HomeMy WebLinkAboutContract 36651 Volume 1 CITY SECRETARY
CONTRACT NO.
City of Fort Worth, Texas
Water Department
VILLAGE CREEK
- WASTEWATER TREATMENT PLANT
TRINITY RIVER
- . *•.•� PIPELINE CROSSING
-� (PARALLEL SIPHON)
PROJECT
PROJECT P171-070171300040
SEPTEMBER 2007
• ~ti'7� T [
VOLUME 1 OF 2
"•'AMY R�ROBINSON"'�
CS
90
271
Fs •....... ��tir s. .. . . . . . ....%!!t
�,�or I (�TCFf1J N:WWAMS
82794 ; ter
4 opt` �,A.`�.••°��..
., PREPARED BY.cm
• 0grtZS[o7
OFFICIAL ' Cob
_ IN ASSOCIATION WITH:
JASTER-QUINTANILLA DALLAS,LLP
NMTATECH ENGINEERING INC.
02-21-08 P03:54 IN
Page 1 of 2
City of Fort Worth, Texas
Mayor and Council Communication
COUNCIL ACTION: Approved on 1/8/2008
DATE: Tuesday, January 08, 2008
LOG NAME: 60S J LOUS REFERENCE NO.: C-22616
SUBJECT:
Authorize Execution of a Contract with S.J. Louis Construction of Texas, Ltd., for the Trinity River
Pipeline Crossing at the Village Creek Wastewater Treatment Plant (City Project No. 00186)
RECOMMENDATION:
It is recommended that the City Council authorize the City Manager to execute a contract with S.J. Louis
Construction of Texas, Ltd., in the amount of$5,851,782.60 for the construction of the Trinity River Pipeline
Crossing at the Village Creek Wastewater Treatment Plant.
DISCUSSION:
On June 4, 2002, (M&C C-19114) the City Council authorized the execution of an engineering agreement
with Camp Dresser & McKee, Inc., for the design of a third parallel siphon pipeline under the Trinity River
to the Village Creek Wastewater Treatment Plant (VCWWTP). Amendment No. 1, approved August 8,
2006, (M&C C-21610) included construction administration services and resident representation during the
construction phase.
The construction project includes an 84-inch siphon under the Trinity River to the existing Box EEE within
the VCWWTP site and construction of a new upstream diversion box connecting all three siphon pipes.
Other work includes modifications to Bar Screen Building No. 3 to remove old flow measuring flumes and
equipment modifications in the new Fine Screen Building.
This project was advertised for bid on September 27 and October 4, 2007 in the Fort Worth Star-Telegram.
On October 25, 2007, the following bids were received:
Bidder Base Bid Amount Time of Completion
S.J. Louis Construction of Texas, Ltd. $5,851,782.60 515 Calendar Days
Oscar Renda Contracting, Inc. $6,231,000.00
In addition to the contract cost, $10,000 is required for city staff review and $175,553 is anticipated for
project contingencies.
S.J. Louis Construction of Texas, Ltd., is in compliance with the City's MWBE Ordinance by committing to
15 percent MWBE participation. The City's goal on this project is 15 percent.
This project is located in COUNCIL DISTRICT 5.
FISCAL INFORMATION/CERTIFICATION:
The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the
Sewer Capital Projects Fund.
TO Fund/Account/Centers FROM Fund/Account/Centers
http://www.cfwnet.org/council_packet/Reports/mc_print.asp 1/10/2008
Page 2 of 2
P274 541200 701300018680 $5,851,782.60
Submitted for City Manager's Office b Marc A. Ott (8476)
Originating Department Head: S. Frank Crumb (8207)
Additional Information Contact: Madelene Rafalko (8215)
http://www.cfwnet.org/council_packet/Reports/mc_print.asp 1/10/2008
CITY OF FORT WORTH
VILLAGE CREEK WASTEWATER TREAT;NIENT PLANT
TRINITY RIVER PIPELINE CROSSING (PARALLEL SIPHON)PROJECT
FORT NVORTH,TEXAS
Water Project No.: P171-070171300040
ADDENDUM NO. 1
October 8,2007
Bidders are hereby informed of the following changes to the contract documents for the project. Bids for the
project will be received October 25, 2007. Bidders must acknowledge receipt of this Addendum below and
on the Proposal—Part B.
I. PROJECT MANUAL REVISIONS
PART A—NOTICE TO BIDDERS
SPECIAL INSTRUCTION TO BIDDERS,page A-1. Item lc)EXPERIENCE RECORD; add the following
*� paragraph at the end of the second paragraph.
"If the General Contractor plans to perform the sanitary sewer cleaning work,the qualification requirements
stated above shall be included in the Bidders Prequalification submittal. General Contractors that plan to
subcontract the sanitary sewer cleaning work shall submit the subcontractor's qualifications after award of the
contract and at least 30 days prior to the scheduled start of work. Based on the qualifications submitted,the
City has the right to review and approve or disapprove the sanitary sewer cleaning contractor proposed. If the
proposed sanitary sewer cleaning contractor is not approved by the City,the General Contractor shall provide
qualifications until a satisfactory contractor is selected. No additional compensation shall be made to General
Contractor for providing an approved contractor."
PART B—PROPOSAL
IVI/WBE SPECIFICATIONS: •
a. SPECIAL INSTRUCTIONS FOR BIDDERS,M/WBE PROJECT GOALS
Insert"15%"in the Project Goals Section.
b. Subcontractors/Suppliers Utilization Form,Attachment IA,Page lof 4
Insert "15%"in the Project Goals Section.
C. Prime Contractor Waiver Form,Attachment 1B,Page Iof 1
,..� Insert"15%"in the Project Goals Section. a�� T
d. Good Faith Effort Form,Attachment 1C,Page Iof 3 ,,;c�q•-.........' s' 1#
Insert "15%"in the Project Goals Section.
o..:.
GV�N N. WLLWdS
SCHEDULED BID DATE: October 25, 2007 82794
DATE ADDENDUM ISSI1TED: October 8,2007 s, .
RECEIPT ACKNOWLEDGED: jo�`S� jav
By:
`p`0 1
Title:
ADDENDUM.NO1 07
CITY OF FORT WORTH
VILLAGE CREEK WASTEWATER TREATMENT PLANT 1t i
TRINITY RIVER PIPELINE CROSSING(PARALLEL SIPHON)PRO.] ��''�
FORT WORTH,TEXAS
*X
Water Project No.. P171-070171300040 AMY R. ROBINS N d
r
6 90271 i Q-+
ADDENDUM NO. 2 ��j90�•.,�i� �oa�'�`�•=
October 15,2007 F�2 Fss�
ZJ1 IOMAL ���•�^�
Bidders are hereby informed of the following changes to the contract documents for the project.
Bids for the project will be received October 25, 2007. Bidders must acknowledge receipt of this
Addendum below and on the Proposal—Part B.
I. PROJECT MANUAL REVISIONS
1. Proposal.—Part B, remove the Proposal in its entirety and replace with the attached
Proposal.
2. Section 01040 - 1, Paragraph 1.02 D, remove the last sentence and replace with the
sentence below:
"Refer to Special Conditions D-44 for Security Requirements."
3. Section 01040-3, Paragraph 1.02 add the following item:
"N. Potable or nonpotable water is not available at the project site across the river. It
is the contractor's responsibility to obtain water as needed for the project."
4. Section 01040-7, Paragraph 1.04 E 7 c, shall be removed and replaced with the item
below:
"c. Structural repairs shall be completed after removal of any sluice gates at Box D
and DD."
5. Section 01040-7, Paragraph 1.04 E 9 a, revise paragraph to state
"Work associated with Bar Screen Building No. 3 includes the demolition of parshall
flumes no. 5 and 6 located on the west side of bar screen building, installation of 96-inch
Hobas pipe(City provided pipe),removal and replacement of the weir plate upstream
of Bar Screen No.36 located on the east side of bar screen building,odor control
modifications, and site work."
6. Section 01040-7, Paragraph 1.04 E 9 b, revise first sentence to state
"To complete the demolition work of parshall flumes no. 5 and 6 and influent piping
installation, ......"
�. 1
VILLAGE CREEK WASTEWATER TREATMENT PLANT
TRINITY RIVER PIPELINE CROSSING (PARALLEL SIPHON) PROJECT
ADDENDUM NO.2,continued
7. Section 01040-7, Paragraph 1.04 E 9 c,delete first sentence in its entirety and replace
with
"Work associated with the west side of Bar Screen Building No.3 shall be completed
during low flow periods."
8. Section 01040-7, Paragraph 1.04 E 9 d,revise paragraph to state
"The maximum allowable downtime for work associated with the west side of Bar
Screen Building No.3 is 2 weeks."
9. Section 01040-7, Paragraph 1.04 E 9 e,add the following paragraph
"e. To complete the weir plate removal and replacement work at Bar Screen No.3,
flow shall be isolated from the east side of Bar Screen Building No.3 and routed
through the 96-inch main from the Headworks Facility into the west side of Bar
Screen Building No.3. Flow may be isolated at Junction Box C and downstream of
the bar screens 36 and 37. The existing gates at Box C are operable and in fair
condition and can be used to isolate flow. Temporary bypass pumping may be
required to maintain flow that leaks past the gates. All costs associated with this
work shall be the sole responsibility of the Contractor. Stop log guides are present
following each screen channel. These or another method of blocking flow from
proceeding upstream through the bar screen channel is needed to allow the primary
clarifiers and dedicated aeration basins to remain in service."
10. Section 01040-7,Paragraph 1.04 E 9 f, add the following paragraph
"f. Work associated with the east side of Bar Screen Building No.3 shall be
completed during low flow periods. The Contractor is advised that the total
available treatment capacity through the west side of Bar Screen Building No.3 and
the HRC is approximately 280 to 300 MGD. Flow exceeding 300 MGD will have to
be directed through the east side of Bar Screen Building No.3 under emergency
conditions. All costs associated with directing flow through the east side of Bar
Screen Building No.3 during emergency conditions shall be the sole responsibility of
the Contractor. The maximum allowable downtime for this work is 1 week."
11. Section 02200—8,Paragraph 3.07 EXCACATION AND BACKFILL
REQUIREMENTS AT STRUCTURES, add the following paragraph;
"E. See additional compaction grouting specifications on sheet S-8 of the project
drawings."
.. 2
VILLAGE CREEK WASTEWATER TREATMENT PLANT
TRINITY RIVER PIPELINE CROSSING (PARALLEL SIPHON)PROJECT
ADDENDUM NO.2,continued
12. Section 03930 Paragraph 1.02 -Add the following:
"F. The following minimum qualifications for the Contractor and material manufacturer
shall apply for the Work specified in this Section:
I. Contractor or Subcontractor performing the structural repairs at influent Box
D,DD, E,and EE shall have experience in performing similar repair work on
five(5)similar projects of similar size and complexity in sewage exposure
applications utilizing similar materials specified in the Contract Documents.
i
2. Superintendent shall have a minimum of five years experience performing
similar repair work. Superintendent will be present at all times when Work
is being performed.
3. Applicators of Repair Products. Repair products will be applied by
s applicators trained by the manufacturer.
4. Manufacturer(s)of specified products shall have a minimum of 10 years
experience in the manufacture of such products and shall have an ongoing
program of training,certifying and technically supporting the
Subcontractor's personnel. The manufacturer of the specified product shall
be ISO 9001/9002 certified and have in existence a recognized ongoing
quality assurance program independently audited on a regular basis.
Manufacturer will have an experienced representative to provide support due
the performance of the work.
5. The Contractor performing the structural repairs shall also perform the
protective coatings/liner applications at Box D, DD, E,and EE to ensure a
single source of responsibility.
6. Qualifications of the contractor performing the Work shall be submitted to
the City at least 30 days prior to the scheduled start of work. Based on the
qualifications submitted,the City has the right to review and approve or
disapprove the structural repair contractor proposed. If the proposed
structural repair contractor is not approved by the City,the General
Contractor shall provide qualifications until a satisfactory contractor is
selected. No additional compensation shall be made to General Contractor
for providing an approved contractor."
13. Section 07115— BITUMINOUS DAMPROOFING, Insert specification section 07115 in
project manual.
14. Section 09800—Concrete Coating Systems(Epoxy)Paragraph 2.02-A.1: Delete this item
in its entirety. Polibrid will not be considered as an equivalent coating system.
3
VILLAGE CREEK WASTEWATER TREATMENT PLANT
TRINITY RIVER PIPELINE CROSSING (PARALLEL SIPHON)PROJECT
ADDENDUM NO. 2,continued
II. PROJECT DOCUMENTS -VOLUME 2 OF 2
1. Appendix B, insert attached letter dated September 25,2007 from Plasti-Fab in Appendix
B.
III. DRAWINGS
1. Sheet G-6: Add attached sheet G-6 to plan set.
2. Sheet C-4:Note 11,add the following sentence "Contractor shall notify the Engineer
upon removal of debris for final geotechnical recommendations for Box ED-2."
3. Sheet SD-1: Demolish the existing east coarse screen channel stop gate guides and
concrete corbel. See attached revision drawing SK-1.
4. Sheet SD-1: Add note 10 as follows:
"10. All spaces inside structure are confined space. Contractor to ensure worker
safety at all times per OSHA guidelines."
5. Sheet SD-6—Box D:Note with leader pointing to precast cover beams: Delete the word
"alum."
6. Sheet SD-6-Box D and DD: Extend the dashed protective coatings line at the wall
common to the interconnect flume to floor level to include coating the new lean concrete
fill surfaces.
7. Sheet SD-7 Section 1: Perimeter cover plate-Change reference from"ALUM."To"316
SS".
8. Sheet S-13: Add adjustable weir plate at east coarse screen channel. See attached revision
drawing SK-2.
9. Sheet S-14: Add existing weir plate access hatches. See attached revision drawing SK-3.
10. Sheet S-16: Add details 3, 4 and 5 for Bar Screen Building No. 3 east channel weir. See
attached revision drawings SK-4, SK-5, and SK-6.
r
it. Sheet H-3: Add attached Bar Screen Building No. 3 odor control demolition drawings to
Sheet H-3.
4
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Part B-Proposal
PROPOSAL
TO: Charles Boswell
City Manager
Municipal Office Building
1000 Throckmorton
Fort Worth, Texas 76102
PROPOSAL FOR: The furnishing of all materials and equipment and labor and all necessary
appurtenances and incidental work to provide a complete and operable project designated as:
Village Creek Wastewater Treatment Plant—Trinity River Pipeline Crossing(Parallel Siphon)
Project
Project No. P-171-070171300040
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 except as specified to be furnished by the City, which is necessary to fully
_ complete the work as provided in the Plans and Contract Documents and subject to the inspection and
approval of the Director of the Fort Worth Water Department of the City of Fort Worth,Texas; and binds
himself upon acceptance of this Proposal to execute a contract and furnish 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. The Proposal is formatted for the Bidder
to provide Bid Price amounts as listed below.
AWARD OF CONTRACT
Determination of the lowest bid will be based on the Total Base Bid price and no Additive or Deductive
Alternate bid items will be considered in the Contract Award. Contract Award will be on the basis
presented in Item No. 8 of the Special Instructions to Bidders.
REJECTION OF BIDS
The Owner reserves the right to reject any and/or all Bids or to waive any informality in Bids when such
rejection or waiver is in the interest of the Owner, and to reject the Bid of a Bidder who in the City's
T opinion, is not in a position to perform the Contract. Bids submitted which do not meet the minimum
MWBE participation required will be rejected as being non-responsive to the request for Bids.
A Bid will be subject to being considered irregular and may be rejected if it shows omissions,alterations of
form, conditional alternate bids, additions or alternates in lieu of the items specified, if the unit prices are
obviously unbalanced(either in excess of or below reasonably expected values),or irregularities of any
kind.
Contractor proposes to do the work within the time stated and for the following sums:
VC0515.PTB B-I Addendum 2- 10/15/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Part B-Proposal
UNIT PRICE SCHEDULE
FOR
TRINITY RIVER SIPHON PROJECT
BASE BID
Item Estimated Description of Item With Unit Unit Bid Price Total Amount
No. Quantily Bid Price in Words In Figures in Figures
1 1 Construction of the Village Creek WW
L.S. Treatment Plant — Trinity River
Pipeline Crossing (Parallel Siphon)
Project including Box DDD,Box ED-
2,Box ED-3,Bar Screen BuildingNo.
3 improvements and Headworks
facilities improvements, complete,
excluding Bid Items No.2 through 15
herein after listed separately.
Dollars
and Cents
per lump sum. $ $
2 1 Furnish Copolymer stop logs, guide
L.S. frames, accessories, and services as
defined in Specification Section
11283. Installation cost shall be
included in Bid Item 1.
Two hundred eight five thousand
eight hundred Dollars and zero Cents $285,800.00 $285,800.00
per lump sum.
3 360 Furnish and install 84-inch Concrete
L.F. Pressure Pipe defined in Spec.Section
02613.
Dollars
and Cents
per linear foot. $ $
4 300 Furnish and install 96-inch Concrete
LY Pressure Pipe with anchored plastic
lining as defined in Specification
Sections 02613 and 06640.
Dollars
and Cents
per linear foot. $ $
5 11.500 Develop and implement a Compaction
C.Y. Grouting Program for soft or loose
subgrades based on total treated
volume.
Dollars
and Cents
per cubic yard. $ $
VC0515.PTB B-2 Addendum 2- 10/15/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Part B-Proposal
6 660 Contractor's Trench Safety Work for
L.F. Pipeline Excavation
Dollars
and Cents
per linear foot. $ $
7 1 Contractor's Trench Safety Work for
L.S. Structural Excavation
Dollars
and Cents
per lump sum. $ $
.. 8 215 Excavation and disposal of
C.Y. unclassified hard material around Box
ED-2 as identified in the drawings and
geotechnical report
Dollars
and Cents
per cubic yard. $ $
9.1 1 Furnish and install materials to repair
L.S. existing Junction Boxes D and DD
complete, excluding Bid Items No.
9.2, 9.3, 9.4, 9.5, 9.6 and 9.7 herein
after listed separately as specified and
shown on the Drawings.
Dollars
Cents
per lump sum. $ $
9.2 1 Surface preparation and application of
L.S. concrete PVC lining or epoxy coating
at Box D and DD per Specification
09800 (Plastic) and 09800 (Epoxy)
and as shown on the Drawings.
Contractor shall specify type of lining
or coating provided at end of bid
proposal table.
Dollars
Cents $ $
per lump sum.
VC0515.PTB B-3 Addendum 2- 10/15/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Part B-Proposal
9.3 1,800 Structural surface preparation to
C.F. remove deteriorated concrete at Box D
and DD as specified and shown on the
Drawings.
Dollars
Cents
per cubic foot. $ $
9.4 1,800 Application of concrete repair mortar
C.F. at Box D and DD as specified and
shown on the Drawings.
Dollars
Cents
per cubic foot. $ $
9.5 1 Removal and disposal of sluice gates,
L.S. guide stems and supports, operators,
and all electrical components at Box D
and DD.
Dollars
Cents
per lump sum. $ $
9.6 2,000 Remove and replace existing corroded
L.F. steel reinforcing with #6 reinforcing
bars spliced with existing sound rebar.
Reinforcing to be repaired shall be
identified during construction by
Engineer upon surface preparation
completion for concrete repairs.
Dollars
Cents
per linear feet. $ $
9.7 200 Application of polyurethane grout
L.F. injection per Specification 03930 for
existing water infiltration and leak
repair to accommodate specified
structural repairs and costing
applications.
Dollars
Cents $ $
per linear feet.
Subtotal for Bid Item 9
Repair and lining or coating of Box D and DD $
(sum of 9.1 through 9.7)
VC0515.PT13 B-4 Addendum 2- 10/15/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
i` Part B-Proposal
10.1 1 Furnish and install materials to repair
L.S. existing Junction Box E and EE
complete, excluding Bid Items No.
