from the site, conducting a final inspection and cleaning of all structures and equipment, and making any adjustments as described in this specification. 1.2 MEASUREMENT AND PAYMENT 1. No separate payment will be made for items covered under this specification. 2. If the CONTRACTOR fails to properly clean or adjust any items the OWNER may effect the clean-up and charge the cost thereof to the CONTRACTOR. PART 2- PRODUCTS " Not Used. PART 3- EXECUTION 3.1 CLEANING DURING CONSTRUCTION 1. Maintain areas under CONTRACTOR's control free of waste materials, debris and rubbish. Maintain site in a clean and orderly condition. 2. Remove debris and rubbish from closed spaces prior to closing the space. 3. Periodically clean interior areas to provide suitable conditions for work. 4. Control cleaning operations so that dust and other particulates will not adhere to wet or newly coated surfaces. 5. Remove waste materials, debris and rubbish from site periodically and dispose of off-site. 3.2 FINAL CLEANING 1. Use experienced workers or professional cleaners for final cleaning. C&B 011370010 01600 - 1 Cleaning and Adjusting MR 2. Remove grease, dust, dirt, stains, paint, oil, labels, fingerprints or other foreign materials from interior and exterior surfaces. Repair, patch and touch-up marred surfaces to match adjacent finishes. 3. Broom clean paved surfaces; rake clean other surfaces of grounds. - 3.3 ADJUSTING 1. If installed features of the work fail to operate or operate improperly, make the necessary adjustments to permit and insure proper operation. Remove and repair or replace maladjusted items if necessary for proper adjustment. 2. Remove all waste material and rubbish from the project area, as well as all tools, construction equipment, machinery, and surplus materials and temporary facilities. 3. Immediately prior to acceptance or occupancy, conduct a final inspection of exposed interior and exterior surfaces to verify that the work is properly cleaned. Maintain cleaning until the premises are occupied by the OWNER. END OF SECTION r C&B 011370010 01600 - 2 4 Cleaning and Adjusting SECTION 01610 BASIC PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 SECTION INCLUDES 1. Requirements for transportation, delivery, handling, and storage of materials and equipment. 1.2 PRODUCTS 1. Products: Means material, equipment, or systems forming the Work. Does not include machinery and equipment used for preparation, fabrication, conveying and erection of the Work. Products may also include existing materials or components designated for reuse. 2. Do not reuse materials and equipment, designated to be removed, except as �m specified by the Contract Documents. 3. Provide equipment and components from the fewest number of manufacturers as is practical, in order to simplify spare parts inventory and to allow for maximum interchangeability of components. For multiple components of the same size, type or application, use the same make and model of component throughout the project. 1.3 TRANSPORTATION 1. Make arrangements for transportation, delivery, and handling of equipment and materials required for timely completion of the Work. 2. Transport and handle products in accordance with instructions. 3. Consign and address shipping documents to the proper party giving name of Project, street number, and City. Shipments shall be delivered to the CONTRACTOR. 1.4 DELIVERY 1. Arrange deliveries of products to accommodate the short term site completion schedules and in ample time to facilitate inspection prior to installation. Avoid deliveries that cause lengthy storage or overburden of limited storage space. 2. Coordinate deliveries to avoid conflict with Work and conditions at the site and to accommodate the following: 1. Work of other contractors or the OWNER. 2. Limitations of storage space. 3. Availability of equipment and personnel for handling products. 4. OWNER's use of premises. C&B 011370010 01610 - 1 Basic Product Requirements 3. Have products delivered to the site in manufacturer's original, unopened, labeled containers. 4. Immediately upon delivery, inspect shipment to assure: 1. Product complies with requirements of Contract Documents. 2. Quantities are correct. 3. Containers and packages are intact; labels are legible. 4. Products are properly protected and undamaged. 1.5 PRODUCT HANDLING 1. Coordinate the off-loading of materials and equipment delivered to the job site. If necessary to move stored materials and equipment during construction, CONTRACTOR shall relocate materials and equipment at no additional cost to the OWNER. 2. Provide equipment and personnel necessary to handle products, including those provided by the OWNER, by methods to prevent damage to products or packaging. 3. Provide additional protection during handling as necessary to prevent breaking scraping, marring, or otherwise damaging products or surrounding areas. 4. Handle products by methods to prevent over bending or overstressing. 5. Lift heavy components only at designated lifting points. 6. Handle materials and equipment in accordance with Manufacturer's recommendations. 7. Do not drop, roll, or skid products off delivery vehicles. Hand cavy or use suitable materials handling equipment. 1.6 STORAGE OF MATERIAL m 1. Store and protect materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. Place loose soil materials, and materials to be incorporated into the Work to prevent damage to any part of the Work or existing facilities and to maintain free access at all times to all parts of the Work and to utility service company installations in the vicinity of the Work. Keep materials and equipment neatly and compactly stored in locations that will cause a minimum of inconvenience to other contractors, public travel, adjoining OWNERS, tenants, and occupants. Arrange storage in a manner to provide easy access for inspection. - 3. Restrict storage to areas available on the construction site for storage of material and equipment as shown on Drawings or approved by the ENGINEER. C&B 011370010 01610 -2 Basic Product Requirements 4. Provide off-site storage and protection when on-site storage is not adequate. 5. Do not use lawns, grass plots, or other private property for storage purposes without written permission of the OWNER or other person in possession or control of such premises. 6. Protect stored materials and equipment against loss or damage. 7. Store in manufacturers' unopened containers. 8. Materials delivered and stored along the line of the Work shall be neatly, safely, and compactly stacked along the work site in such manner as to cause the least inconvenience and damage to property OWNERs and the general public, and shall be not closer than 3 feet to any fire hydrant. Public and private drives and street crossings shall be kept open. 9. Damage to lawns, sidewalks, streets or other improvements shall be repaired or replaced to the satisfaction of the ENGINEER. The total length which materials may be distributed along the route of construction at any one time is 1000 lineal feet, unless otherwise approved in writing by the ENGINEER. PART 2- PRODUCTS Not Used. PART 3- EXECUTION Not Used. END OF SECTION C&B 011370010 01610 -3 Basic Product Requirements SECTION 01700 CONTRACT CLOSEOUT PART1 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 w 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 section 01720 C&B 011370010 01700- 1 Contract Closeout B. Operation and Maintenance Data to comply with Contract Documents 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. Submittal of Final Summary Payment Report Form be made to City's'MIWBE office. 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. END OF SECTION ' C&B 011370010 01700 -2 Contract Closeout SECTION 01720 a PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.1 GENERAL 1. 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 of acceptance. 1.2 MAINTENANCE OF RECORD DOCUMENTS 1. Maintain at the job site, one (1) copy of: 1. Contract drawings. 2. Complete set of specifications. 3. Addenda. 4. Reviewed shop drawings and submittal. 5. Change orders and field orders. 6. Other contract modifications. 7. Field test records. 8. Correspondence 2. Label each document"PROJECT RECORD" in two-inch (2") high printed letters. Legibly mark contract drawings to record actual construction: 1. Depths of various elements of foundation in relation to underslab utilities and appurtenances referenced to permanent surface improvements. 2. Horizontal and vertical location of underground and underslab utilities and appurtenances referenced to permanent surface improvements. -3. Location of internal utility and appurtenances reference to permanent surface improvements. 4. Field changes of dimension and detail. 5. Changes made by change order or field order. 6. Details not on original contract drawings. 3. Legibly mark specification and addenda to record: 1. Manufacturer, trade name, catalog 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. 4. Legibly annotate the following shop drawing to record changes made after review: 1. Manufacturer, trade name, catalog 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. C&B 011370010 01720 - 1 Project Record Documents 1.3 SUBMITTAL 1. At project completion, deliver record documents to the ENGINEER. Place all letter-sized material in a three (3)-ring binder, neatly indexed. Bind contract drawings and shop drawings in rolls of convenient size for ease of handling. 2. 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 number of each document 5. Certification that each document as submitted is complete and accurate. 6. Signature of CONTRACTOR PART 2- PRODUCTS ! Not Used. PART 3- EXECUTION Not Used. END OF SECTION Y C&B 011370010 01720-2 Project Record Documents SECTION 02100 SITE PREPARATION 1 GENERAL 1.1 SCOPE OF WORK A. Perform all work required to complete the site preparation, clearing and grubbing indicated by the Contract Documents and other items necessary for the proper execution and completion of this project. 1.2 REFERENCE POINTS A Locate bench marks, monuments and other reference points for elevation and location of piping and pump pads. Notify ENGINEER of any apparent discrepancies in indicated locations, as applicable. B. Protect reference points from dislocation or damage. Replace or repair immediately any points damaged, destroyed or dislocated. 2 PRODUCTS Not Used. 3 EXECUTION 3.1 PROTECTION A. Verify that existing plant life and features designated to remain are tagged or identified. CONTRACTOR shall protect existing facilities and all trees, plant growth, fences and other features designated to remain during clearing procedures. All benchmarks and structures shall be protected from damage or displacement. 3.2 STRIPPING VEGETATION A. Remove vegetation in spaces designated for buildings, drives, paving and all areas affected by proposed construction. B. Scrape or rake to remove brush, roots, grass and weeds. C. Remove vegetation and trash from site. C&B No.011370.010 02100- 1 Site Preparation 3.3 TOPSOIL A. Remove topsoil in spaces designated for buildings, drives, paving and all areas affected by proposed construction. B. No debris, stones larger than two inches or subsoil shall be allowed in stripped topsoil. C. Store topsoil for fill in planting areas in neat piles at designated locations on site. Arrange storage to avoid interference with building operations. D. Remove excess topsoil, vegetation and trash from site 3.4 CLEARING AND GRUBBING A. Remove obstructions within work area to a depth of twenty four(24) inches below finished grade in areas to be covered by building and to a depth of eighteen (18) inches in areas to be planted, sodded or surfaced. B. Remove all foundations, trash, stumps, old lumber, structures, etc., located either above, on the surface or below which may interfere in any way with the new construction. C. Refill, with suitable material approved by the ENGINEER, all depression excavated below the original ground surface by the normal removal of stumps, t foundations, roots, etc., and compact to the required density. D. Dispose of removed obstructions and debris off-site in accordance with Section 02227. 3.5 DEMOLITION OF EQUIPMENT A. All existing piping, valves, fittings and pumps to be removed are indicated on the Plans. B. CONTRACTOR shall coordinate salvage and/or removal and disposal of equipment with Owner, prior to any demolition. C. Dispose of removed obstructions and debris off-site in accordance with Section ,- 02227. END OF SECTION Y C&B No.011370.010 02100-2 Site Preparation SECTION 02200 EARTHWORK PART 1 -GENERAL 1.1 SCOPE OF WORK A. The earthwork consists of operations required for excavation, non-expansive earth fill, structure backfill and general earth fill, as may be required during development of the project. The term"embankment" as used in this section refers to the compacted earth fill required for structure pads, roadway embankment fill and miscellaneous related fill. The "subgrade"refers to the surface of the cleared and stripped areas that are designated to receive fill, roadways or structures. B. The CONTRACTOR shall inform and satisfy himself as to the character, quantity and distribution of material to be excavated. 1.2 WORK AFFECTING EXISTING UTILITIES A. Above or below grade utilities which are to remain shall be protected by the CONTRACTOR. Existing utilities shall not be taken out of service without specific written authorization by the OWNER. 1.3 PROTECTION A. Protect trees, shrubs, lawns and other features remaining as part of the final landscaping. B. Protect benchmarks, existing structures (not being removed), fences, roads and paving. C. Notify the ENGINEER of unexpected subsurface conditions. D. Where damage could result from continuing work, discontinue work in area until ENGINEER notifies CONTRACTOR of the required modifications. PART 2 -PRODUCTS 2.1 EQUIPMENT A. CONTRACTOR shall fumish, operate and maintain all equipment required to complete this project, including, but not limited to, the following: • B. Grading Equipment: Equipment necessary to produce uniform layers, sections and smoothness of grade for compaction and drainage. C&B 011370.010 02200 - 1 Earthwork C. Miscellaneous Equipment: Scarifiers, disks, spring tooth or spike tooth harrows, earth hauling equipment and other equipment suitable for removal of material from excavations and for the construction of fills. 2.2 TOPSOIL A. Source: Topsoil is to be obtained from excavation and fill areas. Strip and stockpile the top six (6) inches of material from such areas. PART 3- EXECUTION 3.1 CLEARING, GRUBBING AND STRIPPING A. All areas to be excavated or to receive earth fill, roadways, structures or other such facilities, shall be cleared, grubbed and stripped prior to excavation and subgrade preparation. r" B. Clearing and grubbing shall consist of the removal of all trees, large vegetation, abandoned structures, and debris, Including all roots 1 inch or larger in diameter, to a minimum depth of eighteen (18) inches below the proposed subgrade level for areas to be planted, sodded or surfaced and to a depth of twenty four(24) inches below finished grade in areas to be covered by a building or structure. C. Stripping shall consist of the removal of all topsoil, roots, vegetation and rubbish B not removed by the clearing and grubbing operation. Additionally, any other unsatisfactory material shall be removed from the subgrade area of future compacted fills or embankments, and from the surfaces underneath the future roadways or other structures. The stripped areas shall be observed to determine if additional excavation is required to remove weak or otherwise unsuitable materials that would adversely affect the fill placement. D. Dispose of removed obstructions and debris off-site in accordance with Section 02227. 3.2 SUBGRADE PREPARATION -� A. The subgrade shall be firm and able to support the construction equipment without displacement. Soft or yielding subgrade shall be corrected and made stable before construction proceeds. The subgrade shall be proof rolled to detect soft spots, which if exist, shall be reworked. Proof rolling shall be performed using a heavy pneumatic tired roller, loaded dump truck or similar equipment weighing approximately 25 tons. The proof rolling operations will be observed by the project geotechnical engineer. The sides of stump holes or other similar cavities or depressions shall be broken down to flatten the slopes (no steeper than 5 horizontal to 1 vertical), with the sides of the cuts or holes being scarified to provide bond between the foundation soils and the embankment fill. Each depression or hole shall be filled with the same type of material which is to be placed immediately above the foundation soil. C&B 011370.010 02200 - 2 Earthwork B. Existing hillsides or slopes which will receive fill shall be loosened by scarifying or plowing to a depth of not less than 8 inches. The fill material shall be benched into the existing slope in such a manner as to provide adequate bonding between the fill and slope, as well as to allow the fill to be placed in essentially horizontal lifts. C. Prior to placement of compacted fill in any section of the embankment, after depressions and holes have been filled, the foundation of such sections shall be compacted to the same density and moisture requirement as the embankment. D. In areas of the subgrade which are too soft, wet or otherwise unstable to allow embankment construction to begin, the use of plating and/or plating in -combination with a geogrid may be required. E. The traffic of heavy equipment, including heavy compaction equipment, may create pumping and general deterioration of the shallower clay soils. Therefore, it shall be anticipated that some construction difficulties will be encountered during periods when these soils are saturated. The clayey, sandy and silty soils may have to be excavated, mixed, dried and replaced. At times, excavating and replacing with selected soils, the use of lime or cement treatment, or the use of geosynthetics may be required before an adequate subgrade can be achieved. 3.3 PLACING OF MATERIAL A. Embankment materials shall be placed on a properly prepared subgrade as recommended above. The combined excavation, placing and spreading operation shall be done in such a manner to obtain blending of material, and to provide that the materials, when compacted in the embankment, will have the most practicable degree of compaction and stability. Materials excavated from cut sections and hauled to construct fills must be mixed and not segregated. Sands and clayey sands shall be blended with sandy clays and clays, rather than having lifts of non-cohesive sandy materials. B. If the surface of the embankment is too smooth and hard to bond properly with a succeeding layer, the surface shall be roughened and loosened by discing before the succeeding layer is placed. C. Where fill is to be placed next to existing fill, that fill shall be removed to unweathered, dense material. Each layer shall be benched and disced as adjoining lifts are placed. Material hauling equipment shall be so routed over the embankment surface to distribute the added compaction afforded by the rolling equipment, and to prevent the formation of ruts on the embankment surface. D. The surface of the fill shall be graded to drain freely and maintained throughout construction. During the dumping and spreading process, all roots and debris and all rocks greater than four(4)inches in maximum dimension shrill be removed from the embankment materials. No rocks shall be allowed within the final 8 inches of subgrade. 3.4 PROCESSING AND MOISTURE-DENSITY CONTROL C&B 011370.010 02200-3 Earthwork A. Following the spreading and mixing of the soil on the embankment, it shall be processed by discing or pulverizing throughout its thickness to break up and reduce clod size, and provide additional blending of materials. Processing shall consist of at least five passes of a fully penetrating disc plow or three passes of a fully penetrating roto-till pulverize. Additional passes of the processing equipment shall be performed as necessary to accomplish breaking up, reduction of clod size, and blending the fill. Each successive pass of the processing equipment shall be in a direction perpendicular to the previous pass, where working space permits. The maximum recommended loose lift thickness prior to compaction is eight (8) inches. The moisture content of the soil shall be adjusted, if necessary, by either aeration or the addition of water to bring the moisture content within the recommended range. Water required for sprinkling to bring the fill material to the proper moisture content shall be applied evenly - through each layer. B. Any layers which become damaged by weather conditions shall be reprocessed - to meet recommended requirements. The compacted surface of a layer of fill shall be lightly loosened by discing before the succeeding layer is placed. C. When the moisture content and the condition of the fill layer are satisfactory, compaction shall be performed with a heavy tamping foot roller with fully penetrating feet (feet long enough to penetrate into the previous lift) either towed by a crawler-type tractor or the self-propelled type. The tamping foot roller shall weigh no less than 2,000 pounds per linear foot of drum width. Vibratory tamping rollers are recommended for compacting sandier fill materials. D. The in-place density of the fill shall be no less than 95 percent of the maximum dry density as determined by ASTM D698, Standard Proctor, at a moisture content between optimum and 5 percentage points wet of optimum moisture content for all low-permeability earth fill zones (liners, cores, etc.) and between 2 percentage points below to 5 percentage points above optimum moisture content for non-expansive earth fill zones and general earth fill zones. The moisture content and density of all fill material shall be maintained at the specified range of moisture and density. These moisture ranges represent the maximum limits. It is possible under some circumstances or with some soils, that a more narrow range, within the recommended limits, will be necessary to consistently achieve the recommended density. In order to help provide a homogeneous earth fill mass, a minimum of eight passes of the tamping foot roller shall be provided, even if the recommended density is achieved with fewer passes. E. Field density tests (including moisture content) shall be taken as each lift of fill material is placed. A minimum of one field density test per lift for each 2,500 square feet of compacted area is required. For small or critical areas, the frequency of testing shall be reduced to one test per 1,000 square feet or less. A minimum of two density tests shall be taken on each lift, regardless of size. The earthwork operations will be observed and tested on a continuing basis by an experienced geotechnician working in conjunction with the project geotechnical engineer. C&B 011370.010 02200 -4 Earthwork F. Each lift shall be compacted, tested and approved before another lift is added. The actual quality of the fill, ,as compacted, shall be the responsibility of the CONTRACTOR and satisfactory results from the tests shall not be considered as a guarantee of the quality of the CONTRACTOR's filling operations. 3.5 STRUCTURE BACKFILL PLACEMENT AND COMPACTION A. The backfill material shall be placed in maximum 8-inch lifts and compacted to a density ranging between 95 and 100 percent of maximum Standard Proctor (ASTM D698) dry density at a moisture content ranging from 2 percentage points below optimum to 5 percentage points above optimum for the backfill materials. Caution shall be exercised not to overcompact the backfill. Hand-operated tampers or other lightweight compactors are required in the 5-foot area adjacent to the wall or other structure. Non-expansive earth fill shall be used for structure backfill. The lift thickness shall be reduced to 4 inches for those areas where hand-operated compactors are required. The backfill surface shall slope away from the structure on a gradient of 1.5 to 3 percent, such that surface water does not pond adjacent to the structure within the backfill zone. Topsoil and seeding shall be accomplished to help prevent drying and cracking of the backfill surface. The slope shall be maintained on a 1.5 to 3 percent gradient after topsoil is placed. 3.6 TRENCH BACKFILL A. Trench backfill for pipelines or other utilities shall be properly placed and compacted. Non-expansive earth fill shall be used for trench backfill. Free draining granular material shall not be used. The non-expansive soil backfill shall be placed in approximate 4 to 6 inch loose lifts. The density and moisture content shall be as recommended for non-expansive fill in subsection 3.4 Processing and Moisture-Density Control, of this specification, except all non- expansive backfill above the spring line of the pipes, in sections of the trench underneath pavements, shall be compacted to a minimum of 100 percent of maximum dry density(ASTM D698). In areas where granular backfill is used, it shall be compacted, with a vibratory compactor, to a minimum of 95 percent of maximum density as determined by ASTM D4253, at a moisture content that will facilitate compaction. A minimum of one field density test shall be taken per lift for each 150 linear feet of trench, with a minimum of two tests per lift. in restricted areas where compaction of non-expansive earth fill is not practical, flowable fill shall be used. B. Where lean concrete fill or flowable fill is used, each lift or section shall be allowed to reach initial set as required to provide the intended support, prior to the next lift or section being placed. The lean concrete fill or flowable fill will not require compaction. C&B 011370.010 02200 - 5 Earthwork 3.7 EARTH FILL AND FLOWABLE FILL MATERIALS A. The following information is provided to define the requirements for the various earth fill and flowable fill materials for construction of the project: B. NON-EXPANSIVE EARTH FILL: The non-expansive earth fill shall consist of soil materials with a liquid limit of 35 or less, a plasticity index between 8 and 20, a minimum of 35 percent passing the No. 200 sieve, a minimum of 85 percent passing the No. 4 sieve, and which are free of organics or other deleterious materials. When compacted to the recommended moisture and density, the material shall have a maximum free swell value of 0.5 percent under a maximum seating pressure of 2 psi and a maximum hydraulic conductivity(permeability) of - 1 E-05 cm/sec, as determined by laboratory testing of remolded specimens of the actual materials proposed for the non-expansive earth fill. C. LOW-PERMEABILITY EARTH FILL: The low-permeability earth fill shall consist of soil materials classified as CH or CL in accordance with ASTM D2487, CLASSIFICATION OF SOILS FOR ENGINEERING PURPOSES. The materials also shall have a minimum liquid limit of 35, a minimum plasticity index of 18, a minimum of 85 percent passing the No. 4 sieve, and shall be free of organics or other deleterious materials. The material shall have a Percent Dispersion of less than 20 when tested in accordance with ASTM D4221, STANDARD TEST " METHOD FOR DISPERSIVE CHARACTERISTICS OF CLAY SOIL BY DOUBLE HYDROMETER. When compacted to the recommended moisture and density, the material shall have a maximum hydraulic conductivity of 1 E-07 cm/sec, as determined by laboratory testing of remolded specimens of the actual materials proposed for the low-permeability fill. D. GENERAL EARTH FILL:The general earth fill shall consist of any soil materials which have a minimum plasticity index of 8, a minimum of 20 percent passing the No. 200 sieve, a minimum of 85 percent passing the No. 4 sieve, and which are free of organics or other deleterious material. E. FLOWABLE FILL: Flowable fill shall consist of a low-cement content ready-mix material with high flow properties. The mix shall consist of approximately one part Portland cement to three parts fly ash, by weight with sufficient amounts of aggregate, high air generator or foaming agent, and water to produce a 28-clay compressive strength in the range of 25 to 200 psi. The flowable fill shall have a maximum hydraulic conductivity of 1 E-05 cm/sec after curing for seven (7) days. The material shall have an initial set time (walkable surface)of 24 hours or less. The flowable fill shall provide full support to pipeline, adjacent earth walls, structures, or other such facilities, after initial set, but shall be of a low enough compressive strength after reaching final strength to allow future excavation with ordinary small excavation equipment. . F. The CONTRACTOR shall be required to submit an appropriate mix design along with laboratory test results on the flowable fill prior to beginning work on this item. G. SOLID ROCK: In order for any rock material to be considered as solid rock, it shall meet all of the following criteria: C&B 011370.010 02200-6 Earthwork 1. The rock shall be massive and in a continuous layer at least 2 feet thick. 2. The rock shall have an unconfined compressive strength greater than 80 ksf. 3. The rock shall not be able to be ripped from a starter trench in an open cut excavation with a D-9 Caterpillar(or equivalent) bull dozer with a single tooth ripper, or in a trench excavation with a 235C Caterpillar(or equivalent) track hoe excavator equipped with a nominal 30-inch wide extreme service trenching bucket with front and rear mounted rock ripper teeth. Boulders and cobbles, whether in densely spaced layers or occasional occurrence, shall not be classified as solid rock, regardless of the hardness of the individual boulders or cobbles. H. COMPLIANCE TESTING: Representative samples of the actual soil materials proposed for use in the various earth fill zones shall be initially tested for compliance with the recommendations by the project geotechnical engineer, prior A to use of the materials as fill. The testing program shall continue through construction as a means to verify that the earth fill materials being placed continue to meet the recommended requirements. 3.8 EARTH FILL ZONE A. Table 1 specifies for the various earth fill zones. TABLE 1 -EARTH FILL ZONES ITEM ZONE EARTH FILL MATERIAL Embankment Fill for structures, Top 10 Feet Non-Expansive pavements and flatwork Embankment Fill for structures, Below 10 Feet General pavement and flatwork Structure Backfill All Non-Expansive Trench Backfill beneath present or All (exclusive of lean Non-Expansive future structures, pavements and concrete or flowable fill flatwork zones) Trench Backfill more than 5 feet To 1 foot above top of pipe Non-Expansive outside the limits of present or future (exclusive of lean concrete structures, pavements and flatwork or flowable fill zones) Trench Backfill more than 5 feet From 1 foot above top of General outside the limits of present or future pipe and upward structures, pavements and flatwork General Embankments more than 5 All General • feet outside the limits of present and future structures, pavements and flatwork General Site Grading where no slopes Top 1 Foot General or deep fills are involved C&B 011370.010 02200-7 Earthwork TABLE 1 - EARTH FILL ZONES ITEM ZONE EARTH FILL MATERIAL General Site Grading where no slopes Below 1 Foot Common or deep fills are involved A Seepage plugs around pipes, and All Low-Permeability liners/barriers B. Other specific recommendations for earth fill materials and for aggregate fill materials are also presented in other sections of these Specifications. ■ 3.9 ACCEPTANCE OF IMPORTED FILL A. Any soil imported from off-site sources shall be tested for compliance with the recommendations for the particular application and approved by the project geotechnical engineer prior to the materials being used. The OWNER will also require the CONTRACTOR to obtain a written, notarized certification from the landowner of each proposed off-site soil borrow source stating that to the best of the landowner's knowledge and belief there has never been contamination of the borrow source site with hazardous or toxic materials. The certification shall be furnished to the OWNER prior to proceeding to furnish soils to the site. The CONTRACTOR shall be required to provide the services of an EPA approved laboratory to perform, as a minimum, a toxic contaminant scan of composite soil samples representative of each separate proposed borrow source, in accordance with EPA protocol for the list of contaminants contained in the 40 CFR, Part 261, Appendix VIII, by EPA methods SW-846, prior to importing the soil borrow. Any potential off-site borrow on which the test results indicate the presence of contaminants above background levels shall be rejected. Soil materials derived from the excavation of underground petroleum storage tanks shall not be used as fill on this project. 3.10 EXCAVATION A. Temporary slopes of 2-horizontal to 1-vertical and flatter shall be used for this site. In all cases, the requirements of the Occupational Safety and Health Administration (OSHA) must be followed. The CONTRACTOR shall monitor the slope stability by observation and measurement, and to prevent excessive loads (especially heavy vibratory loads)from being applied to the slope. The CONTRACTOR shall be responsible for maintaining the slopes in a safe condition during construction and the use of slope stability monitoring equipment shall be used. a C&B 011370.010 02200 - 8 Earthwork B. The side slopes of excavations through the overburden soils shall be made in such a manner to provide for their stability during construction. Structures, pipelines or other facilities which are constructed prior to or during the currently proposed construction and which require excavation, shall be protected from loss _. of end bearing or lateral support. C. Temporary construction slopes and/or permanent embankment slopes shall be protected from surface runoff water. Site grading shall be designed to allow drainage at planned areas where erosion protection is provided, instead of allowing surface water to flow down unprotected slopes. D. Drainage: During excavation, maintain grades for complete drainage. Install temporary drains or drainage ditches as needed to intercept or divert surface water and prevent interference or delay the work. The pumping of water shall be included in the bid items. No separate payment will be made for drainage control and pumping. E. The CONTRACTOR shall comply with all applicable safety regulations concerning trench safety and excavations, including, but not limited to OSHA regulations. 3.11 DEWATERING OF EXCAVATIONS A. Ground water may be encountered within the excavations. The CONTRACTOR A' shall be responsible for selecting and providing appropriate excavation dewatering systems for use during construction. B. The dewatering method selected shall be capable of lowering and continuously maintaining the ground water surface a minimum of 3 feet below the base of all excavations throughout the construction period. The CONTRACTOR shall be required to provide adequate personnel and equipment to operate and maintain the dewatering system on a 24-hour basis, as required. 3.12 SOIL CORROSION AND REACTION POTENTIAL A. The clays at this site may be corrosive. Standard construction practices for protecting metal pipe and similar facilities in contact with these soils shall be used. 3.13 EROSION AND SEDIMENT CONTROL A. All disturbed areas shall be protected from erosion and sedimentation during construction, and all permanent slopes and other areas subject to erosion or , sedimentation shall be provided with permanent erosion and sediment control facilities. All applicable ordinances and codes regarding erosion and sediment control shall be followed. END OF SECTION C&B 011370.010 02200 - 9 Earthwork SECTION 02211 SITE GRADING PART 1 - GENERAL 1.1 SCOPE OF WORK General excavation and fill operations, rough grading and contouring of site, and drainage ditches. 1.2 QUALITY ASSURANCE A. Test material to be used as compacted fill, whether excavated on-site or imported as offsite borrow, for compliance with the requirements of Section 02200 -Earthwork, prior to placement. 1.3 PRODUCT DELIVERY, STORAGE AND HANDLING A. Stockpile excavated materials and/or borrow in designated areas or in areas as approved by the OWNER or ENGINEER. B. Lightly compact and slope top of stockpiles to prevent excessive erosion and ponding of water. 1.4 WORK AFFECTING EXISTING FACILITIES A. Utilities: 1. Protect above or below grade utilities which are to remain. 2. Do not take existing utilities out of service without speck authorization by the OWNER. 1.5 PROTECTION A. Underpin adjacent structures which may be damaged by excavation work, including service lines and pipe chases. B. Protect bottom of excavations and soil around and beneath foundations from frost and freezing. r C. Grade around excavations to prevent surface water runoff into excavated areas. D. Grade area around structures to drain away from the structure and coordinate with existing grading. , E. Repair damage, promptly, at no cost to OWNER. C&B 011370010 02211 - 1 Site Grading PART 2-PRODUCTS ,w 2.1 MATERIALS A. Non-Expansive Earth Fill as defined by Section 02200 - Earthwork. M Use material excavated on-site or borrow from an outside source approved by the OWNER. B. Low Permeability earth Fill as defined by Section 02200 - Earthwork. Use material excavated on-site or borrow material from an outside source as approved by the ENGINEER. C. General Earth Fill as defined by Section 02200- Earthwork. Use material excavated on-site or borrow material from an outside source as approved by the ENGINEER. D. Flowable Fill as defined by Section 02200- Earthwork. E. Unclassified Material: All material excavated from site not meeting the requirements for topsoil, or fill material. PART 3- EXECUTION 3.1 PREPARATION AND LAYOUT A. Establish extent of site grading area and elevation; designate and identify datum elevation. B. Set required lines and levels. �^ C. Maintain bench marks, monuments and other reference points. 3.2 UTILITIES A. Known underground utilities are indicated on the Drawings. B. Before starting excavation, establish location and extent of underground utilities occurring in work area. C. Notify the OWNER for direction for removal and/or relocation of lines which are in the way of excavation. D. Maintain, re-route or extend as required, existing utility lines to remain which pass through work area with the approval of the OWNER. E. Support and protect utility services uncovered by excavation. F. Accurately locate and record abandoned and active lines re-routed or extended, on Project Record Drawings. s C&B 011370010 02211 -2 Site Grading G. As excavation approaches utilities, hand excavate to uncover utilities. 3.3 EXCAVATION A. Before starting excavation, clear work area in accordance with Sections 02100 and 02200. B. Excavate in accordance with lines and levels required for construction of the Work. C. When excavation is through paved areas, cut pavement to provide a square, uniform edge with minimum disturbance,of remaining pavement and replace in accordance with Section 02514. D. Machine slope banks. E. Hand trim excavations and leave free from loose or organic matter. F. Provide and maintain surface and groundwater control until backfilling is complete. Keep excavations free from standing water. G. Do additional excavation only by written authorization of OWNER or ENGINEER. H. Correct unauthorized excavation as directed, at no cost to OWNER. I. Excavation is not to interfere with normal 45 degree bearing splay of any foundation. J. Stockpile excavated material in areas designated by OWNER according to classifications given under materials portion of this section. K. Do not disturb soil within branch spread of existing trees or shrubs that are to remain. 3.4 COMPACTED FILL A. Preparation for Fill Placement: 1. Do not start backfilling operations until structures have been inspected and backfilling authorized by ENGINEER. Backfill against structures in accordance with Section 02200 and 02222. 2. Ensure areas to be filled are free from debris, snow, ice and water, and that ground surfaces are not in a frozen condition. 3. Do not place fill over existing subgrade surfaces which are porqus, wet or spongy. 4. Compact existing subgrade surface if densities are not equal to that required for materials. 5. Cut out soft areas of existing subgrade. Backfill with Earth Fill material and compact to required density as specified in Section 02200- Earthwork. 6. Place compacted fill to grades, contours, levels and elevations shown on Drawings. C&B 011370010 02211 -3 Site Grading B. Material Placement: 1. General Placement Requirements: a. Place fill systematically and as early as possible to allow maximum time for natural settlement and compaction. b. Place and compact trench backfill in continuous layers not exceeding six (6) inches loose depth. Lift thickness shall be reduced to four(4) inches for those areas where hand-operated compactors are required. Place Structural Backfill and Embankment Backfill in continuous layers not exceeding eight (8) inches loose depth. Use a method so as not to disturb or damage completed work constructed in the excavations. c. Maintain optimum moisture content of fill materials to attain required compaction density. 2. Non-Expansive Earth Fill a. Use for top 10 feet embankment fill for structures, pavements and flatwork. b. Use for all trench backfill, exclusive of concrete or flowable fill, beneath present or future structures, pavements and fiatwork. c. Use to 1 foot above top of pipe for trench backfill more than five (5)feet outside limits of present or future structures, pavements and flat work. 3. General Earth Fill: a. Use for depths below 10 feet for embankment fill for structures, . pavement and flatwork. b. Use From 1 foot above top of pipe and upward for trench backfill more than 5 feet outside the limits of present or future structures, pavements and flatwork. c. Use for all general embankments more than five (5) feet outside limits of present or future structures, pavements and flatwork. d. Use for Levee shells. - 4. Low-Permeability Earth Fill 1. All levees. 5. Topsoil: a. Use within limits of seeded areas after substantial completion of construction and site fill has been placed. b. The CONTRACTOR shall notify OWNER twenty-four(24) hours prior to placement of topsoil. 6. Unclassified material: a. Dispose excess fill as directed by the OWNER. . C. Compaction: 1. Compact fill materials listed below to required percentages of maximum dry density as determined by ASTM D698. a. Compact fill under structures and roads to a minimum density of 95% of maximum Standard Proctor at a moisture content ranging from 2% below optimum to 5% above optimum. b. Compact non-expansive trench backfill above the springline of the pipes to a minimum of 100% of maximum dry density. c. Compact trench backfill to a minimum density of 95% maximum Standard Proctor. d. Compact granular backfill to a minimum of 95% of maximum density. C&B 011370010 02211 -4 Site Grading e. Compact embankment backfill to a minimum density of 95% maximum Standard Proctor. f. Minimum frequency of density tests: (1) Trench Backfill -one test per lift for each 150 LF of trench. (2) Structural Backfill -one test per lift for each 3,000 SF. (3) Embankment Backfill - one test per lift for each 3,000 SF. (4) Embankment Backfill (for small critical areas)-one test per lift for each 1,000 SF. 3.5 TOLERANCES A. Site grading to conform to Plans within the following tolerances: 1. Drainage ditches: 0.10 feet. 2. Excavations: 0.10 feet. 3. Compacted fill: 0.10 feet. 3.6 SURPLUS MATERIAL A. Dispose of unclassified material, surplus fill materials and excess topsoil as directed by the OWNER. B. Leave stockpile areas and entire jobsite clean and raked, ready to receive seeding. END OF SECTION Ilk Ir C&B 011370010 02211 - 5 Site Grading SECTION 02222 STRUCTURAL EXCAVATING, BACKFILLING AND COMPACTING PART 1 -GENERAL 1.1 SCOPE OF WORK A. Excavation, backfill and compaction around structures. B. Site excavation and backfilling. C. Excavation support systems. D. Fill for over-excavation. E. Groundwater and surface water control. F. Excavation for paving and landscaping. 1.2 RELATED SECTIONS A. Section 02200—Earthwork 6 1.3 REFERENCES A. Referenced Standards: 1. ASTM D698- Moisture Density Relationship of Soils using a 5.5 Ib hammer and a 12-inch drop. 2. ANSI/ASTM C136 - Method for Sieve Analysis of Fine and Coarse Aggregates. 3. ANSVASTM D1556-Test Method for Density of Soil in Place by the Sand-Cone Method. 1.4 QUALITY ASSURANCE A. Test material to be used as compacted fill, whether excavated onsite or imported as offsite borrow, for compliance with the requirements of Section 02200 prior to placement. PART2- PRODUCTS 2.1 MATERIALS A. Excavation Support System: CONTRACTOR's option, suited for purpose. B. Fill Materials: Specification Section 02200. C&B 011370.010 02222 - 1 Structural Excavating, Backfilling And Compacting 1 f PART 3- EXECUTION 3.1 PREPARATION AND LAYOUT A. Establish extent of structural excavation by area and elevation; designate and identify datum elevation. ' B. Set required lines and levels. C. Maintain bench marks and other reference points. 3.2 PROTECTION A. Protect, support and/or reroute existing utilities. B. Protect adjacent work from damage by excavation and backfilling operations. C. Protect adjacent structures from undermining. D. Support sides of excavations to prevent soils movement which may diminish the excavation width below width required for working. E. Support sides of excavation which interfere with normal 45 degree bearing splay of any foundation. 3.3 EXCAVATION SUPPORT SYSTEMS A. Design, installation and maintenance of temporary excavation support systems is the responsibility of the CONTRACTOR. Provide support systems at no additional expense to OWNER. B. Design and construct excavation support systems in accordance with OSHA Standards and interpretations. 3.4 GROUNDWATER AND SURFACE WATER CONTROL A. CONTRACTOR is responsible for designing, providing and maintaining a system for control of groundwater. B. Lowering groundwater by pumping from open sumps within foundation limits is not permitted. C. Provide adequate swales, dams, ditches and grades to prevent surface water from flowing into excavation. D. Maintain water control until structure is complete and backfill is brought to final grade unless otherwise directed by OWNER or ENGINEER. C&B 011370.010 02222-2 Structural Excavating, Backfilling And Compacting E. Groundwater or water from other sources may be present in excavations regardless of whether shown on boring logs. 3.5 EXCAVATION A. Excavate to lines and grades shown on the Drawings. Excavations shall be eifher braced or stored or laid back to a slope no steeper than two horizontal to one vertical. B. When excavation is essentially complete, verify depths and dimensions as well as soil classification and bearing capacity. C. Perform additional excavation only as approved by OWNER. D. Correct unauthorized excavation as directed at no cost to OWNER. E. Fill over-excavated areas under structure bearing surfaces with concrete or compacted sand fill as required by the OWNER or ENGINEER. F. Excavate to within 1 foot of final grade, making final excavation immediately prior to placement of formwork and reinforcing steel. Limit area of final excavation to that which is being prepared for concrete placement. Limit exposure of final excavated surface to 24 hours. If excavated surface is exposed longer than 24 hours or is damaged due to weather conditions, CONTRACTOR shall excavate four inches and provide a concrete seal slab. Keep excavations free of standing water until concrete and backfill operations are complete. G. Seal slabs shall be used where called for on the Drawings or as specified in paragraph F above. 3.6 BACKFILLING A. Verify fill materials to be reused are acceptable. B. Verify foundation perimeter drainage installation has been inspected. C. Verify underground tanks are anchored to their own foundation to avoid floatation after backfilling. D. Backfill materials shall be as specified in Section 02200. E. Backfill around structures as soon as possible after approval by the OWNER or ENGINEER. F. Systematically backfill to allow maximum time for natural settlement.. Do not backfill over porous, wet, frozen or spongy subgrade surfaces. G. Maintain moisture content of backfill materials as specified in Section 02200. C&B 011370.010 02222- 3 Structural Excavating, Backfilling And Compacting H. Do not backfill against walls until concrete has been in place at least seven days. I. Do not backfill against unsupported foundation walls or partially completed structures until after main floor slabs have been in place at least seven days and placement is approved by the OWNER or ENGINEER. J. Backfill simultaneously on each side of foundation walls and other structures to equalize soil pressures. Provide temporary bracing as required. K. Take special care to prevent wedging action against structure. Bench or serrate slopes bounding excavation. L. Make grade changes gradual. Blend slope into level areas. M. Surplus backfill materials shall be removed from site and disposed of in accordance with all applicable regulations. N. Tolerance for Top Surface of Backfilling: Plus or minus 0.1 foot from required elevations. Regardless of tolerances, grading shall be performed in such a manner as to prevent ponding of water on compacted surfaces. 3.7 COMPACTION A. Remove shoring and sheeting unless otherwise approved by the ENGINEER. The cost of abandoned shoring and sheeting is to be borne by the CONTRACTOR. B. Compact fill materials in accordance with Section 02200. C. Remove and replace improperly compacted backfill material at no cost to OWNER. 3.8 FIELD QUALITY CONTROL A. Field inspection and testing will be performed under provisions of the General Conditions. B. Tests and analysis of fill material will be performed in accordance with ANSI/ASTM and with the General Conditions. C. Compaction testing will be performed in accordance with ANSI/ASTM D698 and with the General Conditions. D. If tests indicate Work does not meet specified requirements, remove Work, replace and retest at no cost to OWNER. E. Frequency of Tests: 1. Density and moisture testing shall be in accordance with Section 02200. C&B 011370.010 02222 -4 Structural Excavating, Backfilling And Compacting F. Proof roll compacted fill surfaces under structures and paving as specified in Section 02200. 3.9 PROTECTION OF FINISHED WORK A. Protect finished Work under provisions of General Conditions. B. Recompact fills subjected to vehicular traffic. 3.10 CLEAN UP A. Remove surplus fill materials to onsite spoil areas as directed by the OWNER or ENGINEER. o END OF SECTION C&B 011370.010 02222 - 5 Structural Excavating, Backfilling And Compacting on ..ecn arnn n.nn• SECTION 02223 TRENCHING, BACKFILLING AND COMPACTING PART1 GENERAL 1.1 WORK INCLUDED A. Trenching for buried piping systems as well as subsequent embedment, backfill and compaction operations, necessary to install the pipe as specified. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. ASTM D 698 Moisture Density Relationship of Soils using a 5.5 Ib. Hammer and a 12-inch drop. 2. ASTM C 131: resistance to Degradation of small sizes and coarse aggregates by abrasion and impact in the Los Angeles Machine. 1.3 PROTECTION A. Protect trees, shrubs and lawn areas to receive planting, and other features remaining as part of final landscaping. B. Protect bench marks, existing structures, roads, sidewalks, paving and curbs against damage from vehicular or foot traffic. Install and maintain bridging, planking and cants to provide access to Work. C. Protect excavations by shoring, bracing, sheet piling, underpinning, or by other methods, as required to prevent cave-ins or loose dirt from falling into excavations. D. Underpin or otherwise support adjacent structures which may be damaged by excavation work. This includes service lines and pipe chases. E. Notify the OWNER of unexpected subsurface conditions. F. Where damage could result from continuing work, discontinue work in area until OWNER or ENGINEER notifies the CONTRACTOR of the required modifications. G. Protect bottom of excavations and soil around and beneath foundations from frost and freezing. , H. Grade around trenches to prevent surface water runoff into excavated areas. I. Protect above or below grade utilities including lateral lines, sprinkler system lines, and all other lines which are to remain. The cost of replacing damaged lines is to be borne by the CONTRACTOR. C&B 011370.010 02223- 1 Trenching, Backfilling and Compacting PART2 PRODUCTS 2.1 BED AND FILL MATERIALS A. Crushed Stone: 1. Crushed stone embedment shall consist of sound, durable stone material graded between the prescribed limits: Sieve Size Percent Retained 2" 0 1-1/2" 0 to 5 3/4" 30 to 65 3/8" 70 to 90 No. 4 95 to 100 2. Crushed stone shall not contain more than one percent(1%) by weight of organic matter, loam, or clays, or more than five percent(5%) by weight of any one or combination of slate, shale, schist or soft particles of sandstone. - 3. The percent of wear shall not exceed forty percent (40%)when tested in accordance with ASTM C 131. B. TXI #10 Chat: Granular bedding for flexible pipe shall be TXI #10 chat with the following gradation: Sieve Size Percent Retained 1/2 0 3/8 2 to 3 1/4 31 m No. 4 65 No. 10 98 No. 20 99 C. Gravel: Gravel shall consist of washed or screened gravel, 1/4-inch in size, pea gravel that is retained on 1/8 mesh but passes the 5/8 mesh, or similar sized crushed rock or slag, free of fines. lk D. Sand: Natural river of bank sand washed, free of silt, clay, loam, friable or soluble materials, or organic matter; graded in accordance with ANSI/ASTM C 136, within the following limits: C&B 011370.010 02223 -2 Trenching, Backfilling and Compacting ■ Sieve Size Maximum Percent Passing No. 10 50 No. 14 30 No. 200 15 E. Granular Backfill: 1. Granular backfill shall be sand or hydraulically graded, crushed stone fines, or mixed sand and gravel or sandy loam. The material shall be free from lumps, stone over 2 inches in size, clay, and organic matter. w 2. The plasticity index of the fraction passing the No. 40 sieve shall not exceed 10. F. Select Materials: 1. Select materials shall be gravel, fine rock cuttings, sand, sandy loam or loam free from excessive day. 2. Select material shall have a liquid limit less than 40 and a plasticity index less than 15 for the fraction passing the No. 40 sieve. 3. Sieve analysis: Maximum percent retained on No. 4 sieve = 25 to 50 and on No. 40 sieve 50 to 85. 4. Select material may be excavated on site or borrowed from an outside source as approved by the OWNER. 5. Maximum aggregate size of 3 inches. G. Site Backfill: Material excavated on site excluding large rock or borrowed from an outside source approved by the OWNER. H. Topsoil: 1. Imported topsoil shall be friable loam free from subsoil, roots, grass, weeds, stones and foreign matter. 2. Use topsoil stockpiled onsite or if quantity is not satisfactory, obtain from a source approved by the OWNER. I. Unclassified Material: All material excavated onsite, not meeting the requirements for topsoil or fill material. J. Concrete shall conform to Section 03300. PART 3 EXECUTION 3.1 PREPARATION AND LAYOUT A. Establish extent of excavation by line and elevation. Designate and identify datum elevations. B. Set required lines and levels. C. Maintain benchmarks, monuments and other reference points i C&B 011370.010 02223-3 Trenching, Backfilling and Compacting 3.2 UTILITIES A. Known underground utilities are indicated on the Drawings. B. Before starting excavation, establish the location and extent of underground utilities occurring in the work area. C. As excavation approaches utilities, hand excavate to uncover utilities. D. Notify the OWNER for direction for removal and/or relocation of utility companies lines which are in the way of excavation. E. Maintain, re-route or extend as required, existing utility lines to remain which pass through work area with the approval of the OWNER. Relocations are at the CONTRACTOR's cost. F. Protect utility services uncovered by excavation. G. Accurately locate and record abandoned and active lines re-routed or extended on Project Record Documents. 3.3 TRENCHING A. Ensure trenching does not interfere with normal 45 degree bearing splay of any foundation. B. Excavate in accordance with lines and grades. Excavated material shall be placed adjacent to the work to be used for backfilling as required. C. Trench depths and grading are calculated to provide adequate cover over pipes. Notify OWNER if adequate cover is lacking and correct as directed by OWNER or ENGINEER. D. Cut trenches sufficiently wide to enable proper installation of services and to allow for inspection. Minimum trench width for flexible pipe shall be 18 inches Wider than the pipe outside diameter. Trim and shape trench bottoms and leave free of irregularities, lumps and projections. Over excavated trench depths shall be filled to the proper grade with crushed rock at no additional cost to the OWNER. E. Trench width shall be not more than 24 inches wider than outside diameter of pipes. Walls shall be vertical to elevation equal to 12 inches above the top of the pipe. Whenever the prescribed maximum trench width is exceeded, the CONTRACTOR shall use the next higher class of embedment, at no additional cost to the OWNER. F. Do not disturb soil within branch spread of existing trees or shrubs that are to remain. If it is necessary to excavate through roots, perform work by hand and cut roots with a sharp axe r w C&B 011370 010 02223-4 Trenching, Backfilling and Compacting G. When complete, request the OWNER to inspect excavations. Correct unauthorized excavation as directed, at no cost to the OWNER. H. If, in the opinion of the OWNER, the undisturbed material at grade depth is unstable, the CONTRACTOR shall be required to remove the unstable material and fill the trench to the proper subgrade with crushed rock. I. Unsuitable excavated subsoil including perishable, spongy material, large rock, or other material designated by the OWNER or ENGINEER shall not be used in backfilling. Unsuitable material shall be disposed of by the CONTRACTOR in a manner approved by the OWNER. l 3.4 SHEETING AND SHORING A. In caving ground or in wet, saturated or flowing or otherwise unstable materials, the sides of all trenches and excavations shall be adequately sheeted and braced, to maintain the excavation from slides or cave-ins and to provide safety for the workmen. B. Sheeting, shoring and bracing shall be removed unless otherwise approved by the OWNER or ENGINEER. Removal of sheeting, shoring and bracing shall be performed in a manner to prevent damage to new or existing structures and to avoid cave-ins or sliding of the banks. All holes and voids from the sheeting shall be immediately and completely filled and compacted with suitable materials. All costs associated with the abandonment of sheeting, shoring and bracing shall be bome by the CONTRACTOR. 3.5 DEWATERING A. Keep trenches dry. Provide necessary equipment including pumps, piping and temporary drains. B. Direct surface drainage away from excavated areas. Provisions shall be made for the satisfactory disposal of water pumped to prevent damage to public or private property. C. Control the grading in and adjacent to excavations to prevent water running into excavated areas or onto adjacent properties or thoroughfares. D. Furnish and operate suitable pumps on a 24 hour basis to keep excavations free of water until service have been placed and backfilling is completed 3.6 BEDDING A. Manually place and compact bedding material in layers not exceeding six inches B. Manually shape bedding material to conform to pipe barrel and bell or flanges such that the entire length of the pipe barrel is supported by the bedding material. C&B 011370.010 02223-5 Trenching, Backfilling and Compacting F. Remove and replace improperly compacted backfill material at no cost to OWNER. Additional trench settlement following completion shall be restored to a level surface. Trench surfaces may be left crowned in open country. G. Water jetting for consolidation will not be permitted. "a 3.9 CLEAN UP Remove surplus fill materials to on-site spoil areas as directed by the OWNER. END OF SECTION C&B 011370 010 02223-7 Trenching, Backfilling and: orTRPOf���f'U' a � !l', u�oti SECTION 02227 WASTE MATERIAL DISPOSAL PART1 GENERAL 1.1 SCOPE A. Waste material disposal shall consist of the removal of excess earth, trees, stumps, logs, brush, roots, grass, vegetation, humus, rubbish and other . objectionable matter from operations such as clearing and grubbing, excavation and grading. Unless otherwise specified, the CONTRACTOR is responsible for removal and disposal of waste material. 1.2 RELATED WORK AND SPECIFICATIONS A. Section 02200- Earthwork. PART2 PRODUCTS 2.1 PRODUCTS A. Specific products are not required. Use equipment and materials necessary to properly complete disposal of waste materials. PART 3 EXECUTION 3.1 OFF-SITE DISPOSAL A. Waste material which must be removed from the project site shall be disposed of in such a manner so as not to damage the OWNER or other persons and in compliance with local, state and federal requirements. B. Waste material which must be removed from the project site shall become the property of the CONTRACTOR. It shall be the sole responsibility of the CONTRACTOR to obtain the necessary written permission and all applicable federal, state and local permits for the proper disposal of such material. 3.2 ON-SITE DISPOSAL A. Only brush and over-excavated earthen material may be disposed of on-site. If brush material is to be burned, the CONTRACTOR is responsible for acquiring all necessary permits including permits from the local Fire Department end the Texas Air Control Board. Brush material shall only be burned in areas approved by the OWNER. All foreign material such as concrete, rubble, roots, rocks larger than 3 inches, piping materials, machinery or pieces of machinery, etc. must be removed prior to on-site disposal. END OF SECTION C&B 011370.010 1.0001 02227- 1 Waste Material Disposal SECTION 02265 GEOTEXTILE- SOIL STABILIZATION PART 1 - GENERAL 1.1 SCOPE OF WORK A. Furnish labor, materials, equipment and incidentals necessary to install geotextile fabric. Use the geotextile in conjunction with aggregate to stabilize soft soils for roads, storage yards and parking areas, for separation of aggregate from the subgrade beneath floor slabs on grade or other areas as recommended. Use the geotextile in subsurface drainage applicationsfor lining trenches, pavement edge drains, or blanket drains as recommended. The geotextile shall provide a permeable layer of media, while retaining the soil matrix. 