10.2 through 10.7 herein after listed
separately as specified and shown on
the Drawings.
Dollars
Cents
per lump sum $ $
10.2 1 Surface preparation and application of
L.S. concrete PVC lining or epoxy coating
at Box E and EE per Specifications
09800 (Plastic) and 09800 (Epoxy)
�. and as shown on the Drawings.
Contractor shall specify type of lining
or coating provided at the of bid
proposal table.
Dollars
Cents $ $
per lump sum.
10.3 1,580 Structural surface preparation at Box E
C.F. and EE to remove deteriorated
concrete as specified and shown on the
Drawings.
Dollars
Cents
per cubic foot. $ $
10.4 1,580 Application of concrete repair mortar
C.F. at Box E and EE as specified and
shown on the Drawings.
Dollars
Cents
per cubic foot. $ $
10.5 1 Removal and disposal of sluice gates,
L.S. guide stems and supports, operators,
and all electrical components at Box E
and EE.
Dollars
i Cents $ $
per lump sum.
VC0515.PTB B-5 Addendum 2- 10/15/07
F"
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Part B-Proposal
10.6 2,000 Remove and replace existing corroded
L.F. steel reinforcing with #6 reinforcing
bars spliced with existing sound rebar.
Reinforcing to be repaired shall be
identified during construction by
Engineer upon surface preparation
completion for concrete repairs.
Dollars
Cents
per linear feet. $ $
10.7 200 Application of polyurethane grout
.. L.F. injection per Specification 03930 for
existing water infiltration and leak
repair to accommodate specified
structural repairs and costing
applications.
Dollars
Cents $ $
per linear feet.
Subtotal for Bid Item 10
Repair and lining or coating of Box E and EE $
(Sum 10.1 through 10.7)
-- 11 1 Furnish and install materials to dewater
L.S. (including bypass pumping as
necessary), inspect and clean the two
existing 60-inch siphons complete as
specified and shown on the Drawings.
Dollars
Cents
per lump sum. $ $
12 1 Furnish and install one (1)
L.S. washer/compactor for fine screen no.4
at the Headworks Facility as specified
and shown on the Drawings.
Dollars
Cents
per lump sum. $ $
VC0515.PTB B-6 Addendum 2- 10/15/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Part B-Proposal
13 1 Construction of improvements to Bar
L.S. Screen Building 3 complete as
specified and shown on Drawings.
Dollars
Cents
per lump sum. $ $
14 240 Disposal of Chlordane contaminated
C.Y. material at a TCEQ approved disposal
site as defined in Specification Section
01011.
Dollars
Cents
per cubic yard. $ $
15 1 Allowance for Electrical Upgrades in
L.S. Headworks Facility as directed by
Owner.
Twenty thousand Dollars
and zero Cents per lump sum. $ 20,000 $ 20,000
TOTAL BASE BID PRICE(Summation of Items 1 - 15) $
Contractor shall specify the type of lining or coating being proposed for Bid Items 9.2 and 10.2 by placing an
.. "X" in the appropriate box. The same coating/lining shall be used for both bid items.
❑ PVC lining per Specification Section 09800 Bonded Plastic Lining for Concrete Structures(PVC)
❑ Epoxy Coating per Specification Section 09800 Concrete Coating Systems(Epoxy)
If the Contractor does not specify a lining or coating system,material shall be at the discretion of the Owner.
VC0515.PTB B-7 Addendum 2- 10/15/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Part B-Proposal
ADDITIVE ALTERNATE BID ITEMS
OWNER will evaluate the bids based upon the total base bid amount above plus the bid price(s) of the
Additive Alternate Bid Item presented below.
UNIT PRICE SCHEDULE
FOR
ADDITIVE ALTERNATE BID ITEMS
Item Estimated Description of Item Unit Bid Price Total Amount
No. Ouanti With Unit Bid Price in Words In Figures In Figures
Additive Alternate Bid Item No. 1
A-1 1 Furnish and Install epoxy coated rebar
L.S. in lieu of standard non-coated rebar,
complete as specified and shown on
— the Drawings for the Base Bid Items.
Dollars
Cents
per lump sum. $ $
TOTAL BASE BID for Additive Alternative Bid Item(Sum of Additive Alternative Bid Item No.1)
(in words)
Dollars and
(in words)
(cents)
(in words)
M (in figures)
•� TOTAL BID AMOUNT(Sum of Base Bid and Additive Alternate Bid Item No. 1)
(in words)
Dollars and
(in words)
(cents)
(in words)
MM M (in figures)
Within ten(10)days after acceptance of this proposal,the undersigned will execute the formal contract and
,ft will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the
faithful performance of this contract. The attached bid security in the amount a 5%is to become the property
of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not executed and delivered
within the time above set forth,as liquidated damages for the delay and additional work caused thereby.
VC0515.PTB B-8 Addendum 2- 10/15/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Part B-Proposal
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 the Specific
Contract Documents and appurtenant drawings.
The undersigned assures that its employees and applicants for employment and those of any labor organization,
subcontractors,or employment agency in either furnishing or referring employee applicants to the undersigned
are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City
Ordinance No. 7400.
The Bidder agrees to begin construction within 10 Calendar Days after issue of the work order,and to Totally
Complete the contract within 515 Calendar Days, and to meet the substantial completion requirements
specified in Paragraph D-15 of the Special Conditions(Part D).
(Complete A and B below,as applicable:)
A. The principal place of business of our company is in the State of
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.
Nonresident bidders in the State of , our principal place of business, are not
required to underbid resident bidders.
B. The principal place of business of our company or our parent company or majority owner is in
the State of Texas.
Addendum No. 1 (Initials)
Addendum No. 2 (Initials)
Addendum No. 3 (Initials)
Respectfully submitted,
By
Title:
Company Name:
Address:
Phone No.
(S E A L)
If Bidder is Corporation
Date:
END OF SECTION
VC0515.PTB B-9 Addendum 2- 10/15/07
QR0S'
-` 0y 9665 S.W.TUALATIN-SHERWOOD ROAD
PO BOX 100-* TliALATIN OR 97062
ct M. M7, PHONE: (503)692-5460 FAX: (503)692-1145
E-MAIL:laurah@plasti-fab.com
WEB: http://www.plasti-fab.com
CDM Email: 9/25/07
777 Taylor Street, Suite 1050
Fort Worth,Texas 76102
Attn: Amy Robinson
Project: City of Fort Worth
Village Creek WWTP
Trinity River Pipeline Crossing(Parallel Siphon) Project
Dear Amy,
This letter is to confirm the price will not exceed $285,789.00 FFA for the Plasti-Fab stop logs on
the above project as quoted below. These prices will be firm for 180 days from the date of this
letter.
4 only T-316 stainless steel embedded stop log guide 10'0" x 26'6" with neoprene
seals. Shipped in three pieces with bolt together corners.
36 only Fiberglass stop log 10'0"x 1'0"x 101/2" with T-316 stainless steel lifting pins
and neoprene seals. (Approx.wt. 580-600 lbs.)
1 only T-316 stainless steel flat rack for stop log storage.
- 1 only Hot dipped galvanized lifting beam
7 only T-316 stainless steel embedded stop log guide 8'0" x 26'6" with neoprene seals.
Shipped in three pieces with bolt together corners.
16 only Fiberglass stop log 8'0"x 1'0"x 61/2" with T-316 stainless steel lifting pins and
neoprene seals. (Approx.wt. 360-380 lbs.)
2 only T-316 stainless steel flat rack for stop log storage.
1 only Hot dipped galvanized lifting beam
1 only T-316 stainless steel embedded stop log guide 6'0" x 25'6" with neoprene seals.
Shipped in three pieces with bolt together corners.
24 only Fiberglass stop log 6'0"x 1'0"x 61/2" with T-316 stainless steel lifting pins and
neoprene seals. (Approx.wt. 190-2101bs.)
1 only T-316 stainless steel flat rack for stop log storage.
1 only Hot dipped galvanized lifting beam
Freight FFA. Partial shipments available at additional cost. Laura Hocigan
Prints 3-4 weeks after order placement
Shipping First shipment 8-10 weeks after approval.
Quote Good for 180 days Accoun M ger
-- (503) 692-5460 ext 213
Taxes NOT Included Direct Line: 503-783-5213
www.plasti-fab.com
LLFJ
-w-
o
t%
I
0R.
z
L Lz
0 in
Woo
It 9-1 r0-,g
RIS
894
ZI&o
Ill.'sk/ON4..
REF. SH. SQ-1 i t (d'7
PROJECT
aLfelsill VILLAGE CREEK WTP PARALLEL SIPHON PROJECT
CLIENT CAMP DRESSER & McKEE INC.
JASTER—QUINTANIUA DALLAS, LLP
CONSULTING ENGINEERS REF. REV. DATE SHEET
2105 COMMERCE a SURE 300 DAU
L
M FAX 21+M-WAS. TX 75201l 3021098 10/15/07 SK-1
2,4 U0
f
1
I I
1 I
I I
I i
I � I
. e. s.
4
3 ,O
0.�
o.'
O
17
w I I4A
I 4 1
J
W•
w L ID
N
c A
P
i
o.
ti --- --- _��� OF
m ,
i*.7
... .... ..... ...jC RIS 0 RYA
89485
///�i
t�Il S'ONA L
(D�I�•j4�
REF. SH. S-13
WN PROJECT
VILLAGE CREEK WTP - PARALLEL SIPHON PROJECT
_ CLIENT
JASTER—QUINTANILLA DALLAS, LLP CAMP DRESSER 8 McKEE INC.
CONSULTING ENGINEERS REF. REV. DATE SHEET
2105 COMMERCE a SWE 300 DALLIS• TX 75201 3021098 1 10/15/07 SK-2
214 752—IM FAX 214 752-$171
i
----� r--- ——————————
-----------
fl
II I
i { i
I I I
I I I
II I
I I I
i I rl rn r-1 I
r- 1 r.LJ.-I r-L-L-1 r `----
Li r-' L, r-) r---1
I I f L-J I I I
— it II II I
1 l I
L, -1 4 �_TJ L I I
LJ
-� "
I I
W I I ?N=
C3cu I I ;L)� { f I
oto I I War i t I
rc { I I I I
11 li i
I I 1 1 I
1 1
1 I
1 I
1 i � OFrn�4
.:XAz
I l jC RIS S RYA
j 89485
• REF. SH. S-14
ID((�07
PROJECT
ILI VILLAGE CREEK WTP - PARALLEL SIPHON PROJECT
CLIENT
JASTER—QUINTANILLA DALLAS,
LLP CAMP DRESSER 8 McKEE INC.
CONSULTING ENGINEERS REF. REV. DATE SHEET
2105 COMMERCE a SURE 300 a DA UAS, TX 75201 3021096 1 10/15/07 SK-3
214 752�iDi! FAX 214 752-WI
- 1'-2„
1/4"
TOL
- GAP
#4 ADH DWLS x L
t 12" OC
4—#5 VERT
CONT
N
4
o a-
" S16 '
5
Sib
WEIR
DETAIL 3 0
3/8" - i'-0" S13 ��p'��•�F •Tf'4�r►��
OC RIST N S. RY/
B9485
J1
114, ,......
I l\A
REF. SH. S-16
io �K(4
PROJECT
VILLAGE CREEK WTP - PARALLEL SIPHON PROJECT
CLIENT
JASTER—QUINTANILLA DALLAS, LLP CAMP DRESSER & McKEE INC.
CONSULTING ENGINEERS REF. REV. DATE SHEET
2105 COMMERCE a SUE 300 DALLIES. TX 75201 3021098 1 i0/15/07 SK-4
214 752-M FAX 214 752-1771
EL 452.65'
PROVIDE TWO (2)
6" ADJUSTABLE
SECTIONS (NOT
SHOWN) PER
•, a° 5/S16 0:° EL 452.65'
8„ 8„
o e
I I
I I
I I
I I
I- ---- -- -I Lo
'�0:
I— I
i I
I— —— —— —— —I EL 452.65'
4'-8„
WEIR
DETAIL 4
3/8" = 1'-0" — iC RIS RYy
.�
�'•, 89 85
cj
s�
Plt It Q fA
- REF. SH. S-16
PROJECT
VILLAGE CREEK WTP — PARALLEL SIPHON PROJECT
— CLIENT
JASTER—QUINT.ANILLA DALLAS� LLP CAMP DRESSER 8 McKEE INC.
CONSULTING ENGINEERS REF. REV. DATE SHEET
2105 COMMERCE a SurtE 300 o QM1AS, Tx 75201 3021098 1 10/15/07 SK-5
214 752-i0i9l1 FAX 214 752-Ml
PROVIDE TWO (2)
.. 6" x 4'-8" WEIR
SECTION
1"x3" 316 SS
THREADED ROD
316 SS
" HSS 3 1/2x3 1/2x1/4
TYP
316 SS PL 1/2"
1" DIA x3" 316 SS THK, TYP
THREADED ROD
WELDED TO PL
TACK WELD NUTS CON
TO ROD La EA END TYP
316 SS PL
1/2" THK
TYP "\—HSS 3 1/2"x3 1/2"xl/4"
316 SS, TYP (OR EQUIV
BUILT UP SECTION)
a
a
N
O
LLJ
E OF T tit............
_ WEIR
A 0210
SECTION 5 ;6 qis .ER.. : _Y
�,� 89
-- REF. SH. S-16
io f(slob
PROJECT
VILLAGE CREEK WTP — PARALLEL SIPHON PROJECT
41� lk±k CLIENT
JASTER—QUINTANILLA DALLAS, LLP CAMP DRESSER 8 McKEE INC.
CONSULTING ENGINEERS REF. REV. DATE SHEET
2105 CONIERCE a SURE 300 a DALIAa. 1X 75201 3021098 1 10/15/07 SK-6
214 752-OM FAX 214 752�T11
City of Fort Worth
Village Creek Wastewater Treatment Plant
A�1 Trinity River Parallel Siphon Project
Bituminous Damproofing
SECTION 07115
BITUMINOUS DAMPROOFING
PART GENERAL
1.01 SECTION INCLUDES
A. Cold applied asphalt bitumen dampproofing.
1.02 RELATED SECTIONS
A. Section 03300 -Cast-in-Place Concrete: Concrete surfaces.
B. Section 04300 -Unit Masonry System.
Md 1.03 REFERENCES
A. ASTM D41 -Asphalt Primer Used in Roofing and Waterproofing.
i B. ASTM D449 -Asphalt Used in Dampproofing and Waterproofing.
C. ASTM D450 -Coal-Tar Pitch Used in Roofing,Dampproofing, and Waterproofing.
D. NRCA(National Roofing Contractors Association) -Waterproofing Manual.
1.04 SUBMITTALS FOR REVIEW
A. Section 01300- Submittals: Procedures for submittals.
B. Product Data: Provide properties of primer,bitumen, and mastics.
1.05 SUBMITTALS FOR INFORMATION
A. Section 01300-Submittals: Procedures for submittals.
B. Manufacturer's Installation Instructions: Indicate special procedures and perimeter conditions
requiring special attention.
1.06 QUALITY ASSURANCE
A. Perform Work in accordance with NRCA Waterproofing Manual.
B. Applicator: Company specializing in performing the work of this section with minimum 3 years
experience.
1.07 ENVIRONMENTAL REQUIREMENTS
A. Section 01600 -Material and Equipment: Environmental conditions affecting products on site.
B. Maintain ambient temperatures above 40 degrees F for 24 hours before and during application
until membrane has cured.
-- PART' PRODUCTS
2.01 MANUFACTURERS
A. W. R. Meadows, Inc.,P.O. Box 543, Elgin, IL 60121 Type: Sealmastic emulsion-type
dampproofing-trowel grade.
B. Other Acceptable Manufacturers:
1. Sonneborn, ChemRex Inc., 889 Valley Park Drive, Shakopee,MN 55379.
VC0515S07.160 07115-1 10n 5/07
I�
JUNCTION
BOX E/EE I
CHLORINE
r—————————————— CONTACT
BASINS
I I
I
JUNCTION
Y
BOX EEE j I TRAIN 2 I I
I
I
�-------- HRC UNIT I
f I I
I I TRAIN 1 I JUNCTION
L-------------------
BOX 00
I
I
I
I
HEADWORKS I
FUTURE FACILITY
JUNCTION Li
AERATION
BOX Fl
------- BASINS
}m Nos 9-13
�<
J Q
U}
am
U U
Z Z
2 W
W C:
W K
W
U�
Low
96 INCH 96 INCH PRIMARY LEGEND
CLARIFIERS
JUNCTION JUNCTION PRIMARY
BOX F3 BOX F2 16-17 CLARIFIERS NORMAL PLANT FLOW
Nos Nos 15 AND 18
-17 ———————— HRC FLOW
JUNCTION (PRIMARY TREATMENT)
BOX G
— — —— HRC FLOW
(WET WEATHER)
GATE
JUNCTION
BOX H
NOTES
DRAWING IS TOFLOW
WEST EAST BAR SCREEN MAINTENANCE FOREMATIC CONSTR CTIONHASIZE SEOUEN ING FOR
BUILDING No 3 BAR SCREEN BUILDING No 3 WORK.NOT ALL EXISTING
JUNCTION BOXES AND TREATMENT UNITS ARE SHOWN.
JUNCTION BOX BB 2 REFER TO SPECIFICATION SECTION 01040 FOR
CONSTRUCTION CONSTRAINTS AND MAINTENANCE OF
JUNCTION BOX B FLOW REQUIREMENTS.
96 INCH 961NCH
3
I
E
N
JUNCTION BOX BBB
o
I
N
JUNCTION 72 INCH
BOX C ..F
C) P*
.................................
AM.Y R. ROBINSON
o ��T .
.9f90271��..;a
ONAL�E
DESIGNED BY CITY OF FORT WORTH,TEXAS PROJECT No 34653
o A ROBINSON
a DRAWN BY HD Camp Dresser&McKee Inc.
co„I FILE NAME GFMDI001
SHEET cnKO BY A ROBINSON
�� VILLAGE CREEK WASTEWATER TREATMENT PLANT VILLAGE CREEK WWTP SHEET Na
�
ID-R-OT HD AR DRAWING ADDED BY ADDENDUM No 2 CROSS CHKD BY G WILLIAMS °'^'°"�^" ! TRINITY RIVER PIPELINE CROSSING
DaTeovEO BY ocroeERlzoo (PARALLEL SIPHON) PROJECT FLOW MAINTENANCE SCHEMATIC
6i REV No DATE DRWN CHKD REMARKS G-6
Village Creek Wastewater Treatment Plant
Trinity River Pipeline Crossing (Parallel Siphon) Project
Water Project No P171-070171300040
October 15, 2007 Ventilation Addendum
;rZOiEOFTF�1i
s�
DAVID P. GRA}...... �
Digitally signed by David P. ,-••.•�¢ .tq j
Graham fj .Q
David P DN:cn=David P.Graham, �'��fic •,.G•
o=Multatech Engineering,
Inc.,ou=Mechanical
Engineering,
Graha M email=dgraham@multatech.
com,c=US V
Date:2007.10.15 15:15:27
-05,00,
1106V
4f1 ] r T ( Ft
_ 1407 1 exas Street,Suitt,
Fax 817 877-4245
NJ44`N,m(lltatECh.CCm
Demolition of odor control duct work,scrubber and makeup air unit for Bar Screen
Building No.3.
A. Demolish the two abandoned FRP odor control ducts from the loading area, the
main FRP scrubber duct and the carbon odor control scrubber. The duct work is
located outside the west wall of Bar Screen Building No. 3. The FRP duct stubs
up approximately 6 feet from the around and turns into the building. The FRP
duct work shall be cut at grade level and the FRP duct work penetration into the
loading area shall be removed along with aluminum grill inside building. Furnish
and install two Greenheck ESJ-602m 24"X 16" aluminum louvers with a'/z"
�* stainless steel wire fabric in the openings, refer to the Figure 1.
- Demolish FRP
— - Duct and
Replace with
J Louver,
Demolish Typical 2p1.
FRP Duct _
to Scrubber r _ - . Fill duct below
*==N w grade with
concrete.
Provide finish
and seal to grade.
Figure 1
r,.
Demolish 'A.
Scrubber Demolish
Demolish .' FRP duct
water lines and fill
duct below
Demolish grade with
fan concrete
Figure 2
Me
Wq
B. Demolish odor control carbon scrubber and the above around FRP duct. The FRP
�* duct work below grade shall be filled with concrete. Refer to Figure 2. Prior to
demolition of the odor control carbon scrubber the contractor shall verify with
Village Creek Wastewater Treatment Plant staff and construction manager the
i classification of the carbon material odor control scrubber. If hazardous materials
the classification of the carbon material in the scrubber. Demolish the fan,
electrical cables and conduit from the scrubber back to electrical panel. Electrical
conduits shall be cut at grade, filled with water sealant spray foam, and capped
with a water tight seal. The water lines on the carbon scrubber shall be
demolished and capped at grade.
C. Remove the operable dampers and insect screen form the existing 40"X48"louver
located on the south wall of the loading area. The opening shall be utilized for the
new exhaust intake. Refer to drawing H-2. Cover the opening with a '/z" stainless
steel wire fabric. Refer to F'i¢ure 3.
Remove
operable
e
louver and
insect
screen.
Cover with
1/2" SS
wire fabric
Figure 3
D. Remove the operable damper and insect screen form the existing 108" X 56"
louver located on the south wall of the bar screen area. The opening shall be
utilized for the new exhaust intake, refer to drawing H-2. Cover the opening with
a'/z" stainless steel wire fabric. Refer to Figure 4.
-- Remove
f operable
' damper and
insect
screen.
Cover with
1/z" SS wire
, - fabric
?.
Figure 4
E. Replace the wire fabric on the interior side of the existing intake louver located on
the north wall of the bar screen area with a 'h" stainless steel wire fabric, refer to
Figure 5.
F. Demolish the makeup air unit located on the roof in the northeast corner of the
Bar Screen Building No.3, loading area. Remove the makeup air unit, condensate
drain pipes, electrical cables, conduit back to electrical panel, and cap natural gas
pip.mg- Refer to Figure 5.
Demolish
makeup air
unit and
_ cover roof
curb with SS
- or Al
insulated
Existing
T
louver to
curb cap
remain;
install 1/z"
w
SS wire Existing
fabric t TJ louver to
- remain;
— install '/z"
SS wire
r' �� fabric
Figure 5
The makeup air unit roof curb opening shall be covered with a stainless steel or
*� aluminum insulted roof curb cap with structural stiffeners to prevent a person from
falling through the opening. Curb cap shall be weather tight.
•M■
w■
w
P"
041
CITY OF FART WORTH
VILLAGE CREEK WASTEWATER TREATMENT PLANT
TRINITY RIVER PIPELINE CROSSING(PARALLEL SIPHON)PROJECT
SPECIFICATIONS
TABLE OF CONTENTS
VOLUME 1 OF 2
PART A NOTICE TO BIDDERS
Notice to Bidders
Special Instructions to Bidders
PART B PROPOSAL
Proposal
Minority and Women Business Enterprise Bid Specifications
PART C GENERAL CONDITIONS
PART C 1 SUPPLEMENTARY CONDITIONS (TO PART C)
PART D. SPECIAL CONDITIONS
PART F BONDS
1
Certificate of Insurance
Contractor's Compliance with Worker's Compensation Law
Performance Bond
Payment Bond
Maintenance Bond
PART G CONTRACT
PART E SPECIFICATIONS
DIVISION 1 GENERAL REQUIREMENTS
- 01005 Abbreviations
01010 Summary of Work
01011 Site Conditions
01013 Trench Safety Requirements
01019 Contract Considerations
01026 Measurement and Payment
01035 Control of Work
01040 Construction Sequence
01110 Environmental Protection Procedures
01170 Special Provisions
01200 Project Meetings
01300 Submittals
01315 Progress Schedule and Reports
01410 Testing and Testing Laboratory Services
VC0515TOC TOC-1 0926/07
01500 Temporary Facilities
01510 Construction Temporary Controls
01600 Delivery, Storage and Handling
01610 Material and Equipment
01666 Testing of Pipelines
01680 Watertightness Test for Hydraulic Structures
01700 Contract Closeout
01710 Cleaning
01720 Project Record Documents
01730 Operating and Maintenance Data
01740 Warranties and Bonds
DIVISION 2 SITEWORK
02050 Demolition and Modifications
02100 Site Preparation
02140 Dewatering and Drainage
02200 Excavation&Backfill For Structures
02221 Trenching,Backfilling and Compaction
02230 Granular Fill Materials
02270 Sedimentation and Erosion Control
02271 Riprap
02272 Geotextile-Erosion Control
02335 Compaction Grouting for Soft or Loose Subgrades
02490 Loaming,Hydroseeding and Erosion Control -
02613 Concrete Pressure Pipe and Fittings
02658 Connections to and Work on the Existing System
02765 Siphon Cleaning and Inspection
02830 Chain Link Fence
02901 Miscellaneous Work and Cleanup
DIVISION 3 CONCRETE
03100 Concrete Formwork
03200 Concrete Reinforcement
03251 Concrete Joints _
03300 Cast-In-Place Concrete
03600 Grout
03740 Modifications to Existing Concrete T
03930 Concrete Repair and Rehabilitation
DIVISION 4 MASONRY-(NOT USED)
DIVISION 5 METALS
05051 Concrete Anchorages
05501 Miscellaneous Metal Fabrications
vc05 t 5TOC TOC-2 0926/07
DIVISION 6 WOOD AND PLASTICS
06500 Fiberglass Reinforced Structural Plastics
06640 Anchored Plastic Lining for Concrete Structures and Pipe
DIVISION 7 THERMAL AND MOISTURE PROTECTION
07100 Dampproofing
07115 Bituminous Damproofing
07900 Joint Sealers
DIVISION 8 DOORS AND WINDOWS (NOT USED)
DIVISION 9 FINISHES
09800-01 Concrete Coating Systems(Epoxy)
09800-02 Bonded Plastic Lining for Concrete Structures (PVC)
09901 Surface Preparation and Shop Prime Painting
09902 Field Painting
DIVISION 10 SPECIALTIES (NOT USED)
DIVISION 11 EQUIPMENT
11283 Stop Logs—Composite
11335 Screenings Washer/Compactor
DIVISION 12 FURNISHINGS (NOT USED)
DIVISION 13 SPECIAL CONSTRUCTION (NOT USED)
DIVISION 14 CONVEYING SYSTEM (NOT USED)
DIVISION 15 MECHANICAL
15891 Fiberglass Ductwork and Accessories
15892 Underground Odor Control Piping
DIVISION 16 ELECTRICAL (NOT USED)
VC0515TOC TOC-3 0926/07
PART A
NOTICE TO BIDDERS
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Part A—Notice to Bidders
NOTICE TO BIDDERS
Sealed proposals for TRINITY RIVER PIPELINE CROSSING(PARALLEL SIPHON)PROJECT
will be received at the office of the Purchasing Manager,Lower Level,Municipal Office Building, 1000
` Throckmorton Street,Fort Worth,Texas 76102,until 1:30 P.M October 25,2007. Bids will be publicly
opened and read aloud at 2:00 P.M.the same day,in the Fort Worth City Council Chambers.
Contract Documents,including plans and specifications,have been prepared by Camp Dresser&McKee
Inc.,777 Taylor Street, Suite 1050,Fort Worth,Texas 76102,(817)332-8727,and may be examined
without charge at their office. Contract Documents may be obtained from Camp Dresser&McKee Inc. at
the above address for a non-refundable charge of:
Set of one-half size Plans and Specifications: $200
Set of full-size Plans and Specifications: $350
Bidders are advised that the City has not obtained all required easements or permits(Regional
Permit from USCOE). Bidders are hereby notified that the City anticipates obtaining the necessary
easements and permits within 150 days of accepting bids. The City reserves the right to terminate
the award of the contract at any time before the contractor begins any construction work on the
project.In addition,Bidders shall hold their bids until the City acquires the easements and permits
or 150 days,which ever occurs first.
The City reserves the right to reject any and/or all bids and waive any and/or all formalities.
AWARD OF CONTRACT:No bid shall be withdrawn until the expiration of one-hundred and fifty
(150)days after the opening of bids,but in no case will the award be made until all the necessary
investigations are made as to the responsibility of the bidder to whom it is proposed to award the
Contract.
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 shall be rejected as being non-responsive. Information regarding the status of
addenda may be obtained by contacting Camp Dresser&McKee Inc.at(817)332-8727.
A PRE-BID CONFERENCE AND SITE VISIT for Bidding General Contractors will be held in the
Training room at the Village Creek Wastewater Treatment Plant,Fort Worth,Texas 9:00am on October
11,2007. Bidders are strongly encouraged to attend the Pre-Bid Conference and Site Visit.
For additional information,please contact Ms.Gretchen Williams,P.E.,Camp Dresser&McKee Inc. at
(817)332-8727.
CHARLES BOSWELL
CITY MANAGER
MARTY HENDRIX
CITY SECRETARY
Advertisement Dates:
September 27.2007
October 4.2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Part A—Special Instructions to Bidders
SPECIAL INSTRUCTIONS TO BIDDERS
(September 10,2004)
1. SPECIAL PREOUALIFICATION REQUIREMENTS. All contractors submitting bids are required to
meet the Fort Worth Water Department special pre-qualification requirements for this project prior to
submitting bids. Previous yreguaQflcation by the Fort Worth Water Department will not be
considered as meeting this requirement.
This one-time special project-specific process will pre-qualify potential bidders whose bids will be
considered for award based upon technical evaluation,financial statement,historical schedule compliance
evaluation,experience,and evaluation of proposed manager and project superintendent. In addition,the
process will establish a bid limit based on a financial analysis of the contractor. It is the bidder's
responsibility to submit documentation for those items listed below, to the Director of the Water
Department or his designated representative,at least fourteen(14)calendar days prior to the date of bid
opening. The Water Department may request any other documents it may deem necessary. Any additional
documents so requested shall be submitted to the Director of the Water Department or his designated
representative at least seven(7)calendar days prior to the date of the opening bids.
a) COVER LETTER. The cover letter provided by the prospective bidder with the prequalification
information must include the name of a contact individual that the City may contact for additional
information if needed.
b) FINANCIAL STATEMENT. The financial statement required shall have been prepared by an
independent certified public accountant or 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 of 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.
c) EXPERIENCE RECORD. For an experience record to be considered to be acceptable for the
project, it must reflect the experience of the firm seeking qualification in the work of both the
same nature and technical level as that of the project for which bids are to be received.
Experience shall include large diameter(48-inch diameter and larger)river crossings by open cut
and large junction structures. Experience must be on projects that were completed no more than 5
years prior to the date on which bids will be received. A minimum of three references must be
included. References must include a contact person name,telephone number,project name and
total cost,and type of work done.Utility contractor shall list pipe size and pipe linear footage.
_ Sanitary sewer cleaning Contractor experience must be on projects that were completed no more
than 3 year prior to the date on which bids will be received.A minimum of three references must
be included.The three reference projects must contain a minimum of 30,000 linear feet(total for
the three projects)of large diameter(48-inch diameter and greater)sanitary sewer main cleaning.
References must include a contact person name,telephone number,project name and total cost,
and the specific work done.
d) PERSONNEL AND SCHEDULE COMPLIANCE RECORD. The prospective bidder shall
submit the names and resumes for the proposed project manager and project superintendent. This
information shall include a list of all projects that the proposed project manager and project
superintendent completed within the last five (5) years to demonstrate ability to coordinate
complex plant rehabilitation work and to perform work while maintaining critical shutdown
schedules, regardless of by whom they were employed. Provide list of contact persons for all
projects(preferably field inspectors or resident engineers)with names and phone numbers for the
last five years' project.
f VC0515.PTA A-1 09/25/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Part A—Special Instructions to Bidders
The prospective bidder shall submit the names and resumes for the proposed project manager and _
project superintendent for sanitary sewer cleaning.This information shall include a list of all sanitary
sewer cleaning projects that the proposed project manager and project superintendent completed
within the last three(3)years to demonstrate their ability to perform large diameter sanitary sewer
cleaning.
e) EQUIPMENT SCHEDULE. The prospective bidder shall list the equipment that the Contractor
has available for the project and list the equipment that Contractor will rent as may be required to
complete the project on which the Contractor submits a bid.
f) AFFIDAVITT FROM SURETY COMPANY.The prospective bidder shall provide an affidavit
from its surety company stating the surety company's intent to bond the project at the bid price.
In the event the Bidder on this contract is a Joint Venture,financial statements from each joint venture shall be
submitted for prequalification,as well the experience record and list of equipment of each joint venture.The
financial statements required shall be prepared by an independent certified public accountant or independent
public accountant holding a valid license issued by an appropriate State licensing agency and shall have been
so prepared as to reflect the financial status of each joint venturer.The statements 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.It is not required that each joint venturer shall have
the necessary experience and equipment,rather that combined,the joint venture has the required experience
and equipment.Upon request,the joint venture agreement shall be submitted for review.
The Water Department will review each pre-qualification submittal. From the financial statement, the
maximum bid limit will be based on amount of liquid assets times 10. The following conditions will apply:
a) The Director of the Water Department shall be the sole judge as to the acceptability for financial
and experience qualifications to bid on any Fort Worth Water Department project.
b) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as
such.
c) The City, in its sole discretion, may reject a bid for failure to demonstrate an acceptable .
performance,financial statement, equipment schedule,experience and/or expertise.
d) Any proposals submitted by a non pre-qualified bidder shall be returned unopened, and if
inadvertently opened,shall not be considered.
e) It is the bidder's responsibility to check with the City to determine issuance of prequalification;
however,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 be a wavier of any necessary pre-
qualifications.
For additional information contact Ms.Madelene Rafalko,P.E.,Fort Worth Water Department at(817)392-
8215 (FAX 817-871-8195). Pre-qualification submittal should be sent to:
Ms.Madelene Rafalko,P.E.
Fort Worth Water Department
1000 Throckmorton Street
Fort Worth,TX 76102-6212 -
2. EXAMMATION OF CONTRACT DOCUMENTS AND SITE:
2.1 Before submitting his Bid,each Bidder must(a)examine the Contract Documents thoroughly,(b)visit the T
work site to familiarize with local conditions that my in any manner affect performance of the work,(c)
VC0515.PTA A-2 0MU2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Part A—Special Instructions to Bidders
familiarize himself with federal, state, and local laws, ordinances, rules and regulations affecting
performance of the work,and(d)carefully correlate his observations with the requirements ofthe Contract
Documents.
2.2 Reference is made to the Supplementary Conditions for the identification of those surveys and
investigation reports of subsurface or latent physical conditions at the site or otherwise affecting
performance of the work, which have been relied upon by Engineer in preparing the Drawings and
Specifications.The data is furnished for information only and neither the Owner nor Engineer guarantees
the accuracy of the data.Before submitting his Bid each Bidder will,at his own expense,make such
additional surveys and investigations, as he may deem necessary to determine his bid price for the
performance of the work within the terms of the Contract Documents.
The Bidder acknowledges by the submission of his bid that he is solely responsible for trench excavation
safety as prescribed by the Occupational Safety and Health Administration and HB662 and HB665 as
amended by the 72nd Session of the Texas Legislature and amended by the 73rd Session of the Texas
Legislature with HB 1569.
2.3 The submission of a Bid will constitute an inconvenience representation by the Bidder that he has
- complied with every requirement of the Contract Documents.
3. BID FORM(PROPOSAL)
+ 3.1 Bidders shall use the Bid(Proposal)forms included in these documents.Supplemental data to be furnished
shall be included in the same sealed envelope with Proposal.
3.2 Bid(Proposal)Forms must be completed in ink.The bid price of each item on the form must be stated in
words, if specifically requested,and/or numerals; in case of a conflict,words will take precedence.
4. SUBMISSION OF BIDS:Bids shall be submitted at the time and place indicated in the Invitation for
Bids and shall be included in an opaque sealed envelope, marked with the Project title and name and
address of the Bidder and accompanied by the Bid Security and other required documents.Bidders shall
not separate, detach or remove any portion,segment or sheets from the contract documents at any time.
Bidders must complete the proposal section(s)and submit the complete Volume 1 of2 Specifications book
or face rejection ofthe bid as non-responsive.Revised bid forms issued by addenda shall be stapled to the
original bid form in the specifications book prior to submission. It is recommended that the bidder
make a copy of the forms included in the Minority and Women Business Enterprise section for submittal
within the time-line listed below or the bidder may request a copy of said forms from the City Project
Manager named in this solicitation.
5. MODIFICATIONS AND WITHDRAWAL OF BIDS: Bids may be modified or withdrawn by an
appropriate document duly executed(in the manner that Bid must be executed)and delivered to the place
where Bids are to be submitted at any time prior to the opening of Bids.Bids may not be withdrawn after
opening of Bids for the period set forth in the Notice to Bidders.
6. OPENING OF BIDS:Bids will be opened as indicated in the Invitation for Bids.Bids received after such
time will not be considered,and will be returned unopened.
7. BIDS TO REMAIN OPEN:All Bids shall remain open for the period of time set forth in the Notice to
Bidders,but Owner may, in his sole discretion,release any Bid and return the Bid Security prior to that
date.
8. AWARD OF CONTRACT:
t 8.1 Owner reserves the right to reject any and all Bids and waive any and all formalities, and the right to
disregard all nonconforming or conditional Bids or counter proposals.
VC0515.PTA A-3 09/25/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Part A—Special Instructions to Bidders
8.2 In evaluating Bids,Owner will consider the qualifications of the Bidders,whether or not the Bids comply
with the prescribed requirements,and alternates and unit prices if requested in the bid forms.Owner may
consider the qualifications and experience of Subcontractors and other persons and organizations
(including those who are to furnish the principal items of material or equipment) proposed for those
portions of the work as to which the identity of Subcontractor and other persons and organizations must be
submitted as specified in the Supplementary Conditions or Specifications. He may conduct such
investigations as he deems necessary to establish the responsibility,qualifications and financial ability of
the Bidders,proposed Subcontractors and other persons and organizations to do the work in accordance
with the Contract Documents to Owner's satisfaction within the prescribed time.Owner reserves the right
to reject the Bid of any Bidder who does not meet any such evaluation to the Owner's satisfaction.
8.3 If a contract is to be awarded, it will be awarded to the lowest responsible Bidder whose evaluation by
Owner indicates to the Owner that the award will be in the best interests of the Project.
8.4 Bidders are advised that the City has not obtained all required easements or permits(Regional Permit from
USCOE). Bidders are hereby notified that the City anticipates obtaining the necessary easements and
permits within 150 days of accepting bids. The City reserves the right to terminate the award of the
contract at any time before the contractor begins any construction work on the project.In addition,Bidders
shall hold their bids until the City acquires the easements and permits or 150 days,whichever occurs first
8.5'It is expected that Owner's evaluation of bids and award of contract will be made as set forth in the Notice
to Bidders.The successful Bidder will be notified by a Notice of Award which may be a letter or telegram.
Time of completion is very important and failure to meet completion schedule will subject the Contractor
to liquidated damages as provided in the Supplementary Conditions section of the Contract.
9. EXECUTION OF CONTRACT:
9.1 The accepted Bidder,within ten(10)days after formal notice of award,shall execute the formal Contract
Agreement and required Bonds on the forms prepared and submitted by the Owner.