1.2 QUALITY STANDARDS A. Design Criteria: 1. The geotextile fabric shall be inert to commonly encountered chemicals, hydrocarbons, mildew and rot resistant, resistant to ultraviolet light exposure, insect and rodent resistant, and conform to the properties in the following table. - 2. The average roll minimum (weakest principle direction)for strength properties of any individual roll tested from the manufacturing lot or lots of a particular shipment shall be in excess of the average roll minimum value (weakest principle direction)stipulated herein. Test Requirements: Physical Properties Average Roll Minimum Value (Weakest Principal Direction) Grab Strength 200 ASTM D4632 (lbs.) Grab Elongation 60 ASTM D4632 (%) Mullen Burst Strength 320 ASTM D3786 (psi) Permeability-k 0.1 (cm/sec)ASTM D4491 Water Flow Rate 100 (gal/min/ft2)ASTM D4491 AOS (095)mm, 0.3 ASTM D4751 Trapezoid Tear Strength 60 ASTM D4533 (lbs) C&B 011370.010 02265 - 1 2004 Geotextde - Soil Stabilization 2. Avoid over-stressing the soil by utilizing equipment in spreading and dumping that exerts only moderate pressures on the soil. Soil over- stressing must be avoided. If severe rutting occurs at the time of placement, aggregate depths shall be increased and loads shall be reduced to reduce the pressures on the soil. 3. Fill any ruts which develop during spreading or compacting with additional aggregate rather than blading from surrounding areas. 4. Thoroughly compact the aggregate with a minimum of 8 passes of a 20 ton vibratory roller after placement. B. Subsurface Drainage 1. Install the geotextile to encapsulate the drainage aggregate in recommended areas. The limits will be shown on the construction drawings. Construction vehicles shall not be allowed to traffic directly on the fabric. 2. Overlaps, when necessary, shall be 36 inches minimum in horizontal drainage blanket applications and for end laps on trench drains. 3. The top lap on trench drains shall be a minimum of the width of the trench or 12 inches, whichever is greater. 4. For horizontal drainage blankets, use securing pins spaced at 5 to 10 foot centers. Securing pins shall be 3/16 inch steel bars, pointed at one end and fabricated with a head to retain a steel washer having an outside diameter of not less than 12 inches. The pin length shall not be less than 18 inches. U-shaped pins or special staples would be an acceptable option, if they provide the same degree of anchorage and are approved by the Engineer. END OF SECTION C&B 011370.010 02265-3 2004 Geotextile - Soil Stabilization SECTION 02831 PRECAST CONCRETE SCREENING WALL PART 1 - GENERAL 1.1 SUMMARY Provide all equipment and labor for design and construction of precast concrete lip screening wall. Submittal shall be in accordance with section 01340. 1.2 DESIGN STANDARDS International Building Code 2003 Edition with applicable modifications and ordinances 1.3 SUBMITTALS A. The following shall be submitted to specification 01340.- 1. 1340.1. Product Data: Furnish manufacturer's literature for each architectural precast concrete screening wall or noise barrier. 2. Shop Drawings: Provide working drawings indicating all information necessary for precasting screening wall or noise barrier elements. Drawings shall illustrate the shape and dimension of precast components; the size, quantity and details of the reinforcing steel; the quantity, type, size and details of connection and lifting hardware (if needed); the size and location of drain openings; and any additional details necessary. Drawings shall bear the seal of a registered professional engineer. 40 3. Design Calculations: When required, furnish design calculations which include a summary of all design parameters used, including material types, strength values, allowable stresses, assumed loads and load AP combinations. Calculations shall be submitted covering the range of heights and loading conditions on the project. 4. Certification: Furnish manufacturer's certificate of certification by the National Precast Concrete Association (NCPA)or an equivalent organization such as the Precast/Prestressed Concrete Institute (PCI). 1.4 QUALITY ASSURANCE A. Installer Qualifications: Engage an experienced Installer who has experience with architectural precast concrete screening wall or noise barrier projects.with same matenal and of similar scope to that indicated for this Project with a successful construction record of in-service performance. Installer must submit the names, location, and phone number of three references as well as description of the project successfully completed for each reference. B. Single-Source Responsibility: C&B 011370.010 02831 - 1 Precast Concrete Screening Walt d C�? 1. Obtain concrete fence materials manufactured in the United States from a single source. C. Manufacturing Qualifications: Engage a firm experienced in producing precast concrete screening wall or noise barrier units in accordance to those indicated for this Project and with a record of success in-service performance, as well as -- sufficient production capacity to produce required units without delaying Work. 1. Manufacturer must own a manufacturing facility that produces precast concrete screening wall and noise barrier units. 2. Manufacturer shall be certified by the National Precast Concrete Association (NPCA)or an equivalent organization such as the Precast/Prestressed Concrete Institute's (PCI) Plant Certification Program and be designated a PCI Certified Plant for Group A1-Architectural Concrete. 3. Manufacturer shall be registered and approved by authorities having jurisdiction 1.5 PROJECT CONDITIONS A. Field Measurements: Verify layout information for fences and gates shown on the Drawings in relation to the property survey and existing structures. Verify dimensions by field measurements. PART 2- PRODUCTS . 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, products that may be incorporated in the work include, but are not, limited to, the following: 1. Premiercrete Products LLC 1801 Royal LN. Suite 607 Dallas, Texas 75229 Phone: (972) 373-8430 2. Product to be manufactured by a NPCA (National Precast Concrete Association)certified factory in the USA. 2.2 CONCRETE MATERIALS A. Concrete shall be normal weight concrete having sand and gravel or crushed stone aggregates. Mixed with ASTM-C150, type I or III Portland cement to meet the minimum compressive strength as follows: 1. Panels and posts: 5000 psi at 28 days 2. Footings and piers: 3000 psi at 28 days 3. Sidewalk and non-structural- 2600 psi at 28 days B. Water used for concrete shall be clean water and free from injurious amounts of oils, acids, alkalites, organic or other deleterious substances. C&B 011370.010 02831 -2 Precast Concrete Screening Wall C. All concrete permanently exposed to the weather shall contain an air-entraining admixture resulting in 3 to 6 percent entrained air of recommended by the manufacturer. 2.3 CONCRETE WORKMANSHIP A. Fresh poured concrete shall be tamped into place by steel rammer, slicing tools or mechanical vibrator, until concrete is thoroughly compact and without void. 2.4 REINFORCING MATERIALS A. Shall be as submitted in engineering design submittal, and shall conform to all applicable city of Fort Worth Standards 2.5 DIMENSIONS A. Panels shall be 5-feet in width by 8-feet tall. Thickness shall be determined by manufacturer. B. Footings and posts shall be determined by manufacturer according to standard load criteria as set forth in the International Building Code 2003 Edition and as a. specified in the attached geotechnical report. 2.6 COLOR AND TPYE OF FINISH Precast concrete screening wall shall have a faux brick finish. PART 3- MEASURE AND PAYMENT 3.1 Payment shall be based on total linear footage of required fencing as shown on plans. END OF SECTION C&B 011370.010 02831 -3 Precast Concrete Screening Wall SECTION 02936 SEEDING PART 1 - GENERAL 1.1 SCOPE 1. Seeding is required on all areas where existing topsoil or vegetation is modified, damaged or otherwise disturbed during construction of this Project and in areas where erosion protection is required. 2. Seeding work includes: 1. Preparation of subsoil. 2. Placing topsoil. 3. Fertilizing. 4. Seeding. 5. Mulching. 6. Maintenance: 1.2 REFERENCES AD A. FS O-F-241 - Fertilizers, Mixed, Commercial. Ir B. Texas Seed Law. 1.3 DEFINITIONS A. Weeds: Include Dandelion, Jimsonweed, Quackgrass, Horsetail, Morning Glory, Rush Grass, Mustard, Lambsquarter, Chickweed, Cress, Crabgrass, Canadian Thistle, Nutgrass, Poison Oak, Blackberry, Tansy Ragwort, Johnson Grass, Poison Ivy, Nut Sedge, Nimble Will, Bindweed, Bent Grass, Wild Garlic, Perennial Sorrel, and Brome Grass. 1.4 REGULATORY REQUIREMENTS A. Comply with regulatory agencies for fertilizer and herbicide composition. 1.5' QUALITY ASSURANCE A. Provide seed mixture in containers showing percentage of seed mix, year of production, net weight, date of packaging and location of packaging. 1.6 MAINTENANCE DATA A. Submit maintenance data for continuing OWNER maintenance under provisions of Section 01340. Include maintenance instructions, cutting method and maximum grass height; types; applicable frequency; and recommended coverage of fertilizer. .Y C&B 011370.010 02936 - 1 Seeding a 1.7 DELIVERY, STORAGE AND HANDLING A. Deliver grass seed mixture in sealed containers. Seed in damaged packaging is n not acceptable. Deliver fertilizer in waterproof bags showing weight, chemical analysis and name of manufacturer. 1.8 COORDINATION M A. Coordinate the work of this section with installation of underground sprinkler system piping and watering heads, where applicable. 1.9 MAINTENANCE SERVICE A. Maintain seeded areas immediately after placement until grass is well established and exhibits a vigorous growing condition. 1.10 SUBMITTALS 2. Submit information as to fertilizer, seed type(s), seeding procedures, etc. in accordance with Section 01340, Contractor's Submittals. PART 2- PRODUCTS 2.1 SEED MIXTURE A. Seed Mixture: , 1. Type 1: Unhulled Bermuda. 2. Type 2: Hulled Bermuda. 2.2 SOIL MATERIALS A. Topsoil: Excavated from site and free of weeds, roots, stones and foreign matter. 2.3 ACCESSORIES ° 1. Fertilizer: FS O-F-241, recommended for grass,with fifty percent of the elements derived from organic sources, of proportion necessary to eliminate any ffi deficiencies of topsoil to the following proportions: Nitrogen, 20 percent; phosphoric acid, 20 percent; and soluble potash, 20 percent. 2. Water: Clean, fresh and free of substances or matter which could inhibit vigorous growth of grass. 3. Erosion Fabric. To be placed on all slopes steeper than 3:1 and oth&r specific locations shown on the Plans. C&B 011370.010 02936 - 2 Seeding PART 3 - EXECUTION 3.1 INSPECTION A. Verify that prepared soil base is ready to receive the work of this section. Beginning work on this item shall be interpreted as CONTRACTOR's acceptance of existing site conditions. 3.2 PREPARATION OF SUBSOIL A. Prepare subsoil to eliminate uneven areas and low spots. Maintain lines, levels, profiles and contours. Make changes in grade gradual and blend slopes into level areas. B. Remove foreign materials, weeds, undesirable plants and their roots, and contaminated subsoil. C. Scarify subsoil to a depth of 3 inches where topsoil is to be placed. Repeat cultivation in areas where equipment, used for hauling and spreading topsoil, has compacted subsoil. 3.3 PLACING TOPSOIL A. Place topsoil during dry weather and on dry, unfrozen subgrade. B. Remove vegetative material and foreign non-organic material while spreading. C. Grade to eliminate rough, low or soft areas, and to ensure positive drainage. D. Install edging at periphery of seeded areas in straight lines to consistent depth. 3.4 FERTILIZER A. Apply fertilizer after smooth raking of topsoil in accordance with manufacturer's instructions at a minimum rate of 200 lb/acre. B. Do not apply fertilizer at the same time or with the same machine that will be used to apply seed unless hydromulching is utilized. C. Mix fertilizer thoroughly into upper 2 inches of topsoil. D. Lightly water to aid the dissipation of fertilizer. 3.5 SEEDING A. Apply seed at a rate of 20 lbs per acre (Type 1) or 12 lbs per acre (Type 2) and rake in lightly. B. Planting Season: 1. Type 1: January 1 to April 1. _ 2. Type 2. April 1 to October 1. C&B 011370.010 02936 - 3 Seeding C. Do not sow immediately following rain, when ground is too dry, or during windy periods. D. Immediately following seeding, apply mulch to a thickness of 1/8-inch, clear of shrubs and trees. E. Apply water with a fine spray immediately after each area has been mulched. Saturate to 4 inches. F. Grass planting of Type 2 seed mixture by hydromulching shall be acceptable. Hydromulching shall consist of applying water, seed and fibrous mulch and shall generally conform to the requirements listed by the Texas Department of Transportation Standard Specificat€ons for Construction of Highways, Streets and Bridges. 3.6 SEED PROTECTION A. Identify seeded areas with stakes and string around area periphery. Set string height to 24 inches. Space stakes at 60 inches. B. Cover seeded slopes where grade is steeper than 4 inches per foot with erosion fabric. Roll fabric onto slopes without stretching or pulling. C. Lay fabric smoothly on surface, bury top end of each section in 6 inch deep excavated topsoil trench. Provide 3 inch overlap of adjacent rolls. Backfill trench and rake smooth, level with adjacent soil. D. Secure outside edges and overlaps at 36 inch intervals with stakes. " E. Lightly dress slopes with topsoil to ensure close contact between fabric anc soil. F. At sides of ditches, lay fabric laps in direction of water flow. Lap ends and edges a minimum of 6 inches. 3.7 MAINTENANCE A. Mow grass at regular intervals until seeding is accepted by the OWNER. Do not cut more than 1/3 of grass blade at any one mowing. B. Neatly trim edges and hand clip where necessary. C. Immediately remove clippings after mowing and trimming. D. Water to prevent drying of grass and soil and to meet the water requirement of " the planted grass. E. Control growth of weeds: Apply herbicides in accordance with manufacturer's instructions. Remedy damage resulting from improper use of herbicides. C&B 011370.010 02936-4 Seeding F. Immediately reseed areas which show bare spots. CONTRACTOR shall reseed areas which show bare spots of 2 square feet or larger. A minimum of 95 percent coverage shall be required for OWNER acceptance. G. Protect seeded areas with warning signs during maintenance period. END OF SECTION I w C&B 011370.010 02936 -5 Seeding SECTION 03100 CONCRETE FORMWORK PART 1 -GENERAL 1.1 SCOPE OF WORK A. The work performed under this section of the Specifications shall consist of furnishing and installing formwork for cast-in-place concrete,with shoring, bracing, anchorage and all necessary accessories. Openings in the formwork for other work shall be provided. All stripping activities shall be included under this section. 1.2 RELATED SECTIONS A. Section 03200: Concrete Reinforcement. B. Section 03300: Cast-in-Place Concrete. 1.3 REFERENCES A. ACI 347: Recommended Practice for Concrete Formwork. B. ACI 301: Standard Specifications for Structural Concrete. C. PS-1: Construction and Industrial Plywood. D. ACI 318: Building Code Requirements for Reinforced Concrete. E. ACI 350: Environmental Engineering Concrete Structures. F. ACI 117: Standard Specifications for Tolerances for Concrete Construction and Materials. 1.4 DESIGN REQUIREMENTS A. CONTRACTOR shall be responsible for the design, engineering and construction of formwork, shoring and bracing to conform to design and code requirements; resultant concrete to conform to required shape, line and dimension. Design and construction of formwork shall take into account live loads, dead loads, weight of moving equipment operating on formwork, concrete mix, height of concrete drop, vibrator frequency, temperature, foundation pressures, stresses, lateral stability and other factors pertinent to the safety of personnel and structures. CONTRACTOR shall provide shores, struts, and trussed supports as necessary. - C&B 011370.010 03100 - 1 Concrete Formwo 1.5 QUALITY ASSURANCE A. Work shall be performed in accordance with the standards referenced in Part 1.3 of this specification. 1.6 DELIVERY, STORAGE AND HANDLING A. Store off ground in ventilated and protected manner to prevent deterioration from moisture. 1.7 COORDINATION A. Coordinate this section with other sections of the Work which require attachment of components to formwork. PART 2-PRODUCTS 2.1 FORM MATERIALS A. Facing Materials: 1. Unexposed Finish Concrete: Any standard form materials that produce structurally sound concrete. Provide lumber dressed on at least two edges and one side for tight fit. 2. Exposed Finish Concrete: Materials selected to offer optimum smooth, stain free final appearance and minimum number of joints. Provide materials with sufficient strength to resist hydrostatic head without bow or deflection in excess of allowable tolerances, and as follows: a. Plywood: PS-1 "13-13 (Concrete Form) Plywood,"Class I, Exterior - Grade, mill-oiled and edge-sealed. b. Lumber: Southern Pine special, No. 2 grade,with stamp grade clearly visible. - C. Steel: Minimum 16 gauge sheet, well matched and tight fitting, stiffened to support weight of concrete without deflection detrimental to tolerances and appearances of finished concrete surfaces. d. Glass Fiber Fabric Reinforced Plastic Forms: Matched, tight fitting, stiffened to support weight of concrete without deflection detrimental to tolerances and appearance of finished concrete surfaces. 2.2 FORMWORK ACCESSORIES A. Form Ties: 1. Metal form ties, snap-off type, 1-1/2 inch break back dimension, galvanized metal, with waterproof washer at mid-point of rod,'shall be used to hold forms in place. The ties,when removed, shall leave a smooth opening in the concrete surface not larger than 7/8 inch in diameter. C&B 011370.010 03100 -2 Concrete Formwork 2. After the tie rods are broken back, the holes shall be thoroughly cleaned to remove all grease and loose particles; then non-shrink cement-sand mm mortar, as dry as practicable, shall be carefully placed into the holes in small quantities. After the holes are completely filled, all excess mortar shall be struck off flush and the surface finished in such a manner as to render the filled hole as inconspicuous as possible. If these patches appear to be darker than the other surface of the concrete, white cement shall be used in the mortar as required. 3. "Supertie"fiberglass form tie system as manufactured by RJD Industries, Inc., 26945 Cabot Road, Suite 107, Leguna Hill, California, (800)344- 4753. Provide spreader rod, ties, gripper and all necessary accessories and installation devices. Provide gray color rod. Install Supertie in accordance with supplier's instructions. After removal of forms, grind Supertie flush to wall. B. Form Release Agent: Colorless mineral oil which will not stain concrete, absorb moisture or impair natural bonding or color characteristics of coating intended for use on concrete. C. Comers: Chamfered, rigid plastic or wood strip type; 3/4" x 3/4" size; maximum possible lengths. Accurately formed to produce uniformly straight lines and tight edge joints. D. Nails, Spikes, lag bolts,Through bolts, Anchorages; Sized as required, of sufficient strength and character to maintain formwork in place while placing concrete. E. Waterstops: 1. Resilient Type -Polyvinyl chloride, minimum 2,000 psi tensile strength, minimum 50°F (15°C)working temperature range, 6-inch wide for construction joints, 9-inch wide for expansion joints, maximum possible lengths, ribbed profile, preformed comer sections, heat welded jointing; "Wire Stop"as manufactured by Paul Murphy Plastic Co. Or approved equivalent. 2. Expanding Rubber Waterstop - see Section 03250. 3. Soft Type - Blend of refined hydrocarbons, resins, plasticizing compounds and mineral fillers extruded in a 5/8 inch by 1-1/2 inch oxidize or evaporate. Waterstop shall be: As manufactured by Synko-flex, 2100 Travis, Houston, Texas 77002, (713)686-8203; Swellseal Plus as manufactured by de neef America, Inc., 122 North Mill Street, St. Louis, Missouri 48880, (517)681-5791; or approved equivalent. Install in accordance with manufacturer's recommendations. Use primer recommended by manufacturer on surfaces: PART 3- EXECUTION 3.1 EXAMINATION C&B 011370.010 03100 - 3 Concrete Formwork r �'i A. Verify lines, levels and centers before proceeding with formwork_ Ensure that dimensions agree with Drawings. 3.2 EARTH FORMS A. Earth forms are not permitted. 3.3 INSTALLATION A. Formwork—General: Provide sloped surfaces steeper than 1.5 horizontal to 1 . vertical with a top form to hold shape of concrete during placement, unless it can be demonstrated that top forms can be omitted. Construct the forms to correct shape and dimensions, mortar-tight, of sufficient strength, braced and tied together so that the forms shall be strong enough to maintain their shape under all imposed loads from the movement of workers, equipment, materials, or the placing and vibrating of the concrete. Camber where necessary to assure level finished soffits unless otherwise shown on the Drawings. Verify the horizontal and vertical positions of forms and correct all inaccuracies before placing concrete in any form. Complete all wedging and bracing before placing concrete. B. Forms for"Smooth Finish" Concrete: Use steel, plywood or lined board forms uniform in size. Clean and smooth plywood and form liners. Free edges and holes from damage. Form lining shall have close-fitting square joints between separate sheets and shall not be sprung into place. Sheets of form liners and plywood shall be full size wherever possible and joints shall be taped to prevent protrusions in concrete. Use special care in forming and stripping wood forms to protect corners and edges. Level and continue all horizontal joints. Wet wood forms at all times until stripping. C. Framing, Studding, and Bracing: Space studs at 16 inches on center maximum for boards and 12 inches on center maximum for plywood. Framing, bracing, centering, and supporting members shall be of adequate size and strength to carry safely, without deflection, all dead and live loads to which forms may be subjected, and shall be spaced sufficiently close to prevent any bulging or sagging of forms. Soffits of all beams forms shall be constructed of material a minimum of 2 inches thick. Distribute bracing loads over base area on which bracing is erected. When placed on ground, protect against undermining, settlement or accidental impact. D. Erect formwork, shoring and bracing to achieve design requirements, in accordance with the requirements of ACI 301. E. Arrange and assemble formwork to permit dismantling and stripping. Do not damage concrete during stripping. Permit removal of remaining principal shores. F. Align joints and make watertight. Keep form joints to a minimum. G. Obtain approval from OWNER or ENGINEER before framing openings in structural members which are not indicated on Drawings. C&B 011370.010 03100-4 Concrete Formwork H. Provide chamfer strips on exposed edges unless drawings note otherwise. 1. Do not reuse wood formwork more than three times. Do not patch formwork. 3.4 APPLICATION - FORM RELEASE AGENT A. Apply form release agent on formwork in accordance with manufacturer's recommendations. B. Apply prior to placement of reinforcing steel, anchoring devices, and embedded items. C. Do not apply form release agent where concrete surfaces will receive special finishes or applied coverings which are affected by agent. Soak inside surfaces of untreated forms with clean water. Keep surfaces coated prior to placement of concrete. D. Reuse and Coating of Forms: Thoroughly clean forms and reapply form coating before each reuse. For exposed work, do not reuse any form which cannot be reconditioned to "like new"condition. Apply form coating to all forms in accordance with the manufacturer's specifications, except where"scored finish" is required as shown on the Drawings. Do not coat forms for concrete that is to receive a"scored finish". 3.5 INSERTS, EMBEDDED PARTS AND OPENINGS A. Provide formed openings where required for items to be embedded in or passing through concrete work. B. Locate and set in place items that will be cast directly into concrete. C. Coordinate with Work of other sections in forming and placing openings, slots, reglets, recesses, sleeves, bolts, anchors, other inserts, and components of other Work. D. Provide temporary ports or openings in formwork to facilitate cleaning and inspection. Locate openings at bottom of forms to allow flushing water to drain. E. Close temporary openings with tight fitting panels, flush with inside face of forms, and neatly fitted so joints will not be apparent in exposed concrete surfaces. 3.6 FORM CLEANING A. Clean and remove foreign matter within forms as erection proceeds. B. Clean formed cavities of debris prior to placing concrete. C. Flush with water or use compressed air to remove remaining foreign matter. Ensure that water and debris drain to exterior through clean-out ports. C&B 011370.010 03100 -5 Concrete Formwork D. During cold weather, remove ice and snow from within forms. Do not use de- icing salts. Do not use water to clean out forms, unless formwork and concrete construction proceed within heated enclosure. Use compressed air or other means to remove foreign matter. 3.7 FORMWORK TOLERANCES A. Construct formwork so as to maintain tolerances required by ACI 347, Chapter 3.3, except as otherwise noted. 3.8 FIELD QUALITY CONTROL A. Independent Testing Agency to inspect erected formwork, shoring, and bracing to ensure that work is in accordance with formwork design, and that supports, fastenings, wedges, ties, and items are secure. B. Notify the Architect/Engineer and Independent Testing Agency after placement of reinforcing steel in the forms, but prior to placing any concrete, so that inspection can be made. - 3.9 FORM REMOVAL A. The time for removal of forms shall comply with ACI 318. If curing temperatures are below 50°F (15°C), the time for removal shall be increased by fifty percent (50%). In no case shall the forms or bracing be removed until concrete has gained sufficient strength to carry its own weight and imposed loads. B. Loosen forms carefully. Do not wedge pry bars, hammers or tools against finish concrete surfaces scheduled for exposure to view. C. Store removed forms in manner that surfaces to be in contact with fresh concrete will not be damaged. Discard damaged forms. END OF SECTION - C&B 011370.010 03100 -6 Concrete Formwork e SECTION 03200 CONCRETE REINFORCEMENT PART 1 -GENERAL 1.1 SCOPE OF WORK A. The work included in this section of the Specifications shall consist of furnishing and installing reinforcing steel bars,welded wire fabric and accessories for cast- in-place concrete. 1.2 RELATED SECTIONS A. Section 03100: Concrete Formwork. B. Section 03300: Cast-in-Place Concrete. 1.3 REFERENCES A. ACI 301 —Standard Specifications for Structural Concrete. B. ACI 318/318R- Building Code Requirements for Structural Concrete and Commentary. C. ACI 315—Details and Detailing of Concrete Reinforcement. D. ANSI/ASTM A82-Cold Drawn Steel Wire for Concrete Reinforcement. E. ANSI/ASTM A185-Welded Steel Wire Fabric for Concrete Reinforcement. F. SP-66-88 -ACI Detailing Manual. G. ANSI/ASTM A496 - Deformed Steel Wire Fabric for Concrete Reinforcement. H. ANSI/ASTM A 497-Welded Deformed Steel Wire.Fabric for Concrete Reinforcement. 1. ANSI/AWS D1.4-Structural Welding Code for Reinforcing Steel. J. ANSI/AWS D12.1 - Reinforcing Steel Welding Code. K. ASTM A615- Deformed and Plain Billet Steel Bars for Concrete Reinforcement. L. CRSI - Concrete Reinforcing Steel Institute Manual of Practice. • M. CRSI 63- Recommended Practice for Placing Reinforcing Bars. a C&B 011370.010 03200- 1 Concrete Reinforcement a N. CRSI 65- Recommended Practice for Placing bar Supports, Specifications and Nomenclature. 1.4 SUBMITTALS A. Submittals shall meet the requirements of The City of Fort Worth Material and Construction Specifications. B. Shop Drawings: Indicate bar sizes, spacings, locations and quantities of reinforcing steel and welded wire fabric, bending and cutting schedules, supporting and spacing devices, and joint and splice locations. C. Manufacture's Certificate: Certify that products meet or exceed specified requirements. D. Comply with ACI 315, Chapters 1 through 8. m E. Submit for review manufacturer's specifications and installation instructions for all proprietary products, including sleeves for welded splices. 1.5 QUALITY ASSURANCE A. Perform work in accordance with referenced standards. Submit certified copies • of mill test report of reinforcement materials analysis. 1.6 COORDINATION A. Coordinate work with other trades, placement of formwork, formed openings and other work. PART 2-PRODUCTS 2.1 REINFORCEMENT A. Reinforcing Bars: New, deformed billet steel conforming to ASTM A615, Grade r 60 for nonweldable bars and ASTM A706, Gracie 60 for weldable bars. B. Welded Wire Fabric: ASTM A185 for smooth wire and ASTM A457 for deformed 44 wire. 2.2 ACCESSORY MATERIALS y A. Tie Wire: Minimum 16-gauge annealed type. B. Supports for Reinforcement: Conform to CRSI 63. C. Special Chairs, Bolsters, bar Supports, Spacers Adjacent to Weather Exposed Concrete Surfaces: Plastic coated steel or stainless steel type, size and shape as required. C&B 011370.010 03200-2 Concrete Reinforcement p D. Splices: 1. Mechanical Connections: a. Compression: Gateway Building Products"G-Loc"or approved equivalent. b. Tension: Lenton Anchor or approved equivalent. Connection device shall•develop 125 percent of yield strength of bar. 2. Welded Splices: "Cadweld", "Thermoweld" or approved equivalent. Size device to develop 125 percent of yield strength of bar. 2.3 FABRICATION A. Fabricate concrete reinforcing in accordance with CRSI Manual of Practice. B. Locate reinforcing splices not indicated on Plans at point of minimum stress. Review location of splices with OWNER or ENGINEER. PART 3-EXECUTION 3.1 PLACEMENT A. Place, support and secure reinforcement against displacement by means of accepted spacers, chairs or hangers. Do not deviate from required position. B. Do not displace or damage vapor barrier. C. Accommodate placement of formed openings. D. Conform to ACI 318 code for concrete cover over reinforcement. E. Clean reinforcement to remove loose rust, mill scale, oil, earth, ice and other materials which might reduce or destroy bond with concrete. 3.2 FIELD QUALITY CONTROL A. Concrete shall not be placed until reinforcing steel is inspected by OWNER's representative. All concrete placed in violation of this provision will be rejected. The CONTRACTOR shall give OWNER's representative 24 hours notice after completion of reinforcement placement prior to placement of concrete. END OF SECTION C&B 011370.010 03200 - 3 Concrete Reinforcement SECTION 03300 CAST-IN-PLACE CONCRETE PART 1 -GENERAL 1.1 SCOPE OF WORK This section includes all work required in placing, finishing and curing cast4n-place concrete associated with the following: A. Cast-in-place concrete for structures and components including, but not limited to, foundations, beams and slabs. B. Floors and slabs on grade. C. Control, and expansion and contraction joint devices associated with concrete work including joint sealants. D. Equipment pads, light pole bases, thrust blocks and manhole bases. 1.2 RELATED SECTIONS A. Section 03100—Concrete Formwork. B. Section 03200—Concrete Reinforcement. 1.3 REFERENCES A. ACI 301 - Standard Specifications for Structural Concrete. B. ACI 302- Guide for Concrete Floor and Slab Construction. C. ACI 304R- Guide for Measuring, Mixing, Transporting, and Placing Concrete. D. ACI 305R- Hot Weather Concreting E. ACI 306R- Cold Weather Concreting. F. ACI 308- Standard Practice for Curing Concrete. G. ACI 318/318R - Building Code Requirements for Structural Concrete and Commentary. H. ANSI/ASTM D1752 - Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction. I. ASTM C33 - Concrete Aggregates. J. ASTM C94 - Ready-Mixed Concrete. C&B 011370.010 03300 - 1 Cast-In-Place Concrete V K. ASTM C150-Portland Cement. L. ASTM C260—Air-Entraining Admixtures for Concrete. M. ASTM C494 - Chemical Admixtures for Concrete. 1.4 SUBMITTALS A. Submit under provisions of Section 01340. B. Product Data: Submit data on joint devices, attachment accessories, concrete, admixtures, and fly ash to be used in concrete. C. Manufacturer's Installation Instructions: Submit installation procedures and interface required with adjacent work. D. Provide mill certificates from material supplier certifying that the following items have been tested and comply with the Contract Documents. 1. Portland Cement. 2. Fly Ash. E. Material supplier for concrete aggregates to provide written affidavit the following items have been tested and comply with the requirements of the Contract Documents: 1. Coarse and fine aggregates for normal weight concrete. F Provide concrete mix designs for different classes of concrete required for the project. Mix designs to include field test data or trial mixture data as required by ACI 301. G. Submit quality control program of the proposed concrete supplier and provide copies of test reports. 1.5 PROJECT RECORD DOCUMENTS A. Submit in accordance with Section 01720 Accurately record actual locations of embedded utilities and components which are concealed from view. 1.6 QUALITY ASSURANCE A. All work shall be performed in accordance with the standards referenced in Part 1.3. Cement and aggregate shall be obtained form the same source for all work. 1.7 COORDINATION A. Coordinate the placement of joint devices with erection of concrete fprmwork and - placement of form accessories. C&B 011370.010 03300 -2 Cast-In-Place Concrete PART 2-PRODUCTS 2.1 CONCRETE MATERIALS A. Cement: ASTM C150, Type II unless noted. B. Fine and Coarse Aggregates: ASTM C33. 1.' Do not use aggregates containing soluble salts or other substances such as iron sulfides, pyrite, marcasite, ochre, or other materials that can cause stains on exposed concrete surfaces. 2. Fine Aggregate: Clean, sharp, natural sand free from loam, clay, lumps or other deleterious substances. Dune sand, bank run sand and manufactured sand are not acceptable. ' 3. Coarse Aggregate: Clean, uncoated, processed aggregate containing no clay, mud, loam or foreign matter, as follows: a. Crushed stone, processed from natural rock or stone. b. Wash gravel, either natural or crushed. Use of slag and pit or bank run gravel is not permitted. C. Coarse Aggregate Size: Size to be ASTM C33, Nos. 57 or 67. C. Water: Clean and not detrimental to concrete. 2.2 ADMIXTURES A. Air Entrainment: ASTM C260; MB-VR manufactured by Master Builders Company or approved equivalent. B. Chemical Admixtures: ASTM C494, as follows: 1. Type A-Water Reducing-Pozzolith manufactured by Master Builders Company or approved equivalent. 2. Type B- Retarding. 3. Type C-Accelerating. 4. Type D -Water-reducing and Retarding. 5. Type E -Water-reducing and Accelerating. 6. Type F-Water-reducing, High Range. 2.3 ACCESSORIES A. Bonding Agent: Polymer resin emulsion. B. Non-Shrink Grout: ASTM C1107, Grade A, premixed compound consisting of non-metallic aggregate, cement, water reducing and plasticizing agents, capable of developing minimum compressive strength of 2,400 psi in 48 hours and 7,000 psi in 28 days. C&B 011370.010 03300 - 3 Cast-In-Place Concrete r .� 2.4 JOINT DEVICES AND FILLER MATERIALS A. Joint Filler Type B: ASTM D1752; Type II Cork and Type III Self-Expanding Cork. B. Joint Sealing Filler: As specified in Section 02514. 2.5 CONCRETE MIX * A. Provide concrete with the following mix design limitations where Class "A' concrete is specified to result in concrete placed in the field of minimum compressive strength of 4000 psi at 28 days based on test cylinders which are taken during concrete placement. Unit Measurement Minimum Compressive Strength (7 day) 3000 psi Minimum Compressive Strength (28 day) 4000 psi Coarse Aggregate ASTM C33, No. 57 or 67 Fine Aggregate ASTM C33 Water/Cement Ratio (maximum) 0.44 by weight Air Entrainment 5-7 percent Slump 3 inches plus or minus 1 inch Minimum Cement Content 564 pounds per cubic yard B. Provide concrete with the following mix design limitations where Class "B" concrete is specified to result in concrete placed in the field of minimum compressive strength of 3000 psi at 28 days based on test cylinders which are taken during concrete placement. Unit Measurement Minimum Compressive Strength (7 day) 2250 psi Minimum Compressive Strength (28 day) 3000 psi Coarse Aggregate ASTM C33, No. 467 Fine Aggregate ASTM C33 Water/Cement Ratio (maximum) 0.50 by weight Air Entrainment 4-6 percent Slump 3 inches plus or minus 1 inch Minimum Cement Content 470 pounds per cubic yard C. Provide concrete with the following mix design limitations where Class"a' concrete is specified to result in concrete placed in the field of minimum compressive strength of 2000 psi at 28 days based on test cylinders which are taken during concrete placement. Unit Measurement Minimum Compressive Strength (7 day) 1500 psi Minimum Compressive Strength (28 day) 2000 psi Coarse Aggregate ASTM C33, No. 467 Fine Aggregate ASTM C33 Water/Cement Ratio (maximum) 0.82 by weight Air Entrainment None Slump 4 inches plus or minus 1 inch Minimum Cement Content 376 pounds per cubic yard C&B 011370.010 03300 -4 Cast-In-Place Concrete , A D. Provide concrete with the following mix design limitations where Class"D" concrete is specified to result in high early strength concrete placed in the field of minimum compressive of 4000 psi at 28 days based on test cylinders which are taken during concrete placement Unit Measurement Minimum Compressive Strength (1 day) 2000 psi Minimum Compressive Strength (3 day) 4000 psi Minimum Compressive Strength (28 day) 4000 psi Coarse Aggregate ASTM C33, No. 57 or 67 Fine Aggregate ASTM C33 Water/Cement Ratio (maximum) 0.44 by weight Air Entrainment 5-7% Slump 3 inches plus or minus 1 inch Minimum Cement Content 564 pounds per cubic yard E. Trial design batches, mixture proportioning studies, and testing requirements for various classes and types of concrete specified shall be the responsibility of the CONTRACTOR. Mixture proportions shall be based on compressive strength as determined by test specimens fabricated in accordance with ASTM C 192 and tested in accordance with ASTM C 39. Provide samples of all materials used in mixture proportioning studies that are representative of those proposed for use in the project. Provide manufacturer's or producer's test reports indicating compliance with these specifications. Make trial mixtures having proportions, consistencies, and air content suitable for the work based on methodology described in ACI 211.1, using at least three different water-cement ratios for each type of mixture, which will produce a range of strength encompassing those required for each class and type of concrete required on the project. The maximum water-cement ratios will be the equivalent water-cement ratio as determined by conversion from the weight ratio of water to cement plus pozzolan. Design laboratory trial mixtures for maximum permitted slump and air content. Make separate sets of trial mixture studies for each combination of cementitious materials and each combination of admixtures proposed for use. Do not use combination of either until proven by such studies, except that, if approved in writing and otherwise permitted by these specifications, an accelerator or a retarder may be used without separate trial mixture study. Make separate trial mixture studies for concrete for any conveying or placing method proposed which requires special properties and for concrete to be placed in unusually difficult placing locations. Report the temperature of concrete in each trial batch. For " each water-cement ratio, make at least three test cylinders for each test age and cure in accordance with ASTM C 192. Test cylinders at 7 and 28 days in accordance with ASTM C 39. From these test results, plot a curve showing the relationship between water-cement ratio and strength for each set of trial mix studies. In addition, plot a curve showing the relationship between 7 day and 28 day strengths. Design each mixture to promote easy and suitable concrete placement, consolidation and finishing, and to prevent segregation and excessive bleeding. ' C&B 011370.010 03300- 5 Cast-In-Place Concrete F. Average Compressive Strength Required for Mixtures: Select the mixture proportions during mixture design studies to produce a required average compressive strength (fcr) exceeding the specified compressive strength (fc) by the amount indicated below. This required average compressive strength, fcr, will not be a required acceptance criteria during concrete production. However, whenever the daily average.compressive strength at 28 days drops below fcr during concrete production, or daily average 7-day strength drops below a strength correlated with the 28-day fcr, adjust the mixture, as approved, to bring the daily average back up to fcr. During production, adjust the required fcr, as appropriate, based on the standard deviation being attained on the job. G. Computations from Test Records: Where a concrete production facility has test records, establish a standard deviation in accordance with the applicable provisions of ACI 214.3R. Provide test records from which a standard deviation is calculated, which represents materials, quality control procedures, and conditions similar to those expected; represents concrete produced to meet a specified strength or strengths (fc)within 1,000 psi of that specified for proposed work; and consists of at least 30 consecutive tests and be current to within the past 12 months. A strength test is the average of the strengths of two cylinders „ made from the same sample of concrete and tested at 28 days. For the required average compressive strength fcr used as the basis for selection of concrete proportions use the larger of the equations that follow based on the standard deviation determined above: fcr=fc+ 1.34S where units are in psi fcr=fc+ 2.33S-500 where units are in psi Where S = standard deviation Where a concrete production facility does not have test records meeting the requirements above but does have a record based on 15 to 29 consecutive tests, establish a standard deviation as the product of the calculated standard deviation and a modification factor from the following table: NUMBER OF TESTS MODIFICATION FACTOR FOR STANDARD DEVIATION 15 1.16 20 1.08 25 1.03 30 or more 1.00 H. Computations without Previous Test Records: When a concrete production facility does not have sufficient field strength test records for calculation of the standard deviation, determine the required average strength fcr as fol[cws: 1. If the specified compressive strength fc is less than 3,000 psi: fcr= fc+ 1000 psi 2. If the specified compressive strength fc is 3,000 to 5,000 psi: fcr--fc + 1,200 psi ^^ C&B 011370.010 03300 -6 Cast-In-Place Concrete s 1. Use accelerating admixtures in cold weather only when approved by ENGINEER. Use of admixture will not relax cold weather placement requirements. J. Do not use calcium chloride in concrete or in any admixture. K. Use set retarding admixture during hot weather only when approved by ENGINEER. L. Use air entraining agent in all concrete mix except for interior slabs subject to abrasion or unless otherwise shown. M. Maximum chloride ion content for corrosion protection shall meet table 4.4.1 listed in ACI 318/318R. Testing for chloride ion content shall conform to AASHTO T260. PART 3 -EXECUTION 3.1 EXAMINATION A. Verify site conditions prior to construction. B. Verify requirements for concrete cover over reinforcement. C. Verify that anchors, seats, plates, reinforcement and other items to be cast into concrete are accurately placed, positioned securely and will not cause hardship in placing concrete. 3.2 PREPARATION A. Prepare previously placed concrete by cleaning with steel brush and applying bonding agent in accordance with manufacturer's instructions. B. In locations where new concrete is to be doweled to existing work, drill holes in existing concrete, insert steel dowels and pack solid with non-shrink grout, unless capsule anchors or other form of fastening is shown on Plans. 3.3 PLACING CONCRETE A. Place concrete in accordance with ACI 304R. B. Notify OWNER minimum 24 hours prior to commencement of operation. C. Ensure that reinforcement, inserts, embedded parts, formed joint fillers,joint devices and water stops are not disturbed during concrete placement. D. Install joint fillers, primer and sealant as shown in the Drawings in accordance with manufacturer's instructions. E Screed floors, maintaining surface flatness of% inch in 10 feet. C&B 011370.010 03300 -7 Cast-In-Place Concrete F. Extend joint filler from bottom of slab to within 1/4 inch of the finished slab surface. Conform to Section 02512 for finish joint sealer requirements. G. Maintain records of concrete placement. Record date, location, quantity, air temperature and test samples taken. H. Place concrete continuously between predetermined expansion, control, and construction joints. 1. Do not interrupt successive placement; do not permit cold joints to occur. J. Construction joints to be located as indicated or where approved. In general, locate construction joints for supported slabs, beams and girders near the middle of the span. If a beam intersects a girder at this point, offset the joint a distance equal to twice the width of the beam. 3.4 COLD WEATHER REQUIREMENTS A. Use special protection measures approved by the OWNER/ENGINEER, if freezing temperatures are anticipated before the expiration of the specified curing period. Maintain the ambient temperature of the air where concrete is to be placed and the temperature of surfaces to receive concrete above 40 degrees F. Maintain the temperature of the concrete when placed between 50 degrees F and 75 degrees F. Heating of the mixing water or aggregates will be required to regulate the concrete placing temperature. Provide materials entering the mixer free from ice, snow, or frozen lumps. Do not allow salt, chemicals or other materials on the concrete to prevent freezing. Upon written approval, an accelerating admixture conforming to ASTM C 494, Type C or E may be used, provided it contains no calcium chloride. Do not use calcium chloride. 3.5 HOT WEATHER REQUIREMENTS A. When the ambient temperature during concrete placing is expected to exceed 85 degrees F, place and finish the concrete with procedures previously submitted and as specified herein. Deliver the concrete at a temperature to the forms that does not exceed the temperature shown in the table below when measured in accordance with ASTM C 1064. Cool steel forms and reinforcements as approved prior to concrete placement when steel temperatures are greater than 120 degrees F. Cool conveying and placing equipment, if necessary, to maintain proper concrete-placing temperature. During periods of hot weather, take the following precautions to prevent the formation of plastic shrinkage cracks resulting from excessive loss of moisture from the concrete: -n C&B 011370.010 03300- 8 Cast-In-Place Concrete Maximum Allowable Concrete Placing Temperature Relative Humidity, Percent, Maximum Allowable Concrete During Time of Temperature Concrete Placement Degrees Greater than 60 90 F 40 to 60 85 F Less than 40 80 F r 3.6 PREVENTION OF PLASTIC SHRINKAGE CRACKING A. Be alert to the tendency for plastic shrinkage cracks to develop and shall institute measures to prevent this during hot weather with low humidity, and particularly with appreciable wind, as well as interior placements when space heaters produce low humidity. Take particular care if plastic shrinkage cracking is potentially imminent and especially if it has developed during a previous placement. Periods of high potential for plastic shrinkage cracking can be anticipated by use of Fig. 2.1.5 of ACI 305R. In addition further protect the concrete placement by erecting shades and windbreaks and by applying fog sprays of water, sprinkling, ponding or wet covering. Fill plastic shrinkage cracks that occur by injection of epoxy resin as directed, after the concrete hardens. Do not trowel over plastic shrinkage cracks or fill with slurry. 3.7 CONCRETE FINISHING A. Provide formed concrete surfaces to be left exposed with smooth rubbed finish. B. Apply non-slip broom finish to exterior concrete platforms, steps, and ramps, and elsewhere as shown on the Plans or in the schedules. Immediately after trowel finishing, slightly roughen the concrete surface by brooming in the direction perpendicular to the main traffic route. Use fiber-bristle broom unless otherwise directed. Coordinate the required final finish with the ENGINEER before application. C. Steel trowel surfaces which are scheduled to be exposed. D. In areas with floor drains, maintain floor elevation at walls. Pitch surfaces uniformly to drains at nominal slope indicated on the Plans. 3.8 CURING AND PROTECTION A. Curing shall conform to the requirements of ACI 308. B. Curing operations shall follow finishing operations within 2 hours and shall continue for 7 days. Iwo C&B 011370.010 03300 -9 Cast-In-Place Concrete C. Curing shall be accomplished by one of the following methods: 1. Ponding or continuously sprinkling. 2. Absorptive mats or fabrics kept continuously wet. 3. Use of approved curing compounds. Curing compounds shall not be used on any surface which will receive additional concrete or where concrete hardeners or terrazzo floors are scheduled to be installed. Remove the compound film from all exposed surfaces at the end of the curing period. 3.9 FIELD QUALITY CONTROL * A. Independent Testing Laboratory to provide testing services. Testing and inspection services to include the following items: 1. Review concrete mix design for each class of concrete. 2. If required by OWNER/ENGINEER, inspect concrete batching, mixing and delivery operation. 3. Provide testing of concrete for every 75 cubic yards of each class of concrete placed. If the total quantity of concrete placed on a given day is less than 75 cubic yards make one set of test cylinders. A set of test cylinders is defined as four concrete cylinders. Make the concrete cylinders per ASTM C 31. Test each set of test cylinders for the following items and prepare test reports and send to the OWNER, ENGINEER and CONTRACTOR: a. Compressive Strength Testing: Perform test per requirements of ASTM C 39. Test one cylinder at 7 days, two cylinders at 28 days. Extra cylinder will be tested at 56 days, if required. b. Determine slump for each set of test cylinders per requirements of ASTM C 143. C. Determine temperature of each set of test cylinders per requirements of ASTM C 1064. d. Determine amount of air content in each set of test cylinders per ASTM C 138, ASTM C 173 or ASTM C 231. Independent Testing Agency to determine the appropriate test method. 4. When required by ENGINEER or OWNER, test hardened concrete as follows: a. Nondestructive Testing: Use the-rebound hammer per requirements of ASTM C 805 or pulse velocity method per requirements of ASTM C 597. b. Core concrete per the requirements of ASTM C 42.Take one additional test cylinder during cold weather concreting and cure on job site under the same conditions as concrete it represents. 3.10 PATCHING A. Allow OWNER/ENGINEER to inspect concrete surfaces immediately upon removal of forms. B. Excessive honeycomb or embedded debris in concrete is not acceptable notify OWNER/ENGINEER upon discovery. C&B 011370.010 03300- 10 Cast-In-Place Concrete a C. Repair form tie holes requiring repair and other defects whose depth is at least as great as their surface diameter but not over 4 inches, by the damp-pack mortar method. Ream form tie holes and cut out other similar defects to sound concrete. Thoroughly clean, thoroughly wet, brush-coat with a thin coat of neat cement grout and fill the void with mortar. Provide a stiff mix of mortar of 1 part portland cement to 2 parts fine aggregate passing the no. 16 mesh sieve, and minimum amount of water. Only use sufficient water to produce a mortar which, when used, will stick together on being molded into a ball by a slight pressure of the hands and will not exude water but will leave the hands damp. Mix mortar n. and allow to stand for 30 to 45 minutes before use with remixing performed immediately prior to use. Thoroughly tamp mortar in place in thin layers using a hammer and hardwood block. Completely fill holes passing entirely through walls from the inside face by forcing mortar through to the outside face. Pack all holes full. Moist cure damp-pack repairs for at least 48 hours. D. Remove defective concrete, extend removal into completely sound concrete. Use only approved equipment and procedures which will not cause cracking or microcracking of the sound concrete. If reinforcement is encountered, remove n, concrete so as to expose the reinforcement for at least 2 inches on all sides. Outline all such defective areas greater than 12 square inches by saw cuts at least 1 inch deep. Outline defective areas less than 12 square inches by a 1 inch deep cut with a core drill in lieu of sawing. Provide all saw cuts with straight lines in a rectangular pattern in line with the formwork panels. After concrete removal, thoroughly clean the surface by high pressure washing to remove all loose material. Keep surfaces continually saturated for the first 12 of the 24 hours immediately before placing mortar and keep damp but not wet at the time of commencing mortar placement. Either hand-placed mortar or mortar placed with a mortar gun may be used. If hand-placed mortar is used, provide the edges of the cut perpendicular to the surface of the concrete. Brush coat the prepared area with a thin coat of neat cement grout. Make the repair using a stiff mortar, preshrunk by allowing the mixed mortar to stand for 30 to 45 minutes and then remixed, thoroughly tamped into place in thin layers. If hand-placed mortar is used, test each repair area for drumminess by firm tapping with a hammer and inspect for cracks, in the presence of the independent testing agency, immediately before completion of the contract, and to replace any showing drumminess or cracking. If mortar placed with a mortar gun is used, use a small compressed air-operated gun to which the mortar is slowly hand fed and which applies the mortar to the surface as a high-pressure stream, as approved. Repairs made using shotcrete equipment will not be accepted. The mortar used to be the same mortar as specified for damp-pack mortar repair. If gun-placed mortar is used, bevel the edges of the cut toward the center at a slope of 1:1. Keep all surface applied mortar repairs continuously moist for at least 7 days. Provide moist curing consisting of several layers of saturated burlap applied to the surface immediately after placement is complete and covered with polyethylene sheeting, all held closely in place by a sheet of plywood or similar material rigidly braced against it. Keep burlap continually wet. ' 3.11 DEFECTIVE CONCRETE C&B 011370.010 03300 - 11 Cast-In-Place Concrete A. Defective Concrete: Concrete not conforming to required lines, details, dimensions, tolerances or specified requirements. B. Repair or replacement of defective concrete will be as determined by the OWNER or ENGINEER. C. Do not patch, fill, touch-up, repair or replace defective concrete except upon express direction of OWNER or ENGINEER for each individual area. 3.12 SCHEDULE- CONCRETE TYPES A. Class "A" concrete shall be steel reinforced and shall include the following: 1. Foundations 2. Walls 3. Slabs 4. Beams 5. Girders 6. Columns 7. Equipment Bases. B. Class "B" concrete shall be steel reinforced and shall include the following: 1. Standard pipe supports 2. Curbs and gutters 3. Sidewalks 4. Ductbanks 5. Manhole bases 6. Street paving 7. Thrust blocks 8. Pipe encasements. C. Class "C"concrete shall be placed with or without forms and shall be unreinforced. It is intended for use in the following applications: 1. Concrete fill 2. Working slab. D. Class "D" concrete shall be steel reinforced and shall be placed where high early strength cement is specified. 3.13 SCHEDULE - CONCRETE FINISHES A. Provide smooth-rubbed finish, rubbing concrete with a carborundum brick no later than one day after form removal, for the following locations: -. 1. Interior exposed walls and other interior vertical surfaces. 2. Exterior exposed walls and other vertical surfaces down to two feet below finished grade. , 3. Exposed beams and undersides of elevated slabs 4. Interior vertical surfaces of liquid containing structures down to one foot below liquid level. C&B 011370.010 03300- 12 Cast-In-Place Concrete p B. At tops of walls, horizontal offsets, and similar unformed surfaces occurring adjacent to the formed surfaces, strike-off smooth and finish with a texture matching adjacent formed surfaces. Continue the final surface treatment of formed surfaces uniformly across the adjacent unformed surfaces unless otherwise shown. C. Provide rough-form finish with tie-holes and imperfections repaired and with fins and other projections exceeding 1/4 inch rubbed down or stripped off at the following locations: 1. Exterior vertical surfaces up to two feet below finished grade. 2. Interior vertical surfaces of liquid containing structures up to one foot below liquid level. D. Chemical-Hardener Finish: Apply chemical-hardener finish to interior concrete floors where shown on the Plans of in schedules. 1. Floor Hardener: Hardening agent for exposed concrete floors shall be a colorless aqueous solution of zinc and/or magnesium flousilicate, or of sodium silicate. Each gallon of the flousilicate solution shall contain not less than two pounds of crystals. The sodium silicate solution shall be 32 percent by volume of 42 degree Baume sodium silicate. A proprietary hardener may be used provided the solution is delivered ready for use in the manufacturer's original containers. No combination chlorinated rubber curing-hardening material will be considered in lieu of the material specified for chemical floor hardener. 2. The floors shall be thoroughly cured, cleaned, and perfectly dry with all work above them completed. Zinc and/or magnesium flousilicate shall be applied evenly, using 3 coats, allowing 24 hours between coats. The first coat shall be 1/4 strength, the second coat 1/2 strength, and the third coat 2/3 strength. Each coat shall be applied so as to remain wet on the concrete surface for 15 minutes. Sodium silicate shall be applied full strength at the rate of 1/3 gallon per 100 square feet. Proprietary hardeners shall be applied in accordance with manufacturer's instructions. After the final coat is completed, the dry surplus hardener shall be removed from the surfaces by scrubbing and mopping with water. END OF SECTION C&B 011370.010 03300- 13 Cast-In-Place Concrete a SECTION 03600 GROUT PART 1 -GENERAL 1.1 SCOPE OF WORK A. Provide grout as shown on the Plans and as specified herein. B. Grout shall be placed at the following locations: 1. Equipment bases. 2. Foundation grouting. 3. Wherever so indicated on the Plans. C. The types of grout used shall include the following: 1. Non-shrink, epoxy type. 2. Non-shrink, non-metallic type. 3. Ordinary cement-sand. 1.2 RELATED WORK AND SPECIFICATIONS A. Section 03300: Cast-In-Place Concrete. 1.3 REFERENCED STANDARDS A. ASTM C144- Aggregate for Masonry Mortar. B. ASTM C150- Portland Cement. C. ASTM C109- Compressive Strength of Hydraulic Cement Mortars (using two inch or fifty millimeter Cube Specimens). D. ASTM C191 - Time of Setting of Hydraulic Cement by Vicat Needle. E. CRD-C-588 - Specifications for Non-Shrink Grout. F. ASTM C33 -Standard Specifications for Concrete Aggregate. 1.4 SUBMITTALS In addition to all other appropriate requirements of Section 01340, the CONTRACTOR shall submit the following: A. Record Data: " 1. Submit copies of manufacturer's specifications and installatign instructions for all proprietary materials. "` C&B 011370.010 03600 - 1 Grout B. Reports and Certifications: 1. For proprietary materials, submit copies of reports on quality control tests. 2. For nonproprietary materials, submit certification that materials meet .. specification requirements. 1.5 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery of Materials: Grout materials from manufacturers shall be delivered in unopened containers and shall bear intact manufacturer's labels. B. Storage of Materials: Grout materials shall be stored in a dry shelter and shall be protected from moisture. PART2 - PRODUCTS 2.1 MATERIALS A. Non-metallic, 100 percent solids, high strength epoxy grout. - 1. Use clean, well graded sand with epoxy resins suitable for use on dry or damp surfaces. 2. Product and Manufacturer: a. Euco High Strength grout by the Euclid Chemical Company. b. Sikadur Hi-Mod Grout by Sika Chemical Company. C. Five Star Epoxy Grout by U.S. Grout Corporation. B. Non-Shrink, Non-Metallic Grout: 1. Pre-mixed non-staining cementious grout requiring only the addition of water at the jobsite. 2. Product and Manufacturer: a. Euco N-S by the Euclid Chemical Company. b. MasterFlow 713 by Master Builders Company. C. Five Star by U.S. Grout Corporation. C. Ordinary Cement-Sand Grout: 1. Except where otherwise specified, use one part cement to three parts ' sand complying with the following: a. Cement: ASTM C150, Type II. b. Sand: ASTM C33. C. 28 day compressive strength of 6000 psi minimum. 2. Where water repelling and shrinkage reducing requirements are shown or specified, use admixtures. 3. Product and Manufacturers: a. Integral Waterpeller by the Euclid Chemical Company. b. Omicron,Type OM by Master Builders Company. ,. C. Hydrocide Powder by Sonneborn-Contech. • C&B 011370.010 03600 -2 Grout w D. Water: 1. Use clean, fresh, potable water free from injurious amounts of oils, acids, alkalies or organic matter. PART 3 - EXECUTION 3.1 INSTALLATION A. General: 1. Place grout as shown in accordance with manufactureros instructions. If manufacturer's instructions conflict with the Specifications, do not proceed until OWNER or ENGINEER provides clarification. 