9.2 The Owner will issue a Notice to Proceed authorizing the Contractor to commence work.
10. BID SECURITY:A cashier's check,or an acceptable bidders'bond payable to the City of Fort Worth in
the amount of not less than five (5%) percent of the largest possible total of the bid submitted must
accompany the bid, and is subject to forfeiture in the event the successful bidder fails to execute the
Contract Documents within ten(10)days after the contract has been awarded.To be an acceptable surety
on the bid bond,(1)the name of the surety shall be included on the current U.S.Treasury,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.
11. 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 C3-3.7.
12. 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.
13. 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.
14. BIDDER LICENSE: Prior to the award of the contract to an out-of-state bidder,the Bidder shall be
licensed to do business in the State of Texas.For licensing procedures,contact the Texas Secretary of State
Offices(Telephone Number 1-512-463-5555 or 1-900-263-0060).
15. NONRESIDENT BIDDERS: Pursuant to Article 601 g,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
VC0515.PTA A-4 09/252007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Part A—Special Instructions to Bidders
lowest bid submitted by a Texas resident Bidder by the same amount that a Texas resident 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 is 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 a place of business in the State of Texas.
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.
16. PAYMENT:If the contract amount is$25,000 or less,the contract amount shall be paid within forty-five
(45)days after the completion and acceptance by the City.
17. AGE: In accordance with the policy("Policy's 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 basis 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 subcontractors again the City rising out of the
Contractor's and/or its subcontractors' alleged failure to comply with the above referenced Policy
concerning age discrimination in the performance of the contract.
18. DISABILITY: In accordance with provisions of the Americans with Disabilities Act of 1990("ADA'),
Contractor warrants that it and any and all if its subcontractors will not unlawfully discriminate on;the
basis of disability in the provision of services to the general public,nor in the availability,terms and/or
conditions of employment for applicants for employment with,or employees ofthe Contractor or any of its
subcontractors. Contract warrants it will fully comply with ADA'S provision and any other applicable
Federal,State,and local laws concerning disability and will defend,indemnify and hold harmless against
any claims or allegations asserted by third parties or subcontractors against the City arising out of the
Contractor's and/or its subcontractors' alleged failure to comply with the above referenced Policy
concerning disability discrimination in the performance of the contract.
19. MMORTTY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth
Ordinance No. 15530,the City of Fort Worth has goals for the participation of minority business
enterprises and women business enterprises in City contracts.A copy of the Ordinance can be obtained
from the Office of the City Secretary.The bidder shall submit the MBE/WBE
SUBCONTRACTOR/SUPPLIER UTILIZATION FORM,PRIME CONTRACTOR WAIVER
FORM,and/or the GOOD FAITH EFFORT FORM("with documentation')and/or the JOINT
- VENTURE FORM as appropriate.The Documentation must be received by the managing department
not 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.
- VC0515.PTA A-5 09/25/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Part A—Special Instructions to Bidders
Upon request,Contractor agrees to provide the Owner complete and accurate information regarding
actual work performed by a minority business enterprise(MBE)and/or women business enterprise
(WBE)on the contract and payment thereof.Contractor further agrees to permit any audit and/or
examination of any books,records or files in its possession that will substantiate the actual work
performed by an MBE and/or WBE.The misrepresentation of facts(other than a negligent
misrepresentation)and/or commission of fraud by the Contractor will be grounds for termination of the
contract and/or initiating action under appropriate Federal, State or local laws or ordinances relating to
false statements.Further,any such misrepresentation facts(other than a negligent misrepresentation) T
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.
20. ADDENDA: Bidders wanting further information,interpretation or clarification of the contract
document must make their request in writing to the (Fort Worth Water Department Engineering
Services,at least 96 hours prior to bid opening.Answers to all such requests will be bound and made a
part of the Contract Documents,or should the bidder be in doubt as 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 addenda issued will be mailed or be delivered to each
prospective bidder.The bid proposal as submitted by 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.Bidders are responsible for obtaining
all addenda to the contract documents and acknowledged receipt of the addenda by initialing the
appropriate spaces on the proposal form.Bids that do acknowledge receipt of all addenda may be
rejected as being non-responsive.Information regarding the status of addenda may be obtained by
contacting the Water Department for Design Engineer.
21. COMPLETE CONTRACT DOCUMENTS: Bidders shall not separate,detach or remove any
portion,segment or sheets from the contract documents at any time.Bidders must complete the
proposal section(s)and submit the complete specifications book or face rejection of the bid as non-
responsive.
22. PRE-BID CONFERENCE AND SITE VISIT:The mandatory pre-bid conference for bidding
General Contractors will be held by representatives of the Fort Worth Water Department and the
Consulting Engineers in the Training Room at the Village Creek Wastewater Treatment Plant,Fort
Worth,Texas on October 11,2007 at 9:00 am. This conference is for the purpose of interpretation for
bidding Contractors of Contract Documents, including plans and specifications,for construction of the
Project.Only comments addressed in subsequent Addenda will be binding.A brief visit to the site will
be conducted for the bidding Contractors to observe areas and ask questions.
END OF SECTION
VC0515.PTA A-6 09/25/2007 T
PART B
PROPOSAL
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Part B-Proposal
PROPOSAL
TO: Charles Boswell
City Manager
Municipal Office Building
1000 Throckmorton
Fort Worth, Texas 76102
' PROPOSAL FOR:The furnishing of all materials and equipment and labor and all necessary
appurtenances and incidental work to provide a complete and operable project designated as:
R Village Creek Wastewater Treatment Plant—Trinity River Pipeline Crossing(Parallel Siphon)
Project
Project No. P-171-070171300040
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, famish all
labor,equipment and material except as specified to be furnished by the City,which is necessary to fully
complete the work as provided in the Plans and Contract Documents and subject to the inspection and
approval of the Director of the Fort Worth Water Department of the City of Fort Worth,Texas; and binds
himself upon acceptance of this Proposal to execute a contract and furnish 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_ The Proposal is formatted for the Bidder
to provide Bid Price amounts as listed below.
AWARD OF CONTRACT
Determination of the lowest bid will be based on the Total Base Bid price and no Additive or Deductive
Alternate bid items will be considered in the Contract Award. Contract Award will be on the basis
presented in Item No. 8 of the Special Instructions to Bidders.
REJECTION OF BIDS
The Owner reserves the right to reject any and/or all Bids or to waive any informality in Bids when such
rejection or waiver is in the interest of the Owner,and to reject the Bid of a Bidder who in the City's
opinion, is not in a position to perform the Contract. Bids submitted which do not meet the minimum
MWBE participation required will be rejected as being non-responsive to the request for Bids.
A Bid will be subject to being considered irregular and may be rejected if it shows omissions,alterations of
form,conditional alternate bids, additions or alternates in lieu of the items specified, if the unit prices are
obviously unbalanced(either in excess of or below reasonably expected values),or irregularities of any
kind.
Contractor proposes to do the work within the time stated and for the following sums:
VC0515.PT13 B-1 Addendum 2- 10/15/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Part B-Proposal
UNIT PRICE SCHEDULE
FOR
TRINITY RIVER SIPHON PROJECT
BASE BID
Item Estimated Description of Item With Unit Unit Bid Price Total Amount
No. Quantity Bid Price in Words In Fi res in Fi ures
1 1 Construction of the Village Creek WW
L.S. Treatment Plant — Trinity River
Pipeline Crossing (Parallel Siphon)
Project including Box DDD,Box ED-
2,Box ED-3,Bar Screen Building No.
3 improvements and Headworks
facilities improvements, complete,
excluding Bid Items No.2 through 15
h in after listed separately.
Dollars # 2 Ot_1� O° 4P GYXj pDo
L i�- do r
and Np Cents _
per lump sum.
2 1 Furnish Copolymer stop logs, guide
L.S. frames, accessories, and services as
defined in Specification Section
11283. Installation cost shall be
included in Bid Item 1.
Two hundred eight five thousand
eight hundred Dollars and zero Cents $285,800.00 $285,800.00
per lump sum.
3 360 Furnish and install 84-inch Concrete
L.F. Pressure Pipe defined in Spec.Section
02613. '1
TKO T►+ 364D TltttF.E !'�ogeo 6M Dollars
and NO Cents 00
per linear foot. $ �� � . $ �t 20(z 060,
4 300 Furnish and install 96-inch Concrete
L.F Pressure Pipe with anchored plastic
lining as defined in Specification
-- Sections 02613 and 06640.
-►a aQ 7_0CL Y1,4P _rMIZar
I-►u 012c0 Fi t=7 Dollars
and iJo Cents °O
per linear foot. $ 313.s0 .
5 11.500 Develop and implement a Compaction
C.Y. Grouting Program for soft or loose
subgrades based on total treated
volume.
14 1 try/ Dollars ao
--- -
and-- - ------ ��- -- Cents oa
per cubic yard. $ 304 Doo.
VC0515.PTB B-2 Addendum 2-10/15/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Part B-Proposal
6 660 Contractor's Trench Safety Work for
L.F. Pipeline Excavation
z c20 Dollars
and ONE Cents o I 60
1
per linear foot.
7 1 Contractor's Trench Safety Work for
L.S. Structural Excavation
O N is Dollars
— and No Cents po 40
per lump sum. $ $ .
_ 8 215 Excavation and disposal of
C.Y. unclassified hard material around Box
ED-2 as identified in the drawings and
geotechnical report
51 rr-Y Fws Dollars
and Na Cents ac
per cubic yard. $ 657,
9.1 1 Furnish and install materials to repair
L.S. existing Junction Boxes D and DD
complete, excluding Bid Items No.
9.2, 9.3, 9.4, 9.5, 9.6 and 9.7 herein
after listed separately as specified and
shown on the Drawings.
-Q&4TY ✓E
Dollars
p Cents oo
C ay
per lump sum. $ $
9.2 1 Surface preparation and application of
L.S. concrete PVC lining or epoxy coating
at Box D and DD per Specification
09800 (Plastic) and 09800 (Epoxy)
and as shown on the Drawings.
Contractor shall specify type of lining
or coating provided at end of bid
proposal table.
Fi F7-Y
I-WkJ5Ar4Q Dollars 00 00
NO Cents $ 570�Q'b, $ .SO. Ow. `
per lump sum.
VC0515.PTB B-3 Addendum 2- 10/15/07
City of Fort Worth
Village Creek Wastewater 1 reatment Plant
Trinity River Parallel Siphon Project
Part B-Proposal
9.3 1,800 Structural surface preparation to
w C.F. remove deteriorated concrete at Box D
and DD as specified and shown on the
Drawincr
I FTF_EN Dollars
I�0 Cents � 00
per cubic foot. $ f 5 $
9.4 1,800 Application of concrete repair mortar
C.F. at Box D and DD as specified and
shown on the Drawings.
E16tay 1~11(t= Dollars
NO Cents 60 00
per cubic foot. 0O0
9.5 1 Removal and disposal of sluice gates,
L.S. guide stems and supports, operators,
and all electrical components at Box D
and DD.
TVJINT'Y --I— D
Dollars
jq6 Cents 00 too
per lump sum- $ 20,MO, $ non ,
9.6 2,000 Remove and replace existing corroded
L.F. steel reinforcing with #6 reinforcing
bars spliced with existing sound rebar.
Reinforcing to be repaired shall be
identified during construction by
Engineer upon surface preparation
completion for concrete repairs.
T _ v - Dollars
y _Cents 00O?
per linear feet. C�
9.7 200 Application of polyurethane grout
L.F. injection per Specification 03930 for
existing water infiltration and leak
repair to accommodate specified
structural repairs and costing
applications.
HIATY Dollars 9
No Cents $ 3U• $ ate,
per linear feet.
Subtotal for Bid Item 9 ----- ---
�+ —Repair-and-lining or coating of BoxD-arid DD $3.3Z O00
(sum of 9.1 through 9.7) '
VC0515.PTB B-4 Addendum 2- lU
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
�. Part B-Proposal
10.1 1 Furnish and install materials to repair
L.S. existing Junction Box E and EE
complete, excluding Bid Items No.
10.2 through 10.7 herein after listed
separately as specified and shown on
i the Drawings.
F'i FT-1 na MA tp Dollars
i r`Ip Cents oo co
per lump sum $ SOb ppp, $ -Tacon,
10.2 1 Surface preparation and application of
L.S. concrete PVC lining or epoxy coating
at Box E and EE per Specifications
09800 (Plastic) and 09800 (Epoxy)
and as shown on the Drawings.
Contractor shall specify type of lining
or coating provided at the of bid
proposal table.
Dollars 00 oa
NO Cents $ 10�pp
i per lump sum.
10.3 1,580 Structural surface preparation at Box E
C.F. and EE to remove deteriorated
concrete as specified and shown on the
Drawings.
t 90529J Dollars
Na Cents 60 m
per cubic foot. $ 1J�'. $ Z3,�CL7.
10.4 1,580 Application of concrete repair mortar
C.F. at Box E and EE as specified and
shown on the Drawings.
51G h}TY Ft VL Dollars
,NO Cents oa ao
per cubic foot. $ _ $ 134,Sop
i
10.5 1 Removal and disposal of sluice gates,
L.S. guide stems and supports, operators,
.. and all electrical components at Box E
and EE.
FC'j---r/ TA"^ D Dollars -02 OO
NU Cents $ $
per lump sum.
VC0515.PTB B-5 Addendum 2- 10/15/07
M
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
.. Part B-Proposal
10.6 2.000 Remove and replace existing corroded
L.F. steel reinforcing with 96 reinforcing
bars spliced with existing sound rebar.
Reinforcing to be repaired shall be
identified during construction by
Engineer upon surface preparation
completion for concrete repairs.
WG►4rY Fi\/e- Dollars
NO Cents 00
per linear feet. $ 2S, $ .50i 000.
10.7 200 Application of polyurethane grout
L.F. injection per Specification 03930 for
existing water infiltration and leak
repair to accommodate specified
structural repairs and costing
applications.
VE Dollars o-o Go
3J0 Cents $
per linear feet.
Subtotal for Bid Item 10
- Repair and lining or coating of Box E and EE $ 00
(Sum 10.1 through 10.7) .3 O6o .
11 1 Fumish and install materials to dewater
L.S. (including bypass pumping as
necessary), inspect and clean the two
existing 60-inch siphons complete as
specified and shown on the Drawings.
f FTy THocsoawsin Dollars
- No Cents 0�0
per lump sum. $ Cb $ Sb CY7C1,
12 1 Furnish and install one (1)
L.S. washer/compactor for fine screen no.4
at the Headworks Facility as specified
and shown on the Drawings.
�ve,tTy
y� 1Sn Dollars
No Cents 00 pa
per lump sum. $
VC0515.PTB B-6 Addendum 2- 10/15/07
City of Fort Worth
Village Creek Wastewater Treatrnent Plant
Trinity River Parallel Siphon Project
Part B-Proposal
13 1 Construction of improvements to Bar
L.S. Screen Building 3 complete as
specified and shown on Drawings.
CN �
1,Pry ay,.jp Dollars
fir) Cents oa
per lump sum. $ I
14 240 Disposal of Chlordane contaminated
C.Y. material at a TCEQ approved disposal
site as defined in Specification Section
01011.
CJ5 Dollars
00 Cents
per cubic yard. $ I-M , $_Z4.000
15 1 Allowance for Electrical Upgrades in
L.S. Headworks Facility as directed by
Owner.
Twenty thousand Dollars
and zero Cents per lump sum. $ 20,000 $ 20,000
TOTAL BASE BID PRICE(Summation of Items 1 - 15) $ �� -�:
S s 782Z:
Contractor shall specify the type of lining or coating being proposed for Bid Items 9.2 and 10.2 by placing an
"X"in the appropriate box. The same coating/lining shall be used for both bid items.
PVC lining per Specification Section 09800 Bonded Plastic Lining for Concrete Structures(PVC)
�, Epoxy Coating per Specification Section 09800 Concrete Coating Systems(Epoxy)
If the Contractor does not specify a lining or coating system,material shall be at the discretion of the Owner.
dM
VC05 t5.PTB B-7 Addendum 2- 10/15/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Part B-Proposal
ADDITIVE ALTERNATE BID ITEMS
OWNER will evaluate the bids based upon the total base bid amount above plus the bid price(s) of the
Additive Alternate Bid Item presented below.
UNIT PRICE SCHEDULE
FOR
ADDITIVE ALTERNATE BID ITEMS
Item Estimated Description of Item Unit Bid Price Total Amount
No. Ouanti With Unit Bid Price in Words In Figures In Figures
Additive Alternate Bid Item No. 1
A-1 1 Furnish and Install epoxy coated rebar
L.S. in lieu of standard non-coated rebar,
complete as specified and shown on
the Drawings for the Base Bid Items.
5�v�tTY
Aye- 32=e2!;a Dollars
NA Cents 60 co
per lump sum. $ $ 00
TOTAL BASE BID for Additive Alternative Bid Item(Stun of Additive Alternative Bid Item No.1)
e• "+-
F'tVE '�� 1a.J�` 1,►� �uN�2�� i STY d-lG_
'`(in words)
��btZSPm1t1 t�owogeo E-1Gtf-Tif 7WC) Dollars and
(in words)
(cents)
s• ��f,? �Z . God_ (in words)
($)�_ (in figures)
TOTAL BID AMOUNT(Sum of Base Bid and Additive Alternate Bid Item No. 1)
N;r4&7
Svc M►u.lo4 ire
(in words)
�' 6P'?-lo a.VEN 16now 15-16 I}?y Two Dollars and
(in words)
51)c ry (cents)
5 926,7 gZ • ( words)
( ) f43 (in figures)
Within ten (10)days after acceptance of this proposal,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-ofth-is-contract-The attached bid security in the-amount-a-50/i-ig to-become the property
of the City of Fort Worth,Texas, in the event the contract and bond or bonds are not executed and delivered
within the tune above sef o ,as tquidazeddaiitage-s for the-de-lay and additional work caused thereby.
VC0515.PTB B-8 Addendum 2- 10/15/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Part B-Proposal
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 the Specific
Contract Documents and appurtenant drawings.
The undersigned assures that its employees and applicants for employment and those of any labor organization,
subcontractors,or employment agency in either furnishing or referring employee applicants to the undersigned
are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City
Ordinance No. 7400.
The Bidder agrees to begin construction within 10 Calendar Days after issue of the work order,and to Totally
Complete the contract within 515 Calendar Days, and to meet the substantial completion requirements
specified in Paragraph D-15 of the Special Conditions(Part D).
(Complete A and B below,as applicable:)
A. The principal place of business of our company is in the State of
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.
Nonresident bidders in the State of our principal place of business, are not
required to underbid resident bidders.
B. The principal place of business of our company or our parent company or majority owner is in
the State of Texas.
Addendum No. 1 (Initials) M j0 M/0-1-
Addendum No. 2(Initials) Mf 16 10 2410-
.� Addendum No. 3 (Initials)
Respectfully submitted,
By
Title: CN (r M A N I EIS
Company Name: S•J Uu S C�O�KSMU- ON � r�TR 1l�
H V Address: r9w 00 - UW E
M MSO Qb, TWS IUM
Phone No. 60011) 11�3�0
(SEAL)
If Bidder is Corporation
Date:1DPr q
END OF SECTION
VC0515.PTB B-9 Addendum 2- 10/15/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Part B-Proposal
PROPOSAL
TO: Charles Boswell
City Manager
Municipal Office Building
1000 Throckmorton
Fort Worth,Texas 76102
PROPOSAL FOR:The furnishing of all materials and equipment and labor and all necessary
appurtenances and incidental work to provide a complete and operable project designated as:
' Village Creek Wastewater Treatment Plant—Trinity River Pipeline Crossing(Parallel Siphon)
Project
Project No.P-171-070171300040
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 except as specified to be furnished by the City,which is necessary to fully
_ complete the work as provided in the Plans and Contract Documents and subject to the inspection and
approval of the Director of the Fort Worth Water Department of the City of Fort Worth,Texas; and binds
himself upon acceptance of this Proposal to execute a contract and furnish 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. The Proposal is formatted for the Bidder
to provide Bid Price amounts as listed below.
AWARD OF CONTRACT
Determination of the lowest bid will be based on the Total Base Bid price and no Additive or Deductive
Alternate bid items will be considered in the Contract Award. Contract Award will be on the basis
presented in Item No. 8 of the Special Instructions to Bidders.
REJECTION OF BIDS
The Owner reserves the right to reject any and/or all Bids or to waive any informality in Bids when such
rejection or waiver is in the interest of the Owner,and to reject the Bid of a Bidder who in the City's
opinion,is not in a position to perform the Contract. Bids submitted which do not meet the minimum
MWBE participation required will be rejected as being non-responsive to the request for Bids.
A Bid will be subject to being considered irregular and may be rejected if it shows omissions, alterations of
form,conditional alternate bids, additions or alternates in lieu of the items specified,if the unit prices are
obviously unbalanced(either in excess of or below reasonably expected values),or irregularities of any
I kind.
Contractor proposes to do the work within the time stated and for the following sums:
VC0515.PTB B-1 Addendum 2- 1/31/08
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Part B-Proposal
UNIT PRICE SCHEDULE
FOR
TRINITY RIVER SIPHON PROJECT
BASE BID
Item Estimated Description of Item With Unit Unit Bid Price Total Amount
T No. Quantity Bid Price in Words In Figures in Figures
1 1 Construction of the Village Creek WW
L.S. Treatment Plant — Trinity River
Pipeline Crossing (Parallel Siphon)
Project including Box DDD,Box ED-
2,Box ED-3,Bar Screen Building No.
3 improvements and Headworks
facilities improvements, complete,
excluding Bid Items No. 2 through 15
herein after listed separately.
-1-WC) MIL-u C�j
Dollars
and 130 Cents
per lump sum. $ �, .� $ off,0�,00 •°n
2 1 Furnish Copolymer stop logs, guide
L.S. frames, accessories, and services as
defined in Specification Section
11283. Installation cost shall be
included in Bid Item 1.
Two hundred eight five thousand
eight hundred Dollars and zero Cents $285,800.00 $285,800.00
per lump sum.
3 360 Furnish and install 84-inch Concrete
L.F. Pressure Pipe defined in Spec.Section
02613. D
Dollars
and Cents
per linear foot. $ 3,
4 300 Furnish and install 96-inch Concrete
L.F Pressure Pipe with anchored plastic
lining as defined in Specification
Sections 02613 and 06640.
Tlk2 -MD U-c-A4 r.)Q -TA'2Er
ttL u�-p r-IM Dollars
and tip . Cents
per linear foot. $ 31 �j�.� $ 11005,OUO-co
5 11,500 Develop and implement a Compaction
C.Y. Grouting Program for soft or loose
subgrades based on total treated
volume.
-T+tl R-T---( Dollars
and 1.3p Cents
per cubic yard. $ 3n.`�`� $ 34 C51 DQt )
VC0515.PTB B-2 Addendum 2- 1/31/08
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Part B-Proposal
6 660 Contractor's Trench Safety Work for
L.F. Pipeline Excavation
2U—W Dollars
and Ot-AG Cents at iso
per linear foot. $ 0 $
7 1 Contractor's Trench Safety Work for
L.S. Structural Excavation
C*-IE Dollars
and r-Jp Cents
per lump sum. $ $ 1
8 215 Excavation and disposal of
C.Y. unclassified hard material around Box
ED-2 as identified in the drawings and
geotechnical report
151ML el yE Dollars
and Nh Cents
per cubic yard. $ S. $i3,q�S
9.1 1 Furnish and install materials to repair
L.S. existing Junction Boxes D and DD
complete, excluding Bid Items No.
9.2, 9.3, 9.4, 9.5, 9.6 and 9.7 herein
after listed separately as specified and
shown on the Drawings.
TIlV�Lf l�VL�� ars
�j C) Cents LID
per lump sum $ 5,Cco $ ��o
9.2 1 Surface preparation and application of
L.S. concrete PVC lining or epoxy coating
at Box D and DD per Specification
09800 (Plastic) and 09800 (Epoxy)
and as shown on the Drawings.
Contractor shall specify type of lining
or coating provided at end of bid
proposal table.
Dollars
N O Cents $ G►W O.�" $ SO,l�Cb."D
per lump sum.
VC0515.PTB B-3 Addendum 2- 1/31/08
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Part B-Proposal
9.3 1,800 Structural surface preparation to
C.F. remove deteriorated concrete at Box D
and DD as specified and shown on the
Drawings.
Imai Dollars
N 0 Cents I GG CO �0
per cubic foot. $
9.4 1,800 Application of concrete repair mortar
C.F. at Box D and DD as specified and
shown on the Drawings.
'ME, Dollars
N Cents
per cubic foot. $ W $ ���/�.OD
9.5 1 Removal and disposal of sluice gates,
L.S. guide sterns and supports, operators,
and all electrical components at Box D
and �DI,l�A1J D
Dollars
NO Cents
per lump sum. $ aW $
9.6 2,000 Remove and replace existing corroded
L.F. steel reinforcing with #6 reinforcing
bars spliced with existing sound rebar.
Reinforcing to be repaired shall be
identified during construction by
Engineer upon surface preparation
completion for concrete repairs.
Ve Dollars
►30 Cents
per linear feet. $ �5 $
9.7 200 Application of polyurethane grout
L.F. injection per Specification 03930 for
existing water infiltration and leak
repair to accommodate specified
structural repairs and costing
applications.
OF Dollars
NU Cents $ 3�.°D $
per linear feet.
Subtotal for Bid Item 9
Repair and lining or coating of Box D and DD $ 3�a O�n bb
(sum of 9.1 through 9.7) 1 l�
VC0515.PTB B-4 Addendum 2- 1/31/08
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Part B-Proposal
10.1 1 Furnish and install materials to repair
L.S. existing Junction Box E and EE
complete, excluding Bid Items No.
10.2 through 10.7 herein after listed
separately as specified and shown on
the Drawings.
__ _ u Dollars
VIZ Cents
per lump sum $ �p 0� $ FA 000
10.2 1 Surface preparation and application of
L.S. concrete PVC lining or epoxy coating
at Box E and EE per Specifications
09800 (Plastic) and 09800 (Epoxy)
and as shown on the Drawings.
Contractor shall specify type of lining
or coating provided at the of bid
proposal table.
� —1MUSWJ13 Dollars
N( Cents $ �0►OL�O�' $ 40)ODD w
per lump sum.
10.3 1,580 Structural surface preparation at Box E
C.F. and EE to remove deteriorated
concrete as specified and shown on the
Drawings.
Dollars
per cubic foot. N 0 Cents $ ���� $ a'�t�00,p0
10.4 1,580 Application of concrete repair mortar
C.F. at Box E and EE as specified and
shown on the Drawings.
MUE Dollars
N Q Cents
per cubic foot. $
10.5 1 Removal and disposal of sluice gates,
L.S. guide sterns and supports, operators,
and all electrical components at Box E
and E.
JSRZF I�LU D Ce s $ u O�DOD ars °b $ 400b. °
per lump sum.
VC0515.PTB B-5 Addendum 2-1/31/08
MP
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Part B-Proposal
10.6 2,000 Remove and replace existing corroded
L.F. steel reinforcing with #6 reinforcing
bars spliced with existing sound rebar.
Reinforcing to be repaired shall be
identified during construction by
Engineer upon surface preparation
completion for concrete repairs.
Dollars
NU Cents
per linear feet. $ $ 1 b DO
10.7 200 Application of polyurethane grout
L.F. injection per Specification 03930 for
existing water infiltration and leak
repair to accommodate specified
structural repairs and costing
applications.
Dollars
Cents $ �J'� $ 1 bw
per linear feet.
Subtotal for Bid Item 10
Repair and lining or coating of Box E and EE $ i c10
(Sum 10.1 through 10.7) �`I O i DDO
11 1 Furnish and install materials to dewater
L.S. (including bypass pumping as
necessary), inspect and clean the two
existing 60-inch siphons complete as
specified and shown on the Drawings.
Dollars
per lump sum.per
$ oblow ap
12 1 Furnish and install one (1)
L.S. washer/compactor for fine screen no.4
at the Headworks Facility as specified
and.,shJ own o U the Drawings.
Dollars
Cents
N(0
per lump sum. $ 1•r�G/1�� $ 1
VC0515.PTB B-6 Addendum 2- 1/31/08
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Part B-Proposal
13 1 Construction of improvements to Bar
L.S. Screen Building 3 complete as
specified and shown on Drawings.
0J E V1,1,1. FR-6
�cp Dollars
N D Cents
per lump sum. $ (�b In $ Moab•
14 240 Disposal of Chlordane contaminated
C.Y. material at a TCEQ approved disposal
site as defined in Specification Section
01011.
Gf�E Dollars
Nb Cents
per cubic yard. $
15 1 Allowance for Electrical Upgrades in
L.S. Headworks Facility as directed by
Owner.
Twentythousand Dollars
and zero Cents per lump sum. $ 20,000 $ 20,000
TOTAL BASE BID PRICE (Summation of Items 1 - 15) $
Contractor shall specify the type of lining or coating being proposed for Bid Items 9.2 and 10.2 by placing an
�+ "X"in the appropriate box. The same coating/lining shall be used for both bid items.
❑ PVC lining per Specification Section 09800 Bonded Plastic Lining for Concrete Structures(PVC)
❑ Epoxy Coating per Specification Section 09800 Concrete Coating Systems(Epoxy)
If the Contractor does not specify a lining or coating system,material shall be at the discretion of the Owner.
VC0515.PTB B-7 Addendum 2- 1/31/08
9M
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Part B-Proposal
M" ADDITIVE ALTERNATE BID ITEMS
OWNER will evaluate the bids based upon the total base bid amount above plus the bid price(s) of the
Additive Alternate Bid Item presented below.
UNIT PRICE SCHEDULE
FOR
_ ADDITIVE ALTERNATE BID ITEMS
Item Estimated Description of Item Unit Bid Price Total Amount
No. uanti With Unit Bid Price in Words In Figures In Fi res
Additive Alternate Bid Item No. 1
A-1 1 Fumish and Install epoxy coated rebar
L.S. in lieu of standard non-coated rebar,
complete as specified and shown on
the Drawings for the Base Bid Items.
SEv��
�l VE 1 h0LtS Dollars
_ N D Cents
-1
per lump sum. $ 51 UOC�`� $ -15
TOTAL BASE BID for Additive Alternative Bid Item(Sum of Additive Alternative Bid Item No.1)
�1 VE M I l,U Ott E NT N1,1 EJD �l C
(in words)
k�JO.(D L161MI `W d Dollars and
(in words)
S1 LT-Y (cents)
t� a (in words)
($) 1 U� . D (in figures)
TOTAL BID AMOUNT(Sum of Base Bid and Additive Alternate Bid Item No. 1)
FIVE MIwbw Him, NuwDIZT 1Wan 51 V '1kusawD
(in words)
Ca M-c-D Dollars and
(in words)
S{ (cents)
(in rds)
($)_ � ►��ID�1�� .lib (in figures)
Within ten(10)days after acceptance of this proposal, 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 this contract. The attached bid security in the amount a 5%is to become the property
of the City of Fort Worth,Texas,in the event the contract and bond or bonds are not executed and delivered
within the time above set forth,as liquidated damages for the delay and additional work caused thereby.
VC0515.PTB B-8 Addendum 2- 1/31/08
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Part B-Proposal
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 the Specific
Contract Documents and appurtenant drawings.
The undersigned assures that its employees and applicants for employment and those of any labor organization,
subcontractors,or employment agency in either furnishing or referring employee applicants to the undersigned
are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City
_ Ordinance No. 7400.
The Bidder agrees to begin construction within 10 Calendar Days after issue of the work order,and to Totally
Complete the contract within 515 Calendar Days, and to meet the substantial completion requirements
specified in Paragraph D-15 of the Special Conditions(Part D).
(Complete A and B below,as applicable:)
A. The principal place of business of our company is in the State of
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.
Nonresident bidders in the State of , our principal place of business, are not
/ required to underbid resident bidders.
v B. The principal place of business of our company or our parent company or majority owner is in
the State of Texas.
Addendum No. 1 (Initials) MN) i u a4 bl
_ Addendum No. 2 (Initials)
Addendum No. 3 (Initials)
Respectfully submitted,
/By
Title: -NET— MkQA(-1 E�
Company Name: �q "IS CO3,MQ10U LTD
Address: Q 0 S Ma AVE,
MA050ELD, -f� -Ili O.
Phone No. CrbII) Oil- 03 1�b
(SEAL)
If Bidder is Corporation
Date:
END OF SECTION
VC0515.PTB B-9 Addendum 2- 1/31/08
FORT WORTH
W 0— City of Fort Worth
Minority and Women Business Enterprise Specifications
SPECIAL INSTRUCTIONS FOR BIDDERS
APPLICATION OF POLICY
If the total dollar value of the contract-is$25,000 or more,the M/WBE goal is,applicable:
If the total dollar value of the contract is less than$25,000,the M/WBE goal is not applicable.
POLICY STATEMENT
_ It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business
Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. All requirements
and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid.
M/WBE PROJECT GOALS
The City's M/WBE goal on this project is %of the total bid(Base bid applies to Parks and Community Services).
COMPLIANCE TO BID SPECIFICATIONS
On City contracts of$25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by
either of the following:
1. Meet or exceed the above stated M/WBE goal,or
2. Good Faith Effort documentation,or;
3. Waiver documentation,or;
4. Joint Venture.
SUBMITTAL OF REQUIRED DOCUMENTATION
The applicable documents must be received by the Managing Department,within the following times allocated, in order
for the entire bid to be considered responsive to the specifications. .the Offe sorshalrdeliver`t)je;41VIWBE};documerjtato'
t _ � - t fy��l�!4.bf �;1. Q�Y` 'i'lak4 � is L"y"Y"�sy h:,'Lt.t f A."�•:yt.
ii'persorjao the'a rop'riate;'ern 6yee.�o gthe;mama 'i,,u;,department andtol tam�a°cJat time,repel t°,S�i h'recent s(al
p� " .,>, � �.µ}1Ftuu k,jrpa,Y
#� x,;.,d;,� v t rr `b�nb
"e;evidence that;ttle;Clty received h6modUhh' mation in,�the-ti. ailocated _A,faxetl cbp +tiniill;nof be'accepted.
1. Subcontractor Utilization Form,if goal is received by 5:00 p.m., five (5) City business days after the bid
met or exceeded: o ening date,exclusive of the bid opening date.
2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid
Utilization Form,if participation is less than opening date,exclusive of the bid opening date.
statedgoal:
3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid
Utilization Form, if no M/WBE participation: opening date,exclusive of the bid opening date.
4. Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days after the bid
perform all subcontracting/supplier work: opening date,exclusive of the bid opening date.
5. Joint Venture Form,if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid
to met or exceed goal. opening date,exclusive of the bid opening date.
FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE,WILL RESULT IN THE BID BEING CONSIDERED
NON-RESPONSIVE TO SPECIFICATIONS
Any questions, please contact the M/WBE Office at(817)392-6104.
Rev.11/11/05
— ATTACHMENT IA
Page 1 of 4
FORT WORTH City of Fort Worth
Subcontractors/Suppliers Utilization Form
PRIME COMPANY NAME: Check applicable block to describe prime
PROJECT NAME: M/W/DBE NON-M/W/DBE
— VILLAGE CREEK WWTP BID DATE
TRINITY RIVER PIPELINE CROSSING(PARALLEL SIPHON)PROJECT
City's M/WBE Project Goal: Prime's M/WBE Project Utilization: PROJECT NUMBER
.. Water Project No.P1 71-0701 71 3000040
%
Identify all subcontractors/suppliers you will use on this project
Failure to.complete this form, in its entirety with requested,documentation, and. received by the Managing
Department on or before 5:00 p.m. five (5) City business days after.bid opening, exclusive of bid opening date,
will result in the.bid being considered non-responsive to:bid specifications.
The .undersigned. Offeror=agrees to enter .into a formal. agreement with the: M?WBE firms) .listed in this
utilization schedule, conditioned upon:execution. of a contract.with the City of.Fort:Worth. The intentional
and/or knowing misrepresentation of-facts is grounds for consideration of disqualification and will result in the
bid being considered non-responsive to bid specifications
M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or
currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant,
Parker,Johnson,Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties.
Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct
payment from the prime contractor to a subcontractor is considered 1 s�tier,'A payment by a subcontractor to
its supplier is considered 2"d tier
.. ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD.
Certification means those firms, located or doing business at the time of bid opening within the Marketplace,that have
been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification
Agency(NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business
Enterprise(DBE)is synonymous with MinorityMomen Business Enterprise(MMBE).
If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and
operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease
trucks from another M/WBE firm, including M/WBE owner-operators, and receive full M/WBE credit. The
MNVBE may lease trucks from non-M/WBEs, including owner-operators, but Will only receive credit for the
fees and commissions earned by the M/WBE as outlined in the lease agreement.
Rev.5/30/03
ATTACHMENT 1A —
FORT WORTH Page 2 of 4
Primes are required to identify ALL subcontractors/suppliers,regardless of status;i.e.,Minority,Women and non-M/W BEs.
Please list MAN BE firms first,use additional sheets if necessary.
Certification N
(check one) o
SUBCONTRACTOR/SUPPLIER T n
Company Name i N T Detail Detail
Address I M W C X M Subcontracting Work Supplies Purchased Dollar Amount —
T D W
Telephone/Fax r B B R O B
E E C T E
A _
n.
n.
n.
Rev.5/30/03
ATTACHMENT I
FORT WORTH Page 3 of 4
Primes are required to identify ALL subcontractors/suppliers,regardless of status;i.e.,Minority,Women and non-MNVBEs.
Please list MNVBE firms first,use additional sheets if necessary.
.. Certification N
(check one)
SUBCONTRACTOR/SUPPLIER T n
N T Detail Detail
ComApdadnryesNS me I M W C X M Subcontracting Work Supplies Purchased Dollar Amount
Telephone/Fax r B B R O B
E E C T E
A
Rev.5/30103
ATTACHMENT 1A
FORT WORTH Page 4 of 4
Total Dollar Amount of M/WBE Subcontractors/Suppliers $
Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $
TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $
The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval
of the Minority and Women .Business Enterprise Office -Manager :or designee through the submittal of a
Request for Approval of ChangelAddition. Any unjustified change or deletion shall be a material breach of
contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor
shall submit a detailed explanation of how the requested change/addition or'deletion will affect the committed ...
M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination.
By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request,
complete and accurate information regarding actual work performed by all subcontractors, including
M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or
examination of any books, records and files held by their company. The bidder agrees to allow the
transmission of interviews with owners, principals, officers, employees and applicable
subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work
performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any
intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment
from City work for a period of not less than three (3) years and for initiating action under Federal, State or
Local laws concerning false statements. Any failure to comply with this ordinance and create a material --
breach of contract may result in a determination of an irresponsible Offeror and barred from participating in
City work for a period of time not less than one (1)year.