2. Drypacking will not be permitted. 3. It shall be the CONTRACTOR's responsibility to obtain the services of a qualified, full time employee of the manufacturer to aid in assuring proper use of the product under job conditions. 4. Placing grout shall conform to temperature and weather limitations as Ir stated in manufacturer's instructions. B. Equipment Bases: 1. After shimming equipment to proper grade, securely tighten anchor bolts. 2. Properly form around the base plates, allowing sufficient room around the edges for placing the grout. 3. Adequate depth between the bottom of the base plate and the top of concrete base must be provided to assure that the void is completely filled with non-metallic epoxy grout. C. Handrails and Railings: 1. After posts have been properly inserted into the holes or sleeves, fill the annular space between posts and sleeve with the non-shrink, non- metallic grout. 2. Bevel grout at juncture with post so that moisture flows away from post. 3. Side mounted handrails do not require grout. END OF SECTION ii C&B 011370.010 03600 -3 Grout SECTION 04065 MASONRY MORTAR AND GROUT PART 1 -GENERAL 1.1 SECTION INCLUDES A. Section includes mortar and grout for masonry. 1.2 RELATED SECTIONS A. Section 04820- Reinforced Unit Masonry Assemblies: Installation of mortar and grout. B. Section 08112-Standard Steel Doors and Frames: Grouting steel door frames. 1.3 REFERENCES A. ASTM C 144 -Aggregate for Masonry Mortar. B. ASTM C 150- Portland Cement. C. ASTM C 207 -Hydrated Lime for Masonry Purposes. D. ASTM C 270- Mortar for Unit Masonry. E. ASTM C 404-Aggregates for Masonry Grout. F. ASTM C 476 -Grout for Masonry. G. ASTM C 780- Preconstruction and Construction Evaluation of Mortars for Plain and Reinforced Unit Masonry. H. ASTM C 1019- Sampling and Testing Grout. I. ASTM C 1314-Constructing and Testing Masonry Prisms Used to Determine Compliance with Specified Compressive Strength of Masonry. J. ASTM C 1357- Evaluating Masonry Bond Strength. K. MSJC Code-ACI 530/ASCE 5/TMS 402 - Building Code Requirements for Masonry Structures. L. MSJC Specification -ACI 530.1/ASCE 6/TMS 602- Masonry Structdres. C&B 011370.010 04065 - 1 Masonry Mortar and Grout 1.4 SUBMITTALS A. Samples: Submit two samples of mortar, illustrating mortar color and color range. B. Design Data: Submit design mix, indicate Proportion or Property method used, required environmental conditions, and admixture limitations. C. Test Reports: 1. Submit reports on mortar indicating conformance of mortar to{property requirements of ASTM C 270 and test and evaluation reports to ASTM C 780 for aggregate ratio and water content, air content, consistency and compressive strength. 2. Submit reports on grout indicating conformance of grout to property requirements of ASTM C 476 and test and evaluation reports to ASTM C 1019. D. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. 1.5 QUALITY ASSURANCE A. Perform Work in accordance with the MSJC Code and MSJC Specification. 1.6 ENVIRONMENTAL REQUIREMENTS A. Maintain materials and surrounding air temperatures to minimum 50 degrees F prior to, during, and 48 hours after completion of masonry work. 1.7 DELIVERY, STORAGE, AND HANDLING A. Maintain packaged materials clean, dry, and protected against dampness, - freezing, and foreign matter. PART 2- PRODUCTS w 2.1 MORTAR AND MASONRY GROUT A. Manufacturers: 1. Blue Circle Cement. 2. Citadel Cement. 3. CTS Cement Manufacturing Co. 4. Davis Colors. 5. Lehigh Portland Cement. 6. Medusa Cement Co. ' 7. Texas Industries (TXI). 8. The Quikrete Companies. C&B 011370.010 04065-2 Masonry Mortar and Grout R 9. Solomon Colors. 10. Southern Grouts and Mortars. 2.2 COMPONENTS A. Portland Cement: ASTM C 150, Type I, gray or white color as required to achieve specified mortar color. B. Mortar Aggregate: ASTM C 144, standard masonry type. C. Hydrated Lime: ASTM C 207,Type S. D. Grout Aggregate: ASTM C 404,fine and coarse. E. Water. Clean and potable. F. Mortar Color. Mineral oxide pigment; color as selected. Maximum three percent by weight Portland Cement content. G. Pumping Aid: Liquid type. H. Expansive Agent Liquid type. 2.3 MIXES A. Mortar Mixes: 1. Mortar For Structural Masonry: ASTM C 270, Type S using the Proportion specification. 2. Mortar For Non-Structural Masonry: ASTM C 270, Type N using the Proportion specification. 3. Pointing Mortar ASTM C 270, Type N using the Proportion specification, IP with maximum two percent ammonium stearate or calcium stearate per cement weight. B. Mortar Mixing: 1. Thoroughly mix mortar ingredients in accordance with ASTM C 270 and ASTM C 780 in quantities needed for immediate use. 2. Achieve uniformly damp sand immediately before the mixing process. 3. Add mortar color and admixtures in accordance with manufacturer's instructions. Provide uniformity of mix and coloration. 4. Do not use anti-freeze compounds to lower the freezing point of mortar. 5. If water is lost by evaporation, retemper only within two hours of mixing. 6. Use mortar within two hours after mixing at temperatures of 80 degrees F, or two-and-one-half hours at temperatures under 50 degrees F. C. Grout Mixes: 1. Grout for Non-Structural Masonry: 2,000 psi strength at 28 days; 8 to 11 inches slump; mixed in accordance with ASTM C 476 fine grout. C&B 011370.010 04065-3 Masonry Mortar ar ri rim,it 2. Grout for Structural Masonry: 2,000 psi strength at 28 days; 8 to 11 inches slump; mixed in accordance with ASTM C 476 fine grout. D. Grout Mixing: -' 1. Thoroughly mix grout ingredients in quantities needed for immediate use in accordance with ASTM C 476. 2. Add admixtures; mix uniformly. PART 3-EXECUTION 3.1 EXAMINATION A. Request inspection of spaces to be grouted. 3.2 PREPARATION µ A. Apply bonding agent to existing concrete surfaces. 3.3 FIELD QUALITY CONTROL A. Testing of Mortar Mix: In accordance with ASTM C 780 for aggregate ratio and water content, air content, consistency, and compressive strength. B. Testing of Grout Mix: In accordance with ASTM C 1019 for compressive strength, and in accordance with ASTM C 143 for slump. C. Test flexural bond strength of mortar and masonry units to ASTM C 1357; test in conjunction with masonry unit sections specified. -. D. Test compressive strength of mortar and masonry to ASTM C 1314; test in accordance with masonry unit sections specified. 3.4 MORTAR COLOR SCHEDULE A. Grey color at CMU. END OF SECTION C&B 011370.010 04065-4 Masonry Mortar and Grout SECTION 04820 REINFORCED UNIT MASONRY ASSEMBLIES PART 1 - GENERAL 1.1 SECTION INCLUDES A. Section includes concrete masonry units; reinforcement, anchorage, and accessories for reinforced unit masonry walls. 1.2 RELATED SECTIONS A. Section 03200 - Concrete Reinforcement. B. Section 04065 - Masonry Mortar and Grout: Mortar and grout. C. Section 05500—Miscellaneous Metal Fabrications: Product requirements for loose steel lintels and fabricated steel items, for placement by this section. 1.3 REFERENCES A. ASTM A 153/A 153M -Zinc Coating (Hot-Dip) on Iron and Steel Hardware. B. ASTM A 615/A 615M - Deformed and Plain Billet Steel Bars for Concrete Reinforcement. C. ASTM A 641 -Zinc-Coated (Galvanized) Carbon Steel Wire. D. ASTM A 951 - Masonry Joint Reinforcement. E. ASTM C 90 -Load-Bearing Concrete Masonry Units. F. ASTM C 140- Sampling and Testing Concrete Masonry Units. G. MSJC Code-ACI 530/ASCE 5/TMS 402- Building Code Requirements for Masonry Structures. H. MSJC Specification -ACI 530.1/ASCE 6/TMS 602 - Masonry Structures. 1.4 SUBMITTALS A. Shop Drawings: Indicate bars sizes, spacings, locations, reinforcement quantities, bending and cutting schedules, supporting and spacing devices for reinforcement, and accessories. B. Product Data: Submit data for masonry units and fabricated wire reinforcement, wall ties, anchors. and other accessories. C&B 011370.010 04820- 1 Reinforced Unit Masonry Assemblies C. Samples: Submit four samples of decorative block units to illustrate color, w texture and extremes of color range. D. Manufacturers Certificate: Certify that products meet or exceed specified requirements. 1.5 QUALITY ASSURANCE A. Maintain one copy of each document on site. B. Installer Qualifications: Company specializing in performing Work of this section with minimum three years documented experience. 1.6 COORDINATION A. Coordinate masonry work with installation of window and door anchors. PART2- PRODUCTS 2.1 REINFORCED UNIT MASONRY ASSEMBLIES A. Manufacturers: 1. Best Block Co. 2. Betco Block & Products, Inc. 3. Featherlight. 4. Oldcastle Architectural Products. 5. Shiely Masonry Products. 6. Solite Corp. 7. Trenwyth Industries, Inc. 2.2 COMPONENTS A. Hollow Load Bearing Concrete Masonry Units (CMU): ASTM C 90,Type I - Moisture Controlled normal weight. B. Solid Load-Bearing Concrete Masonry Units (CMU): ASTM C 90, Type I - Moisture Controlled nominal weight. 2.3 ACCESSORIES A. Single Wythe Joint Reinforcement: Ladder type; steel wire, hot dip galvanized to ASTM A 641 Class 3 after fabrication, cold drawn steel wire conforming to ASTM A 951, 3/16-inch side rods with 9 gage cross ties. B. Reinforcing Steel: ASTM A 615/A615M, 60 ksi yield grade, deformed billet bars, uncoated finish. C. Wall Ties: Formed steel wire, 1/4-inch thick with 12 gage backup plate designed for fastening to backup material, adjustable, hot dip galvanized to ASTM A 153/A153M B2 finish. r C&B 011370.010 04820-2 Reinforced Unit Masonry Assemblies D. Weld on Ties: 1/4-inch diameter by 9 inches galvanized to ASTM A 153/A 153M B2 finish. Use with vee wall tie, 1/4-inch diameter wire, galvanized to ASTM A 153/A 153M B2 finish. E. Anchor Bolts: Headed J-shaped or L-shaped size and spacing as indicated on Drawing or 1/2-inch diameter at 24 inches on center if not noted on Drawing. Hot dipped galvanized coating as per ASTM A 123. F. Mortar and Grout: As specified in Section 04065. G. Flexible Flashings: Fully adhered, self-sealing, self-healing, cold applied, composite flexible flashing; 40 mil thickness. . 1. Acceptable Product: PERM-A BARRIER, as manufactured by W.R. Grace Construction Products. 2. Substitutions permitted under provisions of Section 01630. H. Stainless Steel; ASTM A 666, Type 304, 26 gage. Provide stainless steel flashing with formed drip at terminations of flexible flashings. I. Termination Bar: Aluminum, 6063 alloy, mill finish. Nominal .09 inch thickness with 45 degree angles top for sealant application. J. Lap Sealant: Acrylic type as specked in Section 07920. K. Preformed Control Joints: Rubber material. Provide with corner and tee accessories, cement fused joints. " L. Joint Filler: Closed cell rubber, oversized 50 percent to joint width; self expanding; maximum lengths. x M. Building Paper/Moisture Barrier. Equal to "Vycor Ultra" as manufactured by the W.R. Grace Company. N. Nailing Strips: Softwood, preservative treated for moisture resistance, dovetail shape, sized to masonry joints. O. Weeps: Preformed cell vents, honeycomb design; 2-1/2 inch height. 1. Acceptable Product: Quadro-Vent, as manufactured by Hohmann & Barnard. 2. Substitutions permitted under provisions of Section 01630. P. Cleaning Solution: Nonacidic, not harmful to masonry work or adjacent materials. Q. Steel Lintels: Size as indicated, hot-dip galvanized. R. Multi-Ply Membrane: Equal to"Therm-A-Barrier"by the W.R. Grace Company. S. Waterproofing: Trowel on cementitious waterproofing as per Section 07165. C&B 011370.010 04820-3 Reinforced Unit Masonry Assemblies PART 3- EXECUTION 3.1 EXAMINATION A. Verify that field conditions are acceptable and are ready to receive work. B. Verify items provided by other sections of work are properly sized and located. C. Verify that built-in items are in proper location, and ready for roughing into masonry work. 3.2 PREPARATION A. Direct and coordinate placement of metal anchors supplied to other Sections. B. Provide temporary bracing during installation of masonry work. Maintain in place until building structure provides permanent support. 3.3 INSTALLATION A. Establish lines, levels, and coursing indicated. Protect from displacement. B. Maintain masonry courses to uniform dimension. Form bed and head joints of uniform thickness. C. Coursing of Concrete Masonry Units: 1. Bond: Running. 2. Coursing: One unit and one mortar joint to equal 8 inches. 3. Mortar Joints: Concave. D. Placing And Bonding: 1. Lay solid masonry units in full bed of mortar, with full head joints. 2. Lay hollow masonry units with face shell bedding on head and bed joints. 3. Buttering corners of joints or excessive furrowing of mortar joints are not 14 permitted. 4. Remove excess mortar as Work progresses. 5. Do not shift or tap masonry units after mortar has achieved initial set. Where adjustment must be made, remove mortar and replace. 6. Perform job site cutting of masonry units with proper tools to provide straight, clean, unchipped edges. Prevent broken masonry unit corners or edges. 7. Cut mortar joints flush where wall tile is scheduled, cement parging is required, resilient base is scheduled, cavity insulation vapor barrier adhesive is applied, or bitumen dampproofng is applied. 8. Isolate masonry from vertical structural framing members with movement joint as indicated. 9. Isolate top of masonry from horizontal structural framing members and slabs or decks with compressible joint filler. • C&B 011370.010 04820-4 Reinforced Unit Masonry Assemblies E. Weeps and Vents: Provide weeps and vents in outer veneer at 16 inches on center horizontally above through-wall flashing, above shelf and lintel angles, and at bottom of walls above finish grade. Grout cavity full between wythes, below flashing and weep holes when finish grade occurs above masonry ledge. F. Cavity Wall: Do not permit mortar to drop or accumulate into cavity air space or to plug weeps. Build inner wythe ahead of outer wythe to receive cavity insulation and air/vapor barrier adhesive. G. Joint Reinforcement And Anchorage-Single Wythe Masonry: 1. Install horizontal joint reinforcement 16 inches on center. 2. Place masonry joint reinforcement in first and second horizontal joints above and below openings. Extend minimum 16 inches each side of opening. 3. Place joint reinforcement continuous in first and second joint below top of walls. 4. Lap joint reinforcement ends minimum 12 inches. H. Joint Reinforcement And Anchorages-Cavity Wall Masonry: 1. Install horizontal joint reinforcement 16 inches on center. 2. Place joint reinforcement in first and second horizontal joints above and below openings. Extend minimum 16 inches each side of opening. 3. Place joint reinforcement continuous in first and second joint below top of walls. „ 4. Lap joint reinforcement ends minimum 12 inches. 5. Embed anchors in concrete. Attach anchors to structural steel members. Embed anchorages in every second block joint. I. Reinforcement And Anchorages- Multiple Wythe Unit Masonry: 1. Install horizontal joint reinforcement 16 inches on center. 2. Place masonry joint reinforcement in first and second horizontal joints above and below openings. Extend minimum 16 inches each side of opening. 3. Place joint reinforcement continuous in first and second joint below top of walls. 4. Lap joint reinforcement ends minimum 12 inches. 5. Support and secure reinforcing bars from displacement. Maintain position within 1/2-inch of dimensioned position. 6. Embed anchors embedded in concrete or attached to structural steel members. Embed anchorages in every second block joint. J. Masonry Flashings: 1. Extend flashings horizontally through outer wythe at foundation walls, above ledge or shelf angles and lintels, under parapet caps, and at bottom of walls, and tum down on outside face to form a drip, 2. Tum flashing up minimum 8 inches and anchor with termination bar and mastic bead. 3. Lap end joints minimum 12 inches and seal watertight. 4. Tum flashing, fold, and seal at comers, bends, and interruptions. As C&B 011370.010 04820-5 Reinforced Unit Masonry Assemblies K. Stainless Steel Flashings: Provide stainless steel flashing with formed drip at terminations of flexible flashings. Seal laps in stainless steel flashings in sealant. L. Lintels: 1. Install loose steel lintels over openings. 2. Install reinforced unit masonry lintels over openings where steel or precast concrete lintels are not scheduled or indicated. 3.' Openings Up To 42 inches Wide: Place two, No. 4 reinforcing bars 1 inch from bottom web. 4. Openings From 42 inches Up To 72 inches Wide: Place two, No. 5 reinforcing bars 1 inch from bottom web. 5. Openings Over 72 inches: Reinforce openings as indicated. 6. Do not splice reinforcing bars. 7. Support and secure reinforcing bars from displacement. 8. Place and consolidate grout fill without displacing reinforcing. 9. Allow masonry lintels to attain specified strength before removing temporary supports. 10. Maintain minimum 8 inch bearing for steel lintel on each side of opening. 11. Provide 3/8-inch gap between each end of lintel angle and adjacent masonry for thermal expansion. Maintain gap with the use of an expansion joint filler held 1/2-inch in from exterior face of masonry to accept sealant. 12. Provide slip plane membrane between lintel bearing bottom and top of supporting masonry for thermal expansion. M. Grouted Components: 1. Reinforce bond beam as indicated on drawings 2. Reinforce pilasters as indicated on drawings. 3. Lap splices bar diameters required by code. 4. Support and secure reinforcing bars from displacement. 5. Place and consolidate grout fill without displacing reinforcing. 6. At bearing locations, fill masonry cores with grout for a minimum 24 inches either side of opening. N. Reinforced Masonry: 1. Lay masonry units with cells vertically aligned and cavities between wythes clear of mortar and unobstructed. 2. Place reinforcing, reinforcement bars, and grout as indicated. 3. Splice reinforcement in accordance with Section 03200. 4. Support and secure reinforcement from displacement. 5. Place and consolidate grout fill without displacing reinforcing. O. Control and Expansion Joints: 1. Do not continue horizontal joint reinforcement through control and expansion joints. 2. Install preformed control joint device in 24 inch lengths. 3. Size control joint in accordance with Section 07920 for sealant performance. 4. Form expansion joint by omitting mortar and cutting unit to form an open space. s C&B 011370.010 04820-6 Reinforced Unit Masonry Assemblies P. Built-in Work: 1. As work progresses, install built-in metal door and glazed frames, ' fabricated metal frames, window frames, wood nailing strips, anchor bolts, plates, and other items to be built-in work and furnished by other sections. 2. Install built-in items plumb and level. 3. Bed anchors of metal door and glazed frames in adjacent mortar joints. Fill frame voids solid with grout or mortar. Fill adjacent masonry cores with grout minimum 24 inches from framed openings. 4. Do not build in materials subject to deterioration. Q. Cutting And Fitting: 1. Cut and fit for chases, pipes, conduit, sleeves, and grounds. Coordinate with other sections of work to provide correct size, shape, and location. 2. Obtain approval prior to cutting or fitting masonry work not indicated or where appearance or strength of masonry work may be impaired. R. Dampproofing: Provide trowel applied cold asphalt bituminous dampproofing where shown. Apply continuous over entire exterior face of concrete masonry unit back-up wall where brick or other masonry veneer is present. Continue dampproofing beyond concrete masonry units to also cover poured-in-place concrete footing, beams and stem walls. 3.4 ERECTION TOLERANCES A. Maximum Variation From Alignment of Columns and Pilasters: 1/4-inch. B. Maximum Variation From Unit to Adjacent Unit: 1/16-inch. C. Maximum Variation from Plane of Wall: 1/4-inch in 10 feet and 1/2-inch in 20 feet or more. D. Maximum Variation from Plumb: 1/4-inch per story noncumulative; 1/2-inch in two stories or more. r E. Maximum Variation from Level Coursing: 1/8-inch in 3 feet and 1/4-inch in 10 feet; 1/2-inch in 30 feet. F. Maximum Variation of Joint Thickness: 1/8-inch in 3 feet. G. Maximum Variation from Cross Sectional Thickness of Walls: 1/4-inch. H. Maximum Variation for Steel Reinforcement: 1. Plus or minus 1/2-inch when distance from centerline of steel to opposite face of masonry is 8 inches or less. , 2. Plus or minus 1 inch when the distance is between 8 and 24 inches. 3. Plus or minus 1-1/4 inch when the distance is greater than 24 inches . 4. Plus or minus 2 inches from the location along the face of the wall. C&B 011370 010 04820-7 Reinforced Unit Masonry Assemblies 3.5 FIELD QUALITY CONTROL A. Concrete Masonry Units: Test each type in accordance with ASTM C 140. 3.6 CLEANING A. Remove excess mortar and mortar smears as work progresses. B. Replace defective mortar. Match adjacent work. C. Clean soiled surfaces with cleaning solution. D. Use non-metallic tools in cleaning operations. E. Products containing acid in any form shall not be allowed for cleaning. END OF SECTION C&B 011370.010 04820-8 Reinforced Unit Masonry Assemblies SECTION 05120 STRUCTURAL STEEL PART 1 - GENERAL 1.1 SUMMARY A. Section includes structural steel framing members; base or bearing plates; anchor bolts for structural steel; beams, girders; bracing; columns, posts; connecting materials for framing structural steel to structural steel; fasteners for connecting structural steel items; permanent shop bolts; shop bolts for shipment; field bolts for permanent connections; permanent pins; wedges, shims, and leveling screws; and grouting under base plates. 1.2 REFERENCES A. AISC- Specification for Structural Steel Buildings, Allowable Stress Design (ASD). B. AISC - Code of Standard Practice for Structural Steel Buildings and Bridges. C. ASTM A 36- Carbon Structural Steel. D. ASTM A 123 -Zinc (Hot Dipped Galvanized) Coatings on Iron and Steel Products. Y E. ASTM A 153 -Zinc Coating (Hot Dip)on Iron and Steel Hardware. F. ASTM A 325 -Structural Bolts, Steel, Heat-Treated, 120/105 ksi Minimum Tensile Strength. G. ASTM A 449 -Tempered Steel Bolts and Studs. H. ASTM A 500 - Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes. 1. ASTM A 501 -Hot-Formed Welded and Seamless Carbon Steel Structural Tubing. J. ASTM A 563 -Carbon and Alloy Steel Nuts. K. ASTM A 992—Steel for Structural Shapes for Use in Building Framing. L. ASTM F 959 -Compressible-Washer-Type Direct Tension Indicators for Use with Structural Fasteners. M. AWS A2.4-Standard Symbols for Welding, Brazing, and Nondestructive Examination. - N. AWS D1.1 -Structural Welding Code- Steel. C&B 011370.010 05120- 1 2004 Structural Steel �'�- O. SSPC Paint 20 -Zinc-Rich Primers (Type I -"Inorganic" and Type II -"Organic"). P. SSPC SP 3 - Power Tool Cleaning. 1.3 SUBMITTALS A. Shop Drawings: 1. ' Indicate profiles, sizes, spacing, locations of structural members, openings, attachments, and fasteners. 2. Connections. 3. Cambers. 4. Indicate welded connections with AWS A2.4 welding symbols. Indicate net weld lengths. 5. Calculations for connections. B. Mill Test Reports: Submit indicating structural strength, destructive and non-destructive test analysis. C. Manufacturer's Mill Certificate: Certify that products meet or exceed specified requirements. D. Welders Certificates: Certify welders employed on the Work,verifying AWS qualification within the previous 12 months. E. AISC Certification: Provide documentation to verify fabricator certification per AISC quality certification program. F. Direct Tension Indicator Devices: If direct tension indicator devices are used to provide product data and test data to show correct tension in bolts. 1.4 QUALITY ASSURANCE A. Fabricate structural steel members in accordance with AISC Code of Standard Practice. B. Fabricator Qualifications: Company specializing in performing the Work of this section with five years applicable experience, minimum, and holding current AISC Certification. C. Erector Qualifications: Company specializing in performing the Work of this section with five years applicable experience, minimum. D. Provide structural steel fabrication and erection by an organization experienced in structural steel work of equivalent magnitude. Provide detailing,fabrication, and correct fitting of structural members. Consider connections for any part of the structure not shown on the contract Drawings, as simple shear connections. Design and detail in accordance with pertinent provisions of AISC, Specification for Structural Steel Buildings, ASD. Substitution of sections or modification of connection details will not be accepted unless approved by the Architect/Engineer. C&B 011370.010 05120-2 • 2004 Structural Steel PART 2-PRODUCTS 2.1 MATERIALS A. All beams and columns: ASTM A 36. B. Miscellaneous Bracing Angles, Column Base Plates, Plates, Connection Angles, Stiffener Plates or Angles and Other Miscellaneous Metal: ASTM A 36. C. Structural Tubing: ASTM A 500, Grade B. D. Pipe: ASTM A 501. E. Bolts, Nuts, and Washers: ASTM A 325 bolts, ASTM A 563 nuts, where indicated bolts to be galvanized in accordance with ASTM A 153. F. Anchor Bolts: ASTM A 36. G. Welding Materials: AWS D1.1; type required for materials being welded. H. Grout: Non-shrink type, pre-mixed compound consisting of non-metallic aggregate, cement, water reducing and plasticizing additives, capable of developing a minimum compressive strength of 7,000 psi at 28 days. I. Shop and Touch-Up Primer. SSPC Paint 15, Type 1, red oxide. J. Touch-Up Primer for Galvanized Surfaces: SSPC Paint 20, Type I Inorganic. K. Direct Tension Indicator Devices: ASTM F 959. 2.2 FABRICATION A. Fabrication to be in accordance with the applicable provisions of AISC Code of Standard Practice. Shop fabricate and assemble to the greatest extent possible. The fabricating plant to be certified under the AISC quality certification program for Category I structural steelwork. B. Fabricate connections for bolt, nut, and washer connectors. C. Develop required camber for members. 2.3 FINISH A. Prepare structural component surfaces in accordance with SSPC SP 3. B. Shop prime structural steel, and miscellaneous components. Do not,prime surfaces to be field welded or in contact with concrete. F C&B 011370.010 05120-3 2004 Structural Steel �k PART 3- EXECUTION 3.1 ERECTION A. Allow for erection loads, and for sufficient temporary bracing to maintain structure safe, plumb, and in true alignment until completion of erection and installation of -permanent bracing. Provide design and installation of any required temporary bracing or shoring. B. Field weld components indicated on Drawings. C. Install bolted members in accordance with of ASTM A 325. The turn-of-nut tightening, calibrated wrench or direct tension indicator devices may be used to install bolted connections. D. Do not field cut or alter structural members without approval of Architect/Engineer. E. After erection, prime welds, abrasions, and surfaces not shop primed or galvanized, except surfaces to be in contact with concrete. F. Grout under base plates. Trowel grouted surface smooth, splay neatly to 45 degrees. Grout to be placed in a fluid flowable state. Confine grout in a form and cure per manufacturer's recommendations. Grout under baseplate after ` structural has been plumbed. G. Install expansion joint as indicated on the Drawings. 3.2 ERECTION TOLERANCES A. Maximum Variation From Plumb: 1/4-inch per 10 feet, non-cumulative. B. Maximum Offset From True Alignment: 1/4-inch. C. Additional Tolerances: Conform to AISC Code of Standard Practice. 3.3 FIELD QUALITY CONTROL A. Independent Testing Laboratory to perform the following testing services: 1. Review mill test reports for compliance with specifications. 2. Review welder's certificates. 3. Visually inspect all field fillet welds and prepare reports. 4. Visually inspect 10 percent of shop fillet welds after members are delivered to the site and prepare report. 5. Visually inspect all field full penetration welds. 6. Provide ultrasonic testing on 60 percent of all field full penetration welds. 7. Provide ultrasonic testing on 20 percent of all field fillet welds. 8. Observe installation of bolted connections and verify compliance with specified requirements. Turn-of-nut tightening, calibrated wrench v C&B 011370.010 05120-4 2004 Structural Steel tightening or direct tension indicator tightening per ASTM A 325 to install bolted connections may be used as an option. . 9. Verify that structure has been erected per the specified tolerances. 10. Confirm that anchor bolts have been properly tightened and grout has been installed under column baseplates. 11. Verify proper installation of expansion joint assembly where indicated on Drawings. END OF SECTION C&B 011370.010 05120-5 2004 Structural Steel SECTION 05500 MISCELLANEOUS METAL FABRICATIONS PART 1 -GENERAL 1.1 SCOPE OF WORK A. Shop fabricated ferrous metal and aluminum items. 1.2 RELATED SECTIONS A. Section 05530 -Gratings and Floor Plates. 1.3 REFERENCES A. ASTM A36 - Structural Steel. B. ASTM A53- Hot-Dipped, Zinc-Coated Welded and Seamless Steel Pipe. C. ASTM A123 -Zinc(Hot-Galvanized) Coatings on Products Fabricated From Rolled, Pressed and Forged Steel Shapes, Plates, Bars and Strip. D. ASTM A153 -Zinc Coating (Hot-Dip)on Iron and Steel Hardware. E. ASTM A283 - Carbon Steel Plates, Shapes and Bars. F. ASTM A307 - Carbon Steel Externally Threaded Standard Fasteners. G. ASTM A325 - High Strength Bolts for Structural Steel Joints. H. ASTM A386 -Zinc-Coating (Hot-Dip) on Assembled Steel Products. 1. ASTM A500 - Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Round and Shapes. J. ASTM A501 - Hot-Formed Welded and Seamless Carbon Steel Structural Tubing. K. ASTM B177 -Chromium Electroplating on Steel for Engineering Use. L. ASTM 8209-Aluminum Alloy Sheet and Plate. M. ASTM B211 -Aluminum Alloy Bars, Rods and Wire. N. ASTM 8221 -Aluminum Alloy Extruded Bars, Rods, Wires, Shapes and Tubes. O. AWS A2.0- Standard Welding Symbols. C&B 011370.010 05500- 1 2004 Miscellaneous Metal Fabrications P. AWS D1.1 - Structural Welding Code. Q. SSPC -Steel Structures Painting Council. 1.4 SUBMITTALS A. Submit under provisions of The City of Fort Worth Material and Construction Specifications. B. Shop Drawings: Indicate profiles, sizes, connection attachments, reinforcing, , anchorage, size and type of fasteners, and accessories. Include erection drawings, elevations and details where applicable. C. Indicate welded connections using standard AWS A2.0 welding symbols. Indicate net weld lengths. 1.5 FIELD MEASUREMENTS A. Verify measurements indicated on Drawings and other field measurements necessary prior to preparation of shop drawings and fabrication. PART2- PRODUCTS 2.1 MATERIALS A. Steel Sections: ASTM A36. B. Steel Tubing: ASTM A500, Grade B. Fy=46 ksi. C. Steel Plates: ASTM A283. D. Steel Pipe: ASTM A53, Grade B, Schedule 80 unless otherwise noted. E. Aluminum Extruded Shapes and Tubes: ASTM B221. F. Aluminum Plate and Sheet: ASTM B209. G. Aluminum Bars, Rods and Wire: ASTM B211. H. Bolts, Nuts and Washeos: ASTM A325; stainless steel, Type 304 for aluminum and galvanized components. I. Welding Materials: AWS D1.1;type required for materials being welded. p J. Surface Preparation, Shop and Touch-Up Primer: In accordance with Section 09910. , C&B 011370.010 05500-2 2004 Miscellaneous Metal Fabrications 2.2 FABRICATION A. Fit and shop assemble in largest practicable sections, for delivery to site. B. Verify dimensions on site prior to fabrication. C. Fabricate items with joints tightly fitted and secured. D. Continuously seal joined members by continuous welds unless otherwise noted. Welding for aluminum ladders shall conform to AA SAS-30-1982. E. Grind exposed joints flush and smooth with adjacent finish surface. Make exposed joints butt tight, flush and hairline.'Ease exposed edges to small uniform radius. F. Exposed Mechanical Fasteners: Flush countersunk screws or bolts; unobtrusively located; consistent with design of component, except where specifically noted otherwise. G. Supply components required for anchorage of fabrications. Fabricate anchors and related components of same material and finish as fabrication, except where specifically noted otherwise. 2.3 FINISHES A. Clean surfaces of rust, scale, grease and foreign matter prior to finishing. B. Do not shop prime surfaces where field welding is required. C. Galvanized items to minimum 2.0 oz/sq. foot zinc coating in accordance with ASTM A386. D. Provide a bituminous coating or other suitable protection where aluminum comes in contact with steel, concrete or other dissimilar materials. PART 3-EXECUTION 3.1 EXAMINATION A. Verify that field conditions are acceptable and are ready to receive work. B. Beginning of installation means erector accepts existing conditions. 3.2 PREPARATION A. Clean and strip primed steel items to bare metal where site welding is required. B. Supply items required to be cast into concrete or embedded in masonry with setting templates, to appropriate sections. C&B 011370.010 05500 -3 2004 Miscellaneous Metal f=abrications 3.3 INSTALLATION A. Install items plumb and level, accurately fitted,free from distortion or defects. B. Allow for erection loads, and for sufficient temporary bracing to maintain true alignment until completion of erection and installation of permanent attachments. C. Fiold weld components indicated on Drawings. D. Perform field welding in accordance with AWS D1.1. E. Obtain OWNER's or ENGINEER's approval prior to site cutting or making adjustments not scheduled. F. After erection, prime welds, abrasions and surfaces not shop primed or galvanized. 3.4 ERECTION TOLERANCES A. Maximum Variation From Plumb: 1/4 inch per 10 feet, non-cumulative. B. Maximum Offset From True Alignment: 1/4 inch. END OF SECTION l C&B 011370.010 05500-4 2004 Miscellaneous Metal Fabrications SECTION 05501 ANCHOR BOLTS, EXPANSION ANCHORS AND CONCRETE INSERTS PART 1 -GENERAL 1.1 SCOPE OF WORK A. Provide anchor bolts, expansion anchors and concrete inserts for equipment and metal fabrication as specified or shown on the Plans, including, but not limited to: 1. Hangers and brackets. 2. Equipment. 3. Grating and floor plate. B. This Section includes all bolts, anchors and inserts required for the Work but not specified under other sections. 1.2 RELATED WORK AND SPECIFICATIONS A. Section 05500 - Miscellaneous Metal Fabrications. B. Section 05530-Gratings and Floor Plates. 1.3 QUALITY ASSURANCE A. Referenced Standards: 1. ASTM A307, Carbon Steel Externally and Internally Threaded Standard Fasteners. 2. ASTM A320, Alloy-Steel Bolting Materials for Low-Temperature Service. 1.4 SUBMITTALS A. Samples: Submit the following: 1. Representative samples of bolts, anchors and inserts as may be requested for review by the OWNER or ENGINEER. Review will be for type and finish only. Compliance with all other requirements is the exclusive responsibility of CONTRACTOR. B. Shop Drawings: Submit the following in accordance with City of Fort Worth Material and Construction Specifications: 1. Setting drawings and templates for location and installation of anchorage devices. 2. Copies of manufacturer's specifications, materials, load tables, dimension diagrams and installation instructions for anchorage devices. C&B 011370.010 05501 - 1 2004 Anchor Bolts, Expansion Anchors And Concrete Inserts PART2-PRODUCTS 2.1 DESIGN CRITERIA A. When the size, length or load carrying capacity of an anchor bolt, expansion anchor or concrete insert is not shown on the Plans, provide the size, length and capacity required to carry the design load times a minimum safety factor of four. B. Determine design loads as follows: 1. _ For equipment anchors, use the design load recommended by the manufacturer and approved by the OWNER or ENGINEER. 2. For pipe hangers and supports, use one half the total weight of pipe, fittings, valves, accessories and water contained in pipe, between the hanger or support in question and adjacent hangers and supports on both sides. 3. Allowances for vibration are included in the safety factor specified above. 2.2 MATERIALS A. Anchor Bolts: 1. Provide bolts complying with ASTM A320. 2. In buried or submerged locations, provide stainless steel bolts complying with ASTM A320, AISI Type 316. Other AISI types may be used subject to OWNER's or ENGINEER's approval. B. Expansion Anchors: 1. Zinc plated anchors complying with ASTM A320, AISI Type 316. Other ^' AISI types may be used subject to ENGINEER's approval. 2. Size required for the concrete strength specified. 3. Stud type (male thread)or flush type (female thread), as required. - 4. UL or FM approved. 5. In buried or submerged locations, provide stainless steel anchors complying with ASTM A320, AISI Type 316. Other AISI types may be used, subject to OWNER's or ENGINEER's approval. 6. Product and Manufacturer: Provide anchors by one of the following: a. Molly Division of USM Corporation. b. Hilti, Incorporated. C. Or approved equivalent. C. Adhesive Anchors (capsule anchors). Adhesive anchors shall consist of all- thread anchor rod, nut, washer, and adhesive capsule. Anchor rods to be manufactured from: 1. Materials meeting the requirements of ASTM A36. 2. AISI 4140, 4142, 4140H, OR 4145H meeting the requirements of ASTM A193, Grade B-7. 3. AISI 316 stainless steel which meets the requirements of ASTM F593-80. - Anchor rods shall have rolled threads. The adhesive capsules used shall contain a vinylester resin, quartz and aggregate and hardener as equal to the Hilti HEA adhesive capsules or Molly Parabond capsule anchor. C&B 011370.010 05501 -2 2004 Anchor Bolts, Expansion Anchors And Concrete Inserts . �. D. Concrete Inserts: 1. For piping, grating and floor plate, provide malleable iron inserts. 2. Provide those recommended by the manufacturer for the required loading. 3. Finish shall be black. 4. UL and FM approved. 5. Product and Manufacturer: Provide one of the following inserts: a. ITT Grinnell, Figure 282. b. Hohmann and Barnard, Inc., No. 380. C. Or approved equivalent. E. Powder actuated fasteners and other types of bolts and fasteners not specked herein shall not be used unless approved by OWNER or ENGINEER. PART 3- EXECUTION 3.1 INSTALLATION A. Drilling equipment used and installation of expansion anchors shall be in accordance with manufacturer's instructions. B. Assure that embedded items are protected from damage and are not filled in with concrete. C. Expansion anchors may be used for hanging or supporting pipe two inches diameter and smaller. Expansion anchors shall not be used for larger pipe unless otherwise shown or approved by the OWNER or ENGINEER. D. Use concrete inserts for pipe hangers and supports for the pipe size and loading recommended by the insert manufacturer. E. Unless otherwise shown or approved by OWNER or ENGINEER conform to the following for expansion anchors: 1. Minimum embedment depth in concrete: Five diameters. 2. Minimum anchor spacing on centers:Ten diameters. 3. Minimum distance to edge of concrete: Five diameters. 4. Increase dimensions above if required to develop the required anchor load capacity. ,. C&B 011370.010 05501 - 3 2004 Anchor Bolts, Expansion Anchors And Concrete Inserts d 3.2 CLEANING A. After embedding concrete is placed, remove protection and clean bolts and inserts. END OF SECTION 9 9 C&B 011370.010 05501 -4 2004 Anchor Bolts, Expansion Anchors And Concrete Inserts . �. r W 40 SECTION 05530 GRATINGS AND FLOOR PLATES PART 1 -GENERAL 1.1 SECTION INCLUDES A. Section includes formed metal gratings; flat surface floor plating and perimeter closure. ►r 1.2 RELATED SECTIONS A. Section 05500-Metal Fabrications. 10 1.3 REFERENCES A. ASTM A 36/A 36M- Carbon Structural Steel. B. ASTM A 123/A 123M-Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products. C. ASTM A 653/A 653M- Steel Sheet, Zinc-Coated (Galvanized)or Zinc-Iron Alloy- Coated (Galvannealed)by the Hot-Dip Process. D. ASTM A 666—Annealed or Cold-Worked Austenitic Stainless Steel Sheet, Strip, Plate, and Flat Bar. E. ASTM A 1011 - Steel, Sheet and Strip, Hot-Rolled, Carbon, Structural, High- Strength Low-Alloy and High-Strength Low-Alloy with Improved Formability. F. ASTM B 211/13211 M -Aluminum and Aluminum-Alloy Bar, Rod, and Wire. G. ASTM B 221/6221 M -Aluminum and Aluminum Alloy Extruded Bars, Rods, Wire, Profiles, and Tubes. H. AWS A2.4-Standard Symbols for Welding, Brazing and Nondestructive Examination. ' 1. AWS D1.1 -Structural Welding Code. J. AWS D1.2-Structural Welding Code-Aluminum. K. NAAMM MBG 531 -Metal Bar Grating Manual. L. NAAMM MBG 532- Heavy Duty Metal Bar Grating Manual. C&B 011370.010 05530- 1 so 2004 Gratings and FI .- �r J�.;•is-SS , �S%5JI7 L L . 5✓I� " J U •.� :J1:Ci�3 ��;io M. SSPC- Steel Structures Painting Manual. 1.4 PERFORMANCE REQUIREMENTS - A. Conform to applicable code for applicable loads. B. Load Design: NAAMM Metal Bar Grating Manual C. Design Live (Pedestrian) Load: Uniform load of 100 pounds per square foot minimum; concentrated load of force 300 pounds. D. Maximum Allowable Deflection Under Live Load: 1/240 of span; size components for single span. 1.5 SUBMITTALS h A. Shop Drawings: Indicate details of gratings, plates, component supports, anchorage, openings, perimeter construction details, and tolerances. Indicate welded connections using standard AWS A2.4 welding symbols. Indicate net weld lengths. B. Product Data: Submit span and deflection tables. C. Samples: Submit two samples, 24 inches by 12 inches in size illustrating surface finish, color, and texture. D. Manufacturer's Installation Instructions: Submit special requirements of opening and perimeter framing. E. Welders'Certificates: Certifying welders employed on the Work, verifying AWS qualification within the previous 12 months. 1.6 QUALITY ASSURANCE A. Design gratings and plates under direct supervision of a professional engineer experienced in design of this Work and licenserf at the place where the Project is located. 1.7 FIELD MEASUREMENTS A. Verify field measurements prior to fabrication. e 1.8 COORDINATION A. Coordinate the Work with placement of frames, tolerances for placed frames and openings. C&B 011370.010 05530 -2 2004 Gratings and Floor Plates PART 2- PRODUCTS . 2.1 GRATINGS AND FLOOR PLATES A. Manufacturers: 1. Aco Polymer Products, Inc. 2. Arden Architectural Specialties. 3. Barry Pattern & Foundry Co. 4. GS Metals. 5. Neenah Foundry. 2.2 COMPONENTS A. Sheet Steel for Die Stamping: ASTM A 653/A 653M, ASTM A 666 stainless steel with raised lug pattern. IP B. Formed Steel For Pressure Locking: ASTM A 1011/A 1011M, ASTM A 36/A 36M, ASTM A 666 stainless steel of shapes indicated. C. Aluminum For Pressure Locking: ASTM B 221 extruded aluminum alloy, of shapes indicated. D. Formed FRP: To shapes indicated, with raised lug pattern. E. Cross Bars: ASTM B 211. F. Welding Materials: AWS D1.1; AWS D1.2, type required for materials being welded. G. Shop and Touch-Up Primer. SSPC Paint 15, Type 1, red oxide. - H. Touch-Up Primer for Galvanized Surfaces: SSPC Paint 20 zinc rich. 2.3 ACCESSORIES A. Fasteners and Saddle Clips. B. Perimeter Closure: Of same material as grating. 2.4 FABRICATION A. Grating Type: NAAMM Metal Bar Grating Manual Pressure Locked Type. B. Mechanically clinch joints of intersecting metal sections. C. Fabricate support framing for openings. D. Top Surface: Non-slip. C&B 011370.010 05530 -3 2004 Gratings and Floor Plates a E. Bearing Bar: Sized to meet deflection criteria; 1-3/16 inches maximum spacing, 1-1/4 inch minimum acceptable depth for all grating. F. Cross Bar: spaced at 4 inches on center. G. Removable Panels: Provide removable grating sections in areas indicated on Plans. H. Anchorages: Stainless steel saddle clips required at all supported sides and at 2'-0"on center at adjoining panels. I. Provide banding on all sides and around all openings. 2.5 SHOP FINISHING A. Clean surfaces of rust, scale, grease, and foreign matter prior to finishing. y B. Do not prime surfaces in direct contact with concrete or where field welding is required. C. Galvanizing: ASTM A 653 to G 90 weight; ASTM A 123 to 2 ounces per square foot weight. D. Aluminum: Mill finish. E. Stainless Steel: No. 4 finish. F. Non-slip Surfacing: Aluminum oxide. PART 3-EXECUTION 3.1 EXAMINATION A. Verify that opening sizes and dimensional variations are acceptable to suit grating and plating tolerances. B. Verify that supports and anchors are correctly positioned. 3.2 INSTALLATION A. Mechanically cut galvanized finish surfaces. Do not flame cut. B. Anchor by bolting through saddle clips. C. Set perimeter closure flush with top of grating and surrounding construction. C&B 011370.010 05530-4 2004 Gratings and Floor Plates D. Secure grating with mechanical fasteners to prevent movement. 3.3 ERECTION TOLERANCES A. Conform to NAAMM Metal Bar Grating Manual. B. Maximum Space Between Adjoining Abutting Sections 1/2 inch. C. Maximum Variation From Top Surface Plane of Adjoining Abutting Sections: 1/8 inch. END OF SECTION 'f C&B 011370.010 05530-5 2004 Gratings and Floor Plates r<lk SECTION 05810 EXPANSION JOINT COVER ASSEMBLIES PART 1 -GENERAL 1.1 SECTION'INCLUDES A. Section includes expansion joint assemblies for wall, floor, and ceiling surfaces. 1.2 PRODUCTS FURNISHED BUT NOT INSTALLED UNDER THIS SECTION A. Section 03300—Cast-in-Place Concrete. B. Section 04820 — Reinforced Unit Masonry Assemblies 1.3 RELATED SECTIONS A. Section 07920 -Joint Sealants: Expansion and control joint finishing utilizing a sealant and bond breaker. 1.4 REFERENCES A. ASTM B 221 -Aluminum-Alloy, Extruded Bar, Rod, Wire, Shape, and Tube. B. ASTM B 308 -Aluminum-Alloy, Standard Structural Shapes, Rolled or Extruded. C. ASTM B 455 - Copper-Zinc-Lead Alloy(Leaded-Brass) Extruded Shapes. 1.5 SUBMITTALS A. Product Data: Provide joint assembly profiles, dimensions, locations in the Work, affected adjacent construction, anchorage devices, available colors and finish, and locations of splices. B. Submit two samples 6 inches long, illustrating profile, dimension, color, and finish selected. C. Manufacturer's Installation Instructions: Indicate rough-in sizes. Provide templates for cast-in or placed frames or anchors, and indicate tolerances for item placement. 1.6 FIELD MEASUREMENTS A. Verify that field measurements are as instructed by the manufacturer. �I 1.7 EXTRA MATERIALS C&B 011370.010 05810 - 1 Expansion Joint Cover Assemblies _ A. Provide 25 percent overage of resilient joint filler, and special tools required for servicing components. 1.8 ENVIRONMENTAL CONDITIONS A. The expandable expansion joint filler shall not be installed with ambient temperature lower than 55° F. B. The environment shall be free of dust, contaminants, moisture and frost. All surfaces receiving the expandable joint filler shall be thoroughly cleaned. PART2- PRODUCTS 2.1 MANUFACTURERS FOR JOINT COVERS A. Architectural Art Mfg. Inc. B. Balco, Inc. C. Construction Specialties, Inc. D. Metalines, Inc. E. Capital Services 2.2 MANUFACTURERS FOR JOINT FILLER A. Hydrozo/Jeene, Inc. 2.3 MATERIALS A. Extruded Aluminum: ASTM B 221 6063-75 alloy for extrusions; ASTM B 209 Alloy 6061-76 for sheet and plate. B. Resilient Filler: PVC and thermoplastic rubber per ASTM D 2000. - C. Threaded Fasteners: Aluminum or stainless steel. D. Backing Paint: Asphaltic type. E. Fire Barrier: Designed for indicated or required dynamic structural movement without material degradation or fatigue in accordance to ASTM E 1399, and UL 2079. F. Metazeal: UV stable, preformed, impermeable, flexible, low density, closed cell, cross-linked polyethylene. G. Serva-Bond: Two component 100% solid modified epoxy. C&B 011370.010 05810-2 Expansion Joint Cover Assemblies H. Expandable Expansion Joint Filler System: 1. Preformed elastomer neoprene strip with internal pressurizable core profile °1 M". 2. Epoxy Adhesive—2 component type. 2.4 FABRICATION A. Joint Covers: Aluminum cover plate, aluminum frame construction, retainers with resilient PVC/thermoplastic rubber filler strip, designed to permit plus or minus 50 percent joint movement with full recovery, flush mounted; refer to Schedule. B. Back paint components in contact with cementitious materials. C. Galvanize embedded ferrous metal anchors and fastening devices. D. Shop assemble components and package with anchors and fittings. E. Provide joint components in single length wherever practical. Minimize site splicing. 2.5 FINISHES FOR JOINT COVERS A. Walls and Ceilings Trim: Clear anodized. B. Resilient Filler Exposed to View: Gray. PART 3- EXECUTION 3.1 EXAMINATION A. Verify surfaces are ready to receive the materials of this section. B. Verify that joint preparation and affected dimensions are acceptable. 3.2 PREPARATION A. Provide anchoring devices for installation and embedment. mm B. Provide templates and rough-in measurements. 3.3 INSTALLATION A. Install components and accessories in accordance with manufacturer's instructions. B. Align work plumb and level, flush with adjacent surfaces. -- C. Rigidly anchor components to substrate to prevent misalignment. C&B 011370.010 05810 -3 Expansion Joint Cover Assembhes r D. The expansion joint filler shall be installed in accordance with the manufacturer's printed instructions by the manufacturer's licensed installer to ensure a watertight installation. 3.4 PROTECTION OF FINISHED WORK A. Do not permit traffic over unprotected floor joint surfaces. B. Provide removable reinforced cloth tape to protect finish surface. 3.5 SCHEDULES A. Expansion Joint Covers (1-2 inch joints) interior only: 1. Wall: Recessed flush mounted -model FWFC-100. 2. Ceiling: Recessed flush mounted -model FCFC-100. B. Expansion Joint Covers (2-inch joints) Exterior Only: 1. Wall: Model Metazeal System #125 from Capital Services. 2. Roof to Wall: Model BRJW-200 with 2-hour fire barrier. C. Expandable Expansion Joint Filler: 1. Jeene Structural Sealing Joint System by Hydrozo/Jeene, Inc. END OF SECTION r 1 C&B 011370.010 05810 -4 Expansion Joint Cover Assemblies b SECTION 08112 STANDARD STEEL DOORS AND FRAMES PART 1 -GENERAL 1.1 SECTION INCLUDES A. Section includes non-rated rolled steel doors, and frames. 1.2 REFERENCES A. ANSI A117.1 - Specifications for Making Buildings and Facilities Accessible to and Usable by Physically Handicapped People. B. ASTM A 123-Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products. C. ASTM A 653-Steel Sheet, Zinc-Coated (Galvanized)or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process. D. ASTM C 236 -Test Method for Steady-State Thermal Performance of Building Assemblies by Means of a Guarded Hot-Box. E. DHI - Door Hardware Institute: The Installation of Commercial Steel Doors and Steel Frames, Insulated Steel Doors in Wood Frames and Builder's Hardware. F. NFPA 252, Fire Tests of Door Assemblies. G. SDI-100 - Standard Steel Doors and Frames. H. SDI-105 - Recommended Erection Instructions for Steel Frames. I. SDI-107- Hardware for Steel Doors (Reinforcement-Application). 1.3 QUALITY ASSURANCE A. Conform to requirements of SDI-100. B. Manufacturer Qualifications: Company specializing in manufacturing the Products specified in this section with minimum three years documented experience. 1.4 REGULATORY REQUIREMENTS A. Conform to applicable local building codes for fire rated requirements of metal door/metal frame and wood door/metal frame assemblies. C&B 011370.010 08112- 1 2004 Standard Steel Doors and Frames 1.5 SUBMITTALS A. Indicate frame configuration, anchor types and spacings, location of cutouts for hardware, reinforcement, and finish. B. Indicate door elevations, internal reinforcement, closure method, and cut outs for glazing. " C. Samples: Submit two samples of door frame metal, 6-inch by 6-inch in size illustrating pre-finished door colors and surface texture. D. Manufacturer's Installation Instructions: Indicate special installation instructions. E. Manufacturer's Certificate: Certify that Products meet or exceed specked requirements. 1.6 DELIVERY, STORAGE AND PROTECTION A. Protect doors and frames with resilient packaging. t B. Accept doors on site in manufacturer's packaging. Inspect for damage. C. Break seal on-site to permit ventilation. 1.7 FIELD MEASUREMENTS, A. Verify that field measurements are as indicated on shop drawings. 1.8 COORDINATION A. Coordinate the work with door opening construction, door frame and door hardware installation. PART 2-PRODUCTS 2.1 MANUFACTURERS A. Doors and Welded Unit Frames: 1. Ceco Corporation. 2. Fenestra Corp. 3. Republic Builders Products. 2.2 DOOR AND FRAMES A. Doors: SDI-100 Grade II Model 1 for interiors (18 gage) and Model 2, galvanized (16 gage)for exteriors. B. Exterior Frames: 14 gage thick material. C&B 011370.010 08112-2 2004 Standard Steel Doors and Frames K C. Interior Frames: 16 gage thick material. 2.3 DOOR CORE A. Core Types: 1. Interior Doors: Steel channel grid. 2.. Exterior Doors: Steel channel grid. B. Insulated door insulation value of R=8.0 for polyurethane. 2.4 ACCESSORIES A. Rubber Silencers: Resilient rubber. B. Glazing Stops: Rolled steel channel shape, mitered corners; prepared for countersink style tamperproof screws. C. Anchors: Three per jamb, typically, of type to suit supportive construction. 2.5 FABRICATION A. Fabricate frames as welded unit. B. Mullions for Double Doors: Removable type. Provide metal T shaped astragals for double doors. r C. Fabricate frames and doors with hardware reinforcement plates welded in place. Provide mortar guard boxes. D. Reinforce frames wider than 48 inches with roll formed steel channels fitted tightly into frame head, flush with top. E. Prepare frame for silencers. Provide three single rubber silencers for single doors and mullions of double doors on strike side, and two single silencers on frame head at double doors without mullions. F. Attach fire rated label to each frame and door unit. G. Close top edge of exterior doorflush with inverted steel channel closure. Seal joints watertight. H. Fabricate frames for masonry wall coursing with 2-inch head member. 2.6 FINISH A. Steel Sheet: Galvanized to ASTM A 653, G90. B. Interior Units: Baked on primer. C&B 011370.010 08112-3 w 2004 Standard Steel Doors and Frames C. Exterior Units: Baked on Primer over 1.25 ounces per square foot galvanizing, in accordance with ASTM A 123. 4 D. Field paint as scheduled. PART 3-EXECUTION 3.1 EXAMINATION A. Verify that opening sizes and tolerances are acceptable. B. Verify surfaces and conditions are ready to receive work of this section. Notify Architect of any existing conditions which will adversely affect execution. Beginning of execution will constitute acceptance of existing conditions. 3.2 INSTALLATION A. Install frames in accordance with SDI-105. B. Install doors in accordance with DHI. C. Coordinate with masonry and wallboard construction for anchor placement. D. Coordinate installation of glass and glazing. E. Install roll formed steel reinforcement channels between two abutting frames. Anchor to structure and floor. F. Set frames plumb, level, and true alignment, securely fastened to the floor and adjoining walls. G. Install doors accurately in frames, maintaining specified clearances. 3.3 TOLERANCES A. Maximum Diagonal Distortion: 1/8-inch measured with straight edge, corner to corner. 3.4 ADJUSTING AND CLEANING A. Adjust hardware and door movement for smooth, quiet and balanced door movement. i END OF SECTION C&B 011370.010 08112 -4 2004 Standard Steel Doors and Frames SECTION 09900 PAINTING PART 1 -GENERAL SCOPE OF WORK Surface preparation, prime coating, and finishing coating of all surfaces where coating is required. 1.02 REFERENCES A. ANSI/ASTM D16- Definitions of Terms Relating to Paint, Varnish, Lacquer, and Related Products. B. ASTM D2016- Test Method for Moisture Content of Wood. 1.03 DEFINITIONS A. Conform to ANSI/ASTM D16 for interpretation of terms used in this Section. B. Where the terms"exposed" surfaces are used to define painting locations and requirements it shall include all visible outside surfaces, top of walls and inside surfaces to V-0" below the weir level or to floor level, whichever applies. 1.04 QUALITY ASSURANCE A. Product Manufacturer: Company specializing in manufacturing quality paint and finish products with ten (10) years experience. B. Applicator: Company specializing in industrial painting and finishing with five (5) years documented experience, approved by product manufacturer. 1.05 REGULATORY REQUIREMENTS Conform to applicable code for flame/fuel/smoke rating requirements for finishes. 1.06 SUBMITTALS A. Submit product data under provisions of Section 01340. B. Provide product data on all coatings, and provide coating schedule showing the specific applications for which each coating system is proposed. C. Submit samples or color charts illustrating range of colors and textures available for each surface finishing product scheduled, for selection. D. Submit manufacturers application instructions under provisions of Section • 01340. - C&B 011370.010 09900- 1 P in ', J� ��,;:xL��T:1: E. Submit letter certifying that manufacturer and applicator meet requirements of Part 1.4 of this section. 1.07 DELIVERY, STORAGE, AND HANDLING A. Deliver, store and protect products in accordance with coating manufacturer's instructions. B. Deliver products to site in sealed and labeled containers; inspect to verify ' acceptance. C. Container labeling to include manufacturer's name, type of paint, brand name, ' brand code, coverage, surface preparation, drying time, cleanup, color designation and instructions for mixing and reducing. D. Store paint materials at minimum ambient temperature of 45°F (7°C)and a , maximum of 90°F (320C), in well ventilated area, unless required otherwise by manufacturer's instructions. E. Take precautionary measures to prevent fire hazards and spontaneous combustion. , 1.08 ENVIRONMENTAL REQUIREMENTS A. Provide continuous ventilation and heating facilities to maintain surface and ' ambient temperatures above 45°F (7°C)for 24 hours before, during, and 48 hours after application of finishes, unless required otherwise by manufacturer's instructions. ' B. Do not apply exterior coatings during rain or snow, or when relative humidity is above 50 percent, unless required otherwise by manufacturer's instructions. C. Minimum Application Temperatures for Latex Paints: 45°F (7°C)for interiors; 50°F (10°C)for exterior; unless required otherwise by manufacturer's w instructions. D. Minimum Application Temperature for Varnish and Finishes: 65°F (18°C)for interior or exterior, unless required otherwise by manufacturer's instructions. E. Provide lighting level of 80 foot candles measured mid-height at substrate , surface. F. Contractor shall be fully responsible for personnel safety during painting operations. • 1.09 EXTRA STOCK i A. Provide an unopened one-gallon container of each color and surface texture to Owner. C&B 011 370.010 09900-2 Painting B. Label each container with color, texture, room locations, and in addition to the manufacturer's label. PART 2- PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS -ALL COATINGS A. Ameron B. Carboline C. Tnemec D. Valspar 2.02 MATERIALS A. Coatings: Ready mixed, except field catalyzed coatings. Process pigments to a soft paste consistency, capable of being readily and uniformly dispersed to a homogeneous coating. B. Accessory Materials: Linseed oil, shellac, turpentine, paint thinners and other materials not specifically indicated but required to achieve the finishes specified, of commercial quality. C. Contractor shall have complete responsibility for ensuring that each coating applied is compatible with its substrate and/or its intended finish coat, and that the completed coating system is suitable for its intended service. 2.03 FINISHES Refer to schedule at end of Section for surface finish schedule. Colors shall be �s selected by the OWNER from manufacturer's standard color charts. PART 3-EXECUTION 3.01 INSPECTION A. Verify that surfaces are ready to receive work as instructed by the product manufacturer. B. Examine surfaces scheduled to be finished prior to commencement of work. Report any conditions that may potentially affect proper application. + C. Measure moisture content of surfaces using an electronic moisture meter. Do not apply finishes unless moisture content of surfaces are below the following maximums, unless more stringent limitations are recommended by the coating manufacturer. 1. Plaster and Gypsum Wallboard: 12 percent 2. Masonry, Concrete, and Concrete Unit Masonry: 12 percent C&B 011370.010 09900-3 Painting 3. Interior Located Wood: 15 percent, measured in accordance with ASTM D2016. 3.02 PREPARATION Surface preparation shall be as indicated in Part 3.07. { 3.03 PROTECTION A. Protect elements surrounding the work of this Section from damage or disfiguration. B. Repair damage to other surfaces caused by work of this Section. C. Furnish drop cloths, shields and protective methods to prevent spray or droppings from disfiguring other surfaces. D. Contractor shall remove empty paint containers from site, and dispose of all excess materials and empty containers in full accordance with all applicable state, federal and local laws. 3.04 APPLICATION A. Apply products in accordance with manufacturer's instructions. B. Do not apply finishes to surfaces that are not dry. C. Apply each coat to uniform finish. A D. Apply each coat of paint slightly darker than preceding coat unless otherwise approved. E. Sand lightly between coats to achieve required finish. F. Allow applied coat to dry before next coat is applied. G. Where clear finishes are required, tint fillers to match wood. Work fillers into the grain before set. Wipe excess from surface. a H. Prime back surfaces of interior and exterior woodwork with primer paint. I. Prime back surfaces of interior woodwork scheduled to receive stain or varnish finish with gloss varnish reduced 25 percent with mineral spirits. J. Paint all exterior and interior wood, concrete and metal items throughout the project, except for surfaces listed below: ' 1. Interior and exterior concrete surfaces, unless specifically noted on plans. 2. Concrete walkways, pavement, sidewalks and stair treads. 3. Metal surfaces of anodized aluminum, stainless steel or chromium plate. 4. Operating parts, unless otherwise specified. 5. Existing structures, piping or equipment, unless otherwise specified. C&B 011370.010 09900-4 Painting M K. Repair any damage to paint on existing structures caused by construction work. Match existing colors with touch-up paint. 