Authorized Signature Printed Signature
Title Contact Namemue(H dWerent)
Company Name Telephone and/or Fax
Address E-mall Address
cltwstateop We
Rev.5/30/03
ATTACHMENT 1 B
FORT WORTH Page 1 of 1
City of Fort Worth
_ Prime Contractor Waiver Form
PRIME COMPANY NAME: Check applicable block to describe
rime
PROJECT NAME: MNV/DBE I I NON-WW/DBE
VILLAGE CREEK WWTP TRINITY RIVER PIPELINE CROSSING(PARALLEL SIPHON) BID DATE
PROJECT
City's MMBE Project Goal: PROJECT NUMBER
P171-070171300040
If both answers to this form are YES, do not complete ATTACHMENT 1C(Good Faith Effort Form). All questions on
this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is
NO,then you must complete ATTACHMENT 1 C. This form is only applicable if both answers are yes.
-FallureAdJc6irriplete this form in its entirety and be received by the Man ataina`Deliartmeiit on or before$c00
five S Ci ` business-da s afiter bid o enln exclusive of-the bid,opening.date,will result in.the bid.
. being considered non-responsive to bid specificatlons
Will you perform this entire contract without subcontractors? YES
If yes, please provide a detailed explanation that proves based on the size and scope of this project, NO
this is your normal business practice andj2rovide an operational profile of your business.
Will you perform this entire contract without suppliers? YES
If yes, please provide a detailed explanation that proves based on the size and scope of this project,
this is your normal business practice and provide an inventory profile of your business. NO
The bidder further agrees to provide, directly to the City upon request, complete and accurate information
regarding actual work performed by all subcontractors, including MMBE(s)on this contract,the payment therefore
and any proposed changes to the original MMBE(s) arrangements submitted with this bid. The bidder also
agrees to allow an audit and/or examination of any books, records and files held by their company that will
substantiate the actual work performed by the MMBEs on this contract, by an authorized officer or employee of
the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or
debarment from City work for a period of not less than three (3)years and for initiating action under Federal, State
or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of
contract may result in a determination of an irresponsible offeror and barred from participating in City work for a
period of time not less than one(1)year.
Authorized Signature Printed Signature
Title Contact Name(if different)
Company Name Phone Number Fax Number
Address Email Address
City/State/Zip Date
Rev.5/30/03
ATTACHMENTiC
Page 1 of 3
FORT WORTH
City of Fort Worth
Good Faith Effort Form
PRIME COMPANY NAME: Check applicable block to describe
rime
PROJECT NAME:
MNV/DBE NON-WW/DBE
VILLAGE CREEK WWTP BID DATE
TRINITY RIVER PIPELINE CROSSING PARALLEL SIPHON PROJECT
City's M/WBE Project Goal: PROJECT NUMBER
%, Water Project No.P171-0701713000040
If you have failed to secure M/WBE participation and you have subcontracting and/or supplier opportunities or If your
DBE participation Is less than the City's project goal,you must complete this form.
If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a
"good faith effort", the bidder will have the burden of correctly and accurately preparing and
submitting the documentation required by the City. Compliance with each item, 1 thru 6 below,
shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or
knowing misrepresentation the facts or intentional discrimination by the bidder.
Failure to complete this form, in Its entirety with supporting documentation, and received by. the
Managing Department on or�before.5:00 p.m.five(5)City business days after bid opening,exclusive of bid
opening date,will result In.the bid being considered non-responsive to.bld specifications.
1.) Please list each and every subcontracting and/or supplier opportunity) for the completion of this
project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. (RO 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
Rev.05/30/03
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.
Yes Date of Listing_J_J
No
3.) Did you solicit bids from M/WBE firms,within the subcontracting and/or supplier areas previously
listed,at least ten calendar days prior to bid opening by mail,exclusive of the day the bids are
opened?
Yes (if yes,attach M/W BE 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 MNVBE firm,person contacted,phone number and date and time of contact.)
—No
-
NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile
is used, attach .the fax confirmation, which Is to provide M/WBE name, ;date,. time, fax number and
documentation faxed.
NOTE: If the list of M/WBEs fora particular subcontracting/supplier:opportunity is ten (10) or less, the
bidder must contact the entire.list to be in compliance with questions 3 and 4. If the list of MMBEs for a
particular subcontracting/supplier opportunity,is ten (10) or more, the bidder must contact at least two-
thirds (2/3) of the list within such area of opportunity, but not less than ten to be in compliance with
questions 3 and 4.
5.) Did you provide plans and specifications to potential M/WBEs or Information regarding the location of
plans and specifications in order to assist the 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.
Please use additional sheets,if necessary,and attach. _
Company Name Telephone Contact Person Scope of Work Reason for Rejection
Rev.05/30/03
-
ATTACHMENT 1C
Page 3 of 3
ADDITIONAL INFORMATION:
Please provide additional information you feel will further explain your good and honest efforts to obtain
M/WBE participation on this project.
The bidder further agrees to provide, directly to the City upon request, complete and
accurate information regarding actual work performed on this contract, the payment
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/WBE Office.
Authorized Signature Printed Signature
Title Contact Name and Title(if different)
Company Name Phone Number Fax Number
-
Address Email Address
-
City/State0p Date
Rev.05/30/03
Joint Venture
Page 1 of 3
FORT WORTH
CITY OF FORT WORTH
Joint Venture Eligibility Form
All questions must be answered;use"NA"if applicable.
Name of City project:VILLAGE CREEK WWTP TRINITY RIVER PIPELINE CROSSING(PARALLEL
SIPHON)PROJECT
A joint venture form must be completed on each project
RFPBid/Purchasing Number: P171-070171300040
1.Joint venture information:
Joint Venture Name:
Joint Venture Address:
(If applicable)
Telephone: Facsimile: E-mail address:
Cellular:
Identify the firms that comprise the joint venture:
Please attach extra sheets if additional space Is required to provide detailed explanations of work to be performed by each flan comprising the
joint venture
Alf"E firm Non-M/WBE
name: firm name:
Business Address: Business Address:
City,State,Zip: City,State,Zip:
Telephone Facsimile E-mail Telephone Facsimile
Cellular Cellular
+i
Certification Status: B-mail address
Name of Certifying Agency 1* ,,U-0
-31.
y:1K 43?�F t.���„r,�
2.Scope of work performed by the Joint Venture:
Describe the scope of work of the M/WBE: Describe the scope of work of the non-M/WBE:
Rev.5130/03
op
Joint Venture
Page 2of3
3.What is the percentage of NVWBE participation on this joint venture that you wish to be counted toward
meeting the project goal?
4.Attach a copy of the joint venture agreement.
5.List components of ownership of joint venture:(Do not complete if this information is described in joint venture agreement)
Profit and loss sharing:
Capital contributions,including
equipment:
Other applicable ownership interests:
6.Identify by name,race,sex and firm those individuals(with titles)who are responsible for the day-to-day
management and decision malting of the joint venture:
Financial decisions
(to include Account Payable and Receivable):
Management decisions:
a. Estimating
------------- ---------------------------------
b. Marketing and Sales
-----------------------------------------------
c. Hiring and Firing of management
personnel
-----------------------------------------------
d. Purchasing of major equipment
and/or supplies
Supervision of field operations
The City's Minority and Women Business Enterprise Office will review your joint venture submission and
will have final approval of the M/W BE percentage applied toward the goal for the project listed on this
form.
NOTE:
From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar
amounts/percentages change from the originally approved Information, then the participants must inform the City's
MNVBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and ..
may result in debarment in accord with the procedures outlined in the City's M/WBE Ordinance.
Rev.5/30/03
Joint Venture
Page 3 of 3
AFFIDAVIT
The undersigned affirms that the foregoing statements are true and correct and include all material information
�•• necessary to identify and explain the terms and operation of the joint venture. Furthermore,the undersigned shall
agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments
herein.
The City also reserves the right to request any additional information deemed necessary to determine if the joint
venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds
for termination of the eligibility process.
The undersigned agree to permit audits,interviews with owners and examination of the books,records and files
of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this
provision shall result in the termination of any contract, which may be awarded under the provisions of this joint
venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false
statements or willful misrepresentation of facts.
Name of M/WBE firm Name of non-M/WBE firm
Printed Name of Owner Printed Name of Owner
Signature of Owner Signature of Owner
Printed Name of Owner Printed Name of Owner
Signature of Owner Signature of Owner
Title Title
Date Date
Notarization
State of County of
On this day of ,20 ,before me appeared
and
to me personally known and who,being duly sworn,did execute the foregoing affidavit and did state that they were
properly authorized to execute this affidavit and did so as their free act and deed.
i
Notary Public
Print Name
Notary Public
Signature
Commission Expires (seat)
Rev.5/30/03
PART C
- GENERAL CONDITIONS
PART C -GENERAL CONDITIONS
TABLE OF CONTENTS
NOVEM 3ER 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 C1-1 (2)
C1-1.3 Notice to Bidders C1-1 (2)
C1-1.4 Proposal C1-1 (2)
C1-1.5 Bidder C1-1 (2)
C1-1.6 General Conditions C1-1 (2)
C1-1.7 Special Conditions C1-1 (2)
C1-1.8 Specifications C1-1 (2)
C1-1.9 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)
C1-1.19 Engineer C1-1 (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)
C1-1.23 Working Day C1-1 (4)
C1-1.24 Calendar Days C1-1 (4)
- C1-1.25 Legal Holidays C1-1 (4)
C1-1.26 Abbreviations C1-1 (4)
C1-1.27 Change Order C1-1 (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 Cl-1 (6)
C1-1.31 Roadway C1-1 (6)
C1-1.32 Gravel Street Cl-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)
i 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)
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)
C2-2.11 Irregular 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 C3-3 (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 C3-3 (2) _
C3-3.6 Return of Proposal Securities C3-3 (2)
C3-3.7 Bonds C3-3 (2)
C3-3.8 Execution of Contract C3-3 (3) _
C3-3.9 Failure to Execute Contract C3-3 (3)
C-3-3.10 Beginning Work C3-3 (4)
C3-3.11 Insurance 0-3 (4)
C3-3.12 Contractor's Obligations 0-3 (6)
C3-3.13 Weekly Payrolls C3-3 (6)
C3-3.14 Contractor's Contract Administration C3-3 (6) -
C3-3.15 Venue C3-3 (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 C4-4(3)
C4-4.7 Progress Schedules for Water and Sewer Plant Facilities C4-4(4) _
C5-5 CONTROL OF WORK AND MATERIALS _
C5-5.1 Authority of Engineer C5-5 (1)
C5-5.2 Conformity with Plans C5-5 (1)
C5-5.3 Coordination of Contract Documents C5-5 (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)
Mm
C5-5.8 Authority and Duties of City Inspector C5-5 (3)
C5-5.9 Inspection C5-5 (4)
i 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 RESPONSIBII.I'I'Y
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,Warnings 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)
(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) T
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)
w
w
PART C-GENERAL CONDITIONS
w C 1-1 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 El-White
— E2-Golden Rod
E2A-White
PERMTTS/BASEMENTS Blue
PART F-BONDS (Sample) White
PART G-CONTRACT (Sample) White
b. SPECIAL CONTRACT DOCUMENTS: The Special Contract
Documents are prepared for each specific project as a supplement to the
General Contract Documents and include the following items:
PART A-NOTICE TO BIDDERS (Advertisement)same as above
PART B -PROPOSAL (Bid)
PART C -GENERAL CONDITIONS
PART D -SPECIAL CONDITIONS
PART E- SPECIFICATIONS
PERMITS/BASEN ENTS
PART F-BONDS
PART G-CONTRACT
PART H-PLANS (Usually bound separately)
C1-1 (1)
C1-1.3 NOTICE TO BIDDERS: All of the legal publications either actually published
in public advertising mediums or furnished direct to interested parties pertaining to the .�
work contemplated under the Contract Documents constitutes the notice to bidders.
C1-1.4 PROPOSAL: The completed written and signed offer or tender of a bidder to
perform the work which the Owner desires to have done, together with the bid security,
constitutes the Proposal, which becomes binding upon the Bidder when it is officially
received by the Owner,has been publicly opened and read and not rejected by the Owner.
C1-1.5 BIDDER: Any person, persons, firm, partnership, company, association,
corporation, acting directly or through a duly authorized representative, submitting a
proposal for performing the work contemplated under the Contract Documents,
constitutes a bidder.
C1-1.6 GENERAL CONDITIONS: The General Conditions are the usual construction
and contract requirements which govern the performance of the work so that it will be T
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) —
C1-1 (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 about
the project to be completed under the Contract Documents.
C1-1.11 PLANS: The plans are the drawings or reproductions therefrom made by the
Owner's representative showing in detail the location, dimension and position of the
various elements of the project, including such profiles, typical cross-sections, layout
diagrams, working drawings, preliminary drawings and such supplemental drawings as
the Owner may issue to clarify other drawings or for the purpose of showing changes in
the work hereinafter authorized by the Owner. The plans are usually bound separately
from 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
i 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
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.
C1-1.21 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
C1-1.24 CALENDAR DAYS: A calendar day is any day of the week or month,no days
being excepted.
CI-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
8. 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:
C1-1 (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
C1-1.27 CHANGE ORDER: A "Change Order" is a written supplemental agreement
between the Owner and the Contractor covering some added or deducted item or feature
which may be found necessary and which was not specifically included in the scope of
the project on which bids were submitted. Increase in unit quantities stated in the
proposal are not the subject matter of a Change Order unless the increase or decrease is
more than 25% of the amount of the particular item or items in the original proposal.
All "Change Orders" shall be prepared by the City from information as necessary
furnished by the Contractor.
C1-1.28 PAVED STREETS AND ALLEYS: A paved street or alley shall be defined as
a street or alley having one of the following types of wearing surfaces applied over the
natural unimproved surface:
_ 1. Any type of asphaltic concrete with or without separate base material.
2. Any type of asphalt surface treatment,not including an oiled surface, with
or without separate base material.
3. Brick, with or without separate base material.
4. Concrete, with or without separate base material.
5. Any combination of the above.
C1-1 (5)
i
i
C1-1.29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or
other surface is any area except those defined for"Paved Streets and Alleys." _
CI-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 C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL
C2-2.1 PROPOSAL FORM: The Owner will furnish bidders with Proposal form,which
will contain an itemized list of the items of work to be done or materials to be furnished
and upon which bid prices are requested. The Proposal' form will state the Bidder's
general understanding of the project to be completed, provide a space for furnishing the
amount of bid security, and state the basis for entering into a formal contract. The Owner
_ will furnish forms for the Bidder's "Experience Record," "Equipment Schedule," and
"Financial Statement," all of which must be properly executed and filed with the Director
of the City Water Department one week prior to the hour for opening of bids.
The financial statement required shall have been prepared by an independent certified
public accountant or an independent public accountant holding a valid permit issued by
�. an appropriate state licensing agency, and shall have been so prepared as to reflect the
current financial status.This statement must be current and 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 OUANTTTIES: 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
C2-2(2)
of Attorney authorizing agents or others to sign proposal must be properly certified and
.r 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.
i 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 consideration will be given to the proposal.
�` 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. T
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 QABE) 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
MP 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 EOUAL 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 SECURIMS: 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 T
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. T
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 C8-8.10.
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 ..
CM (2)
5160, Revised Civil Statutes of Texas, 1925, as amended by House Bill
344, Acts 56`h 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
i
surety company doing business in the City of Fort Worth, Texas, and which is acceptable
to the Owner. In order to be acceptable, the name of the surety shall be included on the
current U.S. Treasury list of acceptable sureties, and the amount of bond written by any
one acceptable company shall not exceed the amount shown on the Treasury list for that
company. Each bond shall be properly executed by both the Contractor and Surety
Company.
Should any surety on the contract be determined unsatisfactory at any time by the Owner,
notice will be given the Contractor to that effect and the Contractor shall immediately
provide a 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.
i 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.
C3-3.9 FAILURE TO EXECUTE CONTRACT: The failure of the Awardee to
execute the required bond or bonds or to sign the required contract within ten (10) days
after the contract is awarded shall be considered by the owner as an abandonment of his
proposal, and the owner may 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
i
C3-3 (3)
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.
C3-3.11INSURANCE: 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. ADDMONAL LLABIL]TY: The Contractor shall furnish
insurance as a separate policies or by additional endorsement to one of the
above-mentioned policies, and in the amount as set forth for public
liability and property damage, the following insurance:
1. Contingent Liability (covers General Contractor's Liability for acts
of sub-contractors).
C3-3 (4)
2. Blasting,prior to any blasting being done.
3. Collapse of buildings or structures adjacent to excavation (if
excavation are performed adjacent to same).
4. Damage to underground utilities for$500,000.
i
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
i
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
i 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.
i
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
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 bonding
company. If the local insurance representative is not so empowered by the
insurance or bonding companies, then such authority must be vested in a
local agent or claims officer residing in the Metroplex, the Fort Worth-
Dallas area. The name of the agent, or agents shall be set forth on all 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
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 CONDMONS
C4-4 SCOPE OF WORK
SECTION C4-4 SCOPE OF WORK
C4-4.1 INTENT OF CONTRACT DOCUMENTS: It is the definite intention of these
Contract Documents to provide for a complete, useful project which the Contractor
undertakes to construct or furnish, all in full compliance with the requirements and intent
of the Contract Documents. It is definitely understood that the Contractor shall do all
work as provided for in the Contract Documents, shall do all extra or special work as may
be considered by the Owner as necessary to complete the project in a satisfactory and
acceptable manner. The Contractor shall, unless otherwise specifically stated in these
Contract Documents, furnish all labor, tools, materials, machinery, equipment, special
services, and incidentals necessary to the prosecution and completion of the project.
C4-4.2 SPECIAL PROVISIONS: Should any work or conditions which are not
thoroughly and satisfactorily stipulated or covered by General or Special Conditions of
these Contract Documents be anticipated, or should there be any additional proposed
work which is not covered by these Contract Documents, 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 OUANTITIES: 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.
C4-4(1)
C4-4.4 ALTERATION OF CONTRACT DOCUMENTS: By Change order, the
owner reserves the right to make such changes in the Contract Documents and in the _
character or quantities of the work as may be necessary or desirable to insure completion
in the most satisfactory manner,provided such changes do not materially alter the original
Contract Documents or change the general nature of the project as a whole. Such changes
shall not be considered as waiving or invalidating any condition or provision of the
Contract Documents.
C4-4.5 EXTRA WORK: Additional work made necessary by changes and alterations
of the Contract Documents or of quantities or for other reasons for which no prices are
provided in the Contract Documents, shall be defined as "Extra Work" and shall be
performed by the Contractor in accordance with these Contract Documents or approved
additions thereto; provided however, that before any extra work is begun a "Change
order" shall be executed or written order issued by the Owner to do the work for
payments or credits as shall be determined by one or more combination of the following
methods:
a. Unit bid price previously approved.
b. An agreed lump sum.
C. The actual reasonable cost of(1)labor, (2)rental of equipment used on the
extra work for the time so used at Associated General Contractors of
America current equipment rental rates, (3)materials entering permanently
into the project, and(4) actual cost of insurance, bonds, and social security
as determined by the Owner, plus a fixed fee to be agreed upon but not to
exceed 10 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) �'
i
Should a difference arise as to what does or dose not constitute Extra Work, or as to the
i 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 Q.
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 deviations from
the original Contract Documents as may be necessary to enable the Owner to prepare for
permanent record a corrected set of plans showing the actual installation.
The compensation agreed upon for "Extra Work" whether or not 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 11" sheets and at
least five black or blue line prints shall be furnished to the Owner.
C4-4.7 PROGRESS SCHEDULES FOR WATER AND SEWER PLANT FACILITIES:
Within ten (10) days prior to submission of 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.
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
are exceptions to this guideline. T
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.
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).
S. 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
i
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
i 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.
i
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
Mq 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
M" 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 W1TH 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
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
MP 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 in 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.
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
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 perform the work in accordance with the requirements
of the Contract Documents. In case of any dispute arising between the Contractor and the
City Inspector as to the materials or equipment furnished or the manner of performing the
work,the City Inspector will have 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
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.
CS-5.10 REMOVAL OF EDEFCTIVE AND UNAUTHORIZED WORK:All work,
materials, or equipment which has been rejected shall be remedied or removed and
replaced in an acceptable manner by the Contractor at 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
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
ordered or installed without such performance guarantee and bonds as Owner may require
which shall be furnished at Contractor's expense. Contractor shall indemnify and hold
harmless Owner and Engineer and anyone directly or indirectly 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.
i 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:
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 RESPONSIBR TTY 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. No extra compensation will be made to the Contractor for any
clean-up required on the project.
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.
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 furnished 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 by
C6-6(1)
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.
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 neglect on the part of the
Contractor as regards to public convenience and safety which may come to its attention,
after twenty-four hours notice in writing to the Contractor, save in cases of emergency
when it shall have the right to remedy any neglect without notice, and in either case, the
cost of such work 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 —
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. _
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 precautionary
measures for the protection of persons or property and of the work as are necessary.
Barricades and fences shall be painted in a color that will be visible at night. From sunset
to sunrise the Contractor shall furnish and maintain at least one easily visible burning
light at each barricade. A sufficient number of barricades shall be erected and maintained
to keep pedestrians away from, and vehicles from being driven on or into, any work under
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),
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,
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
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 WITHN EASEMENTS: Where the work passes over,through,or into
private property, the Owner will provide such right-of-way or easement privileges, as the
City may deem necessary for the prosecution of the work. Any additional rights-of-way or
work area considered necessary by the Contractor shall be provided by him at his
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
MP purpose without having previously obtained permission from the owner of such property.
The Contractor will not be allowed to store equipment or material on private property
unless and until the specified approval of the property owner has been secured in writing
by the Contractor and a copy furnished to the Engineer. Unless specifically provided
otherwise, the Contractor shall clear all rights-of-way or easements of obstructions which
must be removed to make possible proper prosecution of the work as a part of the project
construction operations. The Contractor shall be responsible for the preservation of and
shall use 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
C6-6(5)
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 persons 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 persons, of
whatsoever kind or character, whether real or asserted, arising out of or in connection
with, directly or indirectly, the work and services to be performed hereunder by the
Contractor, its officers, agents, employees, contractors, subcontractors, licensees or
invitees, 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)
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 25`h 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
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.
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
(IT) 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 (I) 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
i
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.
C7-7(1)
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
THE OF COMPLETION of this Agreement, and a progress schedule shall not constitute
a change in the contract time.
C7-7.4 LRY11TATION 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 EOUIPNMNT: 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. _
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 C1-1.23 "WORKING DAYS" or
the date stipulated in the "WORK ORDER"for beginning work,whichever comes first.
Nothing in these Contract Documents shall be construed as prohibiting the Contractor
from working on Saturday, Sunday or Legal Holidays, providing that the following
requirements are met:
a. A request to work on a specific Saturday, Sunday or Legal Holiday must
be made to the Engineer no later 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 of the project.
The Engineer's decision shall.be final in response to such a request for approval to work
on a specific Saturday, Sunday or Legal Holiday, and no extra compensation shall be
allowed to the Contractor for any work performed on such a specific Saturday, Sunday or
Legal Holiday.
Calendar Days shall be defined in C1-1.24 and the Contractor may work as he so desires.
C7-7.7 T ME 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 TIlVIE 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 T
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 TDAE 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 T
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 T
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 r
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, by way of example, but not of limitation, may be considered
grounds for suspension or cancellation:
a. Failure of the Contractor to commence work operations within the time
specified in"the Work Order issued by the Owner.
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.
i. A substantial indication that the Contractor has made an unauthorized
assignment of the contract or any funds due therefrom for the benefit of
any creditor or for any other purpose.
-- j. If the Contractor shall for any cause whatsoever not carry on the working
operation in an acceptable manner.
k. If the Contractor commences legal action against the Owner.
A Copy of the suspension order or action of the City Council shall be served on the
Contractor's Sureties. When work is suspended for any cause or causes, or when the
contract is 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 at the time of this default
shall thereupon become due and payable to the Sureties as the work progresses, subject to
all of the terms of the Contract Documents.
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
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 FUI FTf T 1VIENT 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 Termination 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 of the 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
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
b. 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
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
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)
PART C - GENERAL CONDMONS
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 Sum" is set forth, the said
"Lump Sum" shall represent the total cost for the Contractor to furnish all labor, tools,
materials, machinery, equipment, appurtenances, and all 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,
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 1" and the 5`h
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 10I' 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 time 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 thereof as
outlines in paragraph C8-8.8 below.
C8-8.8 FINAL PAYMENT: Whenever all the improvements provided for by the
i
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
i 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,
i
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.
'" C8-8(3)
i
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 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.
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
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.
C8-8(5)
i
PART Cl
SUPPLEMENTARY CONDITIONS
(TO PART C)
i - - -
SUPPLEMENTARY CONDITIONS
FORT WORTH,WATER DEPARTMENT
_ WATER AND WASTEWATER TREATMENT PLANT PROJECTS
September 2,2003
^ 1. CONTRACT DOCUMENTS: In Section C1-1.2 CONTRACT DOCUMENTS,
delete Paragraph C1-1.2b SPECIAL CONTRACT DOCUMENTS and add the following:
"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) White
SPECIAL INSTRUCTION TO BIDDERS White
PART B-PROPOSAL(Bid) White
M/WBE BID SPECIFICATIONS Golden Rod
_ PART C- GENERAL CONDITIONS Canary Yellow
PART CS- SUPPLEMENTARY CONDITIONS Green
PART D- SPECIAL CONDITIONS Green
-. PART E-TECHNICAL SPECIFICATIONS White
PERMTS/EASENM'NTS (Some Permits are Multicolored) White
PART F-BONDS AND INSURANCE White
PART G- CONTRACT White
PART H-PLANS/FIGURES (may be bound separately) White"
2. DIRECTOR OF TRANSPORATION AND PUBLIC WORKS: Delete entire
Paragraph C1-1.17, and replace with the following:
C1-1.17 DIRECTOR OF TRANSPORATION AND PUBLIC WORKS: The
officially appointed Director of the Transportation and Public Works Department of
the City of Fort Worth, or his duly authorized representative, assistant, or agents.
3. DIRECTOR OF ENGINEERING: Add the following paragraph after C1-1.17 and
before C1-1.18:
C1-1.17A DIRECTOR OF ENGINEERING: The officially appointed Director of the
Department of Engineering of the City of Fort Worth, referred to in the charter as the
^ City Engineer,or his duly authorized representative assistant, or agents.
4. ENGINEER: Delete entire Paragraph C1-1.19, and replace with the following:
The Director of the Fort Worth Department of Engineering, the Director of Fort
Worth Transportation and Public Works Department, the Director of the Fort Worth
Water Department, or their duly authorized assistants, agents, engineers, inspectors,
or superintendents, acting within the scope of the particular duties entrusted to them.
CS-1
5. PROPOSAL FORM: In Section C2-2.1, Paragraph 1, revise last sentence to read as
follows: "The Bidder shall furnish a Financial Statement, Equipment Schedule, and
Experience Record, all of which must be properly executed and filed with the Director of
the Water Department one week prior to the hour for opening of bids. Information shall
be on forms provided by the Bidder and acceptable to the City.
6. EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: In
Section C2-2.3, Paragraph 2, add the following to the last sentence: "except for changes
in the site conditions caused by factors outside of the control of the Contractor which
occur after the Contractor's inspection and prior to installation." ..
7. INTERPRETATION AND PREPARATION OF PROPOSAL: Part C- General _
Conditions, Section C2-2, 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 and other required material, to the
Purchasing Manager or his representative at the official location and stated time set
forth in 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 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."
C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the
Purchasing Manager cannot be withdrawn prior to the time set for the opening of --
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.
PM
CS-2
.. 8. MINORITY BUSINESS ENTERPRISE/WOMEN BUSINESS ENTERPRISE
COMPLIANCE: Delete entire Paragraph C3-3.2, and replace with the following:
dW
C3-3.2 MINORITY AND WOMEN BUSINESS ENTERPRISES: In a accord with
City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the
participation of minority business enterprises and women business enterprises in City
contracts. A copy of the Ordinance can be obtained from the Office of the City
Secretary. The bidder shall submit the MBE/WBE SUBCONTRACTOR/SUPPLIER.
UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, and/or the
GOOD FAITH EFFORT FORM ("with Documentation") and/or the JOINT
VENTURE FORM as appropriate. The Documentation must be received by the
managing department no later than 5:00 p.m, five (5) City business days after the bid
opening date. The bidder shall obtain a receipt from the appropriate employee of the
managing department to whom delivery was made. Such receipt shall be evidence
that the documentation was received by the City. Failure to comply shall render the
bid non-responsive.
Upon request, Contractor agrees to provide the Owner complete and accurate
information regarding actual work performed by a minority business enterprise
(MBE) and/or women business enterprise (WBE) on the contract and payment
., thereof. Contractor further agrees to permit any audit and/or examination of any
books, records or files in its possession that will substantiate the actual work
performed by an MBE and/or WBE. The misrepresentation of facts (other than a
., negligent misrepresentation) and/or commission of fraud by the Contractor will be
grounds for termination of the contract and/or initiating action under appropriate
Federal, State or local laws or ordinances relating to false statements. Further, any
such misrepresentation facts (other than a negligent misrepresentation) and/or
commission of fraud will result in the Contractor being determined to be irresponsible
and barred from participating in City work for a period of time of not less that three
(3)years.
�• 9. C3-3.5 AWARD OF CONTRACT is modified to read as follows:
"The Owner reserves the right to withhold final action on the proposals for a
reasonable time, not to exceed the period stated for the duration of the Bid Security
stated in the Notice to Bidders.
10. C3-3.7 BONDS. For the Paragraph after Paragraph C3-3.7d OTHER BONDS, which
begins with"No sureties",change the entire paragraph to read as follows:
"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 United States Secretary of the Treasury to qualify as a surety on obligations
permitted or required under federal law. Satisfactory proof of any such reinsurance
CS-3
shall be provided to the City upon request. The City, in its sole discretion, will
determine the adequacy of the proof required herein. Each bond shall be properly
executed by both the Contractor and the Bonding Company."
11.0 INSURANCE.Delete entire Paragraph C3-3.11 INSURANCE, and replace with the
following::
C3-3.11INSUR.ANCE: 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 and certificates of Insurance
shall be delivered to the Owner (City of Fort Worth, Contract Administrator in the
respective department as specified in the bid documents, 1000 Throckmorton Street, ..
Fort Worth, Texas 76102) prior to commencement of work on the contract project.
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.
The General Contractor may require all subcontractors to be insured and submit
documentation ensuring that the requirements of C3-3.11 are met for all
subcontractors. Failure of the Owner to request required documentation, shall not
constitute a waiver of the insurance requirements specified herein. The Contractor's
liability shall not be limited to the specified amounts of insurance required herein.
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. Worker's compensation insurance covering
employees in the project site shall be indorsed with a waiver of
subrogation providing rights of recovery in favor of the OWNER.
b. COMMERICAL GENERAL LIABILITY INSURANCE: The Contractor
Shall procure and shall maintain during the life of this contract, General
Liability Insurance (Public Liability and Property Damage Insurance) in
the amount not less than $500,000 covering each occurrence/aggregate on
account of bodily injury, including death, and in an amount not less than
$500,000 covering each occurrence/aggregate on account of property
damage with $2,000,000 umbrella policy coverage. Certificates of
insurance shall state that Insurance is on an "occurrence"basis. Certificate
shall also contain a statement that no exclusions by endorsement have
been made to the Commercial General Liability Policy.
CS-4 '�
C. ADDITIONAL LIABILITY: The Contractor shall furnish
insurance as a separate policies or by additional endorsement to one of the
above-mentioned policies, and in the amount as set forth for public
liability and property damage,the following insurance:
1. Contingent Liability(covers General Contractor's Liability for acts
of sub-contractors).
2. Blasting,prior to any blasting being done.
3. Collapse of buildings or structures adjacent to excavation fif
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). The City, its offices, employees and servants shall be
endorsed as additional insured on Contractor's insurance policies
excepting employer's liability insurance coverage under
Contractor's worker's compensation insurance policy. Contractor's
_ insurance policies shall be indorsed to provide that such insurance
is primary protection and any self-funded or commercial coverage
maintained by the OWNER shall not be called upon to contribute
to loss recovery.
7. When required by the Contract Documents, Environmental
Impairment Liability Coverage must be provided in the limits of
$1,000,000 per occurrence and $2,000,000 annual aggregate. The
Environmental Impairment Liability (EEL) must contain coverage
for sudden and accidental contamination or pollution, liability for
gradual emissions, and clean-up costs. The EIL coverage shall
include two year completed operations coverage on a per Project
basis. A separate insurance policy may be needed to fulfill this
requirement. EIL for damages incurred in the course of
transporting sludge shall be covered under the contractor's
insurance policy(s).
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
R' any one person and subject to the same limit for each person an amount
not less than $500,000 aggregate on account of one accident, and
automobile property damage insurance in an amount not less than
$100,000 aggregate.
CS-5
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 fiunish
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.) Other than Worker's Compensation
Insurance, in lieu of specified insurance, the 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. 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. DEDUCTIBLE LIMITS. The deductible limits or self-funded retention
limits, on each policy must not exceed $10,000 per occurrence unless
otherwise approved by the City.
h. INSURANCE COMPANY: The insurance company with whom the
Contractor's insurance is written shall be authorized to do business in the
State of Texas and shall have a current A.M. Best Rating of"A:VII" or ..
equivalent measure of financial strength and solvency.
A
i. NOTIFICATION. During the lifetime of this contract, the Contractor shall
notify the ENGINEER in writing, of any known loss occurrence that could
give rise to a liability claim or lawsuit or which could result in a property
loss.
j. CANCELLATION: Insurance shall be endorsed to provide the City with a
minimum of thirty days notice of cancellation, non-renewal and/or
material change in insurance policy terms or coverage. A minimuml0 day
notice shall be acceptable in the event of non-payment of insurance
premium to insurance company.
CITY RESPONSIBILITIES. The City shall not be responsible for direct payment of
insurance premium costs for Contractor's Insurance.
12. LMGTATION OF INCIDENTAL CHARGES (Reference C4-4.5c):
The Contractor agrees that should any change in the work of extra work be ordered, the
following applicable percentage shall be added to Material and Labor Costs to cover
overhead and profit:
CS-6 om
1. Allowance to the Contractor for overhead and profit for extra work performed by
the Contractor's own forces shall not exceed 15%.
2. Allowance to the Contractor for overhead and profit for extra work performed by a
subcontractor and supervised by the Contractor shall not exceed 10%.
Contractor shall be reimbursed for direct field overhead when the change requires an
extension of the Contract period. Contractor shall not be reimbursed for indirect
overhead or indirect costs related to changes to this contract.
13. ' TESTING COSTS: Section 5-5.12,revise the first sentence to read as follows:
"Where, 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 by the Contractor
unless otherwise specifically provided for in the Technical Specifications."
14. LAWS TO BE OBSERVED: Section C6-6.1, delete "or which may be enacted
later". After the word "exist," add "at the time of the Contract or may be hereafter exist
during the performance of the Contract."
15. BUILDING PERMITS: Paragraph C6-6.2 Insert the following at the end of the
paragraph;
"Contractors are responsible for obtaining all construction permits from the governing
agencies. Contractor shall schedule all code inspections with the Code Inspection
Department in accordance with the permit requirements and submit copy of updated
schedule to the Engineer weekly. Building, plumbing, electrical and mechanical
building permits are issued without charge. Water and sewer access fees will be paid
by the Water Department. Any other permit fees are the responsibility of the
Contractor."
16. BARRICADES, WARNINGS AND FLAGMEN: In Paragraph C6-6.8, replace the
word "watchmen" wherever in appears with the word "flagmen". In the first paragraph,
lines five (5) and six (6), replace "take all such other precautionary measures" with "take
all reasonable necessary measures".
17. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS:Delete entire
Paragraph C6-6.12, and replace with the following:
"C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS:
.. Contractor covenants and agrees to indemnify the City' Engineer and Architect, and
their personnel at the project site for the Contractor's sole negligence. In addition, the
Contractor covenants and agrees to indemnify, hold harmless and defend at its own
expense, the Owner, its officers, agents, servants, and employees, from and against all
claims or suits for property loss, property damage, personal injury, including death,
arising out of; or alleged to arise of, the work and services to be performed hereunder
by the Contractor, its officers, agents, employees subcontractors, licensees or invitees,
CS-7
whether or not any such inlury, damage or death is caused, in whole or in part, by
the negligence or alleged negligence of the Owner, its officers, agents, servants, or
employees. Contractor likewise covenants and agrees to indemnify and hold harmless
Owner from and against any and all injuries to the Owner's officers, agents, servants,
and employees, loss or destruction of property of the Owner arising form the
performance of any of the terms and conditions of this Contract, whether or not any
such iniury or damage is caused, in whole or in part, by the negligence or alleged ..
negligence of the Owner, its officers, agents, servants, or employees
In the event the Owner receives a written claim for damages against the Contractor or
its subcontractors prior to final payment, final payment shall not be made until the
Contractor either (a) submits to the Owner satisfactory evidence that the claim has ..
been settled and/or a release from the claimant involved, or (b) provides the Owner
with a letter from the 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."
18. STATE SALES TAX:
A. Delete Paragraph C6-6.21 STATE SALES TAX in its entirety.
B. This contract is issued by an organization,which qualifies for exemption pursuant
to the provisions of Article 20.04 (F) of the Texas Limited Sales,Excise, and Use Tax
Act. All equipment and materials not consumed by or incorporated into the project
construction are subject to State Sales Tax under House Bill 11, enacted August 15,
1991. all such taxes shall be included in the various amounts on the Proposal Form.
The successful Bidder shall be required to submit a breakdown between costs of labor,
consumable material and other construction costs and costs of material incorporated
into the project construction prior to execution of this contract.
B. At the time of execution of the Contract Documents by the Contractor, the
Contractor shall complete the "Statement of Materials and Other Charges" which
identifies the project costs anticipated in the Project into "Materials Incorporated into
the Project" and "All Other Charges". The Contract shall be a"Separated Contract".
C. The City of Fort Worth will issue appropriate Certificates of Resale to the
Contractor.
D. All Change Orders to the Contract will separate charges for materials and labor
and will contain the following statement:
"For purposes of complying with Texas Tax Code, the Contractor agrees that the
charges for material incorporated into the project in excess of the estimated quantity
provided for herein will be no less than the invoice price for such material to the
Contractor."
CS-8
19 AIR POLLUTION WATCH DAYS: Add the following to Section C7-7:
C7-7.18 AIR POLLUTION WATCH DAYS: 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 burns 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.
20 C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4 SCOPE OF PAYMENT in its
entirety and replace with the following:
"Me Contractor shall receive and accept the compensation as herein provided,in full
payment for furnishing all labor, tools, materials, and incidentals for performing all
work contemplated and embraced under these Contract Documents, for all loss and
damage arising out of the nature of the work or from the action of the elements, for
any unforeseen defects or obstructions which may arise or be encountered during the
prosecution which may arise or be encountered during the prosecution of the work at
any time before its final acceptance by the Owner, (except as provided in paragraph
C5-5.14) for all risks of whatever description connected with the prosecution of the
work, for all expenses incurred by or in consequence of the suspension or
discontinuance of such prosecution of the working operations as herein specified, or
any and all infringements of patents, trademarks, copyrights, or other legal
reservations, and for completing the work in an acceptable manner according to the
terms of the Contract Documents.