3.05 FINISHING MECHANICAL AND ELECTRICAL EQUIPMENT A. Colors for equipment, piping, conduits, etc., shall be selected by the OWNER during submittal process. B. Paint shop primed equipment. C. Remove unfinished louvers, grilles, covers, and access panels on mechanical and electrical components and paint separately. D. Replace or repair identification markings on mechanical and electrical equipment when painted accidentally. E. Paint interior surfaces of air ducts, and convector and baseboard heating cabinets that are visible through grilles and louvers with one coat of flat black paint, to limit of sight line. F. Paint dampers exposed behind louvers, grilles, and convector and baseboard cabinets to match face panels. G. Paint exposed conduit and electrical equipment occurring in finished areas. H. Paint both sides and edges of plywood backboards for electrical and telephone equipment before installing equipment. I. All exposed piping, both indoor and outdoor, insulated and uninsulated, except stainless steel pipe, shall be painted. J. Color code equipment, piping, conduit and exposed ductwork in accordance with requirements indicated. Color band and identify with flow arrows and names. K. Replace electrical plates, hardware, light fixture trim and fittings removed prior to finishing. 3.06 CLEANING A. As work proceeds, promptly remove paint where spilled, splashed or spattered. B. During progress of work maintain premises free of unnecessary accumulation of tools, equipment, surplus materials, and debris. C. Collect cotton waste, cloths and material which may constitute a fire hazard, place in closed metal containers and remove daily from site. D. Where existing paint is removed, collect and dispose of removed coating in full accordance with all applicable laws and regulations. C&B 011370 010 09900-5 Painting E. Where existing coatings are topcoated with specified system, verify compatibility. Apply test patch and conduct adhesion test, notify ENGINEER of any problems prior to proceeding. 3.07 SCHEDULE A. Galvanized Metal and Non-Ferrous Metal, Exterior, where painting is required: 1. Surface preparation: Solvent Cleaning, SSPC-SP1. 2. Product and Manufacturer: Provide one of the following: a. Tnemec: (i) Primer. 66 Epoxyiine - 1 coat,4 dry mils, 200 square feet per gallon. (ii) Finish: Series 70 Edura-Shield - 1 coat, 1.5 dry mils per coat, 560 square feet per gallon. b. Carboline: (i) Primer. Carboline 893 - 1 coat, 4.0 mils dft. (ii) Finish: Carboline 134- 1 coat, 1.5 mils dft. c. Ameron: (i) Primer: Amercoat 385 Polyamide Epoxy- 1 coat, 4 dry mils, 265 square feet per gallon theoretical. (ii) Finish: Amercoat 450 HS High Solids Aliphatic Polyurethane- 1 coat, 1.5 to 2 dry mils per coat, 529 square feet per gallon theoretical at 2 dry mils. d. Vaispar: (i) 89 Series- 1 coat,4.0 dry mils. (ii) V40 Series- 1 coat, 1.5 to 2 dry mils. B. Galvanized Ferrous and Non-Ferrous Metals, Interior and Exterior, Non-Ferrous Metal Submerged or Intermittently Submerged: 1. Surface Preparation: Solvent Cleaning, SSPC-SP1 or hand tool clean, SSPC-SP2 to remove insoluble contaminants. . 2. Product and Manufacturer: Provide one of the following: a. Tnemec: (i) Primer. 66-1211 Epoxoline Primer- 1 coat, 4.0 dry mils. (ii) Finish: Series 66 Hi-Build Epoxoline - 1 coat, 4.0 dry mils. b. Carboline (i) Primer: Carboline 893- 1 coat, 4.0 dry mils. (ii) Finish: Carboline 890- 1 coat, 4.0 dry mils. c. Ameron- (i) Primer: Amercoat 385 Polyamide Epoxy- 1 coat, 4.0 dry mils. (ii) Finish: Amercoat 385 Polyamide epoxy- 1 coat, 4.0 dry mils. Brush all weld seams, rivets, bolts and nuts, etc., with 50% thinned solution prior to first full coat. d. Valspar. ' (i) Primer. 89 Series- 1 coat, 4.0 dry mils. (ii) Finish: 89 Series- 1 coat, 4.0 dry mils. C. All Aluminum in Contact with Dissimilar Materials: 1. Surface Preparation: Remove all foreign matter. C&B 011370.010 09900-6 Painting 2. Product and Manufacturer: Provide one of the following: a. Tnemec: Series 66 Hi-Build Epoxoline 0 2 coats,4.0 dry mild per coat, 200 square feet per gallon. b. Carboline: Carboline 893-2 coats,4.0 mils per coat. c. Ameron: Amercoat 385 Polyamide Epoxy-2 coats, 4.0 dry mils per coat, 265 square feet per gallon theoretical. d. Valspar: 89 Series-2 coats, 4.0 dry mils per coat. D. Mill-Coated Steel Pipe: 1. Surface preparation: SSPC-SP10 Near-White blast. 2. Product and Manufacturer: Provide one of the following: a. Tnemec: (i) Primer. 66-1211 Epoxoline Primer- 1 coat,4.0 dry mils per coat, 200 square feet per gallon. (ii) Finish: Series 66 Hi-Build Epoxoline- 1 coat, 4.0 dry mils per coat, 200 square feet per gallon. b. Carboline: (i) Primer. Carboline 893- 1 coat 4.0 mils dft. (ii) Finish: Carboline 890- 1 coat,4.0 mils dft. c. Ameron: (i) Primer. Amercoat 385 Polyamide Epoxy- 1 coat, 4.0 dry mils, 265 square feet per gallon theoretical. (ii) Finish: Amercoat 385 Polyamide Epoxy- 1 coat,4.0 dry mils, 265 square feet per gallon theoretical. d. Valspar: (i) Primer. 89 Series- 1 coat, 4.0 dry mils. (ii) Finish: 89 Series- 1 coat, 4.0 dry mils. E. Ferrous Metals, Exterior not Insulated 1. Shop Surface Preparation: SSPC-SP6, commercial blast 2. Field Surface Preparation: Sandblasting or field welds and other imperfections. ENGINEER may require all areas to be blasted at their discretion, in accordance with SSPC-SP6, commercial blast. Entire exterior surface of digester dome cover, including side skirt, shall receive SSPC- SP6, commercial blast. 3. Products and Manufacturer: Provide one of the following: a. Tnemec: 1) Shop Primer. Series 66 Epoxoline- 1 coat, 2.0 dry mils. 2) Field Primer: Series 66 Epoxoline - 1 coat, 2.0 dry mils. 3) Finish: Series 74 Endura-Shield - 1 coat, 3.0 dry mils. b. Carboline: 1) Shop Primer: Carboline 893 - 1 coat, 3.0 mils dft. , 2) Field Primer: Carboline 893 - 1 coat, 3.0 mils dft. 3) Finish: Carboline 133HB-2 coats, 1.5 mils dft. per coat. c. Ameron: 1) Shop/Field Primer. Amercoat 385 Polyamide Epoxy- 1 coat, 4.0 dry mils to be applied in the shop or in the field. C&B 011370.010 09900-7 Painting ti 2) Finish: Amercoat 450HS High Solids Aliphatic Polyurethane- 2 coats, 1.5 dry mils per coat. d. Valspar: 1) Primer: 89 Series- 1 coat, 3.0 dry mils. 2) Finish: V40 Series Urethane -2 coats, 1.5-2.0 dry mils per coat. F. Exposed, Uninsulated PVC Piping, Interior and Exterior: 1. Surface Preparation: As recommended by coating manufacturer. 2. Product and Manufacturer: Provide one of the following: a. Tnemec: 1) Finish: Series 66H-Build Epoxoline - 1 coat, 4.0 dry mils. b. Carboline: 1) Finish: Carboline 890- 1 coat, 4.0 dry mils. c. Ameron: 1) Finish: Amercoat 385 Polyamide Epoxy- 1 coat, 4.0 mils. dft. d. Valspar: 1) Finish: 89 Series-1 coat,4.0 dry mils. G. Concrete block walls and cast-in-place concrete not conforming to smooth rubbed finish, interior, where painting is specified: A. Surface Preparation: Remove Grease, oil and all foreign matter. B. Product and Manufacturer: Provide one of the following: a. Tnemec: 1) Primer: 54-660 Epoxy Polyamide Masonry Filler— 1 coat, 100 square feet per gallon for lightweight and haydite block. 2) Finish: 66 Hi-Build Epoxoline—2 coats, 4.0 dry mils per coat. b. Ameron: 1) Primer: Amerlock 40OBF Epoxy Filler— 1 coat, 100 square feet per gallon for lightweight and haydite block. 2) Finish: Amercoat 385 Epoxy-2 coats, 4.0 dry mils per coat. C. Carboline: 1) Primer: Carbocrylic 650— 1 coat, 100 square feet per gallon for lightweight and haydite block. 2) Finish: Carboguard 890—2 coats, 4.0 dry mils per coat. d. Valspar 1) Primer: 89 Series- 1 coat, 4.0 dry mils. 2) Finish: 89 Series- 1 coat, 4.0 dry mils. H. Concrete floors and walks, interior, where painting is required: A. Surface preparation: Acid etch. B. Product and Manufacturer. Provide one of the following: a. Tnemec: 1) Primer: Series 205 Terra-Tread FC— 1 coat, 3.0 dry mils per coat, 250 square feet per gallon. 2) Finish: Series 205 Terra-Tread FC- 1 coat, 5.0 dry mils per coat, 175 square feet per gallon. Add 5 pounds of 50 C&B 011370 010 09900-8 Painting mesh dry wash silica sand to topcoat to provide a non-skid surface in walkway areas. b. Ameron: 1) Primer: Amercoat 385 Epoxy. - 1 coat, 3.0 dry mils per coat, 250 square feet per gallon. 2) Finish: Amercoat 385 ASA Non-skid Epoxy. - 1 coat, 5.0 dry mils per coat, 175 square feet per gallon. Add 5 pounds of 50 mesh dry wash silica sand to topcoat to provide a non-skid surface in walkway areas. C. Carboline: 1) Primer. Carboguard 890— 1 coat, 3.0 dry mils per coat, 250 square feet per gallon. 2) Finish: Carboguard 890— 1 coat, 5.0 dry mils per coat, 175 square feet per gallon. Add 5 pounds of 50 mesh dry wash silica sand to topcoat to provide a non-skid surface in walkway areas. d. Valspar 3) Concrete floor coating per manufacturer's recommendation I. Masonry, exterior where painting is required: A. Surface Preparation: Brush-off blast or acid-etch as specified in 3.2. B. Product and Manufacturer: Provide one of the following: a. Tnemec: 1) Finish: Series 181 W.B. Tneme-Crete—2 coats, 8.0 dry mils per coat, 90 square feet per gallon. b. Ameron: 1) Finish: Amerlock 400 High Build Epoxy. —2 coats, 8.0 dry mils per coat, 90 square feet per gallon. C. Carboline: 1) Finish: Carbocrylic 600—2 coats, 8.0 dry mils per coat, 90 square feet per gallon. d. Valspar: 1) Masonry Paint per Manufacturer's recommendation END OF SECTION C&B 011370 010 09900-9 Painting CORROSION PROTECTION OF UNDERGROUND STRUCTURES PART 1 -GENERAL This specification covers work, materials and equipment required for protecting and/or rehabilitating concrete and masonry manholes and other underground structures by monolithic spray-application of a high-build, solvent-free epoxy coating to eliminate infiltration, provide corrosion protection, repair voids and enhance structural integrity. Procedures for surface preparation, cleaning, application and testing are described herein. 1.01 SECTION INCLUDES A. Requirements for surface preparation, repairs and solvent-free epoxy coating application to specified surfaces. 1.02 RELATED SECTIONS A. Concrete Repair. JIM B. Environmental, Health and Safety. 1.03 REFERENCES A. ASTM D638 -Tensile Properties of Plastics. B. ASTM D790 - Flexural Properties of Unreinforced and Reinforced Plastics. C. ASTM D695 - Compressive Properties of Rigid Plastics. D. ASTM D4541 - Pull-off Strength of Coatings Using a Portable Adhesion Tester. E. ASTM D2584 -Volatile Matter Content. F. ASTM D2240 - Durometer Hardness, Type D. G. ASTM D543 - Resistance of Plastics to Chemical Reagents. H. ASTM C109- Compressive Strength Hydraulic Cement Mortars. 1. ACI 506.2-77 - Specifications for Materials, Proportioning, and ' Application of Shotcrete. J. ASTM C579 - Compressive Strength of Chemically Setting Silicate and Silica Chemical Resistant Mortars. C&B 011370 010 09901 - 1 Corrosion Protection of Underground Structures K. ASTM -The published standards of the American Society for Testing and Materials, West Conshohocken, PA. L. NACE-The published standards of National Association of Corrosion Engineers (NAGE International), Houston, TX. M. SSPC-The published standards of the Society of Protective Coatings, Pittsburgh, PA. N. Los Angeles County Sanitation District— Evaluation of Protective Coatings for Concrete O. SSPWC 210-2.3.3- Chemical resistance testing published in the Standard Specifications for Public Works Construction, 1997 edition (otherwise known as "The Greenbook") 1.04 SUBMITTALS A. The following items shall be submitted: 1. Technical data sheet on each product used, including ASTM test results indicating the product conforms to and is suitable for its intended use per these specifications. 2. Material Safety Data Sheets (MSDS)for each product used. 3. Project specific guidelines and recommendations. 4. Applicator Qualifications: a. Manufacturer certification that Applicator has been trained and approved in the handling, mixing and application of -. the products to be used. b. Certification that the equipment to be used for applying the products has been manufactured or approved by the epoxy coating manufacturer and Applicator personnel have been trained and certified for proper use of the equipment. C. Two (2) years experience and five (5) recent references of projects of similar size and scope and Applicator must provide references indicating successful application on underground concrete or masonary substrates of a minimum 10,000 of of the specified 100% solids, high-build solvent-free epoxy coating by heated, plural component spray application. d. Proof of any required federal, state or local permits or licenses necessary for the project. C&B 011370 010 09901 -2 Corrosion Protection of Underground Structures '� 5. Or Equal Submittal: In order to be considered as an equal product, said product will have to meet the minimum physical properties of the approved products as referenced in paragraph 2.04 as measured by the applicable ASTM standards referenced in paragraph 1.03. Testing results must performed and presented by a third-party testing laboratory. Equal products must be submitted to Owner a minimum of two (2) weeks prior to bid date. In order for a product to be considered equal the submitted product must provide proof of successfully passing the Los Angeles County Sanitation Districts Coating Evaluation Study or evidence from the City of Los Angeles Department of General Services Standards Division indicating the Department tested and the product "passed" SSPWC Section 210-2.3 Chemical Resistance Test. An applicator that has been trained and certified by the manufacturer must install all products. Product pre-approval is required to determine if the prospective product may be bid on this project. A product may be rejected as unacceptable should submittal to Owner not be received a minimum of two (2)weeks prior to bid date. 1.05 QUALITY ASSURANCE A. Applicator shall initiate and enforce quality control procedures consistent with applicable ASTM, NACE and SSPC standards and the epoxy coating manufacturer's recommendations. B. A NACE certified coating inspector ("Inspector") shall be provided by Owner. The Inspector will observe surface preparation, application and material handling procedures to ensure adherence to the specifications. 1.06 STORAGE AND HANDLING r A. Products are to be kept dry, protected from weather and stored under cover. B. Products are to be stored and handled according to their material safety data sheets. 1.07 SITE CONDITIONS IN m A. Applicator shall conform with all local, state and federal regulations including those set forth by OSHA, RCRA and the EPA and any other applicable authorities. r C&B 011370.010 09901 - 3 Corrosion Protection mrd Underground Structures,; 1.08 WARRANTY A. Applicator shall warrant all work against defects in materials and workmanship for a period of one (1) year, unless otherwise noted, from the date of final acceptance of the project. Applicator shall, within a reasonable time after receipt of written notice thereof, repair defects in materials or workmanship which may develop during said one (1) year period, and any damage to other work caused by such defects or the repairing of same, at his own expense and without cost to the Owner. PART 2 - PRODUCTS 2.01 EXISTING PRODUCTS A. Standard Portland cement or new concrete (not quick setting high strength cement) must be well cured prior to application of the epoxy coating. B. Cementitious patching and repair materials should not be used unless proof of suitability and procedures for topcoating with an epoxy coating are approved by the epoxy coating manufacturer. Project specific submittals should be provided including application, cure time and surface preparation procedures which permit optimum bond strength with the epoxy coating. C. Remove existing coatings prior to application of the new epoxy coating. Applicator is to maintain strict adherence to applicable NACE and SSPC recommendations with regard to proper surface preparation and ` compatibility with existing coatings. 2.02 EPDXY COATING MANUFACTURER , A. Raven Lining Systems, Inc., Tulsa, Oklahoma 800-324-2810 or 918-584- 2810 or FAX 918-582-4311. B. Pre-approved equal. 2.03 REPAIR MATERIALS A. Repair materials shall be used to fill voids, structurally reinforce and/or rebuild surfaces, etc. as determined necessary by the Owner and epoxy 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 products may be accepted and approved as compatible repair basecoat materials for epoxy topcoating for use within the ' ! specifications: C&B 011370 010 09901 -4 Corrosion Protection of Underground Sfructures' 1. 100% solids, solvent-free epoxy grout specifically formulated for epoxy topcoating compatibility. The epoxy grout manufacturer shall provide instructions for trowel or spray application and for epoxy topcoating procedures. 2. Factory blended, rapid setting, high early strength, fiber reinforced, non-shrink repair mortar that can be trowelled or pneumatically spray applied may be approved if specifically formulated to be suitable for epoxy topcoating. 2.04 EPDXY COATING A. Raven Lining Systems' Raven 405 epoxy coating system - a 100% solids, solvent-free two-component epoxy resin system thixotropic in nature and filled with select fillers to minimize permeability and provide sag resistance acceptable to these specifications. Product type Amine cured epoxy Color Light Blue Solids Content(vol %) 100 Mix Ratio 3:1 Compressive Strength, psi 18,000 Tensile Strength, psi 7,600 Tensile Elongation, % 1.50 Flexural Modulus, psi 600,000 Hardness, Type D 88 Bond Strength - Concrete >Tensile Strength of Concrete Chemical Resistance: Severe Municipal Sewer: All types of service Successful Pass: Sanitation District of L.A. County Coating Evaulation Study or SSPWC 210.2.3.3 2.05 EPDXY COATING APPLICATION EQUIPMENT A. Manufacturer approved heated plural component spray equipment shall be used in the application of the specified epoxy coating. 2.06 REPAIR MATERIAL SPRAY APPLICATION EQUIPMENT(if spray applied) A. Spray applied repair materials shall be applied with manufacturer approved equipment. lk C&B 011370.010 09901 -5 Corrosion Protection of Underground Structures ) PART 3 - EXECUTION 3.01 ACCEPTABLE APPLICATORS A. Repair material applicators shall be trained to properly apply the cementitious mortar according to manufacturer's recommendations. B. Epoxy coating must be applied by a Certified Applicator of the epoxy coating manufacturer and according to manufacturer specifications. 3.02 EXAMINATION A. All structures to be coated shall be readily accessible to Applicator. y B. Appropriate actions shall be taken to comply with local, state and federal regulatory and other applicable agencies with regard to environment, health and safety. C. Any active flows shall be dammed, plugged or diverted as required to ensure that the liquid flow is maintained below the surfaces to be coated. Flows should be totally plugged and/or diverted when coating the invert. All extraneous flows into the manhole or vaults at or above the area - coated shall be plugged and/or diverted until the epoxy has set hard to the touch. D. Installation of the epoxy coating shall not commence until the concrete substrate has properly cured in accordance with these specifications. E. Temperature of the surface to be coated should be maintained between 40 deg F and 120 deg F during application. Prior to and during application, care should be taken to avoid exposure of direct sunlight or other intense heat source to the structure being coated. 3.03 SURFACE PREPARATION A. Applicator shall inspect all specified surfaces prior to surface preparation. Applicator shall notify Owner of any noticeable disparity in the surfaces which may interfere with the proper preparation or application of the repair material and/or epoxy coating. B. Applicator shall perform all surface preparation and epoxy coating installation. C. All contaminants including: oils, grease, incompatible existing coatings, waxes, form release, curing compounds, efflorescence, sealers, salts, or other contaminants shall be removed. All concrete or mortar that is not sound or has been damaged by chemical exposure shall be removed to a sound concrete surface or replaced. C&B 011370.010 09901 -6 Corrosion Protection of s Underground Structures D. Surface preparation method(s) should be based upon the conditions of the substrate, service environment and the requirements of the repair materials and/or epoxy coating to be applied. Surfaces to receive repair materials and/or epoxy coating shall be cleaned and abraded to produce a sound surface with adequate profile and porosity to provide a strong bond between the repair materials and/or epoxy coating and the substrate. E. Infiltration shall be stopped by using a material which is compatible with the repair materials and is suitable for topcoating with the epoxy coating. F. All surfaces should be inspected by the Inspector during and after preparation and before the repair material is applied. 3.04 APPLICATION OF REPAIR MATERIALS A. Areas where structural steel has been exposed or removed shall be repaired in accordance with the Owner's recommendations. B. Repair materials shall meet the specifications herein. The materials shall be trowel or spray applied utilizing proper equipment on to specified surfaces. The material thickness shall be specified by the Owner according to the projects' requirements and manufacturer's recommendations. C. Cementitious repair materials shall be trowelled to provide a smooth surface with an average profile equivalent to coarse sandpaper to optimally receive the epoxy coating. No bugholes or honeycomb surfaces should remain. D. The repair materials shall be permitted to cure according to manufacturer recommendations. Curing compounds should not be used unless approved for compatibility with the specified epoxy coating. E. After abrasive blast and leak repair is performed, all surfaces shall be inspected for remaining laitance prior to epoxy coating application. Any evidence of remaining contamination or laitance shall be removed by additional abrasive blast, shotblast or other approved method. If repair materials are used, refer to these specifications for surface preparation. Areas to be coated must also be prepared in accordance with these specifications after receiving a cementitious repair material and prior to application of the epoxy coating. F. All surfaces should be inspected by Inspector during and after preparation and before the epoxy coating is applied. C&B 011370.010 09901 -7 Corrosion Protection of Underground Structures 3.05 APPLICATION OF EPDXY COATING A. Application procedures shall conform to the recommendations of the epoxy 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 epoxy coating materials and shall be regularly maintained and in proper working order. C. The epoxy coating material must be spray applied by a Certified Applicator of the epoxy coating manufacturer. D. Specified surfaces shall be coated by spray application of a moisture tolerant, solvent-free, 100% solids, epoxy coating as further described herein. Spray application shall be to a minimum wet and dry film thickness as defined below: Concrete, New/Smooth Manholes: 80-100 mils average for immersion, 60-80 mils average for atmospheric, splash and spill service Concrete, New/Smooth Lift Stations 125 mils average, thicker coating Wet Wells or Junction Boxes: may be required based upon prepared surface profile Concrete, New/Smooth Deep 125 mils average, thicker coating Tunnel Shafts: may be required based upon prepared surface profile. (Thicknesses shown above are for general purposes only, each project should be evaluated independently and thickness of system determined upon product, service environment, protection , and restoration requirements) F. If necessary, subsequent topcoating or additional coats of the epoxy coating should occur as soon as the basecoat becomes tack free, but no later than the recoat window for the specified products. Additional surface preparation procedures will be required if this recoat window is exceeded. G. (Optional) Fiberglass woven-roving fabric may be rolled into the resin or chopped glass spray applied with the resin for added tensile and flexural strength where desired. Sloped surfaces of the floor may be made non- skid by broadcasting aluminum oxide or silica sand into the surface prior to gelation H. (Optional) Depending on flow levels and how long flow can be stopped, inverts may be lined with an approved 100% solids, fast setting epoxy p coating. C&B 011370.010 09901 -8 Corrosion Protection of Underground Structures 3.06 TESTING AND INSPECTION A. During application, Applicator shall regularly perform and record epoxy coating thickness readings with a wet film thickness gage, such as those available through Paul N. Gardner Company, Inc. meeting ASTM D4414 - Standard Practice for Measurement of Wet Film Thickness of Organic Coatings by Notched Gages, to ensure a monolithic coating and uniform thickness during application. A minimum of three readings per 200 square foot area shall be recorded. Applicator will submit all documentation on thickness readings to Inspector on a daily basis when coating application occurs. B. Applicator may perform holiday detection on all surfaces coated with the epoxy coating in the presence of Inspector. After the epoxy coating has set hard to the touch, surfaces shall first be dried, an induced holiday may then be made on to the coated concrete surface and shall serve to determine the minimum/maximum voltage to be used to test the coating for holidays at that particular area. The spark tester shall be initially set at 100 volts per 1 mil (25 microns) of film thickness applied but may be adjusted as necessary to detect the induced holiday (refer to NACE RPO188-99). All detected holidays shall be marked and repaired by abrading the coating surface with grit disk paper or other hand tooling method. After abrading and cleaning, additional epoxy coating material can be hand applied to the repair area. All touch-up/repair procedures shall follow the epoxy coating manufacturer's recommendations. (Note: This procedure is sometimes difficult-or impossible to perform in tight manhole or vault structures or may provide unreliable readings when testing coatings applied to concrete.) C. A minimum of 10% of the total surface area or structures coated may be subjected to adhesion (bond) testing per this section at the option of the Owner. Measurement of bond strength of the epoxy coating to the substrate may be examined in accordance with ASTM D4541. Any areas detected to have inadequate bond strength shall be evaluated by the Owner. Further bond tests may be performed in that area to determine the extent of potentially deficient bonded area and repairs shall be made by Applicator in strict accordance with manufacturer's recommendations. D. (Optional) Manholes coated in their entirety may be vacuum tested. All pipes entering the manhole should be plugged, taking care to securely place the plug from being drawn into the manhole. The test head shall be placed and the seal inflated in accordance with the manufacturer's recommendations. A vacuum pump of ten (10) inches of mercury shall be drawn and the vacuum pump shut off. With the valves cldsed, the time shall be measured for the vacuum to drop to nine (9) inches. - Following are minimum allowable test times for manhole acceptance at the specified vacuum drop: C&B 011370 010 09901 -9 Corrosion Protection of Underground Structures DEPTH (FEET) TIME (SECONDS) 48" diameter 60" diameter 72"diameter 4 10 13 16 8 20 26 33 12 30 39 49 ` 16 40 52 67 20 50 65 81 24 59 78 97 Add for 2ft. more depth: 5 6.66 8 Note: These numbers have been taken from ASTM C 1244-93(reapproved 2000). If the manhole fails the initial test, repairs and adjustments necessary due to extenuating circumstances (ie. pipe joint, liner, plug sealing) should be made. Retesting shall proceed until a satisfactory test is obtained. E. A final visual inspection shall be made by the Inspector and Applicator. Any deficiencies in the finished coating shall be marked and repaired by Applicator according to the procedures set forth herein. F. The municipal sewer system may be put back into non-severe operational service as soon as the final inspection has taken place. Consult epoxy coating manufacturer for further recommendations. END OF SECTION C&B 011370.010 09901 - 10 Corrosion Protection of. • Underground Structures SECTION 11316 SUBMERSIBLE SEWAGE PUMPS PART 1 - GENERAL 1.1 SCOPE A. Provide all labor, materials, tools, equipment, and related items required to furnish and install two (2)submersible non-clog wastewater-pumping units. The submersible pumping unit shall include pump, motor, discharge elbow stand, m pipe guides, cables, and all related components required for a complete pumping unit. 1.2 RELATED WORK A. Division 16 - Electrical m 1.3 SUBMITTALS A. Shop Drawings, Product Data, and Related Information. 1. Pumping Unit. Provide product data, assembly drawing, and related information to show compliance with this section. 2. Controls and pump assembly components. Provide product data, assembly drawing, control schematic drawings, and related information to show compliance with this section and the drawings. 3. Pump Curves. Provide certified factory tested performance curves showing capacity, head, NPSH or minimum submersion requirements, overall efficiency, and bhp requirements. 4. Provide an assembly drawing for the specific pumping unit installation showing pump, motor, controls, pipe guide, access openings, and related components. 5. Pump Tests. Provide factory pump test data. 6. Manufacturer's installation reports. 7. Testing, adjusting, and balancing schedule and test reports. 8. Systems demonstration schedule and reports. B. Operation and Maintenance Manual: Submit operating instructions, as built shop drawings, parts lists, pump curves, test data, preventative maintenance instructions, and related information to the City. O & M Data shall be submitted prior to shipment of the equipment. 1.4 QUALITY ASSURANCE A. Acceptable Manufacturer: Provide specified submersible pumping units as manufactured by ITT-Flygt Corp or accepted equivalent B. Factory Performance Test: Factory performance tests "non-witnessed", in accordance with the standards of the Hydraulic Institute, shall be required for all submersible pumps. Pump supplier shall assume all costs for factory testing. ? C&B 011370.010 11316-1 Submersible Sewage Pumps PART 2 - PRODUCTS 2.1 PUMP CONSTRUCTION A. Pump Type: The pumps shall be explosion proof, vertical, single-stage, single- suction, nonclogging, centrifugal type for operation in a wastewater wet pit without external cooling. Each unit shall be equipped with a submersible electric motor, completely shop assembled in the pump manufacturer's plant, accurately aligned, and properly prepared for shipment dW B. General: 1. Each pump shall be capable of continuous operation at full load with a water level of 24 inches above the invert of the wet pit without cavitation or overheating of the motor. 2. Each pump, with its cable and appurtenances, shall be able to withstand continuous submergence to a depth up to 65 feet, when running or off, without leakage. 3. Each pump shall be able to operate for short periods of zero static suction head without causing any damage to any part of the unit. C. Pump Design (Submersible Installation): 1. The discharge connection elbow shall be permanently installed in the wet „r well along with the discharge piping. Anchor bolts for the discharge connection elbow shall be Series 316 stainless steel. The pumps shall be automatically and finely connected to the discharge connection elbow when lowered into place, and shall be easily removed for inspection or service. There shall be no need for personnel to enter wet well to either disconnect or reconnect the pump. 2. Sealing of the pumping unit to the discharge connection elbow shall be accomplished by a simple linear downward motion of the pump. A sliding guide bracket shall be integral part of the pump unit. 3. The entire weight of the pumping unit shall be guided by guide bar assembly and pressed tightly against the discharge connection elbow, with metal-to-metal contact or equal. Sealing of the discharge interface by means of a diaphragm, O-ring, or other devices will not be acceptable unless such a seal is guaranteed against leaking. 4. The entire weight of the pumping unit shall be borne by the discharge connection elbow. -. 5. No portion of the pump unit shall bear directly on the floor of the wet well or on a wetwell floor-mounted stand. D. Materials: 1. Pump casing, volute and stator housing Cast Iron, ASTM A48, Class 30 through Class 40 2. Impeller Cast Iron, ASTM A48, Class 30 through Class 40 3. Shaft AISI Type 329 Stainless Steel or Carbon Steel C1035 (isolated from pump liquid) C&B 011370.010 11316-2 Submersible Sewage Pumps 4. Wear Ring System a. Stationary Cast Iron or Nitrile rubber with steel or brass ring insert b. Rotating Series 316 stainless steel 5. Mechanical Shaft Seal a. Seal Adjacent to Impeller Double with stationary and positively driven rotating tungsten carbide or silicon carbide faces b. Seal Adjacent to Motor Bearing Double with tungsten carbide stationary and positively driven rotating Tungsten- carbide faces 6. Motor Bearings Anti-friction type, B10 life of 10 years. - 7. Exposed Nuts, Bolts and Connectors Series 300 Stainless Steel 8. Shop Finish Zinc primer and polyester resin, or acrylic coating E. Casing: Each pump casing shall be constructed of fine-grained cast iron and designed for side centerline discharge. Diffusion vanes are not permitted. The casting shall be designed for a minimum working pressure of 100 psig and hydrostatically tested to 1-1/2 times the working pressure. F. Casing Seals: All mating surfaces where watertight sealing is required shall be machined and fitted with nitrile rubber O-rings. Fitting shall be such that sealing is accomplished by metal-to-metal contact between machined surfaces, resulting in controlled compression of nitrile rubber O-rings without the requirement of a - specific torque limit to effect this. No secondary sealing compounds, rectangular gaskets, elliptical O-nngs, grease, or other devices shall be used. G. Pump Shaft and Bearings: The pump shaft shall be carbon steel if isolated from the pumped fluid, or stainless steel 329 series designed for heat treatment to high mechanical properties with superior corrosion-resistant characteristics. The pump shaft shall rotate on two permanently lubricated heavy-duty axial and radial ball or roller bearings, top and bottom. Bearing shall have a minimum B-10 life of 50,000 hours, at continuous, maximum load and speed, supported by detailed calculations, to be submitted with the shop drawings. The shaft shall be of sufficient diameter to assure rigid support of the impeller and to prevent excessive vibration at all operating speeds. H. Pump Shaft Seal: 1. The pump shall have two mechanical seals, mounted in tandem, one stationary and one revolving shaft seal with individual springs, tungsten carbine or silicon carbide ring, each not requiring any maintenance and capable of withstanding 1.5 times pump shutoff head or approved equal. The seals shall be oil lubricated with an oil chamber between the seals The lower seal shall be replaceable without disassembly of the seal chamber and without the use of special tools. Pump-out vanes shall be present on the backside of the impeller to keep contaminates out of the seal area. Seals shall be locally available. C&B 011370 010 11316-3 Submersible Sewage Pumps . 2. The pump shall be equipped with a seal leak detection Float Level Sensor or probe warning system and test circuits. This shall be designed to alert maintenance personnel of seal failure without having to take the unit out- of-service for inspection or requiring access for checking seal chamber oil level and consistency. 3. Units equipped with opposed mechanical seals shall not be acceptable. I. Oi!Chamber. Each pump shall be provided with an oil chamber for the shaft sealing system. The oil chamber shall house a pressure equalizer ring filled with air for oil pressure compensation. The drain and inspection plug, with positive anti-leak seal, shall be easily accessible from the outside. J. Impeller: The pump impellers shall be maximum 2 vane non-clog type one-piece cast iron with replaceable wear rings on impeller and casing,fully-enclosed, designed with wide passages to prevent clogging when pumping solids, trash, rags and string material entrained in raw wastewater. The impeller shall be statically and dynamically balanced. The impeller hub shall be accurately fitted to the impeller shaft and secured to a straight fit on the shaft by means of a key and threaded locknut. Impeller and casing shall be designed to pass the minimum test sphere size of 3 inches. Clearance between the rotating and stationary parts shall be adjustable to provide sustained performance without excessive maintenance. K. Wear Ring: A wear ring system shall be installed to provide efficient sealing between the volute and impeller. The wear ring shall consist of a stationary ring made of nitrile rubber molded with a steel ring insert which is drive fitted to the volute inlet. N/A for N pumps L. Cables: Include necessary cables for power connection, moisture detection, and overload protection, sheathed, coded, and suitable for submersible pumps, and of sufficient length for direct connection to the terminal boxes indicated. All cables shall be connected to the pumps and tested at the factory. Appurtenances: 1. Nuts, bolts, and fasteners shall be stainless steel. 2. All metal surfaces coming in contact with water, other than stainless steel, shall be coated with an approved sewage-resistant coating. 2.2 MOTOR A. Approval: The pumping system including the motor and wiring, shall be approved by a nationally-approved testing agency for explosion-proof service. The system shall be rated Class 1, Division 1, Group C and D, service as determined by the National Electric Code and approved by a nationally-recognized testing agency (UL or FM) at the time of bidding of the project. B. Insulation: The pump motors shall be designed for continuous duty in hazardous locations capable of sustaining a minimum of ten (10) starts per hour. The stator and stator leads shall be moisture-resistant, triple varnished, and insulated according to Class H, capable of withstanding a temperature rise of up to 180 degrees C. The allowable temperature rise of the motor at full load condition shall not exceed 80 degrees C. C&B 011370.010 11316-4 Submersible Sewage Pumps �' C. Stator: The motor stator shall be mounted in an air-filled, watertight casing, and shall not be fixed in place by externally-mounted screws which may cause leakage in the motor. D. Rating: The motor shall be non-overloading all throughout the pump curve and shall have a combined service factor of 1.10 or greater. E. Junction Box: The motor shall have a junction box capable of being sealed completely from the stator casing to prevent leakage through the junction box into the stator housing should a motor cable be damaged, or some other means to prevent leakage into the junction box under any condition. F. Cable! Entry: The cable entry water seal design shall be such that it precludes specific torque requirements to ensure a watertight and submersible seal. It shall permit no entry of water into any high voltage area even if the cable is severed below the water levels. The cable entry junction chamber and motor shall be separated by a stator lead sealing gland, or terminal board, which shall isolate the motor interior from foreign material gaining access through the pump top. The cable entry shall be provided with a stress relief cable entry clamp. G. Cooling System: Each pump shall be provided with an adequately designed cooling system using a wastewater jacket and thermal radiator integrally cast with the stator casing or approved equal. Cooling medium channels and ports shall be non-clogging by virtue of their dimensions. H. Motor Protection: Integral thermal sensors in the motors, one for each phase that open at 125°C and self close upon cooling, shall be provided to monitor stator temperatures. These sensors shall be used in conjunction with and supplemented by external motor over-current protection fitted at the control panel. 2.3 RAIL AND LIFTING SYSTEM A. Description: Provide a rail and lifting system to permit easy removal and replacement of the pump. System shall require no nuts, bolts, or other fastenings to be removed and no need for personnel to enter the wet well. Guide rail guide brackets do have nuts and/or bolts. B. Rail System: Rail system shall stainless steel per pump manufacturer's specs. C. Lifting System: Provide a suitable stainless steel lifting chain D. Cable Holder: Provide a fabricated stainless steel cable holder. E. Grip Eye Retrieval System by Flygt or equal. Loops shall be spaced' very 5 ft. 2.4 PUMP CONTROLS A. Refer to Electrical Specification. C&B 011370.010 11316-5 Submersible Sewage Pumps 2.5 ALARM SYSTEM A. Refer to Electrical Specifications. 2.6 ODOR CONTROL A. Provide air purification system for sewage odor control per manufacturer recommendation. 1. Odor control unit shall include canister, blower, and required four(4) inch diameter flexible hose. 2. Acceptable manufacturers: a. Purafil, Inc., 2654 Weaver Way, Doraville, GA, 30340, phone - (800) 222-6367 b. CARBTROL, Corp., 955 Connecticut Ave., Suite 5202, Bridgeport, CT 06607, phone (800)242-1150 2.7 ACCESS HATCH Refer to Section 11350—Aluminum Access Hatches and Appurtenances. PART 3-EXECUTION 3.1 WARRANTY A. The pump manufacturer shall warrant the units being supplied to the OWNER against defects in workmanship and material for a period of 5 years. The warranty shall be in printed form. The warranty period shall commence after final acceptance by the Owner or 12 months after shipment. Pro-rating of the warranty is unacceptable. 3.2 PAINTING TOUCH-UP A. Touch-up abrasions and other defective areas in items furnished with factory finish, using primers and paints for finish coat equal to that employed for factory .. coats. 3.3 OPERATING TESTS A. After all pump and control systems have been completed and put into operation, subject each system to an operating test under design conditions to ensure proper sequence and operation throughout the range of operation. Make adjustments as required to ensure proper functioning of all systems. B. The manufacturer's representative shall: 1. Approve installation before operation. 2. Test and operate system in presence of ENGINEER and OWNER's personnel, and provide certified field test. 3. Verify conformance to requirements. 4 Instruct plant personnel on care and maintenance. C&B 011370.010 11316-6 Submersible Sewage Pumps '"' 5. Revisit job site as often as necessary to correct deficiencies to satisfaction of OWNER. 3.4 SPECIFIC DESIGN REQUIREMENTS A. The pumps shall be installed in the lift station as shown on the drawings and specked herein. B. The nonclog-submersible pumps shall comply with the design parameters shown in Table 11316-1. A total of two pumps are required for this lift station: Flygt Pump Model #CP 3153 or approved equal. DESIGN PARAMETER TABLE 11316-1 Description 1. Number of Pumps 2 2. Rated Design Points a. Point 1 Minimum Capacity at Rated Head (gpm) 487 Total Dynamic Head (ft) 56.0'TDH Minimum Overall Efficiency(%)(WIW) 60.6% 3. Maximum Motor Size (hp) 12 4. Minimum Diameter of Pump Discharge Nozzle (in) 60 5. Minimum Submergence above Base Elevation of Wetwell (in) 24 6. Stator Temperature Sensor Yes 7. Leakage Sensor Yes 8. Load Bearing Temperature Sensor NO 9. Stainless Steel Guide Rail System Minimum (in) 2" 10. Wetwell Depth (ft) 35.25 END OF SECTION C&B 011370 010 11316-7 Submersible Sewage Pumps SECTION 11321 ODOR CONTROL PART 1-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 carbon C. Removal Efficiency: 99.5% Minimum D. Airflow Range: 350 cfm to 500 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'/.". 2.03 BLOWER SECTION A. The blower shall be sized by manufacturer recommendations. 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 minimum 3/4 HP, 3450 RPM, 480 volt, three phase, 60 Hz TEFC motor. E. A 4-Inch flexible duct is required from the wet well to the odor control unit and must be provided by the odor control unit provider. The flexible duct material shall be made from all weather durable material and as recommended by the manufacturer for this type of application. The flexible duct must be approved by the engineer in the submittal review process before installation. 2.04 MEDIA A. Shall be capable of absorbing and removing odorous gases. B. Shall be UL class 1 or 2 listed. C. The manufacturer shall, after start up, analyze media samples to predict the C&B 0 11370.010 11321 - 1 2004 Odor Control 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 often (10)years experience in control equipment. Approved manufacturer is Purafil Environmental Systems Divisions (ESD), Drum Scrubber(DS-500) or approved equal. PART 3—EXECUTION a 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 final acceptance. 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 two (2)copies of the operations and maintenance manuals for the unit(motor, drum, media, etc.) END OF SECTION f 1 n i C&B 011370.010 11321 -2 2004 Odor Control SECTION 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 substantial completion. Warranty information shall cover hatches, ladders, and ladder-up. PART2 PRODUCTS 2.01 SINGLE DOOR ALUMINUM ACCESS HATCH A. Single-leaf aluminum with channel frame with opening dimensions as shown on drawings. 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 %inch aluminum with an anchor flange around perimeter. A drainage coupling shall be located in the frame. .s• C. Construction: Fabricate cover with latching device having inside and outside handles. Assemble hatch with heavy forged brass inside hinges, st9inless steel pins, and automatic hold-open arm with release handle. D. Ali hardware to be stainless steel. C&B 011370 010 11350-1 2004 Aluminum Access Hatches and Appurtenances 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 ALUMINUM LADDER Minimum allowable ladder width shall be 16". Rung spacing shall be 12", center to center. Top rung shall be placed 12"from the top hatch elevation. Bottom rungs shall be placed a maximum of 12"from the valve vault finished floor. Approved ladder shall be compatible with Bilco Ladder-Up Model LU-4. 2.03 LADDER SAFETY POST The ladder safety post shall be Bilco Ladder-Up Model LU-4, or approved equal. Install on fixed ladders below access hatch covers. Ladder shall be designed with telescoping section which locks automatically when extended and extends at least 36-inches above the top of the hatch opening. 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 foreign material or unevenness which would prevent proper installation of the work specified herein. e 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 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. END OF SECTON v .v- C&B 011370.010 11350-2 2004 Aluminum Access Hatches and Appurtenances SECTION 11360 VALVE VAULT GRATING PART GENERAL 1.01 SUMMARY Fumish all labor, materials, equipment, and incidentals required to completely install and put into place, valve vault galvanized steel grating as specified herein, and shown on the drawings, according to manufacturer's recommendations. 1.02 SUBMITTALS A. The Contractor shall furnish Manufacturer's shop drawings clearly showing material sizes, types, styles, parts, catalog numbers, complete details for the fabrication of and erection of components including, but not limited to, location, lengths, type and sizes of fasteners, support member sizes, channels, and connection details. B. The Contractor shall submit the Manufacturer's published literature including structural design data, structural properties data, load/deflection tables, test reports as applicable, concrete anchor systems, and design calculations. 1.03 PRODUCT DELIVERY AND STORAGE A. Delivery of Materials: Manufactured materials shall be delivered in original, unbroken pallets, packages, containers, or bundler bearing the label of the manufacturer. B. Storage of Materials: All materials shall be carefully handled to prevent abrasion, cracking, deformations, or other damage. 1.04 WARRANTY Manufacturer shall guarantee against defects in material or workmanship for a period of two (2)years, beginning on the date of substantial completion. PART 2 PRODUCTS 2.01 GRATING A. Contractor shall fumish galvanized steel grating, capable of supporting a 300 pound per square foot load with less than Y2 deflection. B. Grating shall consist of constructed panels sized to match the lift station valve vault layout. C. Installation shall be in accordance with manufacturer's recommendations. C&B 011370.010 11360- 1 2004 Valve Vault Grating 2.02 HARDWARE A. Grating hold down clips,fasteners, and all hardware provided to secure the grating to the valve vault structure shall be Type 316 stainless steel. PART 3- EXECUTION Not Used END OF SECTION s ` C • C&B 011370.010 11360-2 2004 Valve Vault Grating SECTION 15001 GENERAL REQUIREMENTS FOR PLANT AND STATION PIPING SYSTEMS PART 1 - GENERAL 1.1 SCOPE OF WORK 1. All exposed, submerged and buried plant and station piping except systems specified in related work. 2. Potable water mains, sanitary sewers, storm drains and culverts serving plant or station and shown on Drawings. 1.2 WORK NOT INCLUDED A. Floor and sanitary drain systems within building limits. 1.3 DESCRIPTION OF PIPING SYSTEMS A. The configuration and layout of yard and station piping systems are shown in the Drawings. B. The type of pipe and joints, and embedment (if buried) to be used for each system are shown on the drawings of included in the appropriate specifications. C. In certain locations, pipe supports, anchors, and expansion joints have been indicated on the drawings, but no attempt has been made to indicate every pipe support, anchor, and expansion point. 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 the requirements set forth herein. Additional pipe supports may be required adjacent to expansion joints, couplings, or valves. D. Pipe and fittings shown on yard piping drawings are general in nature. CONTRACTOR shall determine exact lengths and fittings required and make field adjustments necessary to complete piping and avoid conflicts. Changes to Plans and profiles of piping shall be submitted to ENGINEER for approval. Pipe and fittings not incorporated into the project shall remain the property of the CONTRACTOR. Costs will not be paid by the OWNER for materials not used in the project, even if shown on the drawings. Additions and deletions to the scope shall be incorporated by Change Order. 1.4 SUBMITTALS ' w A. Shop Drawings and Product Data: 1. Comply with the provisions of Section 01340 and the supplemental requirements below. C&B 011370 010 15001 - 1 2004 General Requirements for Plant and Station Piping Systems 2. Submit detailed layout drawings for all piping systems. Those drawings may be organized by system or by areas. Prepare drawings to scale and show the following information on them: a. Type of piping including material, weight, linings and coatings. If desired, use code and key to product data sheet specified below. b. Location and type of joints, fittings, taps, supports, kickers and blocking. 3. Submit fabrication drawings for specials including fabricated fittings, wall pipes and wall sleeves. Show dimensions and materials of construction. 4. Submit manufacturer's standard drawings showing dimensions, configuration and materials of construction for the following items: a. Joints b. Flanges C. Couplings d. Expansion joints e. Hangers, brackets and other similar accessories 5. Submit the following product data on all piping materials: a. Reference standard b. Type material C. Wall thickness, schedule or class as appropriate d. Outside diameter e. Type and thickness of lining f. Type and thickness of coating g. Pressure rating, if applicable B. Affidavits of Compliance: 1. Submit manufacturer's affidavits of compliance with the reference standards. 1.5 PRODUCT DELIVERY, STORAGE AND HANDLING A. General: comply with manufacturer's instructions. B. Delivery and Handling: 1. Do not deliver piping materials to project site prior to ENGINEER's approval of required submittals. 2. Unload and handle pipping materials using proper materials handling equipment. 3. Do not drop, roll or skid piping materials. 4. Take such additional precautions as necessary to avoid damaging piping materials and coatings thereon. C. Storage: 1. Store piping materials in a manner which will reduce risk of damage. 2. Block piping materials to prevent rolling. 11 3. Protect materials from weather and sun as recommended by the manufacturer. C&B 011370.010 15001 -2 2004 General Requirements for Plant and Station Piping Systems PART2- PRODUCTS 2.1 GENERAL 1. See other Sections in Division 15 for piping materials specifications. 2. No asbestos materials shall be used in any piping materials, linings, and gaskets for this project. 3. PVC piping shall not be used beneath structures except for chlorine gas. Where PVC pressure pipe is called out for a system, furnish continuous copper tubing for less than 4-inch diameter and DIP for 4 inches and larger sizes. Transition 3 feet outside slabs and 1-foot above slabs. 4. Gravity drain systems beneath slabs shall be cast iron soil pipe. Exposed drain system piping shall be PVC or cast iron. 5. All buried potable water piping installed in this project shall have tape indicating "Potable Water Line" installed 12 inches above the pipe. PART 3- EXECUTION 3.1 GENERAL INSTALLATION REQUIREMENTS A. Install all piping systems in accordance with the Drawings, Technical Specifications, approved shop drawings and manufacturer's installation instructions. B. Examine all piping materials prior to installation and replace items that are damaged or otherwise defective. C. Thoroughly clean inside of all piping, valves, and accessories, and outside of all materials which will be exposed. Clean before installation and maintain in that condition until accepted by OWNER. D. Temporary Caps and Plugs: Provide temporary caps or plugs over all pipe - openings at the end of each day to prevent foreign material from entering the piping system. E. Do not modify structures, equipment or piping for the purpose of installing piping unless specifically authorized by the ENGINEER. 3.2 INSTALLATION OF BURIED PIPING SYSTEMS A. Line and Grade: 1. Install piping to lines and grades shown on Drawings. 2. Slope piping uniformly between flowline elevations shown. 3. If centerline and flowline elevations are not shown on Drawings, install piping so that there is at least 4 feet of cover over same, except under C&B 011370.010 15001 -3 2004 General Requirements for Plant and Station Piping Systems ditches where the minimum cover is to be 24 inches. Piping less than 4- inch diameter may be installed with 3 feet of cover. 4. Grades and alignment may be monitored by batterboard stakes or laser system. If batterboard stakes are used they will be set securely in the ground ton the same side of the ditch as the offset hubs and station markers. The height of a straight 2 x 4 cross piece will be determined by the length of the grade pole used to place the sewer pipe. A string line will be run between the cross pieces over the center line of the ditch. Each joint of sewer pipe will be set on grade by checking the flow line of the pipe by means of holding the grade pole against the ditch at the point where the pipe is being installed. As a alternate to batterboards,•a laser can be used. The CONTRACTOR shall demonstrate to the ENGINEER his competence in the use of the laser-system for sewer installation prior to the start of work. B. Dewatering: 1. Keep trenches free of water when performing any type of work in them. 2. Discharge groundwater from construction pumps as directed by Owner. C. Beddings: 1. Install bedding as shown on Drawings. 2. If bedding is not called for on Drawings or Specifications, install piping less than 4-inch diameter directly on the bottom of trench and use embedment type shown in the standard details for larger pipes. 3. Provide concrete encasement for all pipe under structures and to 2' beyond structure and as shown on drawings. 4. Provide lean concrete cradle embedment to first pipe joint at all connections to structures unless otherwise shown. D. Laying of Pipe: 1. Do not drop or roll pipe into trench. Inspect thoroughly prior to laying and then place carefully by hand or materials handling equipment. 2. Do not lay pipe in water. 3. Lay bell and spigot type piping with bell end facing direction of laying which is normally upgrade. 4. Joint pipe as specified in piping material specifications. 5. Do not deflect pipe unless shown on Drawings or approved by ENGINEER. 6. When deflection of pipe is authorized, do not exceed one-half the manufacturer's recommended maximum deflection. E. Encasement of Piping and Valves: 1. Provide polyethylene encasement for cast iron and ductile iron piping and valves. 2. Provide sand encasement unless otherwise shown. 3. Sand encasement to extend at lease six inches from pipe in all directions. 4. Use Class B concrete when concrete encasement is called for on Drawings. Such encasement to extend a distance of Pipe OD/6 with a minimum of six inches from pipe in all directions unless otherwise noted on Drawings. C&B 011370 010 15001 -4 • 2004 General Requirements for Plant and Station Piping Systems w F. Concrete Blocking: 1. Provide concrete thrust blocking for all buried piping under pressure. 2. Locate thrust blocks at all bends, tees, wyes, hydrants and plugs. 3. Use Class B concrete. 4. Place concrete against undisturbed firm earth. 5. Area of concrete in contact with earth to be as required to prevent pipe movement at specified field test pressure. G. Restrained Joints: 1. Use restrained joint piping and fittings when called for on Drawings. 2. Restrained joints may be used in lieu of concrete blocking if type of restraining system-and number of restrained joints are approved by ENGINEER. H. Backfilling: 1. Comply with Section 02223 and the following supplemental requirements. 2. Backfill as soon as practicable after installation of piping, valves, encasement and blocking. 3. Touch up damaged protective coatings prior to backfilling. 4. Exercise care to avoid damaging piping or protective coatings with tamping equipment. 5. When authorized by the ENGINEER, sheeting and bracing may be left in trench. Cut off all members so that tops of same are at least 18 inches below ground. I. Making Connections to Existing Manholes: 1. Cut neat opening in manhole no larger than necessary to insert new line. 2. After installing new lines, place concrete collar around pipe on outside of manhole to seal point. Make collar approximately 8 inches wide by 8 inches deep. Use Class B concrete. 3. Modify invert channel in manhole to provide smooth transition into or out of new pipe. Use Class B concrete. J. Connections and New Manholes: 1. Couplings for pipe connections shall be cast into the manhole walls (FERNLO or approved equal). 2. All clamps shall be 316 stainless steel. w 3. Support manhole connection to first pipe joint with concrete cradle. 3.3 INSTALLATION OF EXPOSED PIPING SYSTEMS A. Alignment and Elevation: 1. Install straight runs true to line and elevation. 2. Install vertical pipe truly plumb in all directions. 3. Install piping parallel or perpendicular to building walls. Piping at odd angles and 45 degree runs across corners will not be accepted unless specifically shown on Drawings. 4. Install small diameter piping generally as shown on Drawings when specific locations and elevations are not indicated. Locate such piping as required to avoid ducts, equipment, beams, etc. C&B 011370.010 15001 - 5 2004 General Requirements for Plant and Station Piping Systems 5. Install piping so that pipe, flanges, valves and associated appurtenances are at least eight feet above finish floors, stairs and landings unless lesser clearances are specifically dimensioned on the Drawings. 6. Bring piping to alignment and elevation without forcing or springing pipe. B. Joints: 1.. Joint pipe in accordance with piping material specifications and the supplemental requirements below. 2. Wire brush flange faces and threads before jointing. 3. Bring piping to proper alignment and elevation with permanent support system before tightening flange bolts and nuts. C. Unions for Threaded Piping: 1. Install unions near threaded valves and equipment to facilitate assembly and disassembly of piping, in addition to the specific locations shown on plans. 2. Install dielectric unions wherever dissimilar metals are joined. D. Expansion Joints: 1. Install in accordance with Drawings, specifications for expansion joints and approved shop drawings. 2. Use of additional couplings and adaptors to be approved by ENGINEER prior to installation. E. Flexible Couplings and Flanged Coupling Adaptors: 1. Install in accordance with Drawings, specifications for couplings and adaptors, and approved shop drawings. 2. CONTRACTOR may use couplings and adaptors over and above those shown on Drawings to facilitate installation of piping. Use of additional couplings and adaptors to be approved by ENGINEER prior to installation. F. Piping Supports and Restraints: 1. General: a. Restrain, block, brace, support or suspend pipe and fittings to prevent displacement, vibration, sagging, warping, deformation or failure of piping and fittings, and to allow for expansion and contraction. b. Support and restrain piping so that no piping loads from weight or thrust will be imparted to pumps or other equipment. C. Materials: Unless otherwise specified, all pipe supports shall comply with ANSI/MMS SP-58 and MSS SP-69. Materials of construction for fabricated steel supports are covered in the structural steel section. All pipe support materials shall be packaged as necessary to ensure delivery in satisfactpry ' condition. d. Unless otherwise specified or indicated on the Drawings, pipe supports shall be fabricated of manufacturer's standard materials and provided with manufacturer's standard finish. e. Except as specified herein, the use of supports which rely on stressed thermoplastic components to support the pipe will not be C&B 011370.010 15001 -6 • 2004 General Requirements for Plant and Station Piping Systems acceptable. PVC pipe 4 inches and smaller, interior locations, may be supported by pultruded vinylester channel and components as specified below: 1) Material: Vinylester Fiberglass, Class 1 Fire Rated per ASTM E -84, Premium Grade, Poltruded channel as manufactured by Entrum Industries, Strut Tech Series 200 or equal. Support system shall be as specked herein and as recommended by the manufacturer. 2) Adjustable strap type pipe clamps are not acceptable. Any metal components, if required, for this type support system shall be Type 316 stainless steel. f. Contact between dissimilar metals, including contact between stainless steel and carbon steel, shall be prevented. Supports for brass or copper pipe or tubing shall be copper plated. Those portions of pipe supports which contact other dissimilar metals shall b e rubber or vinyl coated. g- All pipe supports in the following locations shall be AISI Type 316 stainless steel. Stainless steel supports fabricated by welding shall be AISI Type 316L material: 1) Unless otherwise permitted, an expansion joint shall be provided in each straight run of pipe having an overall length between loops or bends exceeding the maximum run specified herein. 2) Unless otherwise permitted, the spacing between expansion joints in any straight pipe run shall not exceed the maximum spacing specified herein. 3) Expansion joint fittings as specified in the pipe joint and expansion joints section. 4) Correction factors shall be applied to the above table as recommended by the manufacturer to adjust for fluid specific gravities other than 1.0. 5) Maximum allowable spacing for PVC pipe shall be reduced when required by manufacturer's recommendations for maximum fluid temperatures. G. Supports for Horizontal Piping and Spacing of Expansion Joints: 1. Location: Unless closer spacing is indicated on the Drawings, the maximum spacing for pipe supports and expansion joints shall be: Max Run Without Pipe Support Expansion Joint, Expansion Joint Max Spacing Loop, or Bend (Note 1) Max Spacing (Note 2) Type of Pipe feet feet feet Cast Iron 15 80 80 Cast Iron, glass-lined 12 — 80 80 Steel for hot water heating 1-1/4-inch and smaller 7 30 100 1-1/2 to 4-inch 10 30 100 ' Over 4-inch 15 _ - _� 30 100 ' e C&B 011370.010 15001 -7 2004 General Requirements for Plant and Station Piping Systems Steel for other services 1-1/4-inch and smaller 7 30 100 1-1/2 to 4-inch 10 30 100 Over 4-inch 15 80 80 Stainless Steel 1-1/4-inch and smaller 7 30 100 1-1/2 to 4-inch 10 30 100 Over 4-inch 15 80 80 Copper for hot water 1-inch and smaller 5 20 100 Over 1-inch 7 20 100 Copper for other services 1-inch and smaller 5 --Over 1-inch 7 50 100 PVC, Schedule 80 Continuous 20 60 1/8 and 1/4-inch Support 1/2-inch 3-1/2 20 60 3/4-inch 4 20 60 1 and 1-1/4-inch 4-1/2 20 60 1-1/2 and 2-inch 5 20 60 2-1/2-inch 5-1/2 20 60 "- 3-inch 6-1/2 20 60 4-inch 7 20 60 6-inch 8 20 60 8-inch 9 20 60 10-inch 9-1/2 20 60 12-inch 10 20 60 ..� Polypropylene 6 -- — Cast iron soil 10 -- -- PVC, Schedule 40 1/2-inch 3-1/2 20 60 3/4 and 1-inch 4 20 60 1-1/4 and 1-1/2-inch 4-1/2 20 60 2-inch 5 20 60 2-1/2-inch 5-112 20 60 3-inch 6 20 60 4-inch 6-1/2 20 60 6-inch 7-1/2 20 60 8-inch 8 20 60 10-inch 8-1/2 20 60 12-inch 9-1/2 20 60 NOTES: Ik (a) Unless otherwise permitted, an expansion joint shall be provided in each straight run of pipe having an overall length between loops or bends exceeding the maximum run _.. specified herein. (b) Unless otherwise permitted, the spacing between expansion joints in any straight pipe run shall not exceed the maximum spacing specified herein. (c) Expansion point fittings as specified in the pipe joint and expansion joints section. C&B 011370.010 15001 -8 r 2004 General Requirements for Plant and Station Piping Systems (d) Correction factors shall be applied to the above table as recommended by the manufacturer to adjust for fluid specific gravities other than 1.0. (e) Maximum allowable spacing for PVC pipe shall be reduced when required by manufacturer's recommendations for maximum fluid temperatures. 2. Locate hangers or supports immediately adjacent to or at any change in piping direction, and on both sides of valves, couplings and heavy fittings, unless specifically noted otherwise on Drawings. 3. Install all hangers and supports so as not to interfere with the free expansion and contraction of the pipe. 4. When hangers are used to support insulated piping, provide shields to protect insulation. 5. Provide concrete supports as shown on Drawings, or when required to comply with these specifications. Construct in accordance with concrete specifications and details shown on Drawings. 6. Rubber hose and flexible tubing shall be provided with continuous angle or channel support. 7. Unless otherwise indicated on the drawings or permitted by the ENGINEER, piping shall be supported approximately 1-1/2-inches out from the face of walls and at least 3 inches below ceilings. 8. Concrete inserts of L-shaped anchor bolts shall be used to support piping from new cast-in-place concrete. Capsule anchors shall be used to fasten supports to existing concrete and masonry. Design loads for inserts, brackets, clamps and other support items shall not exceed the manufacturer's recommended loads. 9. Pipe supports shall be manufactured for the size and type of pipe to which they are applied. Strap hangers will not be acceptable. Threaded rods shall have sufficient threading to permit the maximum adjustment available in the support item. 10. Anchorage shall be provided to resist thrust due to temperature changes, changes in diameter or direction, or dead ending. Anchors shall be located as required to force expansion and contraction movement to occur at expansion joints, loops, or elbows, and as mechanical couplings. Anchorage for temperature changes shall be centered between elbows and mechanical joints used as expansion joints. Anchorage for bellows type expansion joints may be located adjacent to the joint. 11. Pipe guides shall be provided adjacent to bellows type expansion joints. .� Guides will not be required when mechanical couplings are permitted as expansion joints. Guides shall be placed on both sides of expansion joints except where anchors are adjacent to the joint. Unless otherwise indicated on the Drawings, one guide shall be within four pipe diameters from the joint and a second guide within 14 pipe diameters from the first guide. Pipe supports shall allow adequate movement; pipe guides shall not be used for support. Pipe guides shall be installed as recommended by the manufacturer. H. Drain Valves and Air Bleed Valves: 1. Provide drain petcocks1/4-inch diameter opening at all low points. 2. Provide air bleed valves 1/8-inch diameter opening at all high points unless specifically indicated otherwise. C&B 011370.010 15001 -9 M """ 2004 General Requirements for Plant and Station Piping Systems I. Supports for Vertical Piping: 1. Support in accordance with Drawings and approved shop drawings. 2. For piping four inches and smaller, install riser clamps so as to support piping at each floor sleeve. 3. Use at least 3/4-inch of nonshrink grout in setting base elbows and tees. See Section 03600 for nonshrink grout requirements. r. 4. For piping larger than 4 inches, locate supports at change of direction, at both sides of valves and couplings, and at maximum spacing of 10 feet. J. Piping Restraints: 1. Provide kickers and thrust blocking as shown on Drawings. 2. Use at least 3/4-inch of nonshrink grout between kickers and walls or floors and between piping and thrust blocks unless otherwise shown on Drawings. See Section 03600, Grout, for nonshrink grout requirements. 3. Use Class B concrete for thrust blocks. K. Supports for Valves: 1. Provide supports for valves 17 inches and larger. Use the type of support shown on Drawings. If type is not shown, CONTRACTOR may select type as permitted by the ENGINEER. 2. Install floor stands as shown on Drawings and as recommended by the manufacturer. 3. Provide lateral restraints for extension bonnets and extension stems as shown on Drawings and as recommended by the manufacturer. 4. Provide sleeves where operating stems pass through floor. 5. Place approved asphalt fill in recessed areas as shown on Drawings where flush bottom sluice gates of special valve installations are indicated. Size recessed areas as recommended by valve or gate manufacturer. Compact fill after placement. 6. Install valve boxes so that they will not transmit shock or stress to valve and will be centered and plumb over the operating nuts. L. Wall Fittings: 1. Wall fittings shall be as shown on standard detail sheets. 2. Wall fittings shall match the wall thickness, pipeline diameters and connection types specified for the applicable pipeline designation. M. Field Painting: Comply with Section 09910 " 1. Buried Piping: Ductile iron, cast iron and steel coatings per Section 15041 as applicable. 2. Exposed Piping: Paint all exposed piping, supports, fittings and valves except stainless steel in accordance with Sections and 09910. END OF SECTION ' C&B 011370.010 15001 - 10 2004 General Requirements for Plant and Station Piping Systems SECTION 15002 FIELD TESTING OF PLANT AND STATION PIPING SYSTEMS 1 GENERAL 1.1 SCOPE OF WORK A. Provide all necessary labor, materials and equipment including test pumps and gauges, as well as temporary valves and piping, to perform the testing operations of plant and station piping systems as specified herein. B. If demonstrated workmanship on one or more tests show that lines are sufficiently watertight, the ENGINEER may waive remaining testing on any given type or section of line. C. CONTRACTOR's Responsibility, 1. Take such precautions as required to prevent damage to lines and appurtenances being tested as well as to insure safety of workers. 2. Repair any damage resulting from tests. 3. Repair and retest all items which do not pass the tests as specified herein. 4. Conduct all tests in the presence of the ENGINEER, and to the satisfaction of the ENGINEER and all State and local authorities having jurisdiction. 5. Conformance to Texas Water Commission rules regarding quality of water discharged. 6. Upon completion of all tests, CONTRACTOR shall provide personnel to remove each manhole and clean out cover in the presence of the ENGINEER's representative for inspection and depth measurement. 1.2 REFERENCE STANDARDS A. Ductile iron water mains and appurtenances, AWWA C600-87, as applicable; PVC Waterlines, Unibell Plastic Pipe Association, "Handbook of PVC Pipe" as appropriate. 1.3 SUBMITTALS A. Submit a description of proposed testing methods, procedures and apparatus for ENGINEER's approval, prior to testing. B. Submit a test report for each test to ENGINEER certifying the test pressures, duration of the test, leakage observed, and pertinent observations and comments. 1.4 GENERAL SEQUENCE OF WORK C&B 0 11370.010.1.0001 15002- 1 2004 Field Testing of Plant and Station Piping Systems I" 4 A. Obtain the ENGINEER's approval of proposed testing methods, procedures and apparatus, before performing any test. B. Upon receipt of the ENGINEER's approval, submit a schedule of testing dates and times at least 24 hours in advance of testing. C. Perform tests as specified herein. 2 PRODUCTS Not used. 3 EXECUTION 3.1 TESTING OF DRAINS, SEWERS AND OTHER GRAVITY LINES A. General: Method of testing may be either hydrostatic test, low pressure air joint test or low pressure air test depending on size of pipe or as directed by ENGINEER. B. Low Pressure Air Joint Test: 1. Pipe joints shall be tested in accordance with this Section. 2. Equipment shall be the product of manufacturers having more than 5 years regular production of successful joint testers. Joint tester shall be as manufactured by Chane Industrial, Inc.,of Edina, Minnesota, or approved equal. 3. Testing shall be performed on all joints after backfill has been installed and properly compacted, and as installation progresses. At no time shall pipe installation exceed 100 feet beyond the last joint tested. 4. Joints failing to meet the requirements of this test should be repaired to the satisfaction of the ENGINEER or the defective pipe shall be replaced. Rejected pipe shall be removed from the project. Installation shall be stopped until defective joints are repaired or replaced. 5. Follow equipment manufacturer's recommendations when performing tests; only experienced technicians shall perform tests. 6. The testing equipment shall be assembled and positioned over the center of the pipe joint and the end element tubes inflated to a maximum of 25 psi. 7. Pressurize the center joint test area to 4.0 psig and allow the temperature and pressure to stabilize at the minimum of 2.5 psig for a period of 2.0 minutes prior to testing. 8. To test, adjust the pressure to 4.0 psig and measure the time required to decrease the pressure from 4.0 psig to 2.0 psig. C&B 0 11370.010.1.0001 15002 -2 2004 Field Testing of Plant and Station Piping Systems R 9. The joint is acceptable If the time for the pressure to drop from 4.0 psig to 2.0 psig is greater than 15 seconds. C. Hydrostatic Tests: 1. Exfiltration Test Procedures: a. Seal ends of section being tested with watertight plugs. b. Fill section with water 24 hours prior to start of test. C. Vent line during filling so that no air is trapped in line. d. Leave outlets of stacks, inlets, and service lines exposed and unplugged until after Exfiltration test has been made. e. Outlets terminating below level of test water surface to be temporarily extended upward by installing lengths of pipe. f. Measure leakage or Exfiltration during test period by adding measured quantities of water to maintain water level in test structure. g. Quantity or water added to maintain water level is amount of leakage or Exfiltrabon. h. Test for at least two hours with minimum head of four feet measured above top crown, inside pipe at upper end of section being tested. I. After completion of satisfactory test, remove lengths of pipe added for test. 2. Allowable Leakage: Allowable leakage or infiltration in any individual section or entire sewer line under construction shall not exceed 50 gallons per inch of inside diameter per mile of pipe per 24 hours. 3.2 TESTING OF PRESSURE LINES A. General: 1. Allow concrete blocking to cure for at least 7 days before testing. 2. Backfill and compact soil behind all blocking. 3. Backfill over pipe to extent necessary to restrain the piping. Backfill shall extend to within 1-foot of proposed final grade. 4. Conduct water leakage test after completing hydrostatic pressure tests. 5. Lines which fail to hold the specified test'pressure for at least two hours or which exceed an allowable leakage rate specked below, shall be repaired to the satisfaction of the ENGINEER and retested at the CONTRACTOR's expense. B. Procedures for Leakage and Hydrostatic Pressure Tests: 1. Slowly fill isolated section of line with water. 2. Insure that all air has been expelled through air and vacuum release valves, taps, or connections shown on Plans for permanent piping, valves or accessories. Do not make additional taps solely for air expulsion purposes unless approved by ENGINEER. No additional compensation will be made for additional taps. C&B 0 11370.010.1.0001 15002 -3 2004 Field Testing of Plant and Station Piping Systems 3. Apply specified test pressure based on the elevation of the lowest section of line under test and corrected to elevation of test gauge. Duration of test shall be two hours. 4. Allow concrete pipe to stand full of water at least 12 hour before starting leakage test. 5.• At the end of the two hours of the test, the entire route of the pipeline shall be inspected to locate any leaks or breaks. Any defective joints, cracked or defective pipe, fittings, or valves discovered in consequence of this pressure test shall be removed and replaced with sound material in the manner provided and the test shall be repeated until satisfactory'results are obtained. Any and all noticeable leaks shall be repaired regardless of whether the actual leakage is within the allowable limits. The pipe shall be retested over a period of two hours. 6. All pipe shall be tested for leakage by a hydrostatic pressure test. Lines shall be filled slowly, with a maximum velocity of 1-foot per second, while venting all air. If permanent air vents have not been installed, the CONTRACTOR shall install corporation cocks at all high points to expel air during initial filling and testing of the lines. a. The duration of each leakage test shall be two hours unless otherwise specified, and during the leakage test the test section shall be subjected to a continuous test pressure of 150 psig at the highest elevation, but shall not exceed pipe design pressure at any point along the test section. b. Leakage is defined as the net quantity of water that must be supplied into the newly laid pipe, or any valved section thereof, necessary to maintain the test pressure after the pipe has been filled with water and the air in the pipeline has been expelled. No installation shall be accepted if the leakage is greater than that determined by the following formula: L= ND (p)os x T 7400 Where L = allowable leakage, gallons for two (2)hours N = number of joints in the length of pipeline testes D= nominal diameter of the pipe, inches P = average test pressure during the leakage test, psig T= time of test in hours (2) The test pressure shall be applied by means of a pump connected to the pipe and to an approved water container, of other approved method,for accurate measurement. The test pressure shall be maintained (by additions pumping, if necessary)for the specified time. While the line is under pressure, the system and all exposed pipe, fittings, valves and hydrants shall be carefully examined for leakage. All defective elements shall be repaired or replaced and C&B 011370.010.1.0001 15002 -4 2004 Field Testing of Plant and Station Piping Systems test repeated until all visible leakage has been stopped and the n.. allowable leakage requirements have been met. 7. On the completion of tests, any newly installed, approved taps shall be tightly plugged with brass fittings. 8.- Thoroughly purge all compressed air lines after testing. END OF SECTION 9 C&B 011370.010.1.0001 15002- 5 2004 Field Testing of Plant and Station Piping Systems SECTION 15041 DUCTILE-IRON PIPE AND FITTINGS 1 GENERAL 1.1 SECTION INCLUDES A. Ductile-iron pipe and fittings for lines and pressure lines. ` 1.2 UNIT PRICES A. No separate payment will be made for ductile-iron pipe and fittings under this Section. 1.3 RELATED SECTIONS Related work from"General Contract Documents and Specifications for the Fort Worth Water Department", dated January 1978, shall include: A. E1-6, "Ductile Iron Pipe" 1.4 REFERENCES A. ANSI A21.4 (AWWA C104)-Cement-Mortar Lining for Ductile-Iron and Gray-Iron Pipe and Fittings,for Water and Other Liquids. B. ANSI A21.10 (AWWA C110)-Ductile-Iron and Gray-Iron Fittings, 3-in. through 484n.,for Water and Other Liquids. C. ANSI A21.11 (AWWA C111)- Rubber Gasket Joints for Ductile-Iron and Gray- Iron Pressure Pipe and Fittings. D. ANSI A21.15 (AWWA C115)-Flanged Ductile-Iron Pipe with Threaded Flanges. E. ANSI A21.50 (AWWA C150)-Thickness Design of Ductile-Iron Pipe. F. ANSI A21.51 (AWWA C151)-Ductile-Iron Pipe, Centrifugally Cast for Water and Other Liquids. G. ANSI A21.53 (AWWA C153)-Ductile-Iron Compact Fittings, 3 Inches through 24 Inches and 54 Inches through 64 Inches for Water Service. H. ANSI B16.1 -Cast Iron Pipe Flanges and Flanged Fittings. C&B 011370.010. 15041 - 1 2004 Ductile-iron Pipe and Fittings I. ASTM D 1248- Polyethylene Plastics Molding and Extrusion Materials. J. ASTM G 62-Test Methods for Holiday Defection in Pipeline Coatings. K. AWWA C600 -Standard for Installation of Ductile Iron Water Mains and Their Appurtenances. L. SSPC-SP6 -Steel Structures Painting Council, Commercial Blast Cleaning. 1.5 SUBMITTALS A. Submit shop drawings showing design of new pipe and fittings indicating alignment and grade, laying dimensions, fabrication, fitting,flange, and special details. Production of pipe and fittings prior to review by the Engineer shall be at Contractor's risk. 1.6 QUALITY CONTROL A. Provide manufacturer's certifications that all ductile-iron pipe and fittings meet provisions of this section and have been hydrostatically tested at factory and meet requirements of ANSI A21.51. B. Provide certifications that all pipe joints have been tested and meet requirements of ANSI A21.11. 2 PRODUCTS 2.1 DUCTILE-IRON PIPE A. Ductile-iron pipe barrels: ANSI A21.15, ANSI A21.50 or ANSI A21.51; bear marts .. of Underwriters' Laboratories approval; minimum thickness Class 51 for pressure lines and Class 52 for gravity lines, or as shown on Drawings. Provide minimum thickness Class 53 for flanged pipe. B. Provide pipe sections in standard lengths, not less than 18 feet long, except for special fittings and closure sections as indicated on shop drawings. 2.2 JOINTS A. Joint types: ANSI A21.11 push-on; ANSI A21.11 mechanical joint; or ANSI A21.15 flanged end. Provide push-on joints unless otherwise indicated on the Drawings or required by these specifications. For bolted joints, bolts shall conform to requirements of AWWA C111. B. Where restrained joints for pressure pipes are required by Drawings, provide following, or equal: C&B 011370.010. 15041 -2 2004 Ductile-iron Pipe and Fittings v .e 1. Super-Lock Joint by Clow Corporation. 2. Flex-Ring or Lok-Ring by American Cast Iron Pipe Company. 3. TR-Flex or Field-Lok Joint by U.S. Pipe and Foundry Company. C. Threaded or grooved type joints which reduce pipe wall thickness below minimum required are not acceptable. D. Where ductile iron water main is cathodically protected from corrosion, bond rubber gasketed joints as shown on Drawings to provide electrical continuity along entire pipeline except where insulating flanges are required by Drawings. 2.3 GASKETS A. Furnish,when no contaminant is identified, plain rubber (SBR)gasket material; for flanged joints 1/8-inch thick gasket in accordance with ANSI A21.15. B. Pipes to be installed in potentially contaminated areas, especially where free product is found near the elevation of the proposed pipeline, shall have the following gasket materials for the noted contaminants: Contaminant Gasket Material Required Petroleum (diesel, gasoline) Nitrile Rubber M- Other contaminants As recommended by the pine manufacture 2.4 FITTINGS A. Use fittings of same size as pipe. Reducers are not permitted to facilitate an off- size fitting. Reducing bushings are also prohibited. Reduction in piping size will be made by reducing fittings. Line and coat fittings as specified for pipe they serve. B. Push-on Fittings: ANSI A21.10; ductile-iron ANSI A21.11 joints, gaskets and lubricants; pressure rated at 250 psig. C. Flanged Fittings: ANSI A21.10;ANSI B16.1 cast or ductile-iron. Flanges: ANSI B16.1, Class 125; pressure rated at 250 psig. D. Mechanical Joint Fittings: ANSI A21.11(AWWA C110); pressure rated at 250 psi. 2.5 COATINGS AND LININGS A. Exterior. Prime coat and outside asphaltic coating conforming to ANSI A21.10, ANSI A21.15, or ANSI A21.51 for pipe and fittings in open cut excavation and in casings. �w C&B 011370.010. 15041 -3 2004 Ductile-iron Pipe and Fittings B. For flanged joints in buried service, provide petrolatum wrapping system, Denso or equal, for the complete joint and all alloy steel fasteners. Altematively, provide bolts made of 304 stainless steel. 2.6 MANUFACTURERS - A. Acceptable manufacturers of ductile iron pipe are American Cast Iron Pipe Co., McWane Cast Iron Pipe Co., and U.S. Pipe and Foundry Co. 3 EXECUTION 3.1 INSTALLATION A. Install in accordance with AWWA C600 and manufacturer's recommendations. 3.2 GRADE A. Unless otherwise specified on Drawings, install ductile-iron pipe for water service to clear all utility lines with following minimum cover: Diameter Depth of Cover (Inches) (Feet) 16 and 24 5 .f 12 and smaller 4 END OF SECTION 7 A i a C&B 011370.010. 15041 -4 2004 Ductile-iron Pipe and Fittings SECTION 15043 LEAKAGE TEST OF HYDRAULIC STRUCTURES PART 1 - GENERAL 1.01 SCOPE OF WORK A. Under this section of the specifications, the CONTRACTOR shall furnish all labor, materials, tools, equipment, and related items required to test all hydraulic structures for leakage. PART 2- PRODUCTS 2.01 WATER FOR LEAKAGE TESTS A. Shall be provided by the CONTRACTOR. The CONTRACTOR shall provide whatever labor and materials may be necessary to fill structures for testing. PART 3 - EXECUTION 3.01 GENERAL All hydraulic structures shall be tested by filling with water to the maximum operating water level at the beginning of the test period. Tests shall be made prior to backfill around the walls of structures to permit observation and detection of points of leakage. V The CONTRACTOR shall furnish equipment and/or necessary piping as required to transport water used in testing from source to test location. 3.02 NON-POROUS STRUCTURES Non-porous structures, such as steel and fiberglass, shall show no leakage during the twenty-four hour test period. 3.03 CONCRETE STRUCTURES Water shall be allowed to stand in concrete structures for 24 hours prior to the beginning of the twenty-four hour test period to allow for absorption of water by the surface of the concrete in contact with the water. Accurate measurements of the water level shall be made at the beginning and the end of the 24-hour test period. The drop in the water surface shall not exceed 1/4-inch. During the test period, close observation'Of the structure will be made for the purpose of detecting leakage. C&B 011370.010 2004 '15043-1 Leakage Test of Hydraulic Structures 3.04 REPAIRS If the leakage exceeds the specified allowable limits, the point or points of leakage shall be sought out and remedied by the CONTRACTOR at no additional cost to the OWNER. In addition, all noticeable leaks other than small surface seepage of concrete structures shall be repaired regardless of the amount of leakage. END OF SECTION r C&B 011370.010 2004 15043-2 Leakage Test of Hydraulic Structures SECTION 15080 PIPE COUPLINGS AND EXPANSION JOINTS 1 GENERAL 1.1 SCOPE OF WORK A. Flexible couplings, flange coupling adaptors, expansion joints and restraining hardware for above items. 1.2 QUALITY ASSURANCE A. Factory Assurance: 1. Test each item for mechanical and material defects per manufacturer's standard practice. 2. Hydrostatically test each item to 150 percent of its maximum allowable working pressure. 1.3 SUBMITTALS A. Shop Drawings, Product Data and Samples: Comply with the general requirements of Section 01340 and supplemental requirements below. B. Submit the following items for each type flexible coupling, flanged coupling, adaptor and rubber expansion points. 1. Description and illustration of construction. 2. List of materials. 3. Description of factory-applied protective coatings. 4. Dimensions. 5. Pressure rating. 6. For expansion joints only, the movement,force and spring rate capabilities. 7. Shop drawings for restraining systems such as tie bolt assemblies. Drawings to show layout, dimensions, number and size of bolts, and lug details. 8. Manufacturer's installation instructions. C. Product data described in the previous paragraph may be submitted in the form of catalog bulletins or other standard manufacturer literature and drawings as long as all the data specified are furnished. if catalog bulletins are submitted, they are to be marked up to show the styles, options and other data which are applicable D. In CONTRACTOR elects to use more couplings and expansion joints than are shown on Drawings, submit piping layout drawings showing the location of each proposed additional unit and describing the type of each such unit. C&B 011370.010 15080 - 1 2004 Pipe Couplings and Expansion Joints 1.4 PRODUCT DELIVERY, STORAGE AND HANDLING A. Comply with the requirements of the General Conditions. 2 PRODUCTS 2.1 FLEXIBLE COUPLINGS A. Flexible couplings to be mechanical compression type with sleeve two follower glands, two resilient wedge-shaped gaskets, and a set of bolts and nuts to draw the two follower glands together. B. Construction of Coupling: 1. Middle Ring: Carbon steel. 2. Followers: Carbon steel except that ductile or malleable iron may be used in sizes 12 inches and smaller. 3. Gaskets: a. Resilient rubber compound suitable for air,water and sewage service and temperatures below 150 F. b. Wedge shaped. 4. Bolts and nuts: a. Cadmium-plated high strength steel. b. Number and size as required for size and type coupling and as recommended by manufacturer for test pressure. C. Restraining System: 1. To be used for all flexible couplings unless specifically noted otherwise. 2. Description. a. Restraining system or harness to consist of tie bolts anchored on each side of coupling to prevent separation of pipe and coupling due to pressure or other causes. b. Tie bolts to be anchored to lugs bolted to nearest flange each side of coupling. On steel pipe, tie bolts may be anchored to lugs shop welded to pipe. C. Number and size of tie bolts to be as determined by manufacturer for specified piping system test pressure. A minimum of two tie bolts diametrically opposite one another are required for each restrained coupling. 3. Tie bolts and nuts: As specified above for flexible coupling. D. Factory Painting: 1. Apply epoxy-type protective coating system to interior and exterior of couplings. Coating to be manufacturer's standard epoxy system complete with prime and finish coats. 2. Do not paint bolts, nuts and gaskets. C&B 011370.010 15080 -2 2004 Pipe Couplings and Expansion ,Joints 4A 3. Coatings used on exterior of couplings which will be exposed, are to be compatible with specified coating system for piping so that pipe and couplings can be painted a common color. E. Manufacturer and Model: - 1. Dresser Industries, Inc. - Dresser Style 38. 2.. Rockwell International- Rockwell Type 411. 3. Or approved equivalent. 2.2 FLANGED COUPLING ADAPTORS A. Flanged coupling adaptors to consist of a body or sleeve with pipe flange on one end and compression-type coupling on the other end. Compression coupling to consist of follower, resilient wedge-shaped gasket, and a set of bolts to draw follower against gasket. All flanged coupling adaptors shall include restraining systems unless otherwise noted on drawings. B. Construction: 1. Body and follower: Carbon steel except that cast iron is acceptable in sizes 12 inches and smaller. 2. Flange: ANSI Class 125 or 250 flat face. Match class to that of piping system. 3. Bolts and nuts: a. Cadmium plated high strength steel. b. Number and sized to suit specified piping system test pressure. 4. Gasket: a. Resilient rubber compound suitable for air,water and sewage service, and temperatures below 150 F. b. Wedge-shaped. C. Restraining System: 1. Restraining or harnessing system to be as specified for flexible couplings except that anchor studs or locking pins may be used on sizes 12 inches and under. 2. Anchor studs or locking pins extend through threaded tap or boss in body of adaptor into pipe that has been inserted into compression coupling, thus preventing further longitudinal movement. 3. Number and size for tie bolts and anchor studs or locking pins to suit specified piping system test pressure. Minimum of two diametrically opposed restraints required for restrained adaptors. D. Factory Painting: 1. Apply epoxy-type protective coating system to interior and exterior of adaptors. Coating to be manufacturer's standard epoxy system complete with prime and finish coats. 2. Do not paint bolts and gaskets. C&B 01-1370.010 15080 - 3 2004 Pipe Couplings and Expansion Joints 3. Coatings used on exterior of couplings which will be exposed to be compatible with specified coating system for piping so that and coupling can be painted a common color. E. Manufacturer and Model: 1. All sizes: a. Dresser Industries, Inc. - Dresser Type 128. b. Rockwell International - Rockwell Type 913 for all sizes. C. Or approved equivalent. 2. Twelve inches and smaller alternate: a. Dresser Style 127. b. Rockwell Style 912. C. Or approved equivalent. 2.3 GROOVED AND SHOULDERED JOINTS A. General: 1. Grooved steel and ductile iron piping components shall be used where indicated on the drawings. 2. All components of each type of coupling and valve utilizing grooved joints in this project shall be supplied by one manufacturer. 3. All components shall meet the requirements of AWWA C606-87. 4. All fittings, valves and pipe shall be grooved in the factory to required dimensions prior to delivery to site unless otherwise approved by ENGINEER. B. Grooves: 1. Cut grooves shall be utilized on all ductile iron and cast iron pipe, fittings, valves and couplings unless shown or specified otherwise. Dimensions shall conform to Table 5 or Table 2 of AWWA C606 as applicable. 2. Roll grooves shall be utilized in steel and stainless steel pipe systems unless pipe thicknesses are sufficient to use cut grooves. 3. Joint type shall be flexible unless specified or shown otherwise. 4. Field cut grooves on pipe (when approved by ENGINEER) shall be cut or rolled in accordance with the coupling manufacturer's recommendations and with tools designated by manufacturer. C. Couplings and Flanged Adaptors: 1. Couplings shall consist of 2 or more curved housing sections with continuous keys, gasket and bolts. 2. Housing shall be similar material as piping system being joined (Ductile Iron [ASTM A 536] for DIP and steel). Paint nonstainless steel couplings to match piping system. 3. Gaskets shall be molded or extruded EPDM unless otherwise shown. Gaskets for air service applications shall be suitable for 180° F with small amounts of lubrication oil present. Gaskets on DIP couplings thall utilize a central leg to conform to peened pipe surface. C&B 011370.010 15080 -4 2004 Pipe Couplings and Expansion Joints w s 4. Nuts and bolts shall be steel,ASTM A 183 except for stainless steel couplings in which case the bolts shall be stainless steel. 5. Couplings shall positively seal to provide lead-free system when piping is tested in accordance with Section 15002 and applicable pipe specifications. 6. Coupling and flanged adaptor style shall be as follows unless shown otherwise: a. Coupling -Victaulic Style 77. b. Flange Adaptors -Victaulic Style 741. 3 EXECUTION 3.1 INSTALLATION A. General: 1. Inspect each coupling, adaptor and expansion joint for damage and defects before installation and replace defective items. 2. Install each item in accordance with the Drawings,TECHNICAL SPECIFICATIONS, approved piping layout shop drawings and approved manufacturer's installation instructions. 3. CONTRACTOR may provide additional flexible couplings, flanged coupling adaptors and expansion joints over and above those shown on Drawings to facilitate installation of piping. a. Use of such additional items is to be approved by the ENGINEER prior to installation. b. Additional joints are to be at no expense to the OWNER. 4. Verify that inside diameters of flexible couplings and flanged coupling adaptors are compatible with outside diameters of piping with which couplings or adaptors are being used. B. Flexible Couplings: 1. Clean and lubricate pipe ends before installation. 2. Leave a gap between the pipe ends to permit pipe expansion and increase flexibility of the joint. Gaps between pipe ends to be approximately as follows: a. 12 inch diameter and smaller: 1 inch t. b. 24 inch diameter through 36 inch: 1-1/2-inch t. C. Over 36 inches: 2 inch. 3. Tighten bolts in manner and to torques prescribed by manufacturer. C. Field Painting: 1. Touch up factory finishes which have been damaged. 2. Apply protective coating to bolts and nuts after tightening Use same coating system as that specified for adjoining piping. D. Testing: 1. Joints are tested as a part of the overall piping system. C&B 011370.010 15080 -5 2004 Pipe Couplings and Expansion Joints'..,',' f 2. See Section 15002. END OF SECTION C&B 011370.010 15080 -6 2004 Pipe Couplings and Expansion Joints SECTION 15100 VALVES AND APPURTENANCES PART1 GENERAL 1.01 SCOPE OF WORK Furnish all labor, materials, equipment, and incidentals required to completely install and put into operation, all valves and appurtenances as specified herein and as shown on the drawings. 1.02 RELATED WORK Related work from"General Contract Documents and Specifications for the Fort Worth Water Department, dated January 1978, shall include: A. E1-11, "Air Release Valves and Fittings" B. E2-11, "Air Release Valve Installation" FIs 1.03 EQUIPMENT A. Gate Valves B. Lever and weight swing check valves C. Eccentric Plug Valves D. Combination Sewage AirNacuum Valves E. Pressure Gauge F. Corporation Stops G. Mechanical Couplings 1.04 QUALIFICATIONS All of the types of valves and appurtenances shall be products of well-established firms who are fully experienced, reputable, and qualified in the manufacture of the particular equipment to be furnished. The equipment shall be designed, constructed and installed in accordance with the best practices and methods and shall comply with these specifications as applicable. 1.05 SUBMITTALS ' A 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. G&B 011370.010 15100- 1 2004 Valves and Appurtenances B. The Contractor shall submit the Manufacturer's published literature, including technical bulletins, brochures, and operating and maintenance instructions. 1.06 PRODUCT DELIVERY AND STORAGE A. Delivery of Materials: Manufactured materials shall be delivered in original, unbroken pallets, packages, containers, or bundles bearing the label of the manufacturer. B. Storage of Materials: All materials shall be carefully handled to prevent abrasion, - cracking, deformations, or other damage. 1.07 WARRANTY Manufacturer shall guarantee against defects in material or workmanship for a period of one (2)years from the data of substantial completion and acceptance testing. PART 2 PRODUCTS 2.01 GENERAL A. Obtain all gate valves, extensions and associated manual operators from a single manufacturer B. All valves and appurtenances shall be the size shown on the drawings. C. All valves and appurtenances shall have the name of the manufacturer, flow direction arrows, and working pressure for which they are designed cast in raised letters upon some appropriate part of the body. D. All buried valves shall open left(counter-clockwise) and close right (clockwise) E. All internal materials for valves shall withstand corrosion. 2.02 GATE VALVES A. AWWA C509 Resilient Seal Gate Valves: 1. Used for all gate valves unless otherwise shown. 2. Install in vertical position only. 3. Non-shock working pressure: 200 psig through 12 inches 4. Valve body: Cast iron with full round port opening and integrally cast guides; smooth valve bottom with no recessed areas; bonnet cover. 5. Gate: Rubber seal mechanically retained between two epoxy coated cast iron gate halves with 316 stainless steel fasteners. 6. Stem: 316 stainless steel, independent of bronze stem nut. 7. Stem seals: Double O-ring, Buna-N protected by grit and dust cap. 8. Stem nut: Brass or bronze. 9. Nylon bushing and Teflon washer for friction protection. 10. Interior coating: 2-part epoxy coating or approved equal. 11. Acceptable Manufacturers: Mueller, M&H Seguro or approved equal. C&B 011370.010 15100-2 2004 Valves and Appurtenances B. ACCESSORIES 1. Floor boxes shall have cast iron bodies and bronze bushings. 2. Valve boxes for buried service: a. Three piece screw type 5-1/2 inch diameter, cast iron construction. b. Concrete pad 2'-0"diameter x 6"thick around valve box at ground surface. c. Other features as shown on drawings. 3. Stem guides to be made of cast iron with bronze bushings and to have adjustable offset. 4. All components of shaft extensions shall be 316 stainless steel including nut shaft, shaft housing and guides. Minimum shaft diameter shall be 1" or diameter of valve shaft, whichever is larger. All components shall have continuous welded joints. Provide stem guides or rock shields at 5' intervals 2.03 LEVER AND WEIGHT SWING CHECK VALVES A. The Contractor shall furnish and install two (2)6-inch diameter, Mueller, Clow or approved equal, lever and weighted swing check valves. B. Check valve body shall be cast iron per ASTM A126, GR.B having a centrifugally cast aluminum, bronze or stainless steel body seat. C. Nuts, bolts, and studs shall be Type 316 stainless steel. D. The shaft shall be one-piece stainless steel 17-413H. The seat ring shall be resilient Buna-N and shall be easily replaced in the field. E. Lever and weight shall allow free open and positive non-slam control closure of the disk. F. The disk arm shall be ductile iron per ASTM A536. G. The check valve shall prevent no backflow or pump shut-off or power failure or be tight seating. 2.04 ECCENTRIC PLUG VALVES A. The Contractor shall furnish and install three(3)6-inch diameter FL x FL eccentric plug valves with manual actuators. Acceptable manufacturers shall be DeZurik, Clow, Val-Matic, or approved equal. Plug valves shall be '/4urn, eccentric, serviceable under full line pressure, and capable of sealing in both directions under rated pressure. Plug valves shall have a minimum port area of 80% of the nominal pipe size. -. B. Valve body shall be cast iron with added nickel and chromium, ASTM A126, Class B, 175 psi working pressure rating. Plug shall be of one-piece construction C&B 011370.010 15100-3 2004 Valves and Appurtenances and made of ASTM A126 Class B cast iron with resilient seat facing per ANSI/AWWA C504. Flanges shall be drilled ANSI Class 125. Seals shall conform to ANSI/AWWA C504. . Valves shall have permanently lubricated Type 316 stainless steel radial shaft bearing on the upper and lower plug stem journal. All exposed nuts, bolts, springs, and washers shall be zinc plated or stainless steel. C. The valve seating design shall be resilient and of the continuous interface type having consistent opening/closing torques, and shall be non jamming in the closed position. Valves shall be of the bolted bonnet design. The resitient seat faced plug shall be replaceable without removing the valve body from the line. The valve body seating area shall be corrosive resistant by a welded-in overlay of high nickel content. Sprayed or plated seating surfaces will not be accessible. Bearings shall be replaceable. Valves shall be designed such that they can be repacked without removing the bonnet. D. Furnish manual hand-wheel actuators with totally enclosed and sealed worm gear actuator with position indicator and externally adjustable open and closed stops. Worm gear shall be ASTM A536 grade ductile iron with precision bore and keyway for connection to the valve shaft. Bronze radial bearings shall be provided for the segment gear and worm shaft. Gear actuators shall be designed to withstand,without damage, a rim pull of 200 lb on the hand wheel. 2.05 COMBINATION AIR/VACUUM VALVES A. Provide combination air/vacuum valves as shown in drawings. B. Combination valve to be 1-inch diameter combination air valve by as manufactured by Cla-Val, Apco, Crispin, or approved equal. Furnish two 1-inch combination air/vacuum valves to be located in lift station valve vault. C. Fit valve with quick connect couplings, shut-off valves, unions, and check valves to allow for normal venting into wetwell and to allow for periodic back-flushing. D. Valve shall be capable of withstanding maximum surge pressure (150 psi) without failure. Working pressure for this application is 150 psi. E. The inlet and outlet of the valve shall have the same cross-sectional area. The float shall be guided by a stainless steel guide shaft and seat drip-tight against a synthetic rubber seal. F. The body and cover shall be concentrically located and made of cast iron. The valve's internal parts shall be made of stainless steel. 2.06 PRESSURE GAUGES - Pressure gauges shall be 2-inch diameter, stainless steel, with '/4-inch NPT brass bottom connection with snubber, glycerin filled, 0 to 50 psi rating, mounted as shown on drawings. Pressure gauges shall be Ashcroft or approved equal. C&B 011370.010 15100-4 2004 Valves and Appurtenances 2.07 CORPORATION STOPS Corporation stops shall be of bronze or brass and shall be designed and manufactured in accordance with AWWA Standard C800, except as modified herein. Corporation stops shall have Mueller inlet threads except that corporation stops for use with service clamps shall have IPS threads. 2.08 MECHANICAL COUPLINGS A. Flanged Coupling Adaptors: Clow, Smith-Blair, JCM, or approved equal. B. Solid Sleeve Couplings: Clow F-2533, Smith Blair 441, JCM 210, or approved equal. C. Transition Sleeve Couplings: JCM 212, Smith Blair 441, Clow, or approved equal. PART 3- EXECUTION 3.01 INSTALLATION A. All valves and appurtenances shall be installed in the locations shown, true to alignment and rigidly supported. Any damage to the above items shall be repaired to the satisfaction of the Engineer prior to installation. B. After installation, all valves and appurtenances shall be tested at the same duration and pressure as the piping system they are in. If any joint proves to be defective, it shall be repaired to the satisfaction of the Engineer. C. Install all brackets, extension rods, guides, and various types of operation and appurtenances as shown on the drawings. Before setting items, Contractor shall check all plans and figures which have a direct bearing on their location and he shall be responsible for the proper location of these valves and appurtenances during the construction of the structures. D. All materials shall be carefully inspected for defects in workmanship and materials, all debris and foreign material cleaned out of valve openings, etc; all operating mechanisms operated to check their proper functioning, and all nuts an bolts checked for tightness. Valves and other equipment which do not operate easily, or are otherwise defective, shall be repaired or replaced at no additional cost to the Owner. E. Buried mechanical joints shall be made with cadmium plated bolts. All exposed bolts and nuts shall be cadmium plated. F. Buried valves and valve boxes shall be set with the stem vertically aligned in the center of the gate box. The valve box shall be supported during the backfilling and maintain vertical alignment with finish grade. G. Installation shall be in accordance with the plans, approved shop drawings and the manufacturer's instructions. C&B 011370.010 15100- 5 2004 Valves and Appurtenances H. Install valves and valve operators to provide for ease of access and operation. I. Install buried valves by carefully lowering into position in such a manner to prevent damage to any part of the valves. The valve shall be placed in proper position and shall be securely held until all connections have been made. All buried pipe and appurtenances shall be wrapped in polyethylene encasement in accordance with AWWA C105. J. All buried valves 8 inches and larger shall rest on a concrete pad. Pad shall extend for the full width of the trench and from back-to-back of hub (or flange). Care shall be taken to not interfere with the jointing. Concrete shall be Class B. 3.02 PAYMENT A. All valves on this project shall be paid as part of the lump sum price base bid, and shall include the labor and materials required to install resilient seat gate valves, oil-cushioned check valves, plug valves, ball valves, combination air/vacuum valves, and the pressure gauges. END OF SECTION C&B 011370 010 15100-6 2004 Valves and Appurtenances SECTION 15140 SUPPORTS AND ANCHORS 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division-1 Specification sections, apply to work of this section. 1.2 SUMMARY A. Extent of supports and anchors required by this section is indicated on drawings and/or specified in other Division-15 sections. B. Types of supports and anchors specified in this section include the following: 1. Horizontal-Piping Hangers and Supports. 2. Vertical-Piping Clamps. 3. Hanger-Rod Attachments. 4. Building Attachments. 5. Saddles and Shields. 6. Spring Hangers and Supports. 7. Miscellaneous Materials. 8. Anchors. 9. Equipment Supports. f C. Supports and anchors fumished as part of factory-fabricated equipment, are specified as part of equipment assembly in other Division-15 sections. D. Related Sections: The following list includes, but is not limited to, the other sections of these specifications which contain requirements that relate to this I„ Section: 1. Section 09900"Painting". 1.3 QUALITY ASSURANCE A. Manufacturer's Qualifications: Firms regularly engaged in manufacture of supports and anchors, of types and sizes required, whose products have been in satisfactory use in similar service for not less than 5 years. B. Codes and Standards: 1. Code Compliance: Comply with applicable plumbing codes pertaining to product materials and installation of supports and anchors. 2. UL and FM Compliance: Provide products which are UL-Listed and FM approved. C&B 011370.010 15140 - 1 2004 Supports and Anchors r, 3. MSS Standard Compliance: a. Provide pipe hangers and supports, of which materials, design and manufacture complying with MSS SP-58. b. Select and apply pipe hangers and supports, complying with MSS SP-69. C. Fabricate and install pipe hangers and supports, complying with MSS SP-89. d. Terminology used in this section is defined in MSS SP-90. C. Design Criteria: Hangers shall be sized to support the weight of the piping full of the fluid being transported and the insulation, if any, plus a safety factor of 2.0. Where several lines are installed adjacent to each other in the same plane and at the same elevation, trapeze hangers may be used; provided they are sized to cavy the combined weight of all piping, fluid and a safety factor of 2.0. Thrust anchorage shall be based on water pressure plus hammer and a safety factor or 1.5. 1.4 SUBMITTALS A. Product Data: Submit manufacturer's technical product data, including installation instructions for each type of support and anchor. Submit pipe hanger and support schedule showing Manufacturer's figure number, size, location and features for each required pipe hanger and support. B. Shop Drawings: Submit manufacturer's assembly-type shop drawings for each type of support and anchor, indicating dimensions,weights, required clearances and methods of assembly of components. 1.5 DELIVERY AND STORAGE A. Ship hangers and fittings in rigid cartons and keep packaged until used. Store inside storage sheds or under roof. Otherwise, store on wood platforms raised above grade and cover with a weather resistant covering. 1.6 JOB CONDITIONS A. The number and type of hangers and supports necessary for the project, including the type of inserts and the size of rods necessary to cavy the installed weights shall be determined by the CONTRACTOR, based on calculated loads to be supported. The plans show specific requirements for a number of cases, but do not attempt to indicate all hangers or supports. The CONTRACTOR shall be responsible for determining the number, location and size of hangers and .supports. B. Piping shall be supported so that strain imposed on attached equiprrkent is prevented. Piping shall be fabricated in a manner that piping is not strained during installation. Pipe shall not be fabricated in a manner that requires force to afign pipe runs, or that requires force to install piping into hangers. " C&B 011370.010 15140-2 2004 Supports and Anchors s C. Hanger and supports shall be capable of vertical adjustment after the piping has been installed. Hangers which do not allow for such adjustment shall have tumbuckles installed in the hanging rod. D. Where pipe is noted to be insulated, the pipe hanger shall not penetrate the pipe covering. Pipe hangers shall be on the outside of the insulation. Provide protection saddles or insulation inserts to prevent damage to insulation. E. Hangers and supports, including threaded rods shall be ferrous metal. F. Piping which runs at an elevation exceeding 8'-0"from the structure above, and as indicated on the plans may be supported from wall, mounted brackets attached to concrete wall surfaces. 2 PRODUCTS 2.1 HORIZONTAL -PIPING HANGERS AND SUPPORTS A. General: Except as otherwise indicated, provide factory-fabricated horizontal piping hangers and supports complying with MSS SP-58, of one of the following MSS types listed, selected by Installer to suit horizontal piping systems, in accordance with MSS SP-69 and manufacturer's published product information. Use only one type by one manufacturer for each piping service. Select size of hangers and supports to exactly fit pipe size for bare piping, and to exactly fit around piping insulation with saddle or shield for insulated piping. B. Adjustable Steel Clevis Hangers: MSS Type 1. C. Steel Pipe Clamps: MSS Type 4. D. Adjustable Swivel Pipe Rings: MSS Type 6. E. Adjustable Steel Band Hangers: MSS Type 7. F. Adjustable Swivel Rings, Band Type: MSS Type 10. G. Split Pipe Rings: MSS Type 11. H. U-Bolts: MSS Type 24. I. Pipe Slides and Slide Plates: MSS Type 35, including one of the following plate types: 1. Plate: Unguided type. 2. Plate: Guided type. 3. Plate: Hold-down clamp type. A1Y%r C&B 011370.010 15140 -3 2004 Supports and Anchors J. Pipe Stanchion Saddles: MSS Type 37, including steel pipe base support and cast-iron floor flange. K. Single Pipe Rolls: MSS Type 41. L. Pipe Roll Stands: MSS Type 44. 2.2 VERTICAL-PIPING CLAMPS A. General: Except as otherwise indicated, provide factory-fabricated vertical-piping clamps complying with MSS SP-58, of one of the following types listed, selected by Installer to suit vertical piping systems, in accordance with MSS SP-69 and manufacturer's published product information. Select size of vertical piping clamps to exactly fit pipe size of bare pipe. Provide copper-plated clamps for copper-piping systems. B. Two-Bolt Riser Clamps: MSS Type 8. 2.3 HANGER-ROD ATTACHMENTS A. General: Except as otherwise indicated, provide factory-fabricated hanger-rod attachments complying with MSS SP-58, of one of the following MSS types listed, selected by Installer to suit horizontal-piping hangers and building attachments, in accordance with MSS SP-69 and manufacturer's published product information. Use only one type by one manufacturer for each piping service. Select size of " hanger-rod attachments to suit hanger rods. Provide copper-plated hanger-rod attachments for copper-piping systems. B. Steel Tumbuckles: MSS Type 13. Im C. Swivel Tumbuckles: MSS Type 15. ;o D. Malleable Iron Sockets: MSS Type 16. 2.4 BUILDING ATTACHMENTS A. General: Except as otherwise indicated, provide factory-fabricated building attachments complying with MSS SP-58, of one of the following MSS types listed, selected by Installer to suit building substrate conditions, in accordance with MSS SP-69 and manufacturer's published product information. Select size of building attachments to suit hanger rods. Provide copper-plated building attachments for copper piping systems. ' B. Concrete Inserts: MSS Type 18. C. Side Beam or Channel Clamps: MSS Type 20. ' D. Center Beam Clamps: MSS Type 21. C&B 011370.010 15140-4 2004 Supports and Anchors i E. Welded Beam Attachments: MSS Type 22. F. C-Clamps: MSS Type 23. 2.5 SADDLES AND SHIELDS A. General: Except as otherwise indicated, provide saddles or shields under piping hangers and supports,factory-fabricated, for all insulated piping. Size saddles and shields for exact fit to mate with pipe insulation. B. Protection Saddles: MSS Type 39; fill interior voids with segments of insulation matching adjoining insulation. Type 39 saddles shall be used only on hot water and steam piping. C. Protection Shields: MSS Type 40; of length recommended by manufacturer to prevent crushing or insulation. D. Available Manufacturers: Subject to compliance with requirements, manufacturers offering thermal hanger shields which may be incorporated in the work include, but are not limited to, the following: 1. Eicen Metal Products, Co. 2. Pipe Shields, Inc. 2.6 MANUFACTURERS OF HANGERS AND SUPPORTS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering hangers and supports which may be incorporated in the work include, but are not limited to, the following: 1. B-Line Systems, Inc. 2. Carpenter and Patterson, Inc. J. 3. Comer& Lada Co., Inc. 4. Elcen Metal Products Co. 5. Fee & Mason Mfg. Co.; Division of Figgie International. 6. ITT Grinnel Corp. 2.7 MISCELLANEOUS MATERIALS A. Metal Framing: Provide products complying with NEMA STD ML 1. B. Steel Plates, Shapes and Bars: Provide products complying with ASTM A 36. C. Cement Grout: Portland cement(ASTM C 150,Type I or Type III) and clean uniformly graded, natural sand (ASTM C 404, Size No 2). Mix at a ration of 1.0 tv part cement to 3.0 parts sand, by volume,with minimum amount of wpter required for placement and hydration. 7 C&B 0111370.010 15140 -5 2004 Supports and Anchors D. Heavy-Duty Steel Trapezes: Fabricate from steel shapes selected for loads required;weld steel in accordance with AWS standards. E. Pipe Guides: Provide factory-fabricated guides, or cast semi-steel or heavy fabricated steel, consisting of bolted two-section outer cylinder and base with two- section guiding spider bolted tight to pipe. Size guide and spiders to clear pipe and insulation (if any), and cylinder. Provide guides of length recommended by manufacturer to allow indicated travel. 3 EXECUTION 3.1 INSPECTION A. Examine areas and conditions under which supports and anchors are to be installed. Do not proceed with work until unsatisfactory conditions have been corrected in manner acceptable to Installer. 3.2 PREPARATION A. Proceed with installation of hangers, supports and anchors only after required building structural work has been completed in areas where the work is to be installed. Correct inadequacies including, but not limited to, proper placement of inserts, anchors and other building structural attachments. B. Prior to installation of hangers, supports, anchors and associated work, Installer shall meet at project site with Contractor, installer of each component of associated work, inspection and testing agency representatives (if any), installers of other work requiring coordination with work of this section and - Architect/Engineer for purpose of reviewing material selections and procedures to be followed in performing the work in compliance with requirements specified. 3.3 INSTALLATION OF BUILDING ATTACHMENTS A. Install building attachments at required locations within concrete or on structural steel for proper piping support. Space attachments within maximum piping span length indicated in MSS SP-69. Install additional concentrated loads, including valves, flanges, guides, strainers, expansion joints and at changes in direction of piping. Install concrete inserts before concrete is placed; fasten insert securely to forms. Where concrete with compressive strength less than 2500 psi is indicated, install reinforcing bars through openings at top of inserts. 3.4 INSTALLATION OF HANGERS AND SUPPORTS A. General: Install hangers, supports, clamps and attachments to support piping properly from building structure; comply with MSS SP-69. Arrange for grouping of parallel runs of horizontal piping to be supported together on trapeze type hangers where possible. Install supports with maximum spacings complying with C&B 011370.010 15140 -6 2004 Supports and Anchors MSS SP-69. Where piping of various sizes is to be supported together by trapeze hangers, space hangers for smallest pipe size or install intermediate supports for smaller diameter pipe. Do not use wire or perforated metal to support piping, and do not support piping from other piping. B. Install hangers and supports complete with necessary inserts, bolts, rods, nuts, washers and other accessories. Except as otherwise indicated for exposed continuous pipe runs, install hangers and supports of same type and style as installed for adjacent similar piping. C. Support fire-water piping independently of other piping. D. Prevent electrolysis in support of copper tubing by use of hangers and supports which are copper plated, or by other recognized industry methods. E. Provisions for Movement: 1. Install hangers and supports to allow controlled movement of piping systems and to permit freedom of movement between pipe anchors, and to facilitate action of expansion joints, expansion loops, expansion bends and similar units. 2. Load Distribution: Install hangers and supports so that piping live and dead loading and stresses from movement will not be transmitted to connected equipment. 3. Pipe Slopes: Install hangers and supports to provide indicated pipe slopes,and so that maximum pipe deflections allowed by ANSI B31 Pressure Piping Codes are not exceeded. 4. Insulated Piping: Comply with the following installation requirements. a. Clamps: Attach clamps, including spacers (if any), to piping with clamps projecting through insulation; do not exceed pipe stresses allowed by ANSI B31. b. Shields: Where low-compressive-strength insulation or vapor barriers are indicated on cold or chilled water piping, install a section of foam glass pipe insulation the same thickness and extend a minimum of 6 inches beyond shield. C. Saddles: Where insulation without vapor barriers is indicated, install protection saddles. 3.5 INSTALLATION OF ANCHORS A. Install anchors at proper locations to prevent stressed from exceeding those permitted by ANSI B31, and to prevent transfer of loading and stresses to connected equipment. B. Fabricate and install anchor by welding steel shapes, plates and bars to piping and to structure. Comply with ANSI B31 and AWS standards. 11 C. Anchor Spacings: Where not otherwise indicated, install anchors at ends of principal pipe-runs, at intermediate points in pipe-runs between expansion loops C&B 011370.010 15140-7 2004 Supports and Anchors and bends. Make provisions for preset of anchors to accommodate both expansion and contraction of piping. 3.6 EQUIPMENT SUPPORTS A. Provide concrete housekeeping bases for all floor-mounted equipment furnished as part of the work of Division 15. Size bases to extend minimum of 4" beyond equipment base in any direction; and 4"above finished floor elevation. Construct of reinforced concrete, roughen floor slab beneath base for bond, and provide steel rod anchored between floor and base. Locate anchor bolts using equipment manufacturer's templates. Chamfer top and edge comers. B. Provide structural steel stands to support equipment not floor mounted or hung from structure. Construct of structural steel members or steel pipe and fittings. Provide factory-fabricated tank saddles for tanks mounted on steel stands. 3.7 ADJUSTING AND CLEANING A. Hanger Adjustments: Adjust hangers so as to distribute loads equally on attachments. B. Support Adjustment: Provide grout under supports so as to bring piping and equipment to proper level and elevations. C. Cleaning: Clean factory-finished surfaces. Repair any marred or scratched { surfaces with manufacturer's touch-up paint. END OF SECTION C&B 0 11370.010 15140-8 2004 Supports and Anchors s SECTION 16000 ELECTRICAL—GENERAL PROVISIONS PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor,materials and equipment required to install,test and provide operational electrical systems at the Enchanted Bay Lift Station as specified and as shown on the Drawings. B. The work shall include furnishing,installing and testing the equipment and materials detailed in the following specification Sections: Section No Title 16000 - Electrical- General Provisions 16110 - Raceways,Boxes,Fittings and Supports 16120 - Wires and Cables (600 Volt Maximum) 16191 - Miscellaneous Equipment 16230 - Standby Generator Sets 16660 - Grounding System C. The work shall include famishing and installing the following- 1. ollowing1. Electrical service from the Power Company. 2. Telephone service from the Telephone Company. 3. Conduit,wire and field connections for all motors,motor controllers,control devices, control panels and electrical equipment finntshed under other Divisions. 4. Furnish and install light pole bases. 5. Furnish and install standby generator sets. D.All electrical equipment,control panel shall be UL listed. 1.02 RELATED WORK • A. Excavation and backfilling,including gravel or sand bedding for underground electrical work is as specified elsewhere in these Specifications. B. Cast in place concrete work,including concrete encasements for conduit duct banks, Electrical—General Provisions 16000-1 equipment pads,light pole bases and reinforcing steel,is as shown on the Drawings and specified. 1.03 SUBMITTALS A. Submit shop drawings for equipment,materials and other items furnished under Division 16. B. Shop drawings shall be submitted for the following equipment 1. Raceways,Boxes,Fittings and Hangers .. 2. Wires and Cables 3. Miscellaneous Equipment(as specified in Section 16191) 4. Standby Generators + 5. Grounding Hardware and Connections C. Check shop drawings for accuracy and contract requirements prior to submittal. Shop drawings shall be stamped with the date checked and a statement indicating that the shop drawings conform to this Section and the Drawings. This statement shall also list all exceptions to this Section and the Drawings. Shop drawings not so checked and noted shall be returned. D. The Engineer's check shallbe for conformance with the design concept of the project and compliance with this Section and the Drawings. Errors and omissions on approved shop drawings shall not relieve the Contractor from the responsibility of providing materials and workmanship required by this Section and the Drawings. E. All dimensions shall be field verified at the lob site and coordinated with the work of all other trades. F. Operation and Maintenance Data 1. Submit operations and maintenance data for equipment furnished under this Division. The manuals shall be prepared specifically for this installation and shall include catalog data sheets,drawings,equipment lists,descriptions,parts lists, etc,to instruct operating and maintenance personnel unfamiliar with such equipment. AM 2. Manuals shall include the following as a m,nimum: ' a. A comprehensive index. b. A complete "As-Built" set of approved shop drawings. Electrical—General Provisions 16000-2 +"" c. A complete list of the equipment supplied,including serial numbers,ranges and pertinent data. d. A table listing of the "as left" settings for all timing relays and alarm and trip set points. e. System schematic drawings "As-Built",illustrating all components,piping and electric connections of the systems supplied under this Section. Detailed point-to- point wiring diagrams to include terminal block designations and the numbers of individual points for all of the field-wiring conductors provided by the Contractor. The field wiring diagrams shall interface and coordinate with the individual starter and control panel shop drawings. The Contractor's"As-Built"drawings shall include a site plan showing the entire below grade conduit routing,accurately dimensioned from the various structures in the project. The information shall be sufficient to easily determine the location of the underground conduits in the field. f. Detailed service,maintenance and operation instructions for each item supplied. g. Special maintenance requirements particular to this system shall be clearly defined, along with special calibration and test procedures. h. The operating instructions shall also incorporate a functional description of the entire system,with references to the systems schematic drawings and instructions. n. Complete parts list with stock numbers,including spare parts. 1.04 REFERENCE STANDARDS A. Electric equipment,materials and installation shall comply with the National Electrical Code (NEC) and with the latest edition of the following codes and standards: 1. National Electrical Safety Code(NESC) 2. Occupational Safety and Health Administration (OSHA) 3. National Fire Protection Association (NFPA) 4. National Electrical Manufacturers Association (NEMA) 5. American National Standards Institute(ANSI) • 6. Insulated Cable Engineers Association(ILEA) 7. Instrument Sone of America SA Society (ISA) Electrical—General Provisions 16000-3 8. Underwriters Laboratories (UL) 9. Factory Mutual(FM) B. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.05 AREA CLASSIFICATION&ENCLOSURE TYPES A. Unless otherwise specified herein or shown on the Drawings,electrical enclosures,for the area classifications shall have the following NEMA ratings: 1. Unless specified or shown otherwise,NEMA 4X SS shall be furnished and installed for all outdoor locations and enclosures on this project. Indoor locations shall be �. NEMA 1 or NEMA 12 as specified. 2. The lift station wet well and areas out to 3-feet surrounding the wet well vent pipes are classified as an NEC Class 1 Division 1 hazardous area per NFPA 820. Areas around vent pipes from 3-feet out to 5-feet are classified as Class 1 Division 2. The Contractor shall obtain a copy of the latest version of NFPA 820 and become familiar with the requirements of this document as they apply to this project. The Contractor shall include all costs meeting NFPA 820 in the Contract Price. 3. All equipment that is provided for use in the wet well shall be UL listed for the classification specified. The wet well is also a corrosive area and materials resistant to corrosion shall be used through out. The Contractor shall provide intrinsically safe relays, conduit seal-off fittings, and other materials required to satisfy all NFPA requirements. The Contractor shall meet the requirements of the NEC and NFPA and the authonties having jurisdiction in the installation of the equipment and materials for the classification of the areas specified. 1.06 SERVICE AND METERING A. The Contractor shall coordinate installation of the electrical service at each location with the Power Company,and furnish all materials and equipment as required by the Power Company. The Contractor shall obtain Service at 480 Volts,3 Phase,3 Wire,and 60 Hz from a transformer provided by the Power Company. The Contractor shall coordinate with the Power Company prior to bidding to determine the exact requirements for electrical service,and shall include all of those costs in the Bid Price. MW B. The Contractor shall coordinate installation of the telephone service at each location with the Telephone Company,and shall furnish and install all materials as required by the Telephone Company.The Contractor shall coordinate with the Telephone Company prior to bidding to determine the exact requirements for telephone service,and shall include all of those costs in the Bid Price. Electrical—General Provisions 160004 " ' C. Both the electrical feeders and telephone service conductors shall be routed underground from the Utility point of service to the enclosures indicated on the drawings. 1.07 CODES,INSPECTION AND FEES A. Equipment,materials and installation shall comply with the requirements of the local authority having junsdiction. B. Obtain all necessary permits and pay all fees required for permits and inspections. 1.08 TESTS AND SETTINGS A. Test systems and equipment furnished under Division 16 and repair or replace all defective work and equipment. Refer to the individual equipment sections for additional specific testing requirements. B. Make adjustments to the systems and instruct the Owner's personnel in the proper operation of the systems. C. In addition to the specific testing requirements listed in the individual Sections, the following minimum tests and settings shall be performed. 1. Mechanical inspection, testing and settings of circuit breakers, disconnect switches, motor starters, overload relays,control circuits and equipment for proper operation. 2. Check the full load current draw of each motor. Where power factor correction capacitors are provided the capacitor shall be in the circuit at the time of the measurement. Check ampere rating of thermal overloads for motors and submit a " typed record to the Engineer. If incorrect thermal overloads are installed replace it with the correct size overload. 3. Check power and control power fuse ratings. Replace fuses if they are found to be of the incorrect size. 4. Check settings of the motor circuit protectors. Adjust settings to lowest setting that will allow the motor to be started when under load conditions. 5. Check motor nameplates for correct phase and voltage. Check bearings for proper lubrication. 6. Check rotation of motors prior to testing the driven load. Disconnect the'dnven equipment if damage could occur due to wrong rotation. If the motor rotation is incorrect for the driven equipment the Contractor shall correct motor connections to obtain the correct motor rotation at the motor terminal box. �.. 7. Check interlocking, control and instrument wiring for each system and/or part of a s ps Electrical—General Provisions 16000-5 system to prove that the system will function properly as indicated by control schematic and wiring diagrams. 8. Verify all terminations at transformers,equipment,panels and enclosures by producing a 1,2,3 rotation on a phase sequenced motor when connected to "A", "B" and"C" phases. D. Testing shall be scheduled and coordinated with the Owner at least 2 weeks in advance. Provide qualified test personnel,instruments and test equipment. 1.09 INTERPRETATION OF DRAWINGS A. The Drawings are not intended to show exact locations of conduit runs. Coordinate the conduit installation with other trades and the actual supplied equipment B. Install each 3-phase circuit in a separate conduit unless otherwise shown on the Drawings. C. Unless otherwise approved by the Engineer,conduit shown exposed shall be installed exposed,conduit shown concealed shall be installed concealed. D. Where circuits are shown as "home-runs" all necessary fittings and boxes shall be provided for a complete raceway installation. E. Verify the exact locations and mounting heights of lighting fixtures,switches and receptacles prior to installation. F. Except where dimensions are shown,the locations of equipment, fixtures, outlets and similar devices shown on the Drawings are approximate only. Exact locations shall be determined by the Contractor and approved by the Engineer during construction. Obtain information relevant to the placing of electrical work and in case of any interference with other work,proceed as directed by the Engineer and furnish all labor and materials necessary to complete the work in an approved manner. " G. Circuit layouts are not intended to show the number of fittings,or other installation details. Furnish all labor and materials necessary to install and place in satisfactory operation all power,lighting and other electrical systems shown. H. The Contractor at his/her own expense, shall do redesign of electrical or mechanical work, which is required due to the Contractor's use of an alternate item,arrangement of equipment and/or layout other than specified herein. Redesign and detailed plans shall be submitted to the Engineer for approval. No additional compensation will be provided for changes in the work,either his/her own or others,caused by such redesign. 1.10 RECORD DRAWINGS A. As the work progresses,legibly record all field changes on a set of Protect Contract Electrical—General Provisions 16000-6 Drawings,hereinafter called the "Record Drawings". B. Record Drawings shall accurately show the installed condition of the following items: 1. One-line Diagram. 2. Conductor sizes and conduit fills. 3. Panel Schedule. �. 4. Control Wiring Diagrams. I 5. Lighting Fixture Schedule. 6. Underground raceway and routing. 7. Control wiring associated with the standby generator and automatic transfer switch. 8. Control wising associated with the control of the pump station. Wiring diagrams shall be as specified in these Contract Documents. 1.11 EQUIPMENT INTERCONNECTIONS A. Review shop drawings of equipment furnished under other related Divisions and prepare coordinated wiring interconnection diagrams or wiring tables. Submit copies of wiring diagrams or tables with Record Drawings. B. Furnish and install all equipment interconnections. 1.12 MATERIALS AND EQUIPMENT A. Materials and equipment shall be new,except where specifically identified on the Drawings to be re-used. B. Material and equipment of the same type shall be the product of one manufacturer and shall be UL listed,where a UL listing exists for such material or equipment C. Warrant all equipment furnished under Division 16 in accordance with these Contract Documents. Refer to individual equipment sections for additional warranty items. 1.13 EQUIPMENT IDENTIFICATION • A. Identify equipment(disconnect switches,separately mounted motor starters,control stations, etc) furnished under Division 16 with the name of the equipment it serves. Control panels,panel boards,junction or terminal boxes,transfer switches,etc.,shall have nameplate designations as shown on the Drawings. Electrical—General Provisions 16000-7 B. Nameplates shall be engraved,laminated plastic,not less than 1/16-in thick by 3/4-in by 2-1/2-in with 3/16-nn high white letters on a black background. "' C. Nameplates shall be bonded to the enclosure using an epoxy or similar permanent waterproof adhesive and fasted with stainless steel screws. Two-sided foam adhesive tape is not acceptable. Where the equipment size does not have space for mounting a nameplate the nameplate shall be permanently fastened to the adjacent mounting surface. PART 2 PRODUCTS (NOT USED) µ PART 3 EXECUTION 3.01 CUTTING AND PATCHING A. Cutting and patching shall be done in a thoroughly workmanlike manner and be in compliance with modifications and repair to concrete as specified elsewhere in these Specifications. Saw cut the concrete and masonry prior to breaking out sections. B. Core drill holes in concrete floors and walls as required, or provide cast in place sleeves in new work as specified or shown. jW C. Install work at such time as to requite the minimum amount of cutting and patching. D. Do not cut joists,beams,girders,columns or any other structural members. E. Cut opening only large enough to allow easy installation of the condiut. F. Patching to be of the same kind and quality of material as was removed. G. The completed patching work shall restore the surface to its original appearance or better. 3.02 INSTALLATION A. 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. "' B. Electrical equipment shall be protected at all tunes against mechanical injury or damage by water. Electrical equipment shall not be stored outdoors. Electrical equipmerq shall be stored in dry permanent shelters. Do not install electrical equipment in its permanent location until structures are weather-tight. If any apparatus has been subject to possible injury by water,it shall be thoroughly dried out and tested as directed by the Engineer, or shall be replaced at no additional cost at the Engineer's discretion. Aft Electrical—General Provisions 16000-8 MR C. Equipment that has been damaged shall be replaced or repaired by the equipment manufacturer,at the Engineer's discretion. D. Repaint any damage to factory applied paint finish using touch-up paint furnished by the equipment manufacturer. The entire damaged panel or section shall be repainted,at no additional cost to the Owner. E. Continually energize equipment space heaters prior to installation and prior to energization once the equipment has been installed. 3.03 MANUFACTURERS SERVICE A. Provide manufacturer's services for testing and start-up of the following equipment: 1. Automatic Transfer Switch (1/2 days 1 trips minimum) 2. Standby Generator (1 days 1 trips minimum) B. Testing and startup shall not be combined with training. Testing and start-up time shall not be used for manufacturers warranty repairs. C. Each trip for start-up shall consist of 8 working hours per day. Travel time shall not be considered as part of the 8 hours. d D. The Contractor shall provide the cost of testing and start-up for each piece of equipment as a separate cost. If all of the trips are not required for the project, the Owner shall have the option of accepting the value of unused testing and startup in additional spare parts. E. Five (5) separately bound typewritten copies of all test reports and related manufacturer's data shall be submitted to the Engineer.The cost of all testing shall be included in the bid. 3.04 TRAINING A. Provide manufacturer's services for training of plant personnel in operation and maintenance of the equipment furnished under Division 16. 1. Automatic Transfer Switch (1/2 days 1 trips minimum) 2. Standby Generator (1/2 days 1 trips minimum) B. The Contractor shall provide the cost of training for each piece of equipment as a separate cost. If all of the trips are not required for the project,the Owner shall have thA option of accepting the value of unused training in additional spare parts. C. The cost of trai=g programs to be conducted with Owner's personnel shall be included in the Contract Price. The training and instruction,insofar as practicable,shall be directly - related to the system being supplied. "" Electrical—General Provisions 16000-9 D. Provide detailed O&M manuals to supplement the training courses. The manuals shall include specific details of equipment supplied and operations specific to the project E. The Contractor shall provide the Owner,the qualified factory trained personnel to perform the training.The trainer's qualifications must be sent with the proposed training schedule subject to the Owner's acceptance of the trainer. If the Owner determines that the proposed trainer is not qualified,the Contractor shall submit substitute trainers with the respective qualifications for the Owner's acceptance. 3.05 TESTING A. Test systems and equipment furnished under Division 16 and repair or replace all defective work.Make adjustments to the systems and instruct the Owner's personnel in the proper operation of the systems. B. Make the test and checks prior to energizing electrical equipment per 1.08 Test and Settings. C. Motors 1. At the time of motor receipt,each motor shall be visually inspected for any physical damage,and tested per the test form included herein. 2. All voltage motors shall be provided with adequate heating during storage. 3. Before energizing for machine,visually inspect for serviceability. Check manufacturer's instruction manual for correct lubrication and ventilation. Verify that proper alignment has been performed. Check nameplate for electrical power requirements. 4. Test run all motor preferably uncoupled or unloaded, before placing into regular service. A check on the motor for rotation,speed,current and temperature rise to be made and results recorded. The proper color cocking for phase identification shall be maintained. This may require lead swaps at the motor for proper rotation. A motor phase rotation meter should be used prior to connection at motor to prevent late swaps. END OF SECTION Electrical—General Provisions 16000-10 SECTION 16110 RACEWAYS,BOXES,FITTINGS AND SUPPORTS PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish and install complete raceway systems as shown on the Drawings and as specified herein. 1.02 RELATED WORK A. Section 16120:Wires and Cables (600-Volt maximum) 1.03 SUBMITTALS A. Submit to the Engineer,the manufacturers' names and product designation or catalog numbers of all materials specified. PART 2 PRODUCTS 2.01 MATERIALS A. PVC Coated Rigid Steel Conduit 1. PVC coated rigid steel conduit shall have a minimum 0.040-in thick,polyvinyl chloride coating permanently bonded to hot-dipped galvanized steel condmt and an internal chemically cured urethane or enamel coating. The ends of all couplings, fittings, etc, shall have a minimum of one pipe diameter in length of PVC overlap. PVC conduit and fittings shall be manufactured by Robroy Industnes;or equal. B. Rigid Nonmetallic Conduit 1. PVC conduit shall be ngid polyvinyl chloride schedule 40 as manufactured by Carlon, An Indian Head Co.;Kraloy Products Co.,Inc.;Highland Plastics Inc. or equal. Thinwall condLut designated for encased bunal,as (Type EB),is not acceptable in any apphcatton. C. Liquidtight Flexible Metal Conduit,Couplings and Fittings 1. Liquidtight flexible metal conduit shall be Sealtite,Type UA,manufactured by the Anaconda Metal Hose Div.;Anaconda American Brass Co.;American Flexible Conduit Co., Inc.;Universal Metal Hose Co.or equal. 2. Fittings used with hquidtight flexible metal conduit shall be aluminum and of the screw-in type as manufactured by the Thomas&Betts Co. Provide as manufactured Raceways,Boxes,Fittings and Supports 16110-1 by the Crouse-Hinds Co.;Appleton Electric Co.;Killark Electric Manufacturing Co. or e9U2L D. Flexible Couplings 1. Flexible couplings shall be type ECGJH as manufactured by the Crouse-Hinds Co.; Appleton Electric Co.;Killark Electric Manufacturing Co.or equal. E. Boxes and Fittings 1. All switch and outlet boxes shall be cast iron or cast aluminum. 2. NEMA 4X terminal boxes,junction boxes,pull boxes and enclosures for equipment, meters and circuit breakers shall be sheet 304 stainless steel with lockable-hinged doors �. unless otherwise shown on the Drawings. Boxes shall have continuously welded seams and mounting feet Welds shall be ground smooth. Boxes shall be flanged. Conduit entry shall be made using Myers Hubs and shall not have holes or knockouts. Box bodies shall not be less than 14-gauge metal and covers shall not be less than 12- gauge metal. Covers shall be hinged,provided with closed-cell neoprene gaskets, and fastened with quick-release "luggage type" stainless steel clamps. Terminal boxes shall be famished with terminal mounting straps and brackets. Terminal blocks shall be tinned strap-screw NEMA type with stainless steel screws and mounting hardware,not less than 20 Amps,600 Volt Boxes shall be as manufactured by Hoffman pow Engineering Co.;B—Line Co.;Keystone/Rees,Inc. or equal. 3. All fittings used with PVC coated conduit shall be furnished with PVC coating bonded jft to the metal, the same thickness as used on the coated steel conduit. The ends of couplings and fittings shall have a minimum of one pipe diameter PVC overlap to cover threads and provide a seal. The fittings shall be coated by the same manufacturer and with the same coating system used by that manufacturer on the conduit provided. 4. Cast or malleable iron device boxes shall be Type FD. All cast or malleable iron boxes and fittings shall have cadmium-zinc finish with cast covers and stainless steel screws as manufactured by the Crouse-Hinds Co. or equal. Cad-plated screws are not acceptable. 5. Cast aluminum device boxes shall be Type FD. All cast aluminum boxes and fittings shall be copper-free aluminum with cast aluminum covers and stainless steel screws as manufactured by the Killark Electric Co.;Crouse-Hinds Co.;L. E. Mason Co. or equal Cad-plated screws are not acceptable. 6. Steel elbows and couplings shall be hot-dipped galvanized. Elbows and couplings used with PVC coated conduit shall be furnished with PVC coating bonded to the steel, the same thickness as used on the coated steel conduit The fittings shall be coated by the same manufacturer and with the same coating system used by that dW, Raceways,Boxes,Fittuip and Supports 16110-2 manufacturer on the conduit provided. 7. Conduit hubs shall be as manufactured by Myers Electric Products, Inc. or equal. Where the conduit connecting to the hubs is a PVC-coated conduit,then the conduit hubs shall also be PVC coated.The hubs shall be coated by the same manufacturer and with the same coating system used by that manufacturer on the conduit provided. 8. Conduit wall seals for new concrete wails below grade shall be O.Z./Gedney Co., Type WSK;Spring City Electrical Manufacturing Co.,Type WDP or equal. ' 9. Conduit wall seals for cored holes shall be Type CSML as manufactured by the O.Z./Gedney Co. or equal. 10. Conduit wall and floor seals for sleeved openings shall be Type CSMI as manufactured by the O.Z./Gedney Co. or equal. 11. Combination expansion-deflection fittings embedded in concrete shall be Type XD as manufactured by the Crouse-Hinds Co.;O.Z./Gedney Co.;Spring City Electrical Mfg. Co. or equal. 12. Combination expansion-deflection fittings installed exposed shall be Type XJ as ++ manufactured by Crouse-Hinds Co.;O.Z. Gedney Co.;Sprung City Electrical Mfg. Co. or equal.Where the conduit connecting to the expansion-deflection fittings is a PVC- coated conduit,then the expansion-deflection fittings shall also be PVC coated. The expansion-deflection fittings shall be coated by the same manufacturer and with the same coating system used by that manufacturer on the conduit provided. 13. Explosion proof fittings shall be aluminum as manufactured by the Crouse-Hinds Co.; Appleton Electric Co.;O.Z./Gedney Co. or equal.Where the conduit connecting to the explosion proof fittings is a PVC-coated conduit,then explosion proof fittings shall also be PVC coated.The explosion proof fittings shall be coated by the same manufacturer and with the same coating system used by that manufacturer on the conduit provided 14. Conduit sealing bushings shall not be used. 15. Wire mesh cable grip used to support cables shall be stainless steel. 16. Fittings used with Sealtight conduit in a PVC-coated conduit system shall be steel or aluminum PVC-coated by the same manufacturer as the PVC-coated conchut. Where seadight fittings are used in a non-coated conduit system they non-coated sealtight fittings shall be aluminum. F. Equipment Mounting Racks "" Raceways,Boxes,Frthngs and Supports 16110-3 1. Provide slotted stainless steel channel configured in a double channel arrangement similar to Unistrut P2000. All assembly,anchoring and mounting hardware shall be 316 stainless steel PART 3 EXECUTION 3.01 RACEWAY APPLICATIONS A. Unless exact locations are shown on the Drawings,the Contractor shall coordinate the placement of conduit and related components with other trades and existing installations. B. Several types of conduit and fittings have been specified above that may or may not be permitted for this project For this project the types of conduit that shall be used are limited to the table below. The conduit type installed with respect to the location shall only be as follows: Conduit Type Location , LPVC Coated Rigid Galvanized Steel Exposed outdoor areas,hazardous areas, all embedded conduit bends,and all conduit stub-ups to a minimum of 6" above finished floor or grade. 2.Liquidtight Flexible Metal Raceway connection to motors or vibrating equipment. Liquid tight conduit shall be limited in length to no longer than a rigid conduit factory long sweep elbow. Underground encased in red dyed 3.Rigid Non-metallic,Schedule 40 reinforced concrete. C. All conduit and conduit fittings of a given type shall be the product of one manufacturer. 3.02 BOX APPLICATIONS A. Unless otherwise hereinafter specified or shown on the Drawings,all sheet steel boxes and enclosures located outdoors shall be NEMA 4X rated fabricated from 304 stainless steel ., B. Exposed switch,receptacle and lighting outlet boxes and condulet fittings shall be PVC- coated cast or malleable iron or aluminum. C. Terminal boxes,junction boxes and pull boxes located outdoors shall be NEMA 4X,304 stainless steel D. Enclosures located inside the electrical building shall be painted steel NEMA 1 or NEMA Raceways,Boxes,Fittings and Supports 161104 12 rated as specified. 3.03 FITTINGS APPLICATIONS A. Combination expansion-deflection fittings shall be used where conduits cross structure expansion joints. Refer to Structural Drawings for expansion joint locations. Provide bonding�impers around fittings. B. Conduit wall seals shall be used where underground conduits penetrate walls. C. Conduit sealing bushings shall be used to seal conduit ends exposed to the weather. 4� D. Expansion fitting on all exposed conduit risers. 3.04 INSTALLATION A. Conduit smaller than'/.-in electrical trade size shall not be used. No conduit run shall have more than the equivalent of three 90-degree bends in any one run. Pull boxes shall be provided as required or directed. B. No wire shall be pulled until the conduit system is complete in all details;in the case of concealed work,until all rough plastering or masonry has been completed;in the case of exposed work,until the conduit system has been completed in every detaiL C. The ends of all conduits shall be tightly plugged to exclude dust and moisture during construction. Provide standard conduit plugs or caps manufactured for that purpose. Tape shall not be used to plug any conduit even on a temporary basis. D. Conduit supports,other than for underground raceways, shall be spaced at intervals of 5-ft or less as required by the NEC,to obtain rigid construction. E. Single conduits shall be supported by means of PVC-coated one-hole pipe clamps in combination with one-screw back plates, to raise conduits from the surface. Surface mounted panel boxes,junction boxes,conduit,etc, shall be supported by stainless steel PP spacers to provide a minimum of 1/2-in clearance between wall and equipment. F. All conduits on exposed work shall be run at right angles to and parallel with the surrounding wall and shall conform to the form of the ceiling. No diagonal runs will be allowed. Bends in parallel conduit runs shall be concentric. All conduit shall be run perfectly straight and true. G. All conduit terminating in and enclosure shall be terminated with PVC-coated Myers type conduit hubs. Sealing type lock nuts are not permitted. H. All conduits shall be installed using threaded fittings. I. Liqundtight flexible metal conduit shall be used for all motor terminations, the primary and Raceways,Boxes,Fittings and Supports 16110-5 secondary of transformers,generator terminations and other equipment where vibration is present. All liquid tight fittings shall be PVC-coated. J. Flexible couplings shall be used in hazardous locations for all motor terminations and other equipment where vibration is present. Flexible couplings shall be PVC-coated. K. Where conduits pass through openings in walls or floor slabs,the remaining openings shall be sealed against the passage of flame and smoke. L. Conduit ends exposed to the weather shall be sealed with conduit sealing bushings. M. Emergency generator source and normal power company source feeders shall not run through the same pull box. N. PVC boxes,conduit fittings,etc,with integral hubs shall be solvent welded directly to the ' PVC conduit system. PVC raceway systems and enclosures are not acceptable for any u above ground use. O. Conduits noted as spare shall be capped or plugged at both ends with easily removable fittings. Tape is not acceptable for conduit plugs. P. 3/16-in polypropylene pull lines shall be installed in all new conduits noted as spares or designated for future equipment. Q. All conduit which may under any circumstance contain liquids such as water, condensation, liquid chemicals,etc,shall be arranged to drain away from the equipment served. If conduit drainage is not possible, conduit seals shall be used to plug the conduits. R. Junction boxes,pull boxes or terminal cabinets shall be sized in accordance with the requirements of NEC Article 370. Enclosure dimensions shown on the drawings are mim um dimensions to provide approximate equipment layouts. The Contractor shall always meet the NEC for all enclosures provided,and shall provide larger enclosures where A, the NEC requirements so dictate. S. Miscellaneous steel for the support of fixtures,boxes,transformers,starters,contactors, panels and conduit shall be furnished and installed. All support steel shall be 304 stainless, and all support hardware and anchors shall be 316 stainless steel. T. Stainless steel channels, flat iron and channel iron shall be furnished and installed for the support of all electrical equipment and devices,where required,including all anchors, inserts,bolts,nuts,washers,etc, for a rigid installation. , U. The use of running threads is prohibited. Where such threads are necessary, a3-piece union shall be used. M, V. All exposed conduit threads shall be coated with a rust preventative. Raceways,Boxes,Fittings and Supports 16110-6 W. PVC-coated rigid steel conduits shall be installed using tools designed for that purpose. Use only the strap wrench of the type recommended by the PVC coating manufacturer. No pliers with teeth shall be used. Use the jaws provided by the manufacturer for threading operations. Homemade jaws shall not be used,and if used that conduit will not be acceptable for use. The manufacturers'-provided clamping jaws will leave areas where the coating has been penetrated to the steel,but no area of coating has been disturbed beyond that. Areas with slight damage to the coating shall be repaired to the same thickness with liquid PVC repair coating. Spray-on repair systems are unacceptable. Conduits damaged more than that made by the manufacturer's jaws will be unacceptable for use. The Engineer shall determine what conduits are acceptable and which are not Damaged conduits that are installed shall be removed and replaced at no additional cost to the Owner,even if conductors have been installed and terminated before the damaged areas are discovered. END OF SECTION Raceways,Boxes,Fittings and Supports 16110-7 SECTION 16120 WIRES AND CABLES (600 VOLT MAXIMUM) PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish,install and test all wire,cable and appurtenances as shown on the Drawings and as specified herein. 1.02 RELATED WORK A. Section 16110:Raceways,Boxes,Fittings and Supports 1.03 SUBMITTALS A. Submit samples of proposed wire for approval,when requested. Each sample shall have the size,type of insulation and voltage stenciled on the jacket. B. Approved samples will be sent to the project location for comparison by the Resident Engineer with the wire actually installed. C. Installed unapproved wire shall be removed and replaced at no additional cost to the Owner. 1.04 DELIVERY,STORAGE AND HANDLING A. Carefully handle all conductors to avoid kinks and damage to insulation. PART 2 PRODUCTS 2.01 GENERAL A. Wires and cables shall be of annealed,98 percent conductivity,soft drawn copper. B. All conductors shall be stranded. C. All conductors shall be tinned. D. Except for control,signal and instrumentation circuits,wire smaller than No. 12 AWG shall not be used. Wires and Cables 16120-1 2.02 BUILDING WIRE A. Wire for lighting,receptacles and other circuits not exceeding 150 volts to ground shall be NEC type THHN/THWN as manufactured by the Okonite Co.;Carol Cable Co. Inc. West;Pirelli Cable Corp. or equal. B. Wire for circuits over 150 volts to ground shall be NEC type THHN/THWN for sizes #6 AWG and smaller and shall be NEC type XHHW for sizes #4 and larger as manufactured by the Okonite Co.,Carol Cable Co. Inc.West,Pirelli Cable Corp. or .,. equal 2.03 CONTROL,STATUS AND ALARM WIRE A. Wire shall be No.14 AWG NEC type THHN/THWN, stranded as manufactured by the Okonite Co.;Carol Cable Co.Inc.West;Pirelli Cable Corp.or equal 2.04 TERMINATION A. Termination connectors shall be of the locking fork-end(upturned leg ends)type as manufactured by Ideal Industries;3M Co.;Panduit Corp. or equal. B. Splices shall not be allowed in any process equipment control or power wiring. C. Wire nuts are permitted for fighting and receptacle branch circuits only. 2.05 CONDUCTOR AND CABLE TAGS A. Tags relying on adhesives or taped-on markers are not acceptable. B. Wire tags shall be heat shrink type "Brady" or approved equal with the tag numbers " typed with an indelible marking process. Character size shall be a minimum of 18/" in height Hand written tags shall not be acceptable. C. Cable tags shall be engraved plastic (phenolic)with an approved color coded background (see below) and white characters of a minimum character size 3/16" in height Cable tags (background color) shall be color coded as follows.Attach these tags to cables with nylon tie cord. Cable Type Tag Color 600 V and less Power&Control Orange Instrumentation Cable Black MW Data Communications Cable Blue D. Tagging shall be done in accordance with the execution portion of these Specifications. 2.06 WIRE COLOR CODE Wines and Cables 16120-2 r A. All wire shall be color-coded or coded using electrical tape in sizes where colored insulation is not available. Where tape is used as the identification system,it shall be applied in all junction boxes,manholes and other accessible intermediate locations as well as at each termination. B. The following coding shall be used: tem Wire Color 240/120 Volts Neutral White 1-Phase,3-Wire Line 1 Red Line 2 Black 480Y/277 Volts Neutral Gray/White with one or more 3-Phase,4-Wnre colored stripes Phase A Brown Phase B Orange Phase C Yellow PART 3 EXECUTION 3.01 GENERAL A. Do not exceed cable manufacturer's recommendations for maximum pulling tensions and minimum bending radii Where pulling compound issued,use only UL listed compound compatible with the cable outer jacket and with the raceway involved. B. Tighten all screws and tertninal bolts using torque type wrenches and/or drivers 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 all conductors entering from each conduit with nylon,self-locking,releasable,cable ties placed at e, intervals not exceeding 4 inches on centers. 3.02 CONDUCTOR 600 VOLTS AND BELOW A. Provide conductor sizes indicated on Drawings. B. Provide crimp-type connectors to terminate all stranded conductors. C. Soldered mechanical joints insulated with tape will not be acceptable. D. Provide terminals and connectors acceptable for the type of material used. Wires and Cables 16120-3 E. Arrange wiring in cabinets,and panels,and neatly cut to proper length,remove surplus wire,and bridle and secure in an acceptable manner. Identify all circuits entering the control cabinets in accordance with the conductor identification system specified herein. F. Control and instrumentation wiring shall be terminated with methods consistent with terminals provided,and in accordance with terminal manufacturer's instructions. Where terminals provided will accept such lugs, terminate all control and instrumentation wiring with insulated,locking-fork compression lugs,Thomas& Betts Sta-Kon,or equal. Where the terminal block manufacturers cannot provide terminals that accept forked spade lug terminals,but can accept crimp-on ferules, then the Contractor shall provide crimp-on ferrules. G. 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. Uses of pliers type crimp tools are not acceptable. H. Cap spare conductors and conductors not terminated with the UL listed shrink-on end caps. I. Where conductors pass through holes or over edges in sheet metal,remove all burrs, chamfer all edges, and install bushings and protective strips of insulating material to protect the conductors. J. For conductors that will be connected by others,provide at least 6 feet spare conductors in freestanding panels and at least 2 feet spare in other assemblies. Provide additional conductor length in any particular assembly where it is obvious that more conductor length will be needed to reach the termination point. K. Wire nuts are permitted in branch lighting and receptacle circuits only. 3.03 FIELD TESTS A. Conductors Under 600 Volts 1. Perform insulation resistance testing of all 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 5 mega-ohm Lower values shall be acceptable only by the Engineer and/or Owner's specific written approval. a 4. Disconnect equipment that might be damaged by this test. Perform tests with all other equipment connected to the circuit. END OF SECTION ■ Wires and Cables 16120-4 SECTION 16191 MISCELLANEOUS EQUIPMENT PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish and install all miscellaneous egwpment as shown on the Drawings and as specified herein. 1.02 EQUIPMENT LIST A. This Section provides the requirements for miscellaneous equipment typically employed in a facility,however,not all components specified in this Section are necessarily utilized on this project. 1.03 SUBMITTALS A. Submit to the Engineer,detailed catalog information or drawings describing electrical and physical characteristics of all equipment specified. 1.04 REFERENCE STANDARDS A. Equipment enclosures shall have NEMA ratings suitable for the location m which they are installed, as specified in Section 16000. PART 2 PRODUCTS 2.01 COMPONENTS A. Main and Branch Circuit Feeder Breakers (Non-motor loads) 1. Molded case circuit breakers:Thermal-magnetic trip type, 600 Volt,2 or 3 Pole as required,labeled in accordance with UL 489. Circuit breakers shall be fully rated to meet the specified equipment short circuit rating. C. Instrumentation and Metering 1. Elapsed time hour meters: Five digit,non-reset type,with 120 Volt synchronous motor,Cramer Model 635K, or approved equal. D. Combination Magnetic Motor Starters I. Motor starters shall be a combination motor circuit protector and contractor,2 or 3 Pole, single 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 Miscellaneous Equipment 16191-1 required for the horsepower 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 required. Combination motor starters shall be fully rated for 42,000 Amps RMS symmetrical. 2. 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. 3. Overload relays shall be adjustable,ambient compensated and manually reset. 4. Furnish built-in control stations and indicating lights where shown on the Drawings. 5. The Contractor shall obtain the leak detection and over temperature detection relay from the pump manufacturer or supplier and ship it to the factory for factory installation. Field installation of the relay is not acceptable. 6. Combination magnetic motor starters shall be as manufactured by General Electric, Square D Co. or equal. D. Relays and Timers 1. Control relays: 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,operating temperature minus 10 to plus 55 degrees C. Relays shall be Potter& Brumfield,KRP Series or equal with neon coil indicator light. 2 Tune delay relays shall be 300 volt, solid-state type,with rotary switch to select the timing range. Timers shall be Square D Type JCK70,or approved equal. 3. Phase failure relays shall protect each motor against phase loss,phase balance,phase reversal,high voltage,low voltage and rapid cycling.Relay shall be SymCom Motor Saver Model 250A. E. Pilot Devices 1. Control operators: Heavy duty, full size (30mm), oil-tight,with NEMA A600 contact rating. Provide types and quantities as shown on the Drawings. For pilor devices installed in NEMA 1 enclosures,provide NEMA 13 oil tight rated devices, Square D Type K or equal. For pilot devices installed in NEMA 4X enclosures provide NEMA 4X rated devices Square D Type SK or equal. 2. Indicator lights: Full size, oil-tight,LED type,30 mm,with push-to-test feature. OR Miscellaneous Equipment 16191-2 , Provide colors and quantities as shown on the Drawings. For indicator lights installed in NEMA 1 enclosures,provide NEMA 13 oil tight rated devices,Square D Type K or equal. For indicator lights installed in NEMA 4X enclosures provide NEMA 4X rated devices Square D Type SK or equal. F. Miscellaneous Units 1. Surge protection: 600 Volt,3 Phase lighting arrestor and surge capacitor,General Electric "Tranquell" Series or equal. G. Wireway 1. For wireway installed outdoors provide 304 stainless steel with gasketed covers and stainless steel quick release luggage type latches. For wireway installed indoors, provide NEMA 1,hinged painted steel with screw covers. 2. NEMA 4X wireway shall be Bulletin F-22 as manufactured by the Hoffman Engineering Co. or equal. H. 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. I. Terminal Blocks 1. Terminal blocks shall be 600 Volt,channel mounted, strap screw type with tinned straps and stainless screws. 2. Ternnnnal blocks shall be Bulletin 1492 as manufactured by the Allen-Bradley Co. or equal. J. Corrosion Inhibitors 1. All equipment enclosures,terminal boxes,etc,located in a NEMA 4X rated area that contains electrical or electronic equipment or terminal steps shall be furnished with an internally mounted, chemically treated corrosion inhibitor pad. 2. The corrosion inhibitor pads shall be as manufactured by Hoffinan Engineering Co.; 3M or equal. K. Equipment Mounting Stands 1. Equipment mounting stands shall be custom fabricated from stainless steel channel,as shown on the drawings. All mounting hardware including anchors,bolts,nuts, washers shall be stainless steel. Miscellaneous Equipment 16191-3 L. Automatic Transfer Switches (480 Volt Applications) 1. Each automatic transfer switch shall be designed for an emergency and normal source of 480 Volt,3 Phase, 3 Wire,and 60 Hz. Current ratings shall be as shown on the Drawings. Switch shall be listed under UL 1008. 2. The"switch shall initiate transfer of the load to the emergency source when any phase of the normal source drops below 90 percent of normal voltage. The switch shall transfer automatically to the normal source when power is returned. 3. The transfer switch shall be adequately constructed to carry full rated current on a continuous 24 hour basis in all approved enclosures and shall not show excessive heating or be subject to de-rating. The transfer switch shall be capable of withstanding all available system fault currents without patting of or damage to contacts during the .. fault clearing time of the system over-current device. 4. The transfer switch shall be electrically operated and mechanically held. The electrical operator shall be a momentarily energized, single-solenoid mechanism. Main operators shall include over-current disconnect devices,linear motors or gears shall not be acceptable.The switch shall be mechanically interlocked to ensure only two possible positions,normal or emergency. 5. The switch shall be positively locked and unaffected by momentary outages,so that contact pressure is maintained at a constant value and contact temperature rise is minimi ed for maximum reliability and operating life. 6. All main contacts shall be silver composition. Switches rated 600 amperes and above shall have segmented,blow-on construction for high withstand and close-on capability and be protected by separate arcing contacts. 7. Inspection of all contacts shall be possible from the front of the switch without disassembly of operating linkages and without disconnection of power conductors. Switches rated 600 amps and higher shall have front removable and replaceable contacts.All stationary and moveable contacts shall be replaceable without removing power conductors and/or bus bars. 8. Designs utilizing components of molded-case circuit breakers,contactors,or parts thereof,which are not intended for continuous duty,repetitive switching or transfers between two active power sources are not acceptable. 9. The controller's sensing and logic shall be provided by a single built-in microprocessor for maximum reliability,mit Unum maintenance,and the ability to communicate sem&y through an optional serial communication module. 10. All customer connections shall be wired to a common terminal block to simplify field- m wrong connections. 11. The ATS shall be housed in a NEMA 12 painted steel enclosure and shall have a dead front. 12. All standard and optional door-mounted switches and pilot lights shall be industrial m Miscellaneous Equipment 16191-4 grade type or equivalent for easy vieg&replacement. lip 13. A four line,20 character LCD display and keypad shall be an integral part of the controller for viewing all available data and setting desired operational parameters. Operational parameters shall also be available for viewing and limited control through the serial communications input port. The following parameters shall only be adjustable via DIP switches on the controller: - a. Nominal line voltage and frequency b. Single or three phase sensing C. Operating parameter protection d. Transfer operating mode configuration (Open transition,Closed transition,or Delayed transition) 14. Voltage and frequency on both the normal and emergency sources (as noted below) shall be continuously monitored,with the following pickup, dropout,and tap setting capabilities values shown as %of nominal unless otherwise specified: Parameter Sources Dropout /Tti12 Ptckup /Reset Under voltage N&E,3(p 70 to 98% 85 to 100% Over voltage N&E,3cp 102 to 115% 2%below tap Under frequency N&E 85 to 98% 90 to 100% Over frequency N&E 102 to 110% 2%below tap Voltage unbalance N&E 5 to 20% 1%below dropout 15. An adjustable time delay of 0 to 6 seconds shall be provided to override momentary normal source outages and delay all transfer and engine starting signals. Capability shall be provided to extend this time delay to 60 minutes by providing an external 24 VDC power supply. 16. A time delay shall be provided on transfer to emergency,adjustable from 0 to 60 minutes, for controlled tuning of transfer of loads to emergency. 17. Two time delay modes (which are independently adjustable) shall be provided on re- transfer to normal One time delay shall be for actual normal power failures and the other for the test mode function. The time delays shall be adjustable from 0 to 60 minutes. Time delay shall be automatically bypassed if the emergency source fails and the normal source is acceptable. 18. A time delay shall be provided on shut down of engine generator for cool down, adjustable from 0 to 60 minutes. 19. A three position momentary-type test switch shall be provided for the test/ automatic /reset modes. The test position will simulate a normal source failure. The reset position shall bypass the time delays on either transfer to emergency or retransfer to normal Provide the automatic switch contact for remote monitoring. 20. A set of DPDT gold-flashed contacts rated 10 amps, 32 VDC shall be provided for a low-voltage engine start signal The start signal shall prevent dry cranking of the engine by requiring the generator set to reach proper output, and run for the duration of the cool down setting,regardless of whether the normal source restores before the Miscellaneous Egwpment 16191-5 load is transferred. 21. Auxiliary contacts,rated 10 amps,250 VAC shall be provided consisting of one contact,closed when the ATS is connected to the normal source and one contact closed,when the ATS is connected to the emergency source. These contacts shall be wired to the Auto Dialer for remote monitoring. 22. 30 mm LED indicating lights shall be provided;one to indicate when the ATS is connected to the normal source (green) and one to indicate when the ATS is connected to the emergency source (red). 23. 30 mm LED indicating lights shall be provided and energized by controller outputs. The lights shall provide true source availability of the normal and emergency sources, as determined by the voltage sensing trip and reset settings for each source. 24. Provide the ability to select"commit/no commit to transfer" to determine whether the load should be transferred to the emergency generator if the normal source restores before the generator is ready to accept the load. 25. An In-phase monitor shall be provided in the controller. The monitor shall control transfer so that motor load inrush currents do not exceed normal starting currents,and - shall not require external control of power sources. 26. Engine Exerciser-The controller shall provide an internal engine exerciser.The engine exerciser shall allow the user to program up to seven different exercise routines. For each routine, the user shall be able to: a. Enable or disable the routine. b. Enable or disable transfer of the load during routine. C. Set the start time, . -time of slay - day of week -week of month (1st,2nd,3rd,4th, alternate or every) d. Set the duration of the run. At the end of the specified duration the switch shall transfer the load back to normal (if this feature is enabled) and run the generator for the specified cool down period. A 10--year life battery that supplies power to the real time clock in the event of a power loss will maintain all time and date information. L 27. System Status-The controller LCD display shall include a"System Status" screen, which shall be readily accessible from any point in the menu. This screen shall display a clear description of the active operating sequence and switch position. , 28. Self-Diagnostics-The controller shall contain a diagnostic screen for the purpose of detecting system errors. This screen shall provide information on the status input signals to the controller which may be preventing load transfer commands from being completed ar 29. Data Logging—The controller shall have the ability to log data and to maintain the last Miscellaneous Equipment 16191-6 99 events,even in the event of total power loss. The following events shall be time and date stamped and maintained in a non-volatile memory: a. Event Logging 1. Data and time and reason for transfer normal to emergency. 2. Data and time and reason for transfer emergency to normal 3.Data and time and reason for engine start. 4. Data and time engine stopped. 5. Data and time emergency source available. 6. Data and time emergency source not available. b. Statistical Data 1.Total number of transfers. 2.Total number of transfers due to source failure. 3.Total number of days controller is energized. 4.Total number of hours both normal and emergency sources are available. 30. The An shall be rated to close on and withstand the available RMS symmetrical short circuit current at the An terminals with the type of overcurrent protection shown on the plans. 31. The ATS shall be UL listed in accordance with UL 1008 and be labeled in accordance with that standard's 11/z and 3 cycle,long-time ratings. Automatic transfer switches that are not tested and labeled with V/2and 3 cycle (any breaker)ratings and have series,or specific breaker ratings only,are not acceptable. 32. The complete An shall be factory tested to ensure proper operation of the individual components and correct overall sequence of operation and to ensure that the operating transfer time,voltage, frequency and time delay settings are in compliance with the specification requirements. 33. Automatic Transfer Switch shall be ASCO,Russelectnc,or approved equal. M. Lift Station Control Panels 1. The Lift station Control Panel shall be provided. The panel shall be fabricated in a UL certified panel shop. Separately mounted starters,power distribution panels,and other equipment is shown on the Drawings. The Contractor shall provide the equipment specified, and shall install the control panel and as shown on the Drawings. The Contractor shall make all connections thereto. 2. Control Panel:-The control panel shall be shall be factory wired and tested prior to shipment The control panel shall include but not limited to the following. a. 115 volt control power and surge protection. b. Weatherproof convenient service receptacle. t C. High-level alarm light shall be a weatherproof,vapor tight,red globe,100 watt. Miscellaneous Equipment 16191-7 d. Leak detection relays. e. Space heater with thermostat f. Autodialer(Microtel 1000 EX or equivalent)with software. g. ` Miltronics HydroRanger Ultrasonic level control unit with EchoMax XPS-15 ultrasonic transducer. Provide the manufacturer's keypad. h. lntrnnsically safe relays. 3. Miltronics HydroRanger Plus with programmer and hernnatically sealed EchoMax XPS-15 transducer. Provide sufficient cable (See Drawings) to connect the transducer to the HydroRanger in the Pump Control Enclosure. Provide a connector to install in the terminal box to allow for disconnection of the transducer without removing the entire run of cable back to the HydroRanger. Provide optional submergence shield to allow the unit to detect the difference between A submergence and high level. 4. Enclosures:Control panels installed outdoors shall conform to NEMA 4X standards and be constructed of 304 stainless steel. NEMA 4X enclosures shall be lockable and shall have quick-release luggage type latches. NEMA 12 enclosures shall have three point latches and shall be lockable. Back-panels for mounting components shall be aluminum. Panels shall be completely dead-front and shall have no equipment,pilot lights,push buttons,or other devices installed in the exterior door. All such components required to be panel mounted shall be installed on an internally mounted,hinged, swing-out aluminum subpanel. The subpanel shall have captive screw-fastened latches, shall be capable of being opened a full 90 degrees and shall be grounded. Exterior doors shall be gasketed,padlockable and equipped with luggage type latches (NEMA 4X) or lockable 3-point latches (NEMA 12). 5. Circuit Breakers: Control and accessory circuits 240 volt and less shall be provided with molded case circuit breakers for short circuit protection and switching. 6. Alarm Light:Alarm light shall be a flashing strobe unit,NEMA 12 rated,with red fresnel globe,for use on a 120 Volts,60 Hz power supply,and shall be Benjamin, Federal Signal;Edwards Co. or equal. 7. Legends and Nameplates:Legend plates indicating the operating firnction of pilot devices (HOA,RUN,RESET,etc) shall be aluminum with black background and white lettering. Nameplates indicating the controlled device shall be black laminated plastic 1/2 inch wide with 1/4 inch white engraved lettering. Nameplates identifying the control panel and mounted on the exterior door shall be black laminated plastic 1 inch wide with 3/8 inch white lettering. Legends shall be mechanically attached with the pilot device. Nameplates shall be attached with stainless steel screws or epoxy. Miscellaneous Equipment 16191-8 8. Level Control System:The level control system shall use a Miltonics HydroRanger ultrasonic level control to control the level in the wet well,and provide automatic alteration of all pumps. Should the flow exceed the capacity of one pump and the liquid level continues to rise,the system shall start the additional pumps. A high water alarm light shall also be triggered at the level shown in the drawings. Alarm light shall be furnished with manual reset. Levels shall be set as indicated in these specifications and shown on the plans. A 4-20 ma. signal shall display the wet well liquid level on the control panel dead-front,and provide an input to the Autodialer for remote monitoring. The pumps shall be capable of remote manual starting through the dialer.The ultrasonic sensor for each wet well shall be supported with the manufacturer's standard 316 stainless steel mounting bracket with integral cleaning device and supplied hardware. 9. Control panels shall be completely factory assembled and prewired. The pump supplier shall thoroughly test the control panel and level control system for proper " operating sequence under all conditions before shipment of the panel to the job site. Control wiring shall be tinned stranded copper,#14 AWG minimum size. Power wiring shall be tinned stranded copper, #12 AWG minimum. All wiring insulation shall be type MTW. Incoming power terminals shall be lug type rated 600 volts minimum. Separate bare tinned copper ground lugs shall be provided for incoming and pump ground wire. Tinned strap-screw type terminal strips with stainless steel screws,shall be provided and suitably identified for termination of field wired control circuits. Control terminal blocks shall be rated 300 volts minimum and shall provide four spare,unidentified terminals. External control wiring to ;nations shall be made using vinyl-insulated,crimp type connectors,with spade type lugs. Internal Control wiring shall be labeled at each end with a preprinted, tube-type or heat- shrink type wire marker,or shall be color-coded. Wiring diagrams showing control wire numbers,or color coding and terminal identification shall be included in operation and maintenance data. 10. All control components used shall be UL Listed. The completed control panel shall be UL Labeled. lop 11. The autodialer shall be a Microtel 1000 series,eight module unit. The autodaaler shall operate with the Owner's Microwin software. A backup battery(6 hr) and phone lane suppressor shall be supplied. The dialer shall have one (1) 4-20 ma input module, four (4) digital input modules and two (2) 110-volt output modules. 12. Intrinsically Safe Relays a. 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. b. Intrinsically safe relays shall be Gems Solid State Safe-Pak as manufactured by Gems Sensors,Division of Transamerica Delaval,Inc. or equal N. Mini-Load Centers Miscellaneous Equipment 16191-9 em M 1. Mini-load centers shall include a main primary breaker,a dry-type transformer and circuit breaker-type load center in a common NEMA 3R enclosure,suitable for mdoor/outdoor operation.Mini-load centers shall be Square D Class 7400 Packaged Power Supply,Cutler- Hammer Mini Power Center,or approved equal. 2. kVA and voltage ratings shall be as shown on the Drawings. Main primary breaker shall have an interrupting rating of 14kA at 277/480 volts and a secondary load center rated at 10 kA at 120/240 or 120/208 volts as shown on the drawings.Transformer sound levels shall not exceed the following ANSI and NEMA levels for self-cooled ratings: Up to 9 KVA 40 db 10 to 30KVA 45 db 3. Transformer shall be copper wound,115 degrees C rise and epoxy-resin encapsulated.The core of the transformer shall be grounded to the enclosure.Provide two(2)5%FCBN taps. . All interconnecting wiring between the primary breaker and transformer,secondary main breaker and transformer and load center shall be of copper and factory installed. 4. Load center shall have copper bus,and be complete with all circuit breakers as shown on the drawings.Breakers shall have an interrupting rating of 10 kA minimum,and shall be of the plug-on type. O. Float-type Level Switches I. Provide a Flyght ENM-10 float switch,or acceptable equal. PART 3 EXECUTION 3.01 INSTALLATION A. Test and verify all connections in accordance with the testing paragraphs of Section 16000,and place into operation. END OF SECTION d Miscellaneous Equipment 16191-10 SECTION 16230 STANDBY GENERATOR SET PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish and install standby generator sets and automatic transfer switch and all appurtenances as shown and herein specified. B. The generator size shown on the drawing is a minimum size around which the electrical conductors and circuit breakers have been sized. The Contractor shall provide an engine-generator set that meets all the performance criteria,and shall increase the size of the engine generator to meet the specified criteria. If the generator size increases,the Contractor shall increase the breakers,conductors,and all associated equipment (including the automatic transfer switch) to accommodate the larger generator size. All sizing shall be in accordance with the NEC. C. The Contractor shall provide fuel for startup and testing. At the completion of startup and testing,the Contractor shall fill the generator tank. 1.02 RELATED WORK A. Concrete for equipment pad is as specified elsewhere in these Specifications. B. Automatic transfer switch is included in Section 16191. 1.03 SUBMITTALS A. Submit to the Owner,shop drawings and product data, for the following. 1. Equipment outline drawings showing elevation and plan views,dimensions,weight, anchor details,and required operating clearances. 2. Conduit entrance drawings. 3. Product data sheets and catalog numbers for the engine,AC generator,battery charger,generator set control system,electronic governor system, control stations, meters,relays,pilot lights,circuit breaker,etc. List all options and accessories famished specifically for this project. 4. Provide control systems engineering showing inter-wiring and interlocking to remote mounted devices, control signals,remote alarms,etc. Show wire and terminal numbers. Indicate special identifications for electrical devices per drawings. 5. Instruction and renewal parts books. Standby Generator Set 16230-1 6. Itemized list of spare parts furnished specifically for this project,including quantities, descriptions and part numbers. 1.04 REFERENCE STANDARDS A. Equipment shall conform to the following applicable standards: 1. NFPA 110 for level 1 systems. 2. OSHA for rotating parts. 3. NEMA MGl temperature limits. 4. UL508 5. CSA282-M1989 6. IEC 8528 part 4 7. Mil—Std 461C part 9 8. IEC Std 801.2,801.3,801.5 9. IEEE587 10. ASTM D2794-93 11. ASTM D2247-92 12. UL lusting for fuel tanks AM 1.05 QUALITY ASSURANCE A. The standby generator set shall be the product of a manufacturer who shall also be the manufacturer of the engine and alternator supplied. B. All sections of the set shall have a UL label where an applicable standard exists. 1.06 OPERATING AND MAINTENANCE MANUALS A. Operating and maintenance manuals shall be furnished in accordance with Section 16000. B. The manuals shall be bound and shall also include: 1. Automatic and manual startup and shutdown sequences. 1.07 MANUFACTURERS A. The standby generator set shall be manufactured by Generac, Onan,or approved equal. 1.08 SPARE PARTS A. Provide the following spare parts in the quantities specified: ' 1. 2 air cleaner elements of each type. 2. 2 Fuses of each type. Standby Generator Set 16230-2 4P 3. 2 Radiator hoses of each type. OWN 4. 2 Fuel filters of each type. 5. 2 Oil filters of each type. 6. 2 Belts of each type. PART 2 PRODUCTS 2.01 RATING A. Voltage: 480 volts,3 phase,4 wire,and 60Hz. B. Power. Standby,minimum size as shown on the Drawings,at 0.8 PF,based on site elevation of 1000 feet and ambient temperatures up to 50 degrees C. 2.02 PERFORMANCE A. Voltage Regulation:Voltage regulation shall be plus or minus 0.5 percent for any constant load between no load and rated load for both parallel and non-parallel applications. Random voltage variation with any steady load from no load to full load shall not exceed plus or minus 0.5 percent. B. Frequency Regulation: Frequency regulation shall be isochronous from steady state no load to steady state rated load. Random frequency variation with any steady load from no load to full load shall not exceed plus or minus 0.25%. C. Load Pick Up:The diesel engine-generator set shall be capable of picking up the loads at each site in the steps shown,with starting and ruining voltage dips not exceeding 15% and frequency variation not more than +/- 5%. The pump size is 12 hp and will be started across the line. The diesel engine-generator set shall be sized to to start and run the 12-hp motor across the line with the a 12 Hp motor running and full load on the Miniload Center.. The engine-generator set shall be sized on the condition that presents the most stringent conditions. Contractor shall submit calculations showing both situations to verify generator sizing is correct. Step 1. Mimload Center (10 kVA or as shown) and%-hp Odor Control Motor Step 2. First pump 12-hp across the line. Step 3 Second pump 12 Hp with both step 1 and step 2 energized. ' 2.03 ENGINE A. General:The engine shall be diesel,4 cycle,radiator and fan cooled,with 6 cylinders. The horsepower rating of the engine at its minimum tolerance level shall be sufficient to drive the alternator and all connected accessories. Two cycle engines are not acceptable. Engine accessories and features shall include: Standby Generator Set 16230-3 1. Governor System:An electronic governor system shall provide automatic isochronous frequency regulation. 2. Radiator and Cooling System: Skid-mounted radiator and cooling system rated for full load operation in 122 degrees F (50 degrees C) ambient as measured at the generator air inlet Radiator shall be provided with a duct adapter flange. The equipment supplier shall fill the cooling system with 50/50-ethylene glycol/water mixture. Rotating parts shall be guarded against accidental contact per OSHA requirements. --* 3. Electric System:An electric starter(s) capable of three complete cranking cycles without overheating. 4. Lubrication Oil Pump. Positive displacement,mechanical, full pressure,lubrication oil pump. 5. Oil Filters: Full flow lubrication oil filters with replaceable spin-on canister elements and dipstick oil level indicator. w 6. Fuel Pumps:An engine driven,mechanical,positive displacement fuel pump. Fuel filter with replaceable spm-on canister element. 7. Air cleaner.Replaceable dry element air cleaner with restriction indicator. An 8. Fuel Lines:Flexible supply and return fuel lines. 9. Battery Charging Alternator: Engine mounted battery charging alternator,45-ampere ' tninitnum,and solid-state voltage regulator. 2.03 AC GENERATOR A. General:The AC generator shall be;synchronous,four pole,2/3 pitch,revolving field, drip-proof construction, single pre-lubricated sealed bearing, air cooled by a direct drive centrifugal blower fan,and directly connected to the engine with flexible drive disc. All insulation system components shall meet NEMA MGl temperature limits for Class H insulation system. Actual temperature rise measured by resistance method at full load shall not exceed 125 degrees Centigrade over a 50-degree Centigrade ambient. B. Power:The generator shall be capable of delivering rated output (kVA)at rated frequency and power factor,at any voltage not more than 5 percent above or below rated voltage. C. Excitation:A permanent magnet generator(PMG) shall be included to provide a reliable source of excitation power for optimum motor starting and short circuit performance. The PMG and controls shall be capable of sustaining and regulating current supplied to a Y single phase or three phase fault at approximately 300%of rated current for not more than 10 seconds AI Standby Generator Set 16230-4 ,,, 2.04 CONTROL A. General•The generator set shall be provided with a microprocessor-based control system that is designed to provide automatic starting,monitoring,and control functions _ for the generator set. The control system shall also be designed to allow local monitoring and control of the generator set,and remote monitoring and control as described in this specification. B. Mounting.The control shall be mounted on the generator set.The control shall be vibration isolated and prototype tested to verify the durability of all components in the system under the vibration conditions encountered. C. Standards: The control shall be UL508 listed,CSA282-M1989 certified,and meet IEC8528 part 4.All switches lamps and meters shall be oil-tight and dust-tight,and the enclosure door shall be Basketed. There shall be no exposed points in the control (with the door open) that operate in excess of 50 volts. The controls shall meet or exceed the requirements of Mil-Std 461C part 9,and IEC Std 801.2,801.3,and 801.5 for susceptibility,conducted,and radiated electromagnetic emissions. The entire control shall be tested and meet the requirements of IEEE587 for voltage surge resistance. D. Features 1. Mode Select Switch:The mode select switch shall initiate the following control modes. When in the RUN or Manual position the generator set shall start,and accelerate to rated speed and voltage as directed by the operator. In the OFF position the generator set shall immediately stop,bypassing all time delays. In the AUTO position the generator set shall be ready to accept a signal from a remote device to start and accelerate to rated speed and voltage. A dry contract shall be provided to indicate auto position of the selector switch. 2. Emergency Stop Switch:Switch shall be Red"mushroom-head"push-button.A protective cover shall be provided to prevent accidental operation.Depressing the emergency stop switch shall cause the generator set to immediately shut down,and be locked out from automatic restarting. 3. Reset Switch:The RESET switch shall be used to clear a fault and allow restarting the generator set after it has shut down for any fault condition. 4. Panel Lamp Switch: Depressing the panel lamp switch shall cause the entire panel to be lighted with DC control power. The panel lamps shall automatically be switched off 10 minutes after the switch is depressed,or after the switch is depressed a second f time. Alf 5. Analog Output Metering.The generator set shall be provided with a metering set including the following features and functions: Analog voltmeter,ammeter, frequency meter, and kilowatt (kW) meter. Voltmeter and ammeter shall display all three phases. Ammeter and kW meter scales shall be color coded in the following r rStandby Generator Set 16230-5 4R 0 3.04 FIELD TEST A. Upon completion of the installation and as soon as conditions permit, the emergency 7 power supply system including the engine driven generator,electrical circuits,controls, transfer switch and other devices shall be tested in the presence of the Engineer by the Contractor and the service representative for the manufacturer of the engine driven generator unit to assure that the system functions as specified. 1. Prior to scheduling the test,notify the Engineer in writing that all requirements and provisions of the Contract Documents have been fulfilled,that all apparatus shall be clean,properly adjusted and ready for operation and that the Instruction Manuals, parts lists and record drawings described in Paragraph 1.03 above,have been submitted. 2. The manufacturers'representatives shall make such changes in wiring or connections and such adjustments,repairs or replacements necessary to make the circuit,device or control system function as specified and otherwise comply with the Contract Documents. B. The test shall consist of a pump—down sequence test of each of the two pumps with the mini-power center and odor control loads energized. Run through at least two pump down sequences using each pump,one at a time. C. As part of the field test,each of the automatic shutdown devices shall be tested and the respective values recorded at which the devices will stop the engine. Any adjustments required shall be made in the devices to make the operating values correspond to those recommended by the engine manufacturer and as recorded during the stop test D. After the two hour test has been completed,additional testing shall be performed to demonstrate the emergency power supply system's ability to meet the automatic starting, load transfer and motor starting requirements as specified under Paragraph 1.06C above. E. Piping shall be tested in strict accordance with the manufacturers testing requirements. F For each double wall fuel oil line entering the building,provide a pressure test port with threaded plug in the double wall piping termination fitting. Piping shall be subjected to an air test of 10 psig maximum. F. If the emergency power supply system fails to fulfill the performance requirements of this specification, corrective action shall be taken and the system retested to assure full Ir compliance. All expenses associated with the field tests,including any corrective action, shall be borne to the Contractor. 3.05 WARRENTY A. The Contractor shall provide a two-year warranty covering the transfer switch and the entire engine-generator set and all pertinence to begirt at a tune set in accordance with these Contract Documents. END OF SECTION Standby Generator Set 16230-12 SECTION 16660 w GROUNDING SYSTEM PART 1 GENERAL 1.01 SCOPE OI'WORK A. Furnish all labor,materials, equipment and incidentals required and install a complete grounding system in strict accordance with Article 250 of the National Electrical Code (NEC), as shown on the Drawings and as specified herein. ' B. All raceways,conduits and ducts shall contain equipment-grounding conductors sized in accordance with the NEC Minimum sizes shall be No. 12 AWG. 1.02 SUBMITTALS A. Submit shop drawings and product data,as follows: 1. Manufacturer's name and catalog data for ground rods and exothermic welding methods and materials. - PART 2 PRODUCTS 2.01 MATERIALS A. Conduit shall be as specified under Section 16110. B. Wire shall be as specified under Section 16120. C. Ground rods shall be 3/4-in by 10-ft copper clad steel and constructed in accordance with UL-467. The minimum copper thickness shall be 0.25 mm. Ground rods shall be Copperweld or equal. D. Grounding conduit hubs shall be malleable irona similar to Thomas&Betts Co.; Cat.No. 3940 (3/4-m conduit size)by BurndT,O . Gedney Co. or equal,and of the correct size for the conduit. E. Waterpipe ground clams shall be cast bronze saddle type,similar to Thomas& Betts Co. Cat. No. 2 (172-irn,3/4-in,or 1-m size) or equal by Bundy;O.Z.Gedney Co. or equal,and of the correct size for the pipe. F. Buried grounding connections shall be by Cadweld process, or equal exothermic welding system PART 3 EXECUTION 3.01 INSTALLATION A. Run grounding electrode conductors in rigid steel or PVC coated conduits. Bond the protecting conduits to the grounding electrode conductors at both ends. Do not allow water pipe connections to be painted. If the connections are painted, dis-asseanble them and re-make them with new fittings. B. Install equipment grounding conductors with all feeders and branch ctrcuii Do not ' Grounding System 16660-1 �� •_x,;v��in ���� am ft use the raceway system as a grounding conductor. C. Liquid tight flexible metal conduit in sizes 1-1/2-in and larger shall have bonding jumpers. Bonding jumpers shall be external,run parallel(not spiralled) and fastened with plastic tie wraps. D. Ground transformer neutrals to the nearest available grounding electrode with a conductor sized in accordance with Article 250-94 of the NEC. E. Drive grounding electrodes as shown on the Drawings. F. All equipment enclosures,motor and transformer frames,conduits systems,cable armor,exposed structural steel and all other equipment and materials required by the NEC to be grounded,shall be grounded and bonded in accordance with the NEC. G. Seal exposed connections between different metals with No-Oxide Paint Grade A or equal H. Care shall be taken to ensure good ground continuity,in particular between the conduit system and equipment frames and enclosures. Where necessary,jumper wires shall be installed. I. Al grounding type receptacles shall be grounded to the outlet boxes with a No. 12 green conductor connected to the ground terminal of the receptacle and fastened to the outlet box by means o£a grounding screw. 3.02 INSPECTION AND TESTING A. Inspect the grounding and bonding system conductors and connections for tightness and proper installation. B. Use Biddle Direct Reading Earth Resistance Tester or equivalent test instrument to measure resistance to ground of the system. Perform testing in accordance with test instrument manufacturer's recommendations using the fall-of-potential method. C. All test equipment shall be provided under this Section and approved by the Engineer. D. Resistance toground testing shall be performed during dry season. Submit test results in the farm of a graph showing the number of points measured(12 minimum) and the numerical resistance to ground. E. Testing shall be performed before energizing the distribution system. END OF SECTION Grounding System 16660-2 VENDOR COMPLIANCE TO STATE LAW - VENDOR COMPLIANCE TO STATE LAW The 1955 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident bidders. The law that, in order to be awarded a contract as low bidder, non-resident bidders (out-of state contractors whose corporate offices or principle place of business are outside of the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract in the State in which the non-resident's principle place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non-resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Non-resident vendors in (give state), our principle place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Non-resident vendors in (give state), or principle place of business, are not required to underbid resident bidders. B. our principal places of business or corporate offices are in the State of Texas. IVY �. BIDDER: S S C CA kr C,-.)A)s i R.u c—t o oi By: s-7-t L)f A S F- Company (please print) 3 9 l S LJ E (ter ATl L P— e-F Signature: 2&:t - L i G To V,.) 7b b l L Title: fe- City State Zip (please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION 011370010 rw CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C.A. Labor Code §406.96 (2000), as amended, Contractor certifies that it provides workers' compensation insurance coverage for all of its employees employed on City of Fort Worth Sewer Project No. P174-070174028002 CONTRACTOR S;09 pAke Cor�s-ra� �T, oa By: _zdt; - GQa(�f= Name: ;S-r If J I a k c. Title: 4 uJ p Ic�- Date: ag -.2-0c5-- STATE ZoosSTATE OF TEXAS § COUNTY OF TARRANT § Before me, the undersigned authority, on this day personally appeared -S-r,15 U t Va k f , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of Co o.J'2p c--T-o 2 a m P L I A ti e r- for the purposes and consideration therein expressed and in the capacity therein stated. Given Under My Hand and Seal of Office this gtay of 200+ �A K jy-va( Q .S ahlU& Notary Public in and for the State of NOAIi &-E Texas W, AS C E .03/1 r PART F - BONDS AND INSURANCE rt CERTIFICATE OF INSURANCE PERFORMANCE BOND PAYMENT BOND MAINTENANCE BOND E r C ,C4/ L+i ; WEEZ r oAteglo;$104 cm 952.830-3U00 THIS CERTIFICATE IS ISSUED AS A MATT'i"R OF 1NFO�ry�4T1�lI�t ' ONLY AND CONF$RS NO RIGHTS UPON THE CERC�iCATi: HOLDER. THIS CERTIFICATE DUES NOT AMENO, EKTEN[7 OR ALTER THE COVERAGE AFFORDED BY THE POLICIES' 1fLow. COMPANIES AFFORDING COVERAGE CLWPANY • A � cdarAKY B. COASPAW ./.�.lC6y�� 41518 TO CERTIFY THAT THE POLICIES OF INSLJRANCE LISTED BELOW NAYS BEEN ISSUEI}TO THE ABOVE 6 POLICY P901100 J9IWE-D,NOTWIT14STANDING ANY RSQUIREMIDE JT.TEAM OR CONQII Og OP ANY i OWRACT On 0 T W TO WHICH Thl$ rrERT1FtCATE 114AY BE ISSUED OR MAY PEsIWAIN. TH$INSURANCE AFF.OADGO 9Y T146,PCLIGEE$ OESCRIB .ISS TO ALL THE TEAMS, CLUSIONS AND CONDITIONS OF SUCH POLICIES.tJM1TS SHOWN MAY HAVE 89N AIEOUCED 8Y PAID TYPE OP IHSUNANct' POLICY NuiNm POLICY UVWCTRIK POUCY 9XMATION A-1 t7ATB(AMR7 DA-m CMMIODIYYY LWI)1 S QENOIAL LIASLITY , OCiRE{iATH t • 60MMUICtALOWEAAL LIASILM } .�- `' TS-CQ1rttldF AGL1 i CLAIMSMADEOCCUR v NA4 a Aov IN:IURY >Z OWNWS&CONTR+IACPOR'S PROT y CH OCLZJRYM4CE : �. CArICfEC�i '%� - ,� 6-" F►AE DAMALIa=W W aria NttO S LLtbli } !4= WO CLXF I"one04run) S * AUTQMOSILNUABILITY ANYAM COMOIN®SINMA LIMIT t a ALLOWNED ALTOS AOOB.Y*LRMY + 9CMEDUL90 AVMS =e •. )Par peaaN NEiEO AtttO$ �� a a aODB.Y 04JURY NQN•OWNW AUT06 ~_ a'•. _ Met 6addend : PROPERTY OAMAGE S NARAGt LUARM4W. rh AUTO ONLY-EA ACC(OENT t ANY AERO to ? OYHER THAN AUTO ONLYt �w. ziz'a :•i,=„"�'.;.- EACH ACC74E4T I (tiou UA81UTY y g' 4-4, r;�, • EACH dGCU1LReNC2 � 1 UMBRELLA FOW �« W;` a' AGGR83ATE t OTHENTNAMUMIOR IA FORM ti•e ' ,'nn. 6 '—"OfKOt3 COMPMATION AND - f -WC STATU• +IPL vww UAONTT EL EACH ACCIDENT t TNE(•�bp►RlErdRl �=a PARTNEf131ElEsiaJ7l�fE _=�--�•-- E1.mum•POLICY UMIT t AfftM ARE: '``-Y� EL O138ASE•SA EMPLOYel t ?<��xk•sis'•`--.:,:.- pct:^_ - • dtJAderlt RIalLf r' ;:,• 37,800,000 Limit, $250,000 In tt s • 1 ItLatallatiqn FItr }'R- _ Transit. 3250,000 at Temporary Laceldon ftM Cl 9'QP@IATItiW',JWWCATiOdNsiu 1 �' rravS rtE:WE31 K'PE FCRMEi TIi! •"AL1f CMTY &PROJECT ENGiNFER WITH ZMPLDYY.ES OF EACH ARE DITIONAL INSURED WITH RESPECTS TO ENFAAL UAGIUTY ON A PRIMARY BASIS FOR WORK PERFORMED BY THE NAMED , ISUREQ, COVERAGE INCLUDES CONTRACTUAL,UASILITY SHOULA AXT'CF THE ABOVE DldCMUW POLICIES BE CANCELLAD BEFORE TRE ELF"TION OATS TMMWF, VMS U MING COMPANY WILL ENDEAVOR TG MAIL 30 CFAY3 VJRMEN NOTICE TO THE CERTIFICATE HOLDER NAM®TO THE LE", OUT FAILURE TO MAIL SUCH NOTICE SMALL IMPOSE kO OEUGATtON QR LIABILITY OF ANY KIND !M THE COMPANY. rrS AGENTS OR REPALSr EMTATIVES AUTltORP§!)99P0VwN7ATIVE ��,� y�'�nt ����,^��';,,,7fA."4'"�f;4J4:"� �'.t�}�i•' b,���`'5�. '0 `fi"'?�Z<"rY<Ys,��� �� \�,'�� �F a�.� �.y �y �r,xr..��(,,,�. .+� `�< `kv.,i Ss.�-�a��ti^x,�r{:Sa-s.F';f:�rr,,..5a, s�"'�fjl�i s, oYi s^.e'.•t.}�. <✓' I.•- )_:�R"�y� i.Lit�Itt��+K�� �c`, r" - ACORD Form A129-RD. CERTIFICATE OF LIABILITY INSURANCED"U°"° w" PROOUCIBR THIS CEdTMATE 0;96SU ED AS A MATTER OF MFORINATON AMD-CITIES ONLY AND COBIG S NO RM UPON THE CERTFICATE OR PO BOX 2465 P817-329-3049 ALTS RTHOLDERAS ECOVERAGE A CERTIFICATE ED BY HE POL I.IElNOT ANENR��A . COPPELL.TX 75018 F317410-WS INSURERS AFFOROM COVERAGE MAIC N .irim Rmmm A-OHIO CASUALTY STEVE DMO:dbi STEVE RAKE CONSTRUCTION PIfUOMR&OHIO CASUALTY 3911 BLUE FEATHER CT .wma c OHO CASUALTY ARLIGTON,TX 78016 vwutER D:SERVICE LLOYDS IRSURER E COVERAGES THE POLI MES OF fIgURANCE LWED BELOW HAVE SM OGLED TO THE 09KN ED NAMED ABOVE FOR THE POLICY PERIOD NIDM`.AiTD.NOiVMTH3UWDING ANY REOUfZEWW.TERM OR CONDTriON OF ANY CONTRACT OR OTHER DOCUMENT WiTH RESPECT TO WFfm THIS CERTIFICATE MAY BE SWED OR MAY PERTAIN,THE IIEIIRANCE AR=OMED BY THE POIXWS DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS.E7MUSIONS AM CONDfT1O IS OF SUCH POLICES.AGGREGATE LMS SHORN MAY HAVE BEEN REDUCED BY PAN)CLAWS. POLICY MpEft Lmmm OEkWVLU0ALM EACHOCCURREkCE SlAmooc mwNMA X X csrMsiRCaL caal�Lf�wjw BLD(05)53299M 01l08IZ006 12/1412005 � s 100 800 G mhmoDE XQ OCCUR WM F"(Ons ampP n) s 1 000 PE MSOIML a ADV IMURY s 9 000 GGAMAL A6NSS►TF s 2~00 Dl3ILA(ialR3iATELrI/rtAPPLf�r6C PRODUCTS-COMP+ORAOO t 2JMAW PCX= Loc AuroMommurAL rr b eaux B X AWAUTO SAO(05)53Zli 6 02/22/2006 12114r s 1,000.000 ALLowwAuros BOVEYOLLW P + X fCHEDUUM PA[M s X HIRWAUTOS 8OOILYIM3RY f X N@400MAUTM (p--acom9 f OARAGRUABLRT AUTOONLY-FAACCOEW S AMYAUTO OTHMTHAR EA ACC f AIROONLY: AW i dCUPAO LM EACH OCCURRBICE f&000,m C X XI OCCUR [D CUAm wOE USO(06)532M8 M 04AM92WS M1412006 mmwawe s X000 .. i DEDUCTIBLE f RETBIn q i f 1MDitlI�YCOmm-Iw -DRAM .1114 LAM D Mou" w LL'lfeJTY SRV 8514 12H4f2904 12/1412005 EL EACH ALxbEMT s 100 AAIr 0FFK&%lEld8Ee EXCLUDED► EL DiSEA6E-EA f f QMabs= EL.0I3EA6E-PCLICYLBOT SSDO OTHER DESCBrn=OF OPElATI MI LOCAIKM/Yi;iztg! AD9W Rr eI RT f Irscw L THATERFRONT AT ENCHANTED BAY SANITARY SEWER FORCE MAIN AND UFT STATION SEWER PROJECT No.P1744=17402111M CRY OF FORT WORTH AND CART®L•:BURGESS ENGINEER ARE AN ADDMONAL WSURED PERTAR MIG TO GENERAL LIABL"V KTH RESPECT TO LIABILITY AREING OUT OF TUE NAMED WSUREO'S OPERATIONS ON THE REFERENCED PROJECT. CERTMICATE HOLDER CANCELLATION CITY OF FORT WORTH WOMB rWOFUKMWMD PCU=MWCMCM.mEt;PDieTRaEoMWMR 1008 THROCIOAORTC*ST _V_mvs vmrtoi FORT WORTH,TX 76102 10OCiTOIMCSKTVWATEHOUSRIN®1OTIELWF.RIt T MOI WOOMi1MLL MMUIOOSu9ARMORLWV MORAir'ODIEOMTIg20MLR=MOUON io�f®vrAtPres. 1WTI001Ri[®AETATWE to`i_ httpJ/www.imvehub.com/f nn 1.oadFornLaspx?W=37Ub3852-fd26-4cbd-9acd-el7e2al188b�22J 4/5/2005 i I I Bond # 10025710 PERFORMANCE BOND THE STATE OF TEXAS § § COUNTY OF TARRANT § KNOW ALL BY THESE PRESENTS: That we,(1) Steve Dake Construction as Principal herein,and(2) , . Q;p!tn.] Tnripmni Ly Cnr=,nrati on a corporation organized under the laws of the State of(3) Wi eCnnsin , 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 Fni1R 141PU2FJ) SEVENTY NINE THOUSAND EIGHT HUNDRED THIRTY EIGHT dollars($ 479,838.00 )for the payment of which sum we bind ourselves,our heirs,executors,administrators,successors and assigns,jointly and severally, firmly by these presents. WHEREAS,Principal has entered into a certain written contract with the Obligee dated the 24 day of e rdA , 20Q , a copy of which is attached hereto and made a part hereof for all purposes, for the construction of The Waterfront at Enchatned Bay Force Mam and Lift Station Sewer Protect No. P174- 070174028002. 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 Obhgee may suffer by reason of Principal's default, and reimburse and repay Obhgee for all outlay and expense that Obligee may incur in making good such default, then this obhgation 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 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 LA-6 k ,2001r. Steve Dake Construction PRINCIPAL ATTEST: By:. Name: (Principal)Secretary Title: (S E A L) Address: 3911 Blue Feather Court " Arlington TX 7601 Witness as to Principal Capitol Indemnity Corporation SURETY ATTEST: Name: ';taci Cross Secretary Attorney in Fact i (SEAL) Address:gg Box, 59M — di gm, wi5- 1705-00PO Witne s a to SureW Telephone Number: (608)231-4450 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 Attorney-in-Fact The date of bond shall not be prior to date of Contract. Bond #10025710 PAYMENT BOND THE STATE OF TEXAS § § COUNTY OF TARRANT § KNOW ALL BY THESE PRESENTS: That we,(1) Steve Dake Construction as Principal herein,and(2) Capitol Indemnity Corporation a corporation organized and existing under the laws of the State of(3) Wisconsin 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-'ni iu Hi tnmgm S . NTNF THOUSAND T HT MUM-un 1UTRZY FTCRr Dollars($ 479,838.00 1 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: WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the Z� day of M'%nk , 20J, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length,for the following project: The Waterfront at Enchanted Bay Sanitary Sewer Force Main and Lift Station Sewer Project No.P174-070174028002. 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 contrast,then this obligation shall be void;otherwise,to remain in full force and effect. PROVIDED, HOWEVER, that flus 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. ,1. SStt c9�7q ��1 Y P IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. P SIGNED and SEALED this ' day of Kkfc� .2005- Steve 2005-Steve Dake Construction PRINCIPAL ATTEST: By: µ-- Name: D-A k-0 (Principal)Secretary Title: Qait1.04 .. (SEAL) Address: 3911 Blue Feather Court Arlington, TX 76016 Witness as to Principal Cg'W tol Indenmi ty_Cor_poration SURETY I ATTEST: B *1 Name: Star.! Gross Secretary Attorney in Fact (SEAL) Address: Pn Finx 5W ( Madigan, WI 53705-0900 rl�.rJ7C' + Wi ss to Surety Telephone Number: (608)231-4450 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 Attorney-m-Fact. The date of bond shall not be prior to date of Contract. i Bond #10025710 C MAINTENANCE BOND d THE STATE OF TEXAS § COUNTY OF TARRANT § I KNOW ALL BY THESE PRESENTS: That Steve hake Construction ("Conbwtar"� as principal,and (`a,,_�1TnciPmni V Cnrparnt:i(M . a corporation organized under the laws of the State of W ,2C=cin - ("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 SEVENTY NINE THOUSAND !� EIGHT HUNDRED THIRTY EIGHT Dollars ! (s 479,838.00 ), lawful money of the United States, for payment of which sum well and truly II 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,said Contractor has this day entered into a written Contract with the City of Fort Worth,dated the 2 y da w of (vU--A 200Q',nta copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: The Waterfront at Enchanted Bay Samtary Sewer Force Main and Lift Station the same being referred to herein and in said contract as the Work and being designated as project number(s) Sewer Project No. P174-070174028002 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 being 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 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 City of Fort Worth Department of Engineering, 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, these presents 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 Contractor and Surety damages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF,this instrument is executed in 6�counterparts,each of which shall be deemed an original,this 211 day of Mord ,A.D.20_x. ATTEST: Steve Dake Construction (SEAL) Contractor By: Secretary Name: t Tr t'E D&e Title: DWMI& r ATTEST: Capitol Indemnity Corporation (SEAL) Surety By: , cry Sec to Narxt: Stac.i CzrnsQ Title: Attommy—in-Fact PE) BOX nnn r Madison, WI 53705-0900 Address d 10025710 CAPITOL INDEMNITY CORPORATION POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,That the CAPITOL INDEMNITY CORPORATION,a corporation of the State of Wisconsin,having its principal offices in the City of Madison,Wisconsin,does make,constitute and appoint STACI J.GROSS,STEVE DEAL,OR DONAL BOLEY its true and lawful Attorney(s)-in-fact, to make, execute, sea[and deliver for and on its behalf,as surety,and as its act and deed, any and all bonds, undertakings and contracts of suretyship,provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of ——---- ALL WRITTEN INSTRUMENTS IN AN AMOUNT: $4,000,000.00— ------------------------__- ,"�y` This -------------------------- This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of CAPITOL INDEMNITY CORPORATION at a meeting duty called and held on the 15th day of May,2002. "RESOLVED,that the President,and Executive Vice-President,the Secretary or Treasurer,acting individually or otherwise,be and they hereby are granted the power and authorization to appoint by a Power of Attorney for the purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, one or more vice-presidents,assistant secretaries and attorney(s)-in-fact,each appointee to have the powers and duties usual to such offices to the business of the Corporation;the signature of such officers and seal of the Corporation may be affixed to signatures such power of attorney or to any certificate relating thereto by facsimile,and any such power of attorney or certificate bearing such facsimile or facsimile seal shall be valid and binding upon the Corporation in the future with respect to any bond or undertaking or other writing obligatory in the nature thereof to which it is attached.Any such appointment may be revoked,for cause,or without cause,by any of said officers,at any time! IN WITNESS WHEREOF,the CAPITOL INDEMNITY CORPORATION has caused these presents to be signed by its officer undersigned and its corporate seal to be hereto affixed duly attested by its Executive Vice President,this 7th day of July,2004. Attest: 00� CAPITOL INDEMNITY CORPORATION RPORAre x 0-1 M_ CDRPORAIr lkt,� 4 Id -4 SEAL David E Pauly McIntyre James c V! I Executive Vice President President and CEO STATE OF WISCONSIN, COUNTY OF DANE 8s.; On the I st day of October,2003 before me personally came David E Pauly,to me known,who being by me duly sworn,did depose and say:that he xh resides in the County of Dane, State of Wisconsin;that he is President and CEO of CAPITOL INDEMNITY CORPORATION,the corporation described in and which executed the above instrument;that he knows the seal of the said corporation;that the seal affixed to said instrument is such corporate seal;that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. KATHLEEN A_ PAULSON Kathleen A.Paulson STATE OF WISCONSIN Notary Public,Dane Co.,WI COUNTY OF DANE. CERTIFICATE My Commission Expires 10-15-2006 1, the undersigned, duly elected to the office stated below, now the incumbent in CAPITOL INDEMNITY CORPORATION, a Wisconsin Corporation,authorized to make this certificate,DO HEREBY CERTIFY that the foregoing attached Power of Attorney remains in full force and has not been revoked;and furthermore,that the Resolution of the Board of Directors,set forth in the Power of Attorney is now in force. Signed and sealed at the City of Madison,State of Wisconsin this day of 2 C_ SEAL James W.Sorin Assistant Secretary THIS DOCUMENT IS NOT VALID UNLESS PRINTED ON BLUE SHADED BACKGROUND WITH A RED SERIAL NUMBER IN THE UPPER RIGHT HAND CORNER.IF YOU HAVE ANY QUESTIONS CONCERNING THE AUTHENTICITY OF THIS DOCUMENT CALL 800-4754450. CIC-002M(7-04) M4 1,1 NO W 01- AW V,� 4 VVIM PI! M. .. 11M PORTANT NOTICE: To obtain information or make a complaint: You may contract the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance at: P.O. Box 149104 Austin, TX 787149104 Fax# 1-512475-1771 Your notice of claim against the bond may be given to the surety company that issued the bond It by sending it to the following address: Mailing Address: Capitol Indemnity Corporation P.O. Box 5900 Madison, WI 53705-0900 Physical Address: Capitol Indemnity Corporation a 4610 University Avenue Madison, WI 53705 e You may also contract the Capitol Indemnity Corporation office by telephone at: Telephone Number: (608) 231-4450 PREMIUM OR CLAIM DISPUTES: a If you have a dispute concerning a premium, you should contract the agent first. If you have a dispute concerning a claim, you should contact the company first. If this dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND This notice is for information only and does not become part of condition of the attached e document. s a e t r r r PART G r CONTRACT (CITY OF FORT WORTH) T PART G-CONTRACT THE STATE OF TEXAS § COUNTY OF TARRANT § THIS CONTRACT,made and entered into by and between the City of Fort Worth, a home nde municipal corporation located in Tarrant County, • Texas, acting through its City Manager thereunto duly authorized so to do, Party of the Fust Part, hereinafter termed"OWNER",and S f V iE QA kE 0D ' c ley e.T t o N of the City of At,/N 6-r ID rN ,County of T A 9-R-A ik)T and State of "��XA S_ - _ , 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- The Waterfront at Enchanted Bay Sanitary Sewer Force Main and Lift Station ■ Sewer Project No.P174-070174028002 and all extra work connected therewith, under the terms as stated in the Contract Documents, and at lus (their) own proper cost and expense to firrnish all the materials, supplies, machinery, eqwpment, 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, which 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 winch 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 wntten notice to do so shall have been given to him, and to substantially complete same vnthin the time stated in the proposal. n The Owner agree.T to pay the Contractor in current fimds for the performance of the contract in _ accordance with the Proposal submitted therefor,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. IN VMWESS wHEREOF, the Parties to these presents have executed tins Contract in _ sextuplicate in the year and day first above wntten. City of Fort worth Texas Owner ATTEST: P the Fi t art i y Marc Ott,Assistan City Manager Marty Hendrix,City Secretary (SEAL) 0 _D4 I Q _ ■ Party of the Second Part Cora act t, tho�stion STE Jo C0N .5Igo 0T� � N _ Date Contractor WITNESSES: By .f�tt-� Appro or M ty water artment: ■ 7 S.Frank Crumb P.E.,Acting Director ApprovasYVtIVorm an ` It Assn C Attorney City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 3/24/2005 - Ordinance No. 16339-03-2005 DATE: Thursday, March 24, 2005 LOG NAME: 60ENCHANTED REFERENCE NO.: **C-20612 SUBJECT: Adopt an Appropriation Ordinance and Execution of Contract with Steve Dake Construction, Inc. for the Waterfront at Enchanted Bay Sewer Lift Station and Six-Inch Force Main RECOMMENDATION: It is recommended that the City Council: 1. Authorize the transfer of $177,540.00 from the Retail Sewer Impact Fees to the Sewer Capital Project Fund; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriation in the Sewer Capital Project Fund in the amount of$177,540.00 from available funds; and 3. Authorize the City Manager to execute a contract with Steve Dake Construction, Inc. in the amount of $479,838.00 for the Waterfront at Enchanted Bay Sewer Lift Station and Six-Inch Force Main DISCUSSION: Due to terrain, gravity wastewater service is not available to a 100-acre drainage area near Lake Arlington. The area is generally bound by David Strickland Road on the north, Lake Arlington shore to the east, Interstate Highway 20 on the south and Kay Drive on the west. Under this project Steve Dake Construction, Inc. will install a sewer lift station and force main to provide wastewater service to this area. Presently, there is a plan to develop approximately 50-acres of the 100-acre drainage area into a 270 residential lot subdivision to be called The Waterfront at Enchanted Bay. The lift station will be located at a site to be dedicated by this development and will serve future development in this area. The project was advertised for bid in the Commercial Recorder on December 2 and December 9, 2004. On January 6, 2005, the following bids were received: BIDDER TOTAL BID CONTRACT TIME Steve Dake Construction $479,838.00 180 Calendar Days Red River Construction $535,000.00 North Texas Contracting $585,338.00 Holloman Corporation $588,658.34 Patco Utilities Bid Error This project is located in COUNCIL DISTRICT 5. Loaname: 60ENCHANTED Pate 1 of 2 In addition to the contract amount, $24,000.00 is required for contingencies and 20,000.00 for construction inspection. Steve Dake Construction, Inc., is in compliance with the City's M/WBE Ordinance by committing to 11% M/WBE participation and documenting good faith effort. Steve Dake Construction, Inc. identified several subcontracting and supplier opportunities. However, the M/WBE's contacted in the areas identified did not submit the lowest bids. The City's goal on this project is 22%. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that upon approval and completion of recommendation No.1, and adoption of the attached appropriation ordinance, funds will be available in the current capital budget, as appropriated, of the Sewer Capital Projects Fund. TO Fund/Account/Centers FROM Fund/Account/Centers 1&2 P174 472058 070174028002 $177,540.00 1�S58 538040 070580200050 $177,540.00 2)P174 541200 070174028002 $177,540.00 3) P174 541200 070174028002 $479,838.00 Submitted for City Manager's Office b Frank Crumb (Acting) (8207) Originating Department Head: Frank Crumb (Acting) (8207) Additional Information Contact: Marc Ott (6122) Losname: 60ENCHANTED Pase 2 of 2 APPENDIX A - EASEMENT (NOT INCLUDED HEREIN) APPLICATION FOR PLEASE TYPE ON FLOODPLAIN DEVELOPMENT PERMIT Date Permit No. December 14, 2004 FP-04-249—BP Name of Owner or Applicant Telephone No. Office Use Only Terry Foyt 817-392-6820 Approved 1:1 Approved Address of Owner Nearest Stream with 1000 Throckmorton Street Fort Worth,TX 76102 Village Creek ❑ Denied— Conditions* Location of Permit Area(Address or Legal Description) Date In:1 2 Z 16 Date Out: i L 0l 5600 Vesta Farley Road Processed By:Cindy Plobinson Fort Worth, TX 76119 David Strickland Survey,Tract 21 Approved B . PURPOSE OF REQUEST: X Excavation X Filling ❑ Dredging or Mining X Utility Construction X Building Permit X Grading X Paving ❑ Drilling Operations ❑ Other BRIEF DESCRIPTION OF PROPOSAL(Attach separate sheet if needed) The Enchanted Bay Lift Station is designed to serve approximately 340 residential lots. The lift station is designed with an underground wetwell and discharge chamber, along with an above ground modular electrical building, odor control building, emergency generator, and an 8' high precast concrete panel fence. COMPLETE APPLICABLE QUESTIONS: 1 Total drainage area of watercourse 91,500 acres. 2. Regulatory flood elev. 564' ❑ Not available. 3. Has site previously flooded? X Yes ❑ No 4.Is site subject to flooding? X Yes ❑ No 5. Is safe access available during times of flood? X Yes ❑ No ❑ Unknown 6. Is the proposal within the designated floodway? ❑ Yes X No ❑ Unknown 7. Have all necessary prior approval permits been obtained from federal,state or local governmental agencies? X None Required ❑ Yes ❑ No (If no,explain;if yes,provide copies of approval letters or permits.) ATTACH THE FOLLOWING IF APPLICABLE: 1, Two(2)sets scale drawings showing location,dimensions,elevations of existing and proposed topographic alterations,existing and proposed structures, location relative to floodplain area. 2. Extent to which watercourse or natural drainage will be altered or relocated. 3. Supporting hydraulic calculations,reports,etc.,used as a basis for proposed improvements. 4. Lowest floor elevation(including basement)of all proposed structures. 5. Elevation to which any non-residential structure shall be flood proofed. 6. Certification by registered professional engineer or architect that flood proofing criteria are met as set forth in Section 7-347,Sub-Section b,Ordinance No. 11998. DURING THE OCCURRENCE OF A 100-YEAR FREQUENCY FLOOD WILL THE Info. Not PROPOSAL: Yes No Available 1. Reduce capacity of channels/floodwa s/watercourse in floodplain area? X 2. Measurably increase flood flows/heights/damage on off-site properties? X 3. Individually or combined with other existing or anticipated development expose adjacent properties to adverse flood effects? X 4. Increase velocities/volumes of flood waters sufficiently to create significant erosion of floodplain soils on subject property or adjacent property upstream/downstream? 5. Encroach on floodway causing increase in flood levels? FLOODPLAIN DEVELOPMENT PERMIT The City of Fort Worth's Floodplain Permit Program is authorized by Section 7-318 of City Ordinance No. 11998, adopted June 13, 1995. This permit is required for all development taking place within the area of the 100-year floodplain (special flood hazard areas) as shown on the current Flood Insurance Rate Maps and Flood Boundary-Floodway Maps, published by the Federal Emergency Management Agency (FEMA). These maps are available for public inspection in the Engineering Department, Municipal Building, 1000 Throckmorton Street. Failure to obtain a Floodplain Development Permit or violating other provisions of City Ordinance No. 11998 or the conditions described within the permit constitutes a misdemeanor and upon conviction, a person, firm, or corporation could be fined up to one thousand dollars ($1,000) a day for each day that the violation occurs. I understand that the conditions which may be stated for permit approval or the provisions of City Ordinance No. 11998 may be superseded by other provisions of City code or policies. I further understand that this Floodplain Development Permit does not constitute final approval until all development requirements placed on the property have been met. These requirements include,but are not limited to,City construction plan approval,platting and community facilities agreements. This proposal shall be subject to any change in floodplain development policy at the actual time of development. Application is hereby made for a permit to authorize the activities described herein. I hereby certify that I am familiar with the information contained on this application and to the best of my knowledge such information is true and accurate. I further certify that I possess the authority to undertake the proposed activity. I understand that if my application is denied, I have sixty(60)days from the date of such denial to appeal the adverse action to the City Plan Commission. C4 7��t Sign ture of Applicant or Authorized Agent OFFICE USE ONLY 1 FLOODPLAIN AREA DEFINED BY: IN FEMA ❑ COE ❑ FLOOD STUDIES ❑ HIGH WATER MARKS ❑ OTHER FEMA INS.ZONE AE FEMA MAP NO.48439C0440J FLOOD ELEV. 564'msl GROUND ELEV. FLOOD PLAIN STUDY PLATE NO. FLOOD ELEV. CONDITIONS FOR APPROVAL'OR REASONS FOR DENIAL" M&C Request Review Pagel of 2 v..1j. ww. CFWNet.org I-*--- Home I Council Agenda I M&C I Employee Directory I Morning Report I Ads I PRS I IT Online I Deparbnents I Site Na, Pr COUNCIL ACTION: Approved on 2/17/2005 DATE: 2/17/2005 REFERENCE NO.: **L-14035 LOG NAME: 30WATERVIEV CODE: L TYPE: CONSENT PUBLIC HEARING: NO SUBJECT: Approve Acceptance of One Permanent Sanitary Sewer Easement from Waterview Estate for Property Located East of Loop 820 East and South of David Strickland Road in Southe. Fort Worth (DOE 4472) RECOMMENDATION: " It is recommended that the City Council approve the acceptance of one Permanent Sanitary Sewer Easement (PSSE) from Waterview Estates, L.P., for a total cost of$1.00. DISCUSSION: The Permanent Sanitary Sewer Easement (PSSE) is necessary for the construction, operation, mainte and repair of sewer facilities to serve the Waterfront at Enchanted Bay, Phase 1 project. The easemer further described as follows: M Grantor Type Legal Description Square Feet Amount Waterview PSSE Portion of the David 36,503 $1.00 Estates, L.P. Strickland Survey, Abstract No. 1376, Tarrant County, Texas, Volume 15363, Page 22 The easement is located in COUNCIL DISTRICT 5, Mapsco 93L, Q. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of Sewer Capital Projects Fund. TO Fund/Account/Centers FROM Fund/Account/Centers " P174 541100 030174013118 $1.00 w Submitted for City Manager's Office bv: Marc Ott (8476) Originating Department Head: A. Douglas Rademaker (6157) Additional Information Contact: httn-//u urw rfiamPt nra/rnrtnril nnArPt/rnr raviacv �or9TTl=2d7nR>�..,,.,�;1.7�to-7/17/7nnG iii Qi�nnc r Enchanted Bay Parcel#3 Doe#4472 David Strickland Survey,Abstract Number 1376 CSTATE OF TEXAS § COUNTY OF TARRANT § PERMANENT SEWER LINE EASEMENT DATE: tlov -3G+ -20014 I GRANTOR: Waterview Estates,L.P. GRANTOR'S MAILING ADDRESS: 3901 Airport Freeway, Suite 200 Bedford,Tarrant County,Texas 76034 GRANTEE: City of Fort Worth GRANTEE'S MAILING ADDRESS : 1000 Throckmorton Street Fort Worth,Tarrant County,Texas 76102 CONSIDERATION: One Dollar ($1.00) and other good and valuable consideration, the receipt and ` sufficiency of which is hereby acknowledged. I PROPERTY: (Legal Description of property) C - EXHIBIT"A" I BEING a tract of land situated in the David Strickland Survey,Abstract Number 1376,City of Fort Worth,Tarrant County, Texas and being a portion of that tract of land described by Deed to Waterview Estates, L.P., a Texas limited partnership, and recorded in Volume 15363,Page 22, County Records, Tarrant County, Texas and being more particularly described by metes and ` bounds as follows: 1 COMMENCING at 1/2 inch iron rod found at the northwest comer of tract 3 of said Waterview Estates, L.P. tract, said point also being in the southerly line of that certain tract of land described " by Deed to The City Of Arlington,as recorded in Volume 3 08 1,Page 340, Deed Records, Tarrant County, Texas; C&B Job No. 1370 ex3 J:\JOB\01137001\SUR\WP\LEG\1370_ex3.doc October 26,2004 + Page 1 of 4 THENCE N 89046'l 8"E, 39.75 feet along the common line to the POINT OF BEGINNING; THENCE N 89046'18"E, 50.00 feet, continuing along the common line; THENCE S 00007'39"W, 110.55 feet to the proposed north right-of-way line of Sun Valley Drive THENCE S 89052'21"E, 66.82 feet along said proposed north right-of-way line; THENCE S 00007'39"W, 105.65 feet to the beginning of a non-tangent curve to the right and crossing Sun Valley Drive, and then along the proposed east right-of-way line of Saba Drive,the beginning of a curve to the right the following bearings and distances: with said non-tangent curve to the right, an arc distance of 63.21 feet, through a central angle of 24008'38",having a radius of 150.00 feet, the long chord of which bears S 12011'58" W, 62.74 feet; S 24016'17"W, 204.43 feet, the beginning of a curve to the left; with said non-tangent curve to the left, an arc distance of 69.32 feet,through a central angle of 39043'00",having a radius of 100.00 feet, the long chord of which bears S 04024'47" W, 67.94 feet; S 15026'43" E, 103.14 feet, leaving said east right-of-way line; THENCE S 74033'17"W, 50.00 feet to the west right-of-way line of Saba Drive, and along said west line the following bearings and distances: N 15026'43" W, 103.14 feet, the beginning of a curve to the right; with said non-tangent curve to the right, an arc distance of 103.98 feet, through a central angle of 39043'00", having a radius of 150.00 feet,the long chord of which bears N 04024'47"E, 101.91 feet; N 24016'17"E, 204.43 feet, the beginning of a curve to the left; with said non-tangent curve to the left, an arc distance of 42.14 feet, through a central angle of 24008'38",having a radius of 100.00 feet, the long chord of which bears N 12011'58"E, 41.83 feet; THENCE N 00007'39"E, 55.65 feet to the south right-of-way line of Sun Valley Drive; THENCE N 89052'21"W, 66.83 feet along said south right-of-way line; THENCE N 00007'39"E, 160.24 feet leaving said south right-of-way to the POINT OF BEGINNING and containing 0.838 acres of land, more or less. C&B Job No. 1370 ex3 JAJOB\01137001\SUR\WP\LEG\1370_ex3.doc October 13,2004 Page 2 of 4 U 0 GRANTOR, for the CONS[DERATION'paid to GRANTOR, hereby grants, sells, and conveys to GRANTEE, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Sewer Line Facility ("Facility) such Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, and pipelines junction boxes in, upon, under and across a portion of the PROPERTY and more fully described in Exhibit"A" attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter PROPERTY, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Permanent Facility. In no event shall Grantor (1) use the Property in any manner which interferes in any material way or is inconsistent with the rights granted, hereunder, or (II) erect or permit to be erected a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit, however, Grantor shall be permitted to maintain the concrete driveway and road that currently exists on the Property. Grantee shall be obligated to restore the surface of the PROPERTY at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement Tract which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. TO HAVE AND TO HOLD the above-described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto GRANTEE, and GRANTEE's successors and assigns forever; and GRANTOR does hereby bind itself and its successor and assigns to WARRANT AND FOREVER DEFEND all and singular the easement unto GRANTEE, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires,singular nouns and pronouns include the plural. GRANTOR: Waterview Estates,L.P. P&­1 gc f%e to' I�'tti�� (�/►c.�yc�:✓ Pecs. GRANTEE: City Of Fort Worth C&B Job No. 1370 ex3 J:\JOB\01137001\SUR\WP\LEG\1370_ex3.doc October 13, 2004 Page 3 of 4 ACKNOWLEDGEMENTS STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the unders' ne authority, a Notary Public in and for the State of Texas, on this day personally appeared ,.known to me to be the same person whose name is subscribed to the foregoing i strument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of wr 2004. LAURA WAYLAND My commission Expk�s J*14,2008 Notary ub' n and for the State o Texas ■ C&B Job No. 1370 ex3 J:\JOB\01137001\SUR\WP\LEG\1370 ex3.doc October 13, 2004 Page 4 of 4 CITY OF ARLINGTON 202. 73 ACRES P Q.c9° 6' 18"E N890 46' 18"E VOL. 3081,PG. 340 J� 1/24 IRON ROD i3 .75' 0 50.00' TRACT LINE 1V P.as I Q1IL ;"' ;WATERV LEW ESTATES L.P VO4. 1536 TCT'3G. ° YY f:i , I�IN GI N o S89°52'21"E _ .....................�......... a.^........ ..... g. .....�r—rr«»ry...................:...................:......................... .•• ` ... •-''..,' ��-� , , #' SUN VALLEY DRIVE S ' N89°52'21"w °'�� • ...................................................♦«r�rr�3L • 4..�............................................. o.o .........................._....... 1 INCH ..;-•t•40-••F€€'T........... N00°07'39"E N; 55.65 ' ................ i •....................................... ... .........................................i ' i ..................•. ... f j A-24°08'38" ; R=100.00' i =24°08'38" t'.42. 14' i :........................................... L.C:SNI r 11'59"E i !•-.. R=150.00' 44..83' 0 ; .....C=63..21' s L.C.=Sf 2°•1.1:.58" I :........................................... 0 62.74' WATERV I EW ESTATES, L.P. 1 �,'. : WATERFRONT AT VOL. 15 36 3, P,.G:'2� I "�o.;o"� ;: .,ENCHA&ATED BAY ^' • "'(•.PROPOSED) D. R. T. C:'T. P:c .�� ... 4 SAN I TARY EASEMENT41 sl �,� ..........It • NIS ...p=39°43'00" : A=39°43'00" ..................... i L R=100.-OQ'. ..............: L.c.==3 04*24 47'W i, L=59:32'0; 101.9I S L.C.-SO424'47"W 67.94' ; ..............: "1VATERV I EW ESTATES L.P'. �? o'v'o VOL. TRACT' 3G. i22 ate° �'N ., r �� s�� ............... .. w sa ....... ... i . ,n \ _ _.:i••'"".TRACT LINE 7................... .`... ..`.. \ \ .... r1...... WATERFRONT AT..............: Q k••...• m �E �F T ...................ENGHANp'8AY i•, \ t (PROPOSED) : : \....... \r o JAMES F. KASSON i;} c 'clid e 9';°poF4500�P�.= 10'BLDG _`�� of y •ESS Q -- WATERV I EW ESTATES, L.P. L •.. S R VOL. 15363,PG. 22 Dj�VB ........ $ _ �►n SABA raacr 4 ......... KI�JV� AN EXHIBIT SHOWING A 1 0.838 ACRE SANITARY SEWER EASEMENT SITUATED IN THE DAVID STRICKLAND SURVEY, ABSTRACT CARTER & BURGESS,INC. NUMBER 1376, TARRANT COUNTY, TEXAS SHT. NO. 777 MAW STREET FORT WORTN,TX 76102 �>ylas-e000 JOB # 011370.010.1.0449 1 DATE: 7-23-2004 1 DRAWN: W.BLADES CJ-IECKED- LF IC FILES Ji\JOB\01137001\SUR\1370_EX3.dgn DATES 23—Ju I—04 1 1 x 1 8 APPENDIX B - GEOTECHNICAL REPORT GEOTECHNICAL ENGINEERING REPORT PROPOSED WATERFRONT AT ENCHANTED BAY FORT WORTH, TEXAS Prepared For: WATERVIEW ESTATES, L.P. 3901 AIRPORT FREEWAY, SUITE 200 BEDFORD, TEXAS 76021 ATTENTION: MR. RUSSELL SLOVAK MAY 2004 i PROJECT NO. 04-8748 Rbne Engineers •GEOTECHNICAL ENGINEERING •CONSTRUCTION MATERIALS TESTING May 28, 2004 •ENVIRONMENTAL CONSULTING •FORENSIC ENGINEERING Mr. Russell Slovak Waterview Estates, L.P. ® 3901 Airport Freeway, Suite 200 Bedford, Texas 76021 - Re: GEOTECHNICAL ENGINEERING REPORT PROPOSED WATERFRONT AT ENCHANTED BAY FORT WORTH, TEXAS RONE PROJECT NO. 04-8748 Dear Mr. Slovak: Submitted herewith are the results of a geotechnical investigation conducted for the referenced project. This investigation was performed in accordance with our proposal 04-5603 (revised) dated January 12, 2004. Engineering analyses and recommendations for site grading and foundations are contained in the narrative section of the report. Results of our field and laboratory investigation are submitted in detail in the Appendix section of the report. We appreciate the opportunity to be of service to you on this project. Please contact us if you have any questions or need any additional services. Respectfully Submitted, DALLAS 8908 AMBASSADOR ROW R*Lom , E.I.T. Mar D. E. DALLAS,TEXAS 75247 TELEPHONE 214-630-9745 Project Manager Vice Presid nt FACSIMILE 214-630-9619 W FORT WORTH 0 Ifn1`, 2.696 GRAVEL DRIVE FORT WORTH,TEXAS 76118 TELEPHONE 817-284-1318 N `• 'M •Mww.N.w • "'� METRO 817-429-4328 MARK D. GRAY FACSIMILE 617-294-1585 """:•••• 67901 HOUSTON +�1 o,%; FG15ZE� ::•_'`�c4�o 6300 ROTHWAY,SUITE 150 ��• .• ..... HOUSTON,TEXAS 77040 1�lO��Io�T°•�' TELEPHONE 713-998-9979 m. FACSIMILE 713-996-9972 1 TABLE •F CONTENTS Page INTRODUCTION.................................................................................................. ................ 1 FIELD AND LABORATORY INVESTIGATIONS.......................................... ......................... 1 GENERAL SITE CONDITIONS............................................................................................. 2 ANALYSIS AND RECOMMENDATIONS .................................................... ......................... 3 RECOMMENDATIONS FOR THE PLACEMENT OF CONTROLLED EARTHFILL............... 7 CONSTRUCTION OBSERVATIONS .................................................................................... 8 REPORTCLOSURE............................................................................................................. 9 • APPENDIX A Plate u BORING LOCATION DIAGRAM ........................................................................................A.1 LOGSOF BORINGS..................................................................................................A.2-A.53 UNIFIED SOIL CLASSIFICATION SYSTEM......................................................:.............A.54 KEY TO CLASSIFICATIONS AND SYMBOLS.................................................................A.55 SWELL TEST RESULTS ............................................................................................. ...A.56 APPENDIX B Paqe FIELDOPERATIONS........................................ ................................................................B-1 LABORATORY TESTING..................................................................................................B-2 i GEOTECHNICAL ENGINEERING REPORT PROPOSED WATERFRONT AT ENCHANTED BAY FORT WORTH,TEXAS INTRODUCTION mv The proposed project will consist of developing 268 single-family residential lots with associated paved streets and drives. The project is located along the western shoreline of Lake Arlington near the south end of the lake in Fort Worth, Texas. The structural loads imposed by the proposed residences are estimated to be light. The general location and orientation of the site are shown on the Boring Location Diagram, Plate A.1, in the Appendix section of this report. The principal purposes of this investigation were to evaluate the general soil conditions at the proposed site and to develop geotechnical recommendations for the design and construction of foundations. To accomplish its intended purposes, the study was conducted in the following phases: (1)drill sample borings to evaluate the soil conditions at the boring locations and to obtain soil samples; (2) conduct laboratory tests on selected samples recovered from the borings to establish the pertinent engineering characteristics of the foundation soils; and (3) perform engineering analyses, using field and laboratory data, to develop"foundation design criteria The intent of this investigation is to provide geotechnical engineering recommendations in accordance with the Home Buyers Warranty program. FIELD-OPERATIONS AND LABORATORY INVESTIGATIONS Soil conditions were determined b 52 sample borings drilled to depths of 15 to 20 feet below Y P 9 P grade within some of the lots for the proposed residences. The borings were drilled between March and April 2004 and their locations are shown on Plate A.1. Sample depth, description of soils, and classification (based on the Unified Soil Classification System) are presented on the Logs of Borings, Plates A.2 through A.53. Keys to terms and symbols used on the logs are shown on Plates A.54 and A 55. Laboratory soil tests were performed on selected samples recovered from the borings to verify visual classification and determine the pertinent engineering properties of the soils encountered. moo Project No.04-8748 Page 1 Classifications test results are presented on the Logs of Borings. Swell test results are shown on Plate A.56. Descriptions of the procedures used in the field and laboratory phases of this study are presented in the Appendix of this report. GENERAL SITE CONDITIONS Subsurface Soil Conditions Geologically the site is located within the Grayson Marl and Main Street Limestone undivided formation, with occasional intrusions of alluvial deposits associated with the Trinity River system. Descriptions of the various strata and their approximate depths and thickness are shown on the boring logs. A brief summary of the stratigraphy indicated by the borings is given below. The borings generally encountered brown, reddish brown and tan brown sandy clay, clay, shaley clay and clayey sand from the surface to depths of about 7 feet to the termination depth of some borings (20 feet). Following the clay soils at some borings, tan limestone followed to depths of about 11 to 20 feet. At the remaining borings, gray limestone followed to the termination depth of 15 to 20 feet. Given the variability of the subsurface soils encountered, please refer to the attached Boring Logs for a more detailed description of the soils encountered. ■ The Plasticity Index of the clay samples tested ranged from 7 to 39, indicating low to high soil plasticity. A high Plasticity Index is generally associated with a high potential for swelling. Groundwater The borings were advanced using auger drilling and intermittent sampling methods in order to observe groundwater seepage levels. Groundwater was encountered at approximately half the borings at depths of about 8 feet to 18 feet during drilling. Some of the bdnngs where groundwater was encountered during drilling appeared to be dry upon completion of drilling, while at other borings, groundwater was measured at about 3 to 18 feet after completion of drilling. Similarly, groundwater was not encountered during drilling or upon completion of drilling at approximately half the borings. Due to the variability of the groundwater levels and the Project No.04-8748 Page 2 number of borings, please refer to the attached Log of Borings for a more detailed description of the groundwater levels encountered. Future construction activities may alter the surface and subsurface drainage characteristics of this site. It is difficult to accurately predict the magnitude of subsurface water fluctuations that might occur based upon short-term observations. The lack of groundwater in some of the borings does not necessarily indicate the groundwater level is below the depths of the borings. From our experience with the Grayson Marl and Main Street Limestone undivided formation, groundwater can occur at various depths and above and in the limestone, especially during periods of precipitation. Groundwater levels should be expected to fluctuate throughout the year with variations in precipitation, runoff, and the water levels in nearby surface water features. ANALYSIS AND RECOMMENDATIONS Potential Vertical Soil Movements Potential Vertical Movement calculations were performed in general accordance with the Texas Department of Transportation (TxDOT) Method 124-E. The TxDOT 124-E method is empirical and is based on the Atterberg limits and moisture content of the subsurface soils. Swell test results were also considered. These calculations were based on in-situ sod being at a dry antecedent condition. At the time of drilling, the sods at the borings were in a slightly moist to relatively dry condition. Building loads are presumed to be light and are not considered a significant factor in estimating the building movements. The Potential Vertical Rise (PVR) calculated using the referenced method and the conditions encountered at the borings ranges from 1 to 2 inches at this site. This movement is estimated based on the depth of the clay layers at the borings, the depth of seasonal moisture change, as well as no more than 2 feet of fill used to grade the site. If more than 2 feet of fill are required to grade the site, the estimated PVR may be affected. We should be contacted to review our recommendations if more than 2 feet of fill will be used at the site. Project No.04-8748 Page 3 a If the estimated movement is deemed to be excessive, subgrade treatment can be considered to reduce the potential movements to more tolerable levels. We would be pleased to provide subgrade treatment recommendations if desired. Foundation System Ground supported foundations can be used for the proposed residences. A ground-supported foundation can consist of a conventionally reinforced beam and slab system, or a post- tensioned osttensioned slab foundation system. The foundation should be designed with exterior and interior grade beams adequate to provide sufficient rigidity to the foundation system to sustain the vertical soil movements expected at this site as described above. A net allowable soil bearing pressure of 2,000 pounds per square foot may be used for design of all grade beams bearing in natural soils or density controlled fill. Grade beams should be founded a minimum of 12 inches into compacted and tested fill. The bottom of the beam trenches should be free of any loose or soft material prior to the placement of the concrete. All grade beams and floor slabs should be adequately reinforced with steel to minimize cracking as normal movements occur in the foundation soils. y Based on information published by PTI, recommended parameters for foundation design at this site are as follows: Edge Moisture Variation Distance Center Lift 5.5 feet Edge Lift 3.5 feet Differential Swell Center Lift: 3.6 inches Edge Lift: 1.0 inches A moisture barrier should be used beneath the slab foundation. Project No.04-8748 Page 4 Pavement Design Recommendations We-recommend a-minimum 6-inch thick section of Portland cement concrete (PCC) pavement on lime treated subgrade for residential streets subjected to low to medium volume traffic. The concrete should have a minimum 28-day compressive strength of 3,500 pounds per square inch. Pavement Subgrade Preparation All topsoil, vegetation, and any unsuitable materials should be removed. The pavement subgrade should be proofrolled with a fully loaded tandem axle dump truck or similar pneumatic- tire equipment to locate areas of loose subgrade. In areas to be cut, the proofroll should be performed after the final grade is established. In areas to be filled, the proofroll should be performed prior to placement of engineered fill. Areas of loose or soft subgrade encountered in the proofroll should be removed and replaced with engineered fill, or moisture conditioned (dried or wetted, as needed)and compacted in place. We recommend a minimum of 6 percent lime (by dry soil weight) to a depth of 6 inches. Lime iu stabilization should be performed in accordance with Item 260, current Standard Specifications for Construction of Highways, Streets, and Bridges, Texas Department of Transportation (TxDOT) or applicable standards. Grading and compaction of pavement subgrade should follow the recommendations in "Recommendations for the Placement of Controlled Earthfdl" below. The final grades must be such that drainage is facilitated, and access of surface water to the subgrade materials is prevented. Water can be introduced beneath theP avement through granular materials used for aggregate bases and utility line embedment, and can cause differential movement in the pavement. Aggregate base or a granular leveling course should not be used beneath pavements, and all utilities should have clay plugs substituted for granular embedment material at the edges of the pavement to reduce the risk of moisture access and possible swelling. General All excavations should be sloped, shored, and shielded in accordance with all OSHA requirements. Project No."-8748 Page 5 All grade supported slabs, outward swinging doors, outside stairs, etc. should be designed to accommodate anticipated potential movements as presented previously in the "Potential Vertical Soil Movements' section of this report. Every attempt should be made to limit the extreme wetting or drying of the subsurface soils because swelling and shrinkage of these soils will result. Standard construction practices of providing good surface water drainage should be used. A positive slope of the ground away from any foundation should be provided. Also, ditches or swales should be provided to carry the run-off water both during and after construction. Lawn areas should be watered moderately, without allowing the clay soils to become too dry or too wet. Roof runoff should be discharged away from the buildings. Backfill for utility lines or along the perimeter beams should consist of site-excavated soil. If the backfill is too dense or too dry, it will swell and a mound will form along the trench line. If the backfill is too loose or too wet, it will settle and a sink will form along the trench line. Backfill should be compacted as recommended in the section titled "Recommendations for the Placement of Controlled Earthfill" below. I If granular material is used for embedment in utility trenches we recommend placing a clay plug, w as a replacement for the granular embedment, at the location where the city line is located, at the location where the utility enters the structure and at other connections. The intent is to stop any free moisture from passing through the granular embedment and entering the soil beneath - the structures. Root systems from trees and shrubs can draw a substantial amount of water from the clay soils at this site, causing the clays to dry and shrink. This could cause settlement beneath grade- supported slabs such as floors, walks and paving. Trees and large bushes should be located a distance equal to at least one-half their anticipated mature height away from foundation slabs and other grade slabs sensitive to movements. Project No.04-8748 Page 6 RECOMMENDATIONS FOR THE PLACEMENT OF CONTROLLED EARTH FILL Site Grading Site grading operations, where required, should be performed in accordance with the recommendations provided in this report. The site grading plans and construction should strive to achieve positive drainage around all sides of the proposed buildings. Inadequate drainage around structures built on-grade will cause excessive vertical differential movements to occur_ Preparation of Site Preparation of the site for construction operations should include the removal and proper disposal of all obstructions that would hinder preparation of the site for construction. These obstructions should include all abandoned structures, foundations, debris, water wells, septic tanks and loose material. It is the intent of these recommendations to provide for the removal and disposal of all obstructions not specifically provided for elsewhere by the plans and specifications. All concrete, trees, stumps, brush, abandoned structures, roots, vegetation, rubbish and any other undesirable matter should be removed and disposed of properly. All vegetation should be removed and the exposed surface should be scarified to an additional depth of at least 6 inches. It is the intent of these recommendations to provide a loose surface with no features that would tend to prevent uniform compaction by the equipment to be used. All areas to be filled should be disced or bladed until uniform and free from large clods, brought to a moisture content between optimum and 4 percentage points above the optimum moisture value, and compacted to between 95 and 100 percent of optimum density in accordance with ASTM D 698. Fill Materials Materials to be used for general site fill should consist of on-site material approved by the Soils Engineer. Imported fill should have a liquid limit less than 60 and should be approved by the Soils Engineer. There should be no roots, vegetation or any other undesirable matter in the soil, and no rocks or rock fragments larger than 4 inches in diameter. Project No.04-8748 Page 7 IC1 .? MW The fill material should be placed in level, uniform layers, which, when compacted, should have a moisture content and density conforming to the stipulations called for herein. Each layer should be thoroughly mixed during the spreading to provide uniformity of the Layer. The fill thickness should not exceed 10-inch loose lifts. Prior to and in conjunction with the compacting operation, each layer should be brought to the proper moisture content as determined by ASTM D 698. We recommend the sandy clay and clay soils be moisture conditioned to a moisture content that is between optimum and 4 percentage points above optimum. After each layer has been properly placed, mixed and spread, it should be thoroughly com- pacted to between 95 and 100 percent of Standard Proctor Density as determined by ASTM D 698. - Density Tests Field Density tests should be made by the Soils Engineer or his representative. Density tests should be taken in each layer of the compacted material below the disturbed surface. If the materials fail to meet the density specified, the course should be reworked as necessary to a obtain the specified compaction. I CONSTRUCTION OBSERVATIONS In any geotechnical investigation, the design recommendations are based on a limited amount of information about the subsurface conditions. In the analysis, the geotechnical engineer must " assume the subsurface conditions are similar to the conditions encountered in the borings. However, during construction quite often anomalies in the subsurface conditions are revealed. Therefore, it is recommended that Rone Engineers, Ltd. be retained to observe earthwork and foundation installation and perform materials evaluation and testing during the construction phase of the project. This enables the geotechnical engineer to stay abreast of the project and to be readily available to evaluate unanticipated conditions, to conduct additional tests if required and, when necessary, to recommend alternative solutions to unanticipated conditions. Until these construction phase services are performed by the project geotechnical engineer, the recommendations contained in this report on such items as final foundation bearing elevations, Project No.04-8748 Page 8 final depth of undercut of expansive soils for non-expansive earth fill pads, and other such subsurface-related recommendations should be considered as preliminary. It is proposed that construction phase observation and materials testing commence by the project geotechnical engineer at the outset of the project. Experience has shown that the most suitable method for procuring these services is for the owner to contract directly with the project - geotechnical engineer. This results in a clear, direct line of communication between the owner and the owner's design engineers, and the geotechnical engineer. REPORT CLOSURE The analyses, conclusions and recommendations contained in this report are based on site conditions as they existed at the time of the field investigation and further on the assumption that the exploratory borings are representative of the subsurface conditions throughout the site; that is, the subsurface conditions everywhere are not significantly different from those disclosed by the borings at the time they were completed. If during construction, different subsurface conditions from those encountered in our borings 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. Further, it is urged that Rone Engineers, Ltd. be retained to review those portions of the plans and specifications for this particular project that pertain to earthwork and foundations as a means to determine whether the plans and specifications are consistent with the recommendations contained in this report. In addition, we are available to observe construction, particularly the compaction of structural fill, or backfill and the construction of foundations as recommended in the report, and such other field observations as might be necessary. Project No.04-8748 Page 9 This report has been prepared for the exclusive use of Waterview Estates, L.P., Inc. and their designated agents for specific application to design of this project. 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 warranty, expressed or implied, is made or intended. Project No.04-8748 Page 10 m m a o < <f 1 w n ad o000 t co m 'r J W mw i 1 f n m n n oV n n n O O 0 Ix ST. B O1 Q� � ' ' m o � m - N W e O > m Z IL m m m U _Z W W c? v A W 222 3a h N mN �� K -W+ K w w a .Cl �, m ., / cL orc � a o .. i Gm 1 .J � N N W r a N C9 m r tD O to m �1 � hm W W U) o m N r non o m Sr D m 111111 In �® N < 17 lV o W 1 ��.'-� m N f7 ♦ mm 1 N SUN VALLEY DR to Z � � ,.� m o TQ N .n W W O V m J O N 1 .i.'^ ., N m / v c�VJ 1 N �•'� � m MEm � C W " > j r ST. ZD 1 F m _ 01 N a p W Z F— N O Q Q' KALTENBRUN ROAD I m N 1 g U 0 N co r r N O w� 1 cW" coN � a r 1 F- m •�-. m m V N r <L A LL W N Z 1 N N N N 1 N N O (V N O 1 < CV N N W an H CJ d n m C mI O m n Ic7 N f7 M tD N m N r m a' IW 'm y N w /N �s p �m O 1 n J C�• H y � to ri C N w a� 0 RoneEngineer ^� Project Noring No Project ®41 Bo 04-874$ B-1 Proposed Waterfront at Enchanted Bay Location Water Observations Fort Worth,Texas Groundwater seepage was not observed while drilling,and the borehole Completion Completion appeared dry at completion. Depth 20.01 Date 3-24-04 SUrface'Elevatlon Type i Au ger �L ' U p w O C O r+ LO a� _®U- LL= N j: d C E' Z O cn Stratum Description C to m C'. 10o U e 'u C U of U c � F-0. m > 31 rn-- mai O1c , � O EZ W yN 0.0 M CrE DoE �� OO C.0 COO tr CL.Cr to f- CL M -J:3 C1.J 0.C 20 M J a U 0. SANDY CLAY,brown,with limestone fragments 4.5 29 12 17 12 1 .. Very stiff 45 12 2.5 15 5 40 15 SANDY CLAY,reddish brown Very stitf 40 27 16 11 16 I I SANDY CLAY,brown Stiffer 25 l5 SHALEY CLAY,tan,brown,and gray Very stiff 40 i 20 I 0 N N \ H O U' Z O Ix a (7 v n T O tr J Q LOG OF BORING NO. B-1 Plate A.2 Ron Engineer Protect Noring No Nolect ®Id 04-8748 B-2 Proposed Waterfront at Enchanted Ba Location Water Observations Fort Worth,Texas Groundwater seepage was not observed while drilling,and the borehole Completion Completion appeared dry at completion. Depth 20_01 Date 3-24-04 Surface Elevation Type Auger o r r p v C O LL O o �'..: M Oi CrLL M c E~ O O Z o �� mo 3:ILL C y`1 o Stratum I}escri�}tion m mIt n - o e ;r _ m U CWI--d y > 7-- N-- rA 01 TC � tD 0EO rnlV- rLN JJ aJ a C �U UJ UUa SANDY CLAY,brown,with limestone fragments. 4 5 I I Very stiff 40 14 SANDY CLAY,reddish brown,with limestone fragments .Very stiff 41 Iz 5 lip 45 26 13 13 14 CLAY,brown Stiff 'I — 25 18 10 CLAY,ci ayish brown Stitt 25 15 CALCAREOUS CLAY,tan,with limestone Bard I 0 45+ 00 0 2U o� a+r C3 C3 00 w o z a C7 c A r Q 0 J Q W LOG OF BORING NO B-2 Plate A-3 RoneEngt.ceer Pirlect No Erring No Pmjeet try 04-8748 B-3 Proposed Waterfront at Enchanted Ba Location Water Observations Fort Worth,Texas Groundwater seepage was not observed while drilling,and the borehole Completion I Completion appeared dry at completion. Depth 30.0, IDate 3_24-04 Surface Elevation Type Auger r _ a a r a o H L o t+. > U r U. tL.,.. of E ILL qZ o 3:U- Q1 WCr 0 N fn Stratum Description o C_ tS1 m C' a a e V C L� w d H U m 'N 41 +: +.r+ 4; X r+ - Q C C co F-a a > >'- m— m a� y c a E a LU alar I IL eat trE mE R'0 0 eA coo x CL CC ca F- IL C0 JJ aJ U 5J BUD. SANDY CLAY,brownish tan,with limestone 45 11 fragments very stiff 4i 12 i 45 29 12 17 10 5 j SANDY CLAY,tannish gray,with limestone N-19 45 19 26 13 fragments N=13 12 10 if N m I ' CLAY,tan and gray,with limestone tragments Very 45 l5 stiff LIMESTONE,tan,with clay seams and layers V 002]" 20 ZBm ZB ti 0 w O a' C� e ED v 0 V O J QI N LOG OF BORING NO. B-3 Plate AA RoneEngineer Protect No [3o mg No Project 04-8748 B-4 Proposed Waterfront at Enchanted Ba Location Water Observations Fort Worth,Texas Groundwater seepage was observed at 17 feet during drilling. Upon Completion Completion completion of drilling,groundwater was measured 2t16 feet. Depth 20.0, Date 5-6-04 Surface Elevation Auger 0 r 0 Mo a E O O q Y Or LL C :ta Stratum Description a ° c m no r o '- C . a @pm ��+ « :+ X ���. CV pili o C: A '� — H— wm c m uE � w d m (Lat d o o c.0 C o o x CLX Wi— CLCD JJ a� a 5 o D-5 Duo. / SANDY CLAY,brownish red,with limestone 4.5+ 10 fragments Hard 4.5 13 SANDY CLAY,Ced Very stiff SANDY CLAY,reddish brown.Very stiff 30 15 5 45 35 16 19 16 SANDY CLAY,brown Very still_ 325 i 10 SANDY CLAY,dark brown Finn. 10 I5 LIMESTONE,tan,with clay seams and layers �P 10001 0" —' 20 Y o iB N F W Z 0 d Q R Q 4 0 O J Q y w LAG OF BORING NO. B-4 Plate A.5 RoneEagineer Project No Goring No Project ®1/ 04-8748 B-5 Proposed Waterfront at Enchanted Ba Location Water Observations Fort Worth,Texas Groundwater seepage was not observed while drilling,and the borehole Completion Completion appeared dry at completion. Depth 20.0, Date 3_24-04 Suitace Elevation Type **y Auger n 0 CI r O C V_ o u mLL �z N CLLL C m� 3 C ~r+ ix E o o Z >. ar 3 u_ c :to to N N Stratum Description ,� o m e _ j yp � m �.: :..ax �;; CV ons h W � ai av Rm QE of 2- oo c,n coo tr a it rn F- tl rn J-i a-J IL 5 U U ty o_ / SANDY CLAY,brown,with hmestone fragments 4.5 10 Very stili. 4.5 24 12 12 10 SANDY CLAY,reddish brown.Very stiff S 30 10 45 17 10 SHALEY CLAY,tannish brown — LIMESTONE,tan,with clay seams and layers ® 100/125' I5 LIMESTONE,gray -_ ® 10010751, 20 i 4 o c9 w 2 O D: n. a (7 m a m s. C7 O J Q T cc LOG OF BORING NO. B-5 Plate A.6 Engineer Protect No Baring No Protect Ron eto Engin= 04-8748 B-6 Proposed Waterfront at Enchanted Ba Location Water Observations Fort Worth,Texas Groundwater seepage was not observed while drilling,and the borehole Completion Completion appeared dry at completion. Depth 10.0, Date 3-24-04 Surface Elevation Type Auger t ° ° O oo N L c .: 8 c � ~ O ` "�Stratum Description eom y� • • `� d V.a z .+ X +O'er Du p rL UcR Fa m 'rTE RE Rv 9oE c = � a LU and o.o m_ ° O c,o co0 IX a(X rnt— 1).CA) JJ aJ `a c 20 z_ AUC. SANDY CLAY,brown,with limestone fragments 3.0 33 13 20 13 Very stiff 45 4 SANDY CLAY,reddish gray Very stiff 45 14 5 SANDY CLAY,eeddish brown.with ferrous nodules — 10 f N=42 79 15 10 LIMESTONE,tan,with clay seams and layers ® LIMESTONE,gray 100/1 5" IS ® 100/0 25 2U 0 c� w z 0 a J. Ix c9 m v c7 0 J LOG OF BORING NO. B-6 Plate A-7 Roue£ngineer Pitject No Boring No Project ®Y 04-8748 13-7 Proposed Waterfront at Enchanted Ba Location Water Observations Fort Worth,Texas Groundwater seepage was not observed while drilling,and the borehole Completion Completion appeared dry at completion. Depth 20.0' I Date 3-24-04 Surface Elevation Type Auger s _ CV o �y0 C o 4 O v d LL N C LL n U �' NStratum Description m m 0;9 e C V V 7 C p O.0 w m 0) CLQ eyo m zrE m E w �O o Cp E p c o o M ICE in l— am a5 20 _3 SANDY CLAY,brown.with limestone fragments -- 13 — 24 17 7 10 SANDY CLAY,reddish brown,with limestone / Iragments SANDY CLAY,red. — 10 —5— SAND,ied,with iron stains N=19 7 8 f LIMESTONE.tan.with clay seams and layers IOOt3 5" 10 LIMESTONE,gray 100/1 25" IS ® 100/0 S' 2 0 c9 w z o o: 'a C7 m v m O 0 J N LOG OF BORING NO. B-7 Plate A.8 RoneEngineer Prefect No, Boring No Proleo tttttt t®y 04-8748 B-8 Proposed Waterfront at Enchanted Ba Location Water Observations Fort Worth,Texas Groundwater seepage was not observed while drilling,and the borehole Completion completion appeared dry at completion. Depth 16.0' 1 Dine 3-24-04 Surtax Elevation Type Auger ,.L _ O O O n !1 C O k O u mLL N CLL .. E @� 3 3 O \e r'U. ) C t7 A '� Stratum Description a °' ®-' �LL ` may P s be co to �' °' ° � m i!'V cma my ; 0 .r �= � x a axe U) m m CL L) QE E It o o `e.0 c a e M d Cc to t— a,U) J J EL-i a g 0 >.j Da a SANDY CLAY,brownish tan Very stiff 4.0 19 SANDY CLAY,red Very sett to stiff 4.0 15 2.0 29 28 16 12 14 5 SANDY CLAY,reddish blown,with uon stains — 11 i LIMESTONE,tan,with clay seams and layers 50/5 75" 10 a.. LIMESTONE,gray Ia ® 100/1 25' a a b C7 LU ok o K ri v O O J v N LOG OF BORING NO B-8 Plate A.9 RoneEngineer " Prglect No Boring,No Project ®ab 04-8748 B-9 Proposed Waterfront at Enchanted Ba Location Water Observations Fort Worth,Texas Groundwater seepage was observed at 17 feet during drilling. Upon Completion Completion completion of drilling,groundwater was measured at 16 feet. Depth 20.0, 1 Date 5_6_04 Surface Elevation type Auger -6- o . O Li. W @LL LL� N CLL ++rA N r t -o 2 a F- a ir Z o �LL m M M r �' Stratum Description ds o o >no \ \ r d, c 6 to a C ria.2 C p p C i m 'O.+ i+�.r i± X e+t 0 V o a C W mm aU � > 3 N'- � N oo C� COO m cE as E Fav aoc mH am JJ D--J ao �0 �.J 0 C CLAY,brownish red,with trace of mvel and 45+ 10 limestone fragments Hard i 45+ 32 12 20 -8 45+ 13 5 45+ 10 SANDY CLAY,brownish red,and gray,with 45+ 101 1 —10— limestone fragments Hard s SANDY CLAY,brown Very stili 4 25 SANDY CLAY,brown and gray 375 20 _ e � m a W z 0 tt IL i c� m v 0 O y LOG OF BORING NO. B-9 'late A.10 RoneEngineer Protect No Goring No Project 04-8748 B-10 ProiRosed Waterfront at Enchanted Ba Location Water Observations Fort Worth,Texas Groundwater seepage was observed at 15 feet during drilling.The Completion Completion borehole caved in at 15 feet. Dept' 20.0' Date 4-19-04 - Surface Elevation Type Auger o t 0 0 LL° c o u r E 6 o z� o o _'' d� U. c mini Q N Stratum Description v e Ci e m m a U coo I—a Hm oEo W CL 0 0) U - aE E y Qo r-J3 co0 Jtr air tnI- Q.U) JJ a a -J Duo. CLAY,bro%vn_with limestone fragments Hard to very 4 S+ $ snA 35 14 I SANDY CLAY,brown,with limestone fragments 145 11 5 Very stit't to hard 45+ 9 SANDY CLAY.brownish red,with limestone 45+ 30 14 16 10 10 / fragments,and iron stains Hard SANDY CLAY,daik brown CLAYEY SAND.brown and gray Firm 1 25 �r ® LIMESTONE,tan,with clay seams and layers 100/2 25 20 o a 0 c� e9�r z o a: m c m 0 C O � a LOG OF BORING NO B-10 Plate A. RoneEngineer Prcrect No Boring No Project ®y 04-8748 B-11 Proposed Waterfront at Enchanted Ba Location Water Observations Fort Worth,Texas Groundwater seepage was observed at 18 feet during drilling. Upon Completion Completion completion of drilling,borehole was dry. Depth 20 0, Date 4-19-04 Surface Elevation Type Auger c r _ U t.. o V " win H N CLL p e F ~ 3 3 0 \ �r Cr e N Stratum Description °' °° �a o - T= w �' e c Gam c �o rs c L 0 Umy •yti �.: «.: « x �:; oV oac LU oci m aU °} GrE E �� o a c-0 c o o z am in am JJ (L-J a 0 M.J DUEL CLAY,blown tan,with limestone trtgments Hard 45+ 6 45+ 29 12 17 6 4.5+ i o 5 45 to SANDY CLAY,brownish tan,and red,with gravel / Very stitf SANDY CLAY,brownish tan Very stiff_ 35 i 12 10 lj / SANDY CLAY,brown Very stiff 35 l5 3.25 Q m — N Y1 \ H 0 W Z 0 a C7 m C? e , CO 0 v C7 O J LOG OF BORING NO. B-11 Plate A.12 RoneEnganeer Protea No [coring No Piolect IoM 04-8748 B-14 Proposed Waterfront at Enchanted Ba Location Water Observations Fort Worth,Texas Groundwater seepage was observed at 17 feet during drilling. Upon CompletionT ompletion completion of drilling, borehole was dry. Depth ZO,Otate 4-19-04 Surface Elevation Type Auger c _ O p ti o a 0 LL It CNC u_ -0 7E ++to m in o Stratum Description o °' ° �� • 3 = m 0 m� ai «: « x C23 23 0 6c LU mV a0 as0 VI r DoE my 00 c.0 c00 OW ex d.cc in CL 55 JJ E:3 Es M6 J 50a CLAY•brownish tan.with limestone fra.gments Hard 4 5+ 6 — 45+ I i SANDY CLAY,brownish tan with limestone 45+ 29 12 17 10 5 fragments Hard Ili SANDY CLAY,brownish tan,with gravel.Hard to 45+ 12 / very stiff ,f 325 12 IU j a» '/ l5 ^I SANDY CLAY,bcowncsh gray,with iron stains / Firm 'f LIMESTONE,tan,with clay seams and layers ® 100/1 01, 20 0 0 LU0 c 'a c� m 0 J Q U LOG OF BORING NO B-14 Hate A.15 RoneEngineer Prclect No [coring No Project y 04-8748 B-15 Proposed Waterfront at Enchanted Bay Location Water Observations Fort Worth,Texas Groundwater seepage was not observed while drilling,and the borehole AN Completion Completion appeared dry at completion. Depth 20.0' Date 4-19-04 Surface Elevation Type Auger c r U o C O LL �N N N N C LL 0 h ' Stratum Description a' °c mm c' v' o;E o c �'� �'m U mGR t—d yx > c to 00E � w dm aU �d or= mE acv 0 C. moo tY a tY N I- a-to J J a_—j n. 2 U M—i CLAY,hiownish tan,with gravel Hard. 45+ 8 45+ 10 CLAY,brownish tan Hard. 45+ 10 5 45+ 10 SANDY CLAY,brownish tan Very stiff 3 5 27 11 16 13 10 , ® LIMESTONE,tan,with clay seams and layers 100/1 0" S5 ® 100/125" 20 a a, F C7 W Z O K 1 0- 9 m I 0 U' O v N LOG OF BORING NO. B-15 Plate A.16 RoneEngineer Pmlccr No Boring No. Project =QW9 04-8748 B-16 Proposed Waterfront at Enchanted Ba Location Water Observations Fort Worth,Texas Groundwater seepage was not observed while drilling, and the borehole Completion Completion appeared dry at completion. Depth 30.0, Date 5-6-04 " Surface Elevation Type Auger ..s _ 00 0 0 4' o u mLL LLC N CLL O ".J Cr N Stratum Description °' °° '' -' ° m C c com �� U, ° c �� »: 4)9 sr ++..+ r+ X +'r0-, V C IX C > 7'- H-- 07 Oi e , LU OM ao 0d �� '0E �v oo c.0 coo cc IL 0: UH o_rn _J J IL_J a5 20 n_J M CLAY,tannish brown,with limestone tragments 4.5+ 13 Hard 4,5+ 31 12 19 10 CLAY,brownish gray,with limestone fragments 4 5+ 13 5 H and 45+ 14 SANDY CLAY,blown Haid to very stiff_ 45+ 10 I / 35 IS LIMESTONE,tan,with clay seams and layers V 100/2 0" 2 0 c7 w z 0 o: 4 U' m C3 0 O J a (n M LOG OF BORING NO. B-16 Plate A.17 Project No Boring No ng No Pioacct ®y1 04-8748 B-17 Proposed Waterfront at Enchanted Ba Location Water Observations 40 Fort Worth,Texas Groundwater seepage was not observed while drilling,and the borehole Completion Completion appeared dry at completion. Depth 20.0' Date 5-6-04 Surface Elevation Type Auger »•s 00 O 0LL U_ C O r 0 rfn —W`- N �i CLL F m F �• O r3 �.- Q ; r E O O Z� 0)° �LL C t03r_A Stratum DescriptionCL C c tom .a 0 0 ;c �' c °�' w 0 m aU m m CrE m E my o o c.0 C o o (L 0: NF CL U 5J 6(L CLAY,brownish tan,with limestone fragments Hard 45+ 13 45+ 11 SANDY CLAY,brown,with limestone fragments 4.5+ 33 13 20 f3 5 / Hard to very stttf 4.5 17 SANDY CLAY,brown Very stiff 35 17 10 LIMESTONE,tan,with clay scams and layers 100/2 0" t5 I i LIMESTONE,gray 100/c 75' 2 I i 0 c� w z o 'a C7 m v T 0 C1 O J f/1 LOG OF BORING NO. B-17 Plate A.18 RoneEngineer P1 olect No Bonng No Project 04-8748 B-18 Proposed Waterfront at Enchanted Bay -• Location Water Observations Fort Worth,Texas Groundwater seepage was observed at 13 feet during drilling. Upon Completion Completion completion of drilling the borehole appeared dry. Depth 20.0' Date 5-6-04 Surtace Elevation Type _ O O O O L L u 0 LL tQ 00 tlJ N C LLL m�"' 3 3 O �'N •O r E o o " Stratum Description a ° m m` tr o = 41 cz 4) LLL w C o Ue U � A7 C: W V C R Na y > 7'- Ol— di d C =' U E 3 LU mro o.0 mm tTE 16E ISo 00 c �0 coo a.Ir wF- CL JJ a� a5 2a ova i SANDY CLAY,brownish tan.and red.with 45+ 8 limestone fragments Hard SANDY CLAY,brown,with limestone fragments 4.5+ J5 5 Hard. 20 15 45+ 12 10 7.7 LIMESTONE,tan,with clay seams and layers 1002 25' 15 LIMESTONE,gray 100/1 0" 20 c) 0 u W Z O d m fQ o 0 J Q N U LOG OF BORING NO. B-18 Plate A.19 RoneEngineer Project No ' Boring No project 04-8748 B-19 Proposed Waterfront at Enchanted Ba Location Water Observations Fort Worth,Texas Groundwater seepage was not obsen=ed while drilling,and the borehole Completion Completion appeared dry at completion. Depth 20-0, Date 4_19-04 Surtace Elevation type Auger b t O c o .t co 00 a £ ^e E c c Z e e may � , u A �' Stratum Description ,e � c m m m� �o �o .2 v � c �'� � o ao tO b W m .+ ..+ X +•y V O a O V C A ~d m .7'- N N m 4 C fO U E r. - W 061 a0 yam rrE E Fa0 c.0 c00 tY (L Cr coH tLW JJ i'0L.J v a- 20 J C.1 CL CLAY,light brown,with gravel Very stiff to hard 35 11 45+ 9 CLAY,brown,with gravel Hard SANDY CLAY,brownish tan Hard 45+ 10 CLAYEY SAND,brownish gray,and red Hard 45+ 28 12 16 8 25 9 I j LIMESTONE,tan,with clay seams and layers ®' 100/275' IS LIMESTONE,gray 100/1 U" —2U 0 t, w z O a c7 m v n C? 0 0 O O J Q LOG OF BORING NO. B-19 Plate A.20 Protect No Boring No. Protect tte�y 04-8748 B-20 Proposed Waterfront at Enchanted Ba Location Water Observations Fort Worth,Texas Groundwater seepage was not observed while drilling, and the borehole Completion Completion appeared dry at completion. Depth Z0.0' Date 3-24-04 Surface Elevation Type o I AugerLL r o .. R !� N z N C LL mt_ 33 z° 3U. 00 Cr o N Stratum Description ;n m i� =Do a 0-a U c W H a m > > — m— 0 m c LU and aU m m Sr— A E w13 0 o c.0 c o o tr a z to t- c.CO �.� a:t a g U - U 0. SANDY CLAY,brown,with limestone fragments 45 IQ Very stiff to stiff " ?0 13 SANDY CLAY,reddish brown Very stiff 3 0 45 16 29 20 5 / 4 5 15 SANDY CLAY,red,with iron stains — 11 13 10 / LIMESTONE,tan,with clay seams and layers ® 100/1 5" IS LIMESTONE,gray h 100/0:75' 20 o � f� k z v 0 0 J Q LOG OF 13ORING NO B-20 Plate A.22 koneEngLneer Pielect No Bonng No Project ®� 04-8748 B-21 Proposed Waterfront at Enchanted Ba Location Water Observations Fort Worth,Texas Groundwater seepage was not observed while drilling,and the borehole CompletionCompletion appeared dry at completion. Depth 20.0 Date 3-23-04 Sm face Elevation Type Auger ..L •0 U O C �- O u y LL LL. N C LL c cC�F m to 3 0 e •' 'a c >T v EE E OQ Zo �+ m .: �ti cacti V o N Stratum Description ,� m m r U U ; C m } � N w 0 d dp R ® uE ' m E 5 o a C.0 c o a z CL 0: (F (L ca JJ aJ iL 2U D� UUa SANDY CLAY,brown,trace of hmestone fragments 45+1 8 /%• and cnlcareous nodules Haid 45+ 26 I 13 10 i 5 CLAYEY SAND,reddish brown — 20 10 4 5+ 15 A 10 LIMESTONE,gray 100/0 75 15 ® 100/1 0" 2 Q 0 0 0 z 0 s 'a m Q r m C7 O J Q LOG OF BORING NO. B-21 Plate A.22 neEn Project No Boring No_ Protect Ro �inetz 04-8748 B-22 Proposed Waterfront at Enchanted Ba Location Water Observations Fort Worth,Texas Groundwater seepage was not observed while drilling,and the borehole Completion Completion appeared dry at completion. Depth 16.0, Date 3-24-04 Surface Elevation Type Auger c r U p V- d LLL 0 r p CLL m N A � � TL� ° m ` am 0N SDi tion 'r 'e x3m 0U � O � « — _ o ° v Em-0 aU y W m 0.0 152 c M a c o o aX 0 am JJ a-J a5 �U �J DUa SANDY CLAY,red Very stiff 45 32 14 18 11 45 IS 45 10 5 ae SAND,red,with iron stains N=39 8 7 LIMESTONE,tan,with clay seams and layers 50/40. 12 LIMESTONE,gray 15 I00f0 75` 0 c9 w z z a O v Q 0 0 O J Q H LOG OF BORING NO. B-22 plate A.23 RoneEngineer Protect No Boring No Protect 04-8748 B-23 Proposed Waterfront at Enchanted Ba Location Water Observations Fort Worth,Texas Groundwater seepage was not observed while drilling.,and the borehole Completion Completion appeared dry at completion. Depth 20.0' Date 3-24-04 Surface Elevation Type Auger .._ Cp O v� L C O U. c E E m� 3 R. z o 3u_ m N a oCCS Stratum Description o °' °0 C o z" >. ` °��' ;f c mm c o �e � c .) m a 4.0 U tr W m E DoE A v o o E M c o o x atz U)F- IL C-1) -.d E"3 a.E EU U- C.)IL r jSANDY CLAY.brownish tan,with limestone 4 5 14 � fragments.Very snt3: 45 28 12 16 8 - 45 13 5 SAND,reddish brown,with some clay N=10 25 11 50/5 0" 17 LIMESTONE,tan,%vith clay seams and layers SHALEY CLAY,tan LIMESTONE,gray 100!1 5" IS ® 10010 75' 20 c� w o " 'a C7 v 0 O J v� N LOG OF BORING NO. B-23 Plate A.24 ' Projpct No- Boring No ProjectRoneEngineer iect ®� 04-8748 B-24 Proposed Waterfront at Enchanted Bay Location Water Observat,o,u low Fort Worth,Texas Groundwater seepage was not observed while drilling,and the borehole Completion Completion appeared dry at completion. Depth 20.0, Date 3-24-04 Surface Elevation Type ' Auger s _ O O O O _ C W U. N C LL L E O ar ,o O "�3 'O C S E o o Z r a+� �LL c mw o N Stratum Description ,� m m 'e .o'- C m 1A C1 �� i 7r.i >c7 C 0 Q, � ii m w r+.+ .:. X ++r O O.C L) m ami aU m@ QE m E ,a'mo 0 0 7E vi r- 0 0 Cr n.Cr ,n t— am 1:3 a:3 a 20 D-j U� SANDY CLAY,brown,with limestone fragments 45 10 Very stiff 45 10 SANDY CLAY,red Very stiff 45 16 5 45 14 SANDY CLAY reddish gray Very stiff ,. 45 32 13 19 10 I LIMESTONE,L-in,with clay seams and layers LIMESTONE,gray 100/101, IS ® 100/07511 '� 2d a r, LU z 0 CL CL m 0 O LOG OF BORING NO B-24 la, �, ` 1H, y I RoneEngineer ProFect No goi ing No. ProleLt S IW d4-8748 B-25 Proposed Waterfront at Enchanted Bay Location Water Observations Fort Worth,Texas Groundwater seepage was not observed while drilling,and the borehole Completion Completion appeared dry at completion. Depth 20.01 Date 3_24-04 Surface Elevation Type w Auger t ouo 0 u rte)N y N N C LL CL C r F >i Z 3 LL m N Q w 0 Stratum Description o ° c in m rnw �� � r m 0 x ww o ac U C M 1-d to > 7'- N N 01 N C 2 y U E W ® m IL R m a- 14 E 10'D o o C c o o tr as in aw :jz an a S 20 5-1 56a SANDY CLAY,brownish red.Very stiff 30 22 45 17 SANDY CLAY,reddish gray Very stitf SANDY CLAY,tan Very stiff 4.5 14 5 45 35 14 21 10 N 45 l0 10 LIMESTONE,tan,with clay seams and layers ® LIMESTONE,gray 100/1 0" IS t ® 100/0 5" 20 s a 0 N � h f N O U' LU2 0 'a 0 c R o � O J v N -25 Plate A.26 LOG OF BORING NO. B a Project No 13onng No Project koneEngineer®d 04-8748 B-26 Proposed Waterfront at Enchanted Ba LomatUon Water Observations Fort Worth, Texas Groundwater seepage was observed at 18 feet during drilling. Upon Completion Completion completion of drilling the borehole appeared dry. Depih 30.0, Date 5_6-04 Surface Elevation Type Auger c,_ pp L Il O r.i _ 33 a Z t1 e g Stratum Description ,e ° c m m' tz C' e �a' v c i^ m my �, m -ate =, x ••� ot? c c.M > 3'— tll^— 49 m H C.) mm aU 02 cE WF my oo c-0 coo -' rr (L CC U)1— am JJ 0.-Ja5 20 -J ova CLAY,brown.with limestone fragments Hard 4.5+ 14 ° 45+ 36 IS 21 11 CLAY,brownish red,with limestone fragments Haid j SANDY CLAY,reddish brown Hard to very stiff 4.5+ 9 5 / t1 45 16 4 25 16 10 ' SANDY CLAY,grayish tan,and red Very stiff 40 IS txw / LIMESTONE,tan,with clay seams and layers rZ 100/0 75' 2 0 w z 0 ccR1 0 m v n N a 4 I i O � J N LOG OF BORING NO B-26 Plate A.27 Project No Boring No Project tiyaneEngineer 04-8748 B-27 Proposed Waterfront at Enchanted Ba Location Water Observations Fort Worth,Texas Groundwater seepage was observed at 12 feet during drilling. Upon Completion Completion completion of drilling,groundwater was measured at 13 feet. A cave in Depth 20.0' Date 3-23-04 occured in the borehole at 15 feet. I Surface Elevation Type �^ Auger c r 0 lL L O 4 LL fU.n `ul`m C LL t- 33 oa �E _ Z e �.Am o o e 3w mcmEmStratum m m ° 1.sz— : xmC Um ' mEWi ° 2 E oow d U x air wF- am .J_+ a a �U �-� 5oa SANDY CLAY,reddish brown,brown and tan 4 5+ 14 j Hard j45+ 18 4.5+ 36 13 23 13 45+ 14 45+ 14 10 SAND,reddish brown,trace of gravel 1 LIMESTONE,tan,with clay seams and layers N=50/4" IS LIMESTONE,gray 100/05,1 20 - Q 0 ai N 1 i-' U W Z o -y U' m Q m C O 0 J h LOG OF BORING NO. B-27 Plate A.28 m RoneEngineer Project Nor in-0 No Project ray 04-8748 B-28 Proposed Waterfront at Enchanted Ba Location Water Observations a Fort Worth,Texas Groundwater seepage was not observed while drilling,and the borehole Completion C'ompleaon appeared dry at completion. Depth 20.0, Date 3-23-04 Surtace Elevation Type Auger -• c O a + O C lL °'F.- 33 0 0 ".:Ci voc a E o o Z e ,?* m $LL c W� o N N Stratum Description r- co oh 0-. e L r+ �+7 m m c � e e w@ OU cam x cA o*E A E �v o c w ma, v ev0_ o e� cao 0: CL d: 0 CL US J_t C.J a_C n :)J D0 a. SANDY CLAY,reddish brown,and tan,with trace of 275 22 calLarmus nodules Stiff to hard i 35 42 13 29 17 d.5+ 12 fill 45+ 14 SHALEY CLAY,sandy,grayish tan Hard. N=65 lS 10 we. LIMESTONE,gray ® 100/1 0" 15 100/1 0" �. 20 C3 C3 U U) l o o: v m 4 e- B J QI N LOG OF BORING NO B-28 Plate x,.29 Protect Na RoneEngineer Bonng No Project ®y 04-8748 B-29 Proposed Waterfront at Enchanted Bay Location Water Observations Fort Worth,Texas Groundwater seepage was not observed while drilling,and the borehole ComplettonCwnpleUon appeared dry at completion. Depth b7.0, Date 3-23-04 Sur- ace Eievatton Type s Auger ..s _ O O O O C O 4' O w 4) �� N r-U. o r 3 trT "' Stratum Description ° cRi mM' a.a m OV S> '= H= v 0 2 o �ow mD-L) Jrr O -0 c: o_ nJ aJ ac> —1 Dc)o_ CLAY,icddish brown,trace of w1catcous nodules 4 5+ 18 Very stiff to hard 425 19 454- 11 Am —5 SANDY CLAY,reddish brown,gray Hard 45+ 27 16 11 9 45+ 9 10 SHALEY CLAY,tannish gray brown LIMESTONE,gray ® 100/0 75' IS 1 Q 0 F b t7 w z Ix o i 'a m Q m 0 O J Q N LOG OF BORING NO. B-29 Plate A.30 RoneEngineer Pioiect No Boring No Protect ®y 04-8748 B-30 Proposed Waterfront at Enchanted Ba Location Water Observations Fort Worth,Texas Groundwater seepage was not observed while drilling, and the borehole Completion Completion appeared dry at completion. Depth 20.0' Date 3-23-04 Surtace Elevation Type Auger c t L {. C1 r r .0 M m y 0 C }i 2 a E °'H 3 3 Z m U. c wN o Stratum Description e c m m Qr.� 0 11C 0 X 'm tr m E m °'o 0 cr as CD 16- (L to J:3 a� o..S Mti » 5tia° SANDY CLAY,brown,reddish brown,and tan,trace 4.5+ 35 14 21 9 of calcareous nodules and limestone fragments Hard. 4.5+ 12 45+ 6 5 CLAYEY SAND,reddish brown — 5 a / SANDY CLAY,tannish brown,with trace of - calemeous nodules Hard 45+ I 1 10 SHALEY CLAY,tannish brown t LIMESTONE,gray ® 100/0 75' 15 r 100/0 5" 20 3 0 c� z gAtr o x a y m c 10 m LLO 4 J a x LOG OF BORING NO. B-30 Plate A.31 RoneEngxneer ' Protect No Boring No Project ®y 04-8748 B-31 Proposed Waterfront at Enchanted Bay Locauon Water Observations Fort Worth, Texas Groundwater seepage was observed at 14 feet during drilling. Upon Completion C'omplehon completion of drilling,groundwater was measured at 15 feet. Depth 20.01 Date 3-23-04 Surface Elevation Type Auger o s U O 'n L ll O w O v U. N GU. n c E E oo Z >. 3u_ dwQ o N � Stratum Description o e c �� m d o se :2 x �;; o�? c Q� U cA I-a N > > - m - mm c oE � W mm c.0 A.T cE '� E 9V o0 c-0 coo oc a r41- n.Co J J IL-j `a 5 U D.i U U a CLAY,brown,with trace of limestone fragments and 45+ I I gravel Hard. 45+ 9 SANDY CLAY,brown,grayish brown,and tan,trace 3.25 26 11 11 24 5 % of ferrous nodules M / 35 19 35 20 10 �' ® LIMESTONE,tan,with clay seams and layers 100/1 25' 15 1 LIMESTONE,gray ® 100/0.75 20 - ,,. Q 0 c� W z cr n. a a c� R O 'x C) O J QI to LOG OF BORING NO. B-31 Plate A.32 - Rone -ngineer Pro,Mect No. Boring.No Project �Yf 04-8748 B-32 Proposed Waterfront at Enchanted Ba Location Water Observations Fort Worth,Texas Groundwater seepage was not observed while drilling, and the borehole Completion Completion appeared dry at completion. Depth 20.0' 1 Date 3-23-04 7" Surlace Elevation Type Auger o r _ 00 o LL u yLL LL` N CLL C N 3 ; C G a E~ o o Z , m' 3LL 0tn oStratum Description o e r- dr@ 0 c ro Ha y > 3*— �— w m y c :t! q o E 3 CL to 0 47 a U A°' 7 m E 1°m o o C.0 c o o (1: a.cc V)1— 9L to -i a� a c v » m o a CLAY,dark brown,trace of calcareous nodules Very 325 19 su M j/ SANDY CLAY,reddish brown,gray,trace of terrous 45+ 9 / nodules Hard G 45+ 10 5 4.5+ 36 13 23 II CLAYEY SAND,reddish brown,tan,with trace of gravel N=13 26 13 I LIMESTONE,tan,with clay seams and layers LIMESTONE,gray 100/0 75' i —IS I r I ® 100/0 25` 2Q b 0 c� W o c a' ca Q 0 O O J a m RE LOG OF BORING NO B-32 Plate A..33 RoneEngineer Protect No Boring No Project try 04-8748 B-33 Proposed Waterfront at Enchanted Ba Location Water Observations Fort Worth,Texas Groundwater seepage was not observed while drilling, and the borehole Completion Completion appeared dry at completion. Depth 20.0, Date 4-19-04 Surface Elevation 'type Auger ++L 0 U O C O r1 V' 0 W11 N CLL .t.. .0 d N N c = E33 0 Z r o 3u_ m0Q Stratum Description 0 0 o C mm C f) CR 4-d yj > 7 N W d y C a� UE7 LU d 0 aU A m trE 0 E 9'0 D o e.0 e o 0 ExaM coF- 0.inn ,-� a::5 a E 2U U j C.)CL CLAY,brown,with gravel Very stiff to hard. 425 1 I 425 12 45+ 25 10 15 9 5 / SANDY CLAY,brownish red Hard 45+ 16 s SANDY CLAY,tannish red,and brown Very stitf 45 13 I LIMESTONE,tan,with clay seams and layers ® 100/2 25 IS LIMESTONE,gray ® 100/0 5" 2Q tu4 m � H 0 Z. 0 a m 0 n m e 0 O J a� w LOG OF BORING NO. B-33 Plate A.34 m Rone Engineer Project No. ring No Project Bo ®W 04-8748 B-34 Proposed Waterfront at Enchanted Ba Location Water Observations Fort Worth,Texas Groundwater seepage was not observed while drilling, and the borehole Completion Completion appeared dry at completion. Depth 20.0' Date 4-19-04 Surface Elevation Type Auger c r U p l0 LL G y .0C'J+m m m 0 o "rJ 4 R r- a E Cz E� o e z\ a �r 3r� r-00 o Stratum Description G ° 5 m m L°° `� � �'a � °m e C Or jq O1 .�s+ i�+ z X y r C t� C W I'-a 0 > 7 - N'- v! Or C yl U a- 3 W Vto aU arm — — m-a oo c� = ao � az m1— am JJ aJ c-5 �v >J DUa CLAY,hrownish tan,and red,with limestone 45+ 12 lragments Hard 4.5+ 29 Il 18 10 45+ II 5 , SANDY CLAY,brown Very stiff 45 12 SANDY CLAY,blown.Hard 45+ 11 10 LIMESTONE,tan.with clay seams and layers v 100/2 25' IS LIMESTONE,gray 100/0 75' 2 0 c9 z o a co of Q 0 0 y LOG OF BORING NO B-34 Plate A.35 RoneEn ineerz 'W Pict No Boring No Project ®y 04-8748 B-35 Proposed Waterfront at Enchanted Ba Location Water Observations Fort Worth,Texas Groundwater seepage was not observed while drilling,and the borehole Completion Completion appeared dry at completion. Depth -20.0, 1 Date ¢19-04 Surface Elevation Type Auger o L U O 0 C O a. • +0 Nig CV C LL a E E E~ o o 0 s, U. m n o N Stratum Description O °' 0e _ °'-� T ` 'Leo �- c mm C v� �o a �V � U Ct0 !-a y > 3~ V)� U) 0 !AC � q UE ? W Gl 0 aU t0 a) QF W� Ra O O CC O O e: a� w!— atn �.r a� a �U �� moa CLAY,brownish red,with li nestone fragments Hard 45 I I 45+ g CLAY,brownish tan,and red,with limestone fragments Hard 4.5+ 11 5 / SANDY CLAY,brown,with limestone fragments H ard. 45+ 58 19 39 18 45+ i S I SANDY CLAY,reddish brown.Hard IS LIMESTONE,tan,with clay seams and layers LIMESTONE,gray 100/0 25' 20 0 O z o �. s a' cs Q 0 J a w LOG OF BORING NO. B-35 Plate A.36 Psott:ct No Boring No ng No Protect taa�y 04-8748 5-36 Proposed Waterfront at Enchanted Ba Location Water Observations Fort Worth,Texas Groundwater seepage was not observed while drilling,and the borehole Completion Completion appeared dry at completion. Depth X0.0, Date 5-19-04 Surface Elevation Type Auger o s U O r O •i t r N oy N O LL a mF— 3 m m Q N Stratum Description m m 3 3 U01"IS n, 01 _r =_ z x %2 OV Op O.0 W m e ILU m m QE i E my o o cM r- b p x MIX W ata JJ aJ a E m » =iUa CLAY,tan and brown,with limestone tragments 4'5+ 13 Hard 4.5+ 6 45+ 32 12 20 11 5 SANDY CLAY,brown Very stiff 35 14 14 10 j i i LIMESTONE,tan,xvrth clay seams and layers 100/2 0" IS LIMESTONE,gray 100/1 0" 20—$ O t7 W O K a C7 e m .r. e o - �ei C, f: U LOG OF BORING NO. B-36 at A-37. RoneEngineer Protect No Boring No 1 Project ®d 04-8748 B-37 Proposed Waterfront at Enchanted Ba Location Water Observations Fort Worth,Texas Groundwater seepage was observed at 18 feet during drilling. Upon Completion Completion completion of drilling,groundwater was measured at 18 feet Depth 20.0, Date 5-20-04 Surface Elevation F-Tyle Auger «L o � U. .8 a_yi 0r U. LL` N G ISL C d� ; O •'tet Cr E o o Z , e ® 3� c ovr o N Stratum Description e e m m a m c c O 3 ca U o w 0 :2..r «._: x " o r w (1) 0 aU m n+ rr m E my o 0 cM c 00 ait N H a en J J o.J a o U .J J U IL ' SANDY CLAY,reddish brown.with limestone 45+ 8 fragments Hard to very stiff f 45+ 28 13 15 10 4.5+ 9 5 40 14 +, i 375 (! 10 SANDY CLAY,brown Very stiff. 225 15 CLAY,tan,%vith limestone fragments Very stiff 3.25 2 .µ 0 c� W z o c a c� m v r9 O J y LOG OF BORING NO. B-37 Plate A.38 RoneEngineer Pinlect No Bonng No Protea W11111111111111111111 1 04-8748 B-38 Proposed Waterfront at Enchanted Ba Location Water Observations Fort Worth,Texas Groundwater seepage was not observed while drilling,and the borehole Completion Completion appeared dry at completion. Depth 20.0' Date 5-13-04 Surface Elevation Type Auger ».r 0 U 0 ti aw - •�•(n W to N 0 LL «% O Ld D N Stratum Description G C U U CL-0 LU 4), a) a0 m cE mE mvoo 72 °1 nE � M a-cc (AH tL(A JJ CL_3 (LE "2U DJ :3 C.) SANDY CLAY.brownish tan,with limestone 3 0 16 j fragments Very stiff 45 18 r "" -- 12 5 45 11 35 53 25 28 24 10 r SANDY CLAY,brown Very stilt to Stiff 3.5 1S 1.5 2 0 a 0 z cc a O m Q r a O J Q' N LOG OF BORING NO. B-38 Plate A.39 ' R RoneEngineer Protect No Boring No Project IoM 04-8748 B-39 Proposed Waterfront at Enchanted Ba Location Water Observations Fort Worth,Texas Groundwater seepage was not observed while drilling,and the borehole Completion Completion appeared dry at completion. Depth 20.0, Date 5-13-04 Surface Elevation type Auger c c U LL �+-c N C LL o u a 3 Z 3:U. o N e n � m � » Cr c Stratum Description C U-� X V C L.m"D =++ M rCm boCm a cow d ai dV m o 0: IL 0: ca aa .JJ ED a 20 n� �UanN , a CLAY,brownish tan,with limestone fragments Very 4.5 12 s(Iff 45 13 45 29 13 16 14 d 5 45 17 a 4.5 10 10 LIMESTONE,tan,with clay seams and layers a ® 100/2 0" 15 ® 100/175' 20 i O U' Z C a (7 m T v � 0 O O J v N LOG OF BORING NO. B-39 Plate A.40 0. Rone£nganeez Project No Baring No P1 olect wy 04-8748 B40 Proposed Waterfront at Enchanted Ba Location Water Observations Fort Worth,Texas Groundwater seepage was not obsen ed while drilling,and the borehole Completion Completion appeared dry at completion. Depth I�.0, Date 5-13-04 Surface Elevation Type Auger c r _ OC U O O O�yi m lL t!.' N C t'L E d F- W 3 Z o L+ 0 p tT �. � 3 LL m m o Stratum Description e C EM = e U o 6 ;G 1 1 ^� d �Y M V x V O t�.0 U r: m Ha � > 2— H — am c � q cE � LU m m a U atm tr— 0- 10 m 00 C.0 c o o — ac aa: 0 a.0 JJ a-1 4 SANDY CLAY,brownish tan,with limestone 45 I I Iragmcnts Very stiff to stiff _ 45 12 40 13 5 — 25 31 12 19 14 f 45 13 l0 ® LIMESTONE,tan,%vuh clay seams and layers 10012 25' 15 100/2 5" 0 w C 'a c7 m v n O O e� y BORING NO. B-40 Plate A.41 oneEngineer PI oject No Boring No Project ®V 04-8748 B-41 Proposed Waterfront at Enchanted Ba Location Water Observations Fort Worth,Texas Groundwater seepage was not observed while drilling,and the borehole Completion Completion appeared dry at completion. Depth 20.0, 1 Date 5-13-04 Surface Elevation Type Auger c rJs i0 c c � o -R .�+rA N N C!L O �'rS -o C o E~ o o Z m'e 3:'U. c mini is N N Stratum Description e 0 m M me e e u ; t-_ m a ai �.,.r :�.r :. x t]6 o a>a m > >•— cc-9•— mai � c � � OEC LU al ai CLL) R m �� m my o o c.0 C O O ar IL Ix U)I-- a rh :J-1 CL-Ja 20 - 0 C r CLAY,reddish brown.with limestone fragments 45 13 Very stiff 4.5+ 36 IS 21 11 45 13 + 5 45 12 SANDY CLAY,brown Very stiti 4.5 15 IU LIMESTONE,tan,with clay seams and layers ® 100/1 0" IS ® 100/1251 20 P 0 w z # 0 Ir 0 0 a m 0 0 O v I rn LOG OF BORING NO B-41 Plate A,.42 RoneEngineez Project No Bonng No Project ®y 04-8748 B42 Proposed Waterfront at Enchanted Ba Location Water Observations Fort Worth,Texas Groundwater seepage was observed at 14 feet during drilling. Upon CompletiodCompletion completion of drilling,groundwater was measured at 15 feet. Depth 20.0, Date 5-13-04 Surface Elevation Type Auger o p O U- y L 1L= O U- o d� 33 z 3" eQ „ E oo m LL r- 0(n o N N Stratum Description w mm m�e :� � ; m o _ fl V C l0 Ird > 7' ~4! W m N C y 0E7 LU 0) a+ aU Me trE A.9 ,*00 0 o c-0 c o o x CL.Ir 0 IL(0 JJ a..3 a5 20 –J 50a CLAY,brown,with limestone fragments Hard 4.5+ 30 13 17 10 45+ 14 45+ 11 5 SANDY CLAY,brown Very stiff 2.0 17 2.25 16 l0 ® LIMESTONE,tan,with clay seams and layers 100/2 5" —15 1 ® 100/1 0" 20 If N 0 W 2 O K 0. v m 0 C7 O v� �` LOG OF BORING NO B-42 Plate A.43 RoneEngineer Piojv No Boring No Project ®Y 04-8748 B-45 Proposed Waterfront at Enchanted Bay Location Wnter Observations Fort Worth,Texas Groundwater seepage was observed at 10 feet during drilling. Upon Completion I Completion completion of drilling,groundwater was measured at 8 feet. Depth 20.0, 1 Date 5-13-04 Surface Elevation Type Auger 0 s O U O N U. LL C N C LL r+� N O C 5. E E~ o o z o m'e 3:LL Q)min o N Stratum Description e m to ` .� ;_ �� r- 4) m-o j ai _ .—..: .—. x ».a) 0 U o a t U coo HCL H > >— W nm Nc = � E3 � tip ciH as in JJ aa_'Ei H: 00 -0 » DO CL CLAY,brownish red,and tan,with limestone 45+ I 1 fragments Hard 3 75 13 m CLAY,brownish tan,with limestone tragments Very cuff 4.5 13 5 45 12 SANDY CLAY,greenish tan Very stf,tf 3 0 38 17 21 18 7 10 / SAND,tan,with gravel LIMESTONE,tan,with clay seams and layers ® 100/10" IS LIMESTONE,gray 100/051, 2t O U' 2 O 'a m + v r I m C7 O J Q LOG OF BORING NO. B-45 Plate A.46 Protect No nRoneEngineer ng No Protect 0 [ia 4 -8748 B-46 Proposed Waterfront at Enchanted Ba Location Water Observations Fort Worth,Texas Groundwater seepage was not observed while drilling, and the borehole Completion Completion appeared dry at completion. Depth ��.0r Date 5-I3-04 - Surface Elevation Type Auger c r _ ° r O G. O R W tL �-Z N r-U- £ my 3 3 ° o �.: a E 3U- c win o N Stratum Description e m m °a _v ;r C m e W .r :.-7 — x ., cu O U a C1 C W t—d W > 7'— W m W C r U E C W an d CL L) .m cr W E S-0o o c� c o 0 rr o.oc I U)H CLa xU -J DUa - SANDY CLAY,brownish tan,with limestone 45+ 11 fragments Hard to very shti 45+ 14 45 9 5 low 45 7 45 t5 I(! LIMESTONE,tan,with clay seams and layers 100/3 5" —IS I 100/1 75' 20 ap B, ad r, f- O L7 2 eAl� a°. a' m Q n m � 1 r r, Q µ = LOG OF BORING NO. B-46 ' _ a^ rA. 7 RoneEngineers Pioject No Boring No Project 04-8748 B-47 Proposed Waterfront at Enchanted Ba Location Water Observations Fort Worth, Texas Groundwater seepage was observed at 15.5 feet during drilling. Upon 1 Completion Completion completion of drilling,groundwater was measured at 17 feet. Depth Z0.0, 1 Date 5-13-04 Surface Elevation Type Auger y LU. O U. I .O+fA M H O U. C G E~ 0 C Z `.�. Qte LL O c r o N Stratum Description e O m m 0� "..- . COY 'a�.+ :.�+ « x 3 O) V C p.•O U c� t-d y > 3 — m — rim yc � � c�iEs � :L Cc r0 0.U3 Ai-1 0. � CLE �U �_3 MCIEL I ,� CLAY,brown,with limestone fragments.Hard to very 45+ 12 stiff 45+ 11 i 45 31 14 17 14 - 5 45 14 SANDY CLAY,brown Very sntt 3 0 l5 10 LIMESTONE,tan,with clay seams and layers • 325 15 � 1 100/1 0" 20 r 0 C9 w z a t� $ ■ c� a J O y LOG OF BORING NO. B-47 Plate A.48 y Protect No BonProjectRoneEngineer ng No Project 04-8748 B-48 Proposed Waterfront at Enchanted Ba L Cauon Water Observations - Fort Worth,Texas Groundwater seepage was observed at 13 feet during drilling. Upon Completion Completion completion of drilling the borehole appeared dry. Depth -20 0' 1 Date 5_13-04 Surlhce Clevation Type Auger r °U. � o ° r o \ N U. 'II Cr Stratum Description e 0� m m ��" o O e 0 �c C.) a,c LU CL a ® (L0 IL tvS — 10E my11 a) oa c.0 caa f M o.M 0 rLtn �� a� a _ 0C CLAY,brownish red,and ten,with limestone 45+ I I fragments Hard to very stiff 45+ 31 12 14 I2 45 13 5 SANDY CLAY,brownish tan Stilf 275 15 i SANDY CLAY,brownish tan,and gray Satl 25 16 - 10 Q �. LIMESTONE,tan,with clay seams and layers V 100/1.25' 1� LIMESTONE,gray ® 100/1 0" 21 v i O O UJ Z O K a O m P A m O 0 J R' N LOG OF BORING NO B-48 'late A.49 RoneEng.neer Prutect No Bonne No Project ®a 04-8748 8-49 Pro osed Waterfront at Enchanted Ba Location Water Observations Fort Worth,Texas Groundwater seepage was observed at 7 feet during drilling. Upon Completion C`oi„plerton completion of drilling,groundwater was measured at 4 feet. Depth 15.0' Date 5-6- Surface Elevation Type Auger e r O O O C V- p v W on 0 �r N 33 O E .. mrr d cs E O O Z e r.�. Oe CLO CO A N N Stratum Description o o m m ve g�e U a a)'O .y m 'd.+ r r: i. X �'.0+ V O O.r- w dm aD Me gE AE my oa EM coo CL CC mt— aca JJ CL Zi a� —0 MJ �c3a SANDY CLAY,brownish red Very stiff. 3 0 29 12 17 13 25 18 SANDY CLAY,red Stiff CLAYEY SAND.tannish brown Sott - 05 19 5 Q d” LIMESTONE,tan,with clay seams and layers 100/0 75' +s 10 LIMESTONE,gray 100/0 75' IS i a c� w z 0 rr .� a m v R Q o ff O P J vi LOG OF BORING NO. B-49 Plate A.50 PioAectNo 78onngNo Protect flu®vineet 04-8748 $-50 Proposed Waterfront at Enchanted Ba Location Water Observations Fort Worth,Texas Groundwater seepage was observed at 12 feet during drilling. Upon Completion Completion completion of drilling,groundwater was measured at 10 feet. Depth 20.01 Date 5-13-04 -Surface Elevation Type Auger .•t 0 0O n C O rJ U. 0-q N C LL CL = m ; 3 O .E 3:a. �6 Cr o m b N fn Stratum Description a p` C m m C p o 0 2e 'V C i W X r'r 0 V CO d V N.- y y y -E C U c ea a.0 m e ,� o f W and aU a,m trE WE Dov oo c� cao tr IL Cr 0P a.in 1:313 an a 20 53 ova CLAY,biowmsh red,and tan,with limestone 45+ 9 I'rngmcnts Hard — 45+ 11 45+ 30 12 18 I I 5 SANDY CLAY,brownish Lori,and red,with 4.5+ I! limestone fragments Hard W" ' SANDY CLAY,brown.Very stiff. 4.5 15 10 z i Q LIMESTONE,tan,with clay seams and layers 100/0 75 IS LIMESTONE,gray 100/050, 20 v w 2 0 'a 0 v Sp Sp o C7 O J v W ` LOG OF BORING NO. B-50 Plate A.51 „ Major Divisions Sym. Typical Names Laboratory Classification Criteria y Well-graded gravels, gravel- cc D� (D,o)' U) Cr.= m c GW sand mixtures,little or no C. — greater than 4 cbetween 1 and 3 +n M 0 fines y D+o D,x D� c CML m p U 02 HC m Poorly graded gravels,gravel m E N m U J GP sand mixtures,little or no u) cn w Not meeting all gradation requirements for GW f m m a) > fines o'U C ' > > M $ Udo 0 0 0 d 0 Silt ravels, ravel-sand-silt C9 C�� Liquid and Plastic limits Liquid and plastic limns N �- c E GM y g g y M below"A”line or P(D Cr .I d r s = y mixtures Z ; greater than 4 plotting m hatched zone Z c m 0 :3.92 N between 4 and 7 are N 3 .O C U m d 1 H M y p N N Liquid and Plastic limits borderline cases 1 0 -- �' > � Clayey gravels,gravel-sand- y „ „ requiring use of dual y - 0 n GC c d m above A line with P I. o, g n clay mixtures Z : c symbols m - Q c greater than 7 cm O+co m 0 - 6 m ® �' Well- railed sands, ravell co D (D,? � a; m c SW g g y m E Ce '—� greater than 6- C� between 1 and 3 M m EE r — sands,little or no fines > E D,o D x D W CU +o so J l U E rn c 0+0 1 m C ,0 t; w O N a m Poorly graded sands; m ,0 v` '�v SP , gravelly sands,little or no a Not meeting all gradation requirements for SW CD a c W °' a fines `� a a c N 00 N yN (a �. 0CR U) -- CM m m a�Liquid and Plastic limits 00 Z o SM Silty sands,sand-silt mixtures c "; I ' �., below"A"line or P.I.less E `m w E a+ 3 0 0 Liquid and plastic limits L L t m P Q o a) 0 2 than 4 plotting between 4 and 7 3 c n o Q' ' +n are borderline cases -0 c v Liquid and Plastic limits requiring use of dual Q SC Clayey mixtures rid-clay y above"A"line with P I symbols a) (D o greater than 7 Inorganic silts and very fine sands,rock flour,silty or ML clayey fine sands,or clayey H `m silts with slight plasticity �t I uy Inorganic Gays of low to sD V) 0 a+ medium plasticity, gravelly 00 ° E CL Gays,sandy clays,silty clays, 50 N = = and lean clays l 0 U) 2 CH 1 Z 0• t _J OL Organic silts and organic silty 40 1 1 M �, -- clays of low plasticity x I O c H Inorganic silts,micaceous or 9 _y LO MH diatomaceous fine sandy or A off arid MH "° m m silty soils,elastic silts o •P c m H 20— ca 0m E v °� CL 0 m CH Inorganic clays of high1 „ H X 1 11 °+ plasticity,fat clays 1 t0. to a 4 '` L ML a d OL m Q Organic clays of medium to D OH high plasticity,organic silts 0 10 20 30 40 50 60 70 80 90 10D Liquid Limit p EJ o Pt Peat and other highly organic Plasticity Chart w soils UNIFIED SOIL CLASSIFICATION SYSTEM Plate A.54 r■ SOIL OR ROCK TYPES � m m GRAVEL LEAN CLAY LIMESTONE • SAND ••� SANDY — SHALE �o ee � SILT SILTY SANDSTONE HIGHLY CLAYEY CONGLOMERATE Shelby Auger Split Rock Cone No PLASTIC CLAY Tube Spoon Core Pen Recazvery BERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL ine 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+ parse Grained Soils (Mon;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 rA aIcareous Contains appreciable deposits of calcium carbonate; generally nodular . lckensided Having inclined planes of weakness that are slick and glossy in appearance Laminated Composed of thin layers of varying color or texture ssured Containing cracks, sometimes filled with fine sand or silt terbedded Composed of alternate layers of different soil types, usually in approximately equal proportions FRMS DESCRIBING PHYSICAL PROPERTIES OF ROCK Hardness and Degree of Cementation Pry Soft or Plastic Can be remolded in hand; corresponds in consistency up to very stiff in soils oft Can be scratched with fingernail Moderately Hard Can be scratched easily with knife; cannot be scratched with fingernail card Difficult to scratch with knife .ery Hard Cannot be scratched with knife Poorly Cemented or Friable Easily crumbled emented Bound together by chemically precipitated material; Quartz,calcite,dolomite, sidente, and iron oxide are common cementing materials. Regree of Weathering nweathered Rock in its natural state before being exposed to atmospheric agents 51gghtly Weathered Noted predominantly by color change with no disintegrated zones eathered Complete color change with zones of slightly decomposed rock xtremely Weathered Complete color change with consistency,texture, and general appearance approaching soil ��,EY TO CLASSIFICATION AND SYMBOLS Plate A.55 SWELL TEST RESULTS _ PROPOSED WATERFRONT AT ENCHANTED BAY FORT WORTH, TEXAS RONE PROJECT No. 04-8748 Baring Sample Depth Liquid Plastic Plasticity Initial Final Load Swell ft Limit Limit Index MC %) MC %) (PS9 % .E B-2 S-4 6-7.5 26 13 13 14 - 810 0.0 B-5 S-2 1.5-3 24 12 12 10 13 250 0.0 B-11 S-2 1.5-3 29 12 17 6 15 185 1.3 e B-14 S-3 4-5.5 29 12 17 10 15 560 0.0 B-17 S-3 4-5.5 33 13 20 13 15 680 0.0 B-21 S-2 1.5-3 26 13 13 10 15 250 0.0 B-23 S-2 1.5-3 28 12 16 8 13 310 10 B-25 S-4 6-7.5 35 14 21 10 15 810 2.0 B-26 S-2 1.5-3 36 15 21 11 17 250 3.5 B-27 S-3 4-5.5 36 13 23 13 17 560 0.3 B-29 S-4 6-7.5 27 16 11 9 16 810 0.0 , B-31 S-3 4-5.5 26 11 15 24 26 560 0.7 B-33 S-3 4-5.5 25 10 15 9 12 560 0.0 B-35 S-4 6-7.5 58 19 39 18 - 810 0.0 B-37 S-4 6-7.5 28 13 15 14 14 810 0.0 B-39 S-3 4-5.5 29 13 16 14 16 560 0.0 B-41 S-3 4-5.5 36 15 21 13 15 560 0.0 B-43 S-3 4-5.5 31 13 18 11 13 560 0.1 B-50 S-3 4-5.5 30 12 18 11 13 560 0.0 B-51 S-2 1.5-3 40 13 27 20 23 250 0.0 0 Plate A.56 FIELD OPERATIONS Subsurface conditions were defined by 52 sample borings located as shown on the Boring Location Diagram, Plate A.1. The borings were drilled at locations staked in the field by Rone. The borings were advanced between sample intervals using continuous flight auger drilling procedures. The results of each boring are shown graphically on the Logs of Borings, Plates A.2 through A.53. Relatively undisturbed samples of cohesive soils were obtained with Shelby tube samplers in general accordance with ASTM D-1587 at the locations shown on the Logs of Borings. The Shelby tube sampler consists of a thin-walled steel tube with a sharp cutting edge connected to a head equipped with a ball valve threaded for rod connection. The tube is pushed into the undisturbed soils 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 maintain "in situ"moisture content. The consistency of cohesive soil samples was evaluated in the field using a calibrated hand penetrometer. In this test a 0.25-inch diameter piston is pushed into the undisturbed sample at a constant rate to a depth of 0.25-inch. The results of these tests are tabulated at respective sample depths on the logs. When the capacity of the penetrometer is exceeded, the value is tabulated as 4.5+. Samples of granular and cohesive materials were obtained using split-barrel sampling procedures in general accordance with ASTM D-1586. In the split-barrel procedure, a disturbed sample is obtained in a standard 2 inch OD split barrel sampling spoon driven into 18 inches into the ground using a 140-pound hammer falling freely 30 inches. The number of blows for the last 12 inches of a standard 18-inch penetration is recorded as the Standard Penetration Test resistance (N-value). The N-values are recorded on the boring logs at the depth of sampling. The samples were sealed and returned to our laboratory for further examination and testing. To evaluate the limestone encountered, a modified version of the Texas Cone Penetration test was performed at selected locations. Texas Department of Transportation (TxDot) Test Method Tex- 132-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 B-1 140-pound hammer freely falling 30 inches. This results in 350 foot-pounds of energy for each hammer blow. In rock or rock-like materials, 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. Groundwater observations during and after completion of the boring are shown on the upper right of the boring log. Upon completion of the boring, the boreholes were backfilled from the top and plugged at the surface. rt 2 1 B-1 LABORATORY TESTING General Laboratory tests were performed to define pertinent engineering characteristics of the soils encountered. The laboratory tests included moisture content, Atterberg limits determination, dry unit weight,free swell and visual classification. Classification Tests Classification of soils was verified by natural moisture content, and Atterberg limits determinations. These tests were performed in general accordance with American Society for Testing and Materials (ASTM) procedures. The Atterberg limits, natural moisture content determinations and gradation results (percent passing the No. 200 sieve) are presented at the rn respective sample depths on the Logs of Borings. Free Swell Tests Selected samples of the near-surface cohesive soils were subjected to free swell tests. In the free swell test, a sample is placed in a consolidometer and subjected to the estimated overburden pressure. The sample is then inundated with water and allowed to swell. Moisture contents are determined both before and after completion of the test. Test results are recorded as the percent swell, with initial and final moisture content. f' :'6 ✓J. fug sae