The payment of any current or partial estimate prior to the final acceptance of the
work by the Owner shall in no way constitute an acknowledgment of the acceptance
of the work, materials, or equipment, nor in any way prejudice or affect the
obligations of the Contractor to repair, correct, renew, or replace at his own and
CS-9
proper expense any defects or imperfections in the construction or in the strength or
quality of the material used or equipment or machinery furnished in or about the
construction of the work under contract and its appurtenances, or any damage due or
attributed to such defects, which defects, imperfections, or damage shall have been
discovered on or before the final inspection and acceptance of the work or during the
two (2) year guaranty period after the final acceptance. The Owner shall be the sole
judge of such defects, imperfections, or damage, and the Contractor shall be liable to
the Owner for failure to correct the same as provided herein."
21. PARTIAL PAYMENTS: Change Paragraph C8-8.5 to read as follows:
"Partial pay estimates shall be submitted by the Contractor 5th day and the 20th day T
of the month that work has been is in progress. The estimate shall be processed 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 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 invoice 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 $400,000.00 at the execution, retainage shall be ten percent
(10%). For contracts of$400,000.00 or more at the time of execution, retainage shall
be five percent(5%).
Contractor shall pay subcontractors in accord with subcontract agreement,within five
(5) business days after receipt by the Contractor of the payment by the City.
Contractor's failure to make the required payment 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 the same will be subject to correction in the estimate
rendered following the discovery of an error in any previous estimate. Payment of any
partial pay estimate shall not,in any respect,be taken as an admission of the Owner of
the amount of work done or of its quality of sufficiency, or as an acceptance of the .,
work done or the release of the Contractor of any of his responsibilities under the
Contract Documents.
The City reserves the right to withhold the payment of any partial estimate if the
Contractor fails to perform the work in strict accordance with the specifications or
other provisions of this Contract."
22. GENERAL GUARANTY. Delete C8-8.10 GENERAL GUARANTY in its entirety
and replace with the following:
CS-10 ..
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 two (2)years 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.
Any reference to any shorter period of time of warranty contained elsewhere within
the specifications shall be resolved in favor of this specification, it being the City's
intent that the Contractor guarantee its work for a period of two (2) years following
the date of acceptance of the project.
23. RIGHT TO AUDIT: Add the following to Section C8-8:
C-8-8.14 RIGHT TO AUDIT:
"(a) The 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 this contract, 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 together with subsection(c) hereof. The
City shall give subcontractor reasonable advance notice of intended audits.
(c) Contractor and subcontractor agree to photocopy such documents as may be
requested by the City. The City agrees to reimburse contractor for the cost of the
copies as follows:
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
CS-11
thereafter." (5/25/93)
24. SCHEDULE OF COSTS: Add the following to Section C8-8:
C8-8.15 SCHEDULE OF COSTS: Following the completion of all work on the
Project and prior to submittal of a request for final payment, the Contractor shall
provide a Schedule of Costs to City for approval which lists all equipment systems, ..
structures, building electrical and HVAC systems, overhead and project related costs.
The items will be grouped into categories using the Owner's list of category codes
which will be provided by the Owner at the Preconstruction Conference.
The Schedule of Costs will be used by the City as input to the Capital Assets System,
and will not be considered in preparation of modifications to the Contract. Costs
associated with the preparation and processing of this schedule of costs shall be
subsidiary to the price bid.
The Contractor will also provide a projected payment schedule tied to the project
schedule and the schedule of values which projects the monthly payments through the
end of the Project. The Payment schedule must be submitted along with the first
request for payment. This information is necessary to arrange financing of the Project
by the City. i
END OF SECTION
CS-12
PART D
y
SPECIAL CONDITIONS
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 Cl—Supplementary Conditions of the Contract and this Part D,Part
D shall control.
FOR: VILLAGE CREEK WASTEWATER TREATMENT PLANT
TRINITY RIVER PIPELINE CROSSING(PARALLEL SIPHON)PROJECT
PROJECT NO.P171-070171300040
D-1 GENERAL:
Subject to modifications as herein contained, the Fort Worth Water Department's General
Contract Documents and General Specifications. effective July 1, 1978, are made part of the
Contract Documents for this Project. The Plans, Special conditions and Provisions Documents,
and the rules, regulations, requirements, instructions, drawings and details referred to by
manufacturer's name, number or identification included 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. 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. Special Contract Documents
3. General Contract Documents and General Specifications
The following Special Conditions shall be applicable to this project and shall govern any
conflicts with the General Contract documents under the provisions stated above.
D-2 PROJECT DESIGNATION:
Construction under these Special Documents shall be performed under the Fort Worth Water
Department Project Designations:
Water Project Number ,
Sewer Project Number P171-070171300040,and/or
Other
D-3 LOCATION AND DESCRIPTION OF PROJECT:
The Village Creek Wastewater Treatment Plant(WWTP)is situated in the City of Fort Worth,
Tarrant County,Texas. The construction site,as presented in the drawings,is located at and
adjacent to the Village Creek WWTP. The plant is located at 4500 Wilma Lane which is off
Green Oaks Blvd.between Fielder and I 30.
D-1
PE
This Contract consists of the furnishing of all material,equipment,labor and supervision
necessary for the construction of the Village Creek WWTP—Trinity River Pipeline Crossing ..
(Parallel Siphon)Project as shown on the plans and specifications and as described herein.
The project includes tieing into the existing twin 96-inch interceptors approximately 700 ft
northwest of the plant site and constructing a new parallel siphon system under the Trinity River
and tieing into an existing junction structure at the plant. The new parallel siphon system
consists of three new junction structures, 96-inch and 84-inch concrete pressure pipe,
miscellaneous utility relocations within the plant,rehabilitation of existing siphon junction
structures,modifications to existing siphon junction structures,installation of a
washer/compactor at the Headworks Facility at the plant,demolition and modifications to Bar
Screen Building No. 3 at the plant, site grading,temporary and permanent sedimentation/erosion ..
control,seeding,miscellaneous items,and initial and final testing and training of operators and
maintenance personnel.
D-4 PROJECT SIGNS:
Project Signs are required at all locations which will be under construction for more than thirty
(30) calendar days as indicated in Part B Proposal. Project Signs shall be in accordance with
Figure 30A of the General Contract Documents. The signs may be mounted on skids or on posts.
The exact locations and methods of mounting shall be approved by the engineer. Any and all
costs for the required materials, labor, and equipment necessary for the furnishing of Project —
Signs shall be considered as a subsidiary cost of the project and no additional compensation will
be allowed.
D-5 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 that the following rates be paid. (see attached wage rates) When two or
more wage rate scales are shown and wage rates shown in specific classifications are in conflict,
the higher wage will be used.
D-6 FINANCING:
The Fort Worth Water Department has sufficient funds to pay for the construction of the project
in accordance with the method of payments set forth in Section C8-8,MEASUREMENT and
PAYMENT of the General Conditions. ..
D-7 PUMPING AND DEWATERING OPERATIONS:
Work to be performed will require draining, pumping and dewatering, and certain cleaning
operations necessary to complete the work as specified and as indicated on the drawings. It is the
intent of these specifications that such draining, pumping and dewatering, and cleaning
operations shall be the obligation of the Contractor.
The Contractor shall provide all necessary pumping, as required by the excavation work
specification, to remove all surface water, groundwater, leakage, and water from other sources
from excavations. The existing structures, piping and valves may leak and the Owner does not
guarantee a dry site.
D-2
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 linear foot bid price of the pipe.
D-8 EXISTING UTILTIES:
The plans show the locations of all known surface and subsurface structures. However, the
Owner assumes no responsibility for failure to show any or all of these structures on the Plans,or
to show them in their exact location. It is mutually agreed that such failure shall not be
considered sufficient basis for claims for additional compensation for extra work or for
increasing the pay quantities in any manner whatsoever.
The Contractor shall be responsible for verifying the locations of and protecting all existing
utilities, service lines, or other property crossed or exposed by his construction operations.
Contractor shall make all necessary provisions for the support, protection, relocation, and or
temporary relocation of all utility poles, gas lines,telephone cables,utility services,water mains,
sanitary sewer lines, electrical cables, drainage pipes, and all other utilities and structures both
above and below ground during construction. The Contractor is liable for all damages done to
such existing facilities as a result of his operations and any and all cost incurred for the
protection and or temporary relocation of such facilities shall be included in the cost bid per
linear foot of pipe installed. NO ADDITIONAL COMPENSATION WILL BE ALLOWED.
Where existing utilities or service lines are cut,broken or damaged, the Contractor shall replace
or repair the 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 at once 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.
D-9 EXPLORATORY EXCAVATIONS:
In addition to those areas as may be designated on the Drawings, it shall be the Contractor's
responsibility to excavate and locate existing utilities which may affect construction of the water
and/or sewer facilities. All exploratory excavations shall occur far enough in advance to permit
any necessary relocation to be made with minimum delay.All costs incurred by the Contractor in
making exploratory excavations shall be considered to be included in the unit price bid for
construction of water/sewer line or the associated structures.
D-10 TEST HOLES: r
The matter of subsurface exploration to ascertain the nature of the soils, including the amount of
rock,if any,through which this pipeline installation is to be made is the responsibility of any and
D-3
all prospective bidders, and any bidder on this project shall submit his bid under the condition.
Whether prospective bidders perform this subsurface exploration jointly or independently, and
whether they make such determinations by the use of test holes or other means, shall be left to
the discretion of such prospective bidders. The cost of the rock removal and other associated
appurtenances,if required, shall be included in the linear foot bid price of the pipe.
D-11 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 proposed substitute
is procured by the Contractor. 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-12 CONSTRUCTION MANAGER:
The General Conditions, Section C-1.19 ENGINEER defines various persons who maybe
designated as the Engineer. For the prosecution of this Contract,the term Engineer shall mean
the Construction Manager as designated by the Director of the Fort Worth Water Department,
together with members of the staff of the Construction Manager who are assigned to the Project.
Any contacts the Contractor may wish to make with any City personnel or consulting engineers,
shall be arranged through the Construction Manager. The Contractor shall not act upon any ..
requests or instructions he may receive from any City personnel or consulting engineers nor shall
he give instructions or directions to such persons without the approval or consent of the
Construction Manager.
D-13 UTILITIES:
The Contractor shall at his expense provide all utility services,including water,electricity,gas,
telephone, etc.,as may be required by him and during the construction and testing period.The
City may be able to make provisions for connections to the existing utilities provided that
adequate service is available at appropriate points within the plant site;however,the Contractor
shall make all necessary arrangements, furnish materials,and perform all labor and services for
connections and metering. For utility services received by connections to utility lines owned by
the City within the plant,the Contractor will be billed by the City each month.
D-14 TIME OF COMPLETION:
The Owner desires that all work under this contract be Completed,in Total within 515
Calendar Days. The project will have substantial completion as described below: •�
Substantial Completion shall mean that all process structures,pipelines and equipment have been
installed,tested,and commissioned with approval by Owner and Engineer. Substantial
Completion shall be met within 485 Calendar Days from notice to proceed.
D-4
dot
In the event the Contractor fails to meet the Substantial Completion dates for the Project as set
forth above,the Owner may withhold money permanently from the Contractor's total
compensation at a rate of$680.00 per Calendar Day as Liquidated Damages until Substantial
Completion is met. In the event the Contractor fails to complete the Project in Total within the
time set forth above,the Owner may continue to withhold at a rate of$680.00 per calendar day
as liquidated damages in connection with the Project.
Delete the schedule of Liquidated Damages in Section C7-7.10 of the General Conditions.
D-15 RIGHT OF ACCESS:
Representatives of the Texas Commission on Environmental Quality(TCEQ),Occupational
Safety and Health Administration(OSHA),and City Code Inspectors shall have access to the
project wherever and whenever it is in preparation for progress,and the Contractor shall provide
proper facilities for such access.
D-16 INTERPRETATION OF PHRASES:
Wherever the words`Directed","Required","Permitted","Designated","Considered
Necessary","Prescribed",or words of like import are used on the Plans or in the Specifications,
it shall be understood that they are intended as Specifications,it shall be understood that they are
intended as prerogative of the Owner and/or the Engineer;and,similarly,the words,"Approval",
"Acceptable","Satisfactory",or words of like import,shall mean approval,etc.,by the Owner
and/or Engineer.
Wherever in the Specifications or in the Plans for the work the terms or description of various
qualities relative to finish,workmanship,or other qualities of similar kind cannot,because of
their nature,be specifically and briefly described and are customarily described in general terms,
the Owner and/or
Engineer shall be final judge as to whether or not the workmanship so described is being
performed in accordance with the intent of the Plans and Specifications the work shall be
completed in accordance with his interpretation of the meaning of such words,terms,or clauses.
D-17 SEQUENCE OF CONSTRUCTION:
Prior to the start of any work on the project,Contractor shall meet with the Engineer and develop
a construction schedule and sequence of operation. The construction schedule shall be prepared
in accordance with Sections 01040 and 01315.
D-18 DEHOLES MISC.EXT.)
The Contractor excavates for existing water and/or sanitary sewer main as detailed by work order
together with a sketch.The location and dimensions shown on the plans relative to other existing
utilities are based on the best information available. Omission from, or the inclusion of utility
locations on the Plans is not to be considered as the nonexistence of, or a definite location of,
existing underground utilities. It shall be the Contractor's responsibility to verify locations of
adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may
negotiate such local adjustments as necessary in the dehole process to provide adequate
clearances. The Contractor shall take all necessary precautions in order to protect all services
encountered. Any damage to utilities resulting from the Contractor's operations shall be restored
at his expense.
D-5
Payment for work such as backfill and all other associated appurtenants required, shall be
included in the price of the appropriate bid item. ..
D-19 EASEMENTS AND PERMITS:
The City is in the process of obtaining two (2) permanent easements and a USACOE Regional
Permit for the proposed junction boxes and pipeline at the time of advertisement for bids. Both
the permanent easements and permits must be secured before construction starts. No work is to
be done in areas requiring easements and/or permits until the necessary easement permits are _
obtained. The City anticipates obtaining the necessary easements and permits within 150 days of
accepting bids. No additional compensation or time will be considered due to delay of work
order. The easements shall be cleaned up after use and restored to its original condition or better.
In the event additional work room is desired by the Contractor, it shall be the Contractor's
responsibility to obtain written permission from the property owners for use of additional
property required. Additional payment will not be made for acquisition of additional easement
beyond that currently available. Maintenance and clean up of easements shall be included in the
lump sum bid or appropriate unit prices in the Bid Form.
D-20 LEVIITS OF EXTRA COMPENSATION FOR 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 him found
correct shall be approved and referred by him to the council for final approval or disapproval;
and the action thereon by the council shall be final and binding. If delay is caused by specific �-
orders given by the 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 which shall, ..
however, be subject to the approval of the City Council; and no such extension of time shall
release the Contractor or the surety on his performance bond from all his obligations hereunder
which shall remain in full force until the discharge of the Contract.
D-21 CONCRETE ENCASEMENT:
Concrete encasement shall be Class E (1500 psi) concrete and for sewer line encasements shall
conform to Fig. 113; for water line encasements it shall conform to Fig. 20 of the General
Contract Documents. Requirements for such encasement are specified in Sections E1-20 and E2-
20 of the General Contract Documents.Payment for work such as forming,placing,and finishing _
including all labor, tools, equipment and material necessary to complete the work shall be
included in the linear foot price bid for Concrete Encasement.
D-22 CONNECTION TO EXISTING STRUCTURES: _
All connections between proposed and existing facilities shall consist of a watertight seal.
Concrete used in the connection shall be Class A(3000 psi) concrete and meet the requirements
of Section E1-20 and E2-20 of the General Contract Documents. Prior to concrete placement, a
gasket,RAM Nek or approved equal,shall be installed around penetrating pipe.
Payment for such work as connecting to existing facilities including all labor, tools, equipment,
and material necessary to complete the work shall be included in the linear price of the
appropriate pipe size.
D-6
D-23 TEMPORARY SOIL EROSION SEDBMNT AND WATER POLLUTION
CONTROL:
1. CONTRACTOR shall develop and implement a SWPPP in accordance with EPA
requirements.
i
2. All erosion and sedimentation control shall be maintained until final stabilization of
disturbed areas is complete. Final stabilization shall be accomplished when vegetation and
disturbed areas have achieved 70%of the density of background native vegetation.
3. The CONTRACTOR shall be responsible for required notices.
4. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to
provide temporary erosion control shall be considered subsidiary to the contract and no extra
pay will be given for this work.
D-24 TRAFFIC CONTROL:
The Contractor shall be responsible for providing traffic control during the construction of this
project consistent with the 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 Vernon's Civil Statues,
pertinent sections being Section Nos.27,29, 30 and 31.
The Contractor shall execute this 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.
Barricades, warning and detour signs shall conform to be the Standard Specifications for street
and storm drain construction, "Barriers and Warning and/or Detour Signs", Item 524, and/or as
directed by Engineer.
i
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),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 or 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.
D-25 WORKER'S COMPENSATION INSURANCE:
A. Contractor's Worker's Compensation Insurance.
Contractor agrees to provide the Owner(City) a certificate showing that it has obtained a policy
of worker's compensation insurance covering each of its employees employed on the project in
compliance with state law.No Notice to Proceed will be issued until the Contractor has complied
with this section.
i
D-7
S. Subcontractor's Worker's Compensation Insurance.
Contractor agrees to require each and every subcontractor who will perform work on the project
to provide to it a certificate from such subcontractor stating that the subcontractor has a policy of
worker's compensation insurance covering each employee on the project. Contractor will not _
permit any subcontractor to perform work on the project until such certificate has been acquired.
Contractor shall provide a copy of all such certificates to the Owner(City).
C. Worker's Compensation Insurance Coverage.
1. Definitions:
Certificate of coverage ("certificate'). A copy of a certificate of insurance, a certificate
of authority to self-insure issued by the Texas Workers' Compensation Commission,or a
coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing
statutory worker's compensation insurance coverage for person's or entity's employees
providing services on a project,for the duration of the project.
Duration of the Project-includes the time from he beginning of the work on the project
until the contractor's/person's work on the project has been completed and accepted by
the City.
Persons providing services on the project ("subcontractor" in Texas Labor Code
Section 406.096) -includes all persons or entities performing all or part of the services
the contractor has undertaking to perform on the project, regardless of whether that
person contracted directly with the contractor and regardless of whether that person has ..
employees. This included, without limitation, independent contractors, subcontractors,
leasing companies, motor carriers, owner-operators, 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 service 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.
2. 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) for all employees of the
contractor providing services on the project,for the duration of the project.
3. The Contractor must provide a certificate of coverage to the City prior to being
awarded the contract.
4. 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 City showing the coverage has been
extended.
5. The contractor shall obtain from each person providing services on a project,and provide
to the City:
D-8
(a) a certificate of coverage, prior to that person beginning work on the project, so
the City will have on file certificates of coverage showing coverage for all
persons providing services on the project; and
(b) 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.
6. The contractor shall retain all required certificates of coverage for the duration of the
project and for one year thereafter.
7. The Contractor shall notify the City in writing by certified mail or personal delivery,
within ten(10) days after the contractor knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on the
project.
8. The contractor shall post on each project site a notice, in the text, form and manner
prescribed by Texas Worker's Compensation Commission, informing all persons
providing services on the projects that they are required to be covered and report lack of
coverage.
9. The contractor shall contractually require each person with whom it contracts to provide
services on a project,to:
(a) provide coverage,based on proper reporting on the classification codes and
payroll amounts and filling 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;
(b) 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;
(c) provide the contractor.prior to the end of the coverage period a new certificate
of coverage showing the extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(d) obtain from each other person with it contracts,and provide to the contractor:
(1) a certificate of coverage,prior to the other person beginning on the
project; and
.. (2) 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;
(e) retain all required certificates of coverage on file for duration of project and
for one year thereafter.
D-9
(f) notify the City in writing by certified mail or personal delivery,within 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
(g) contractually require each person with whom it contracts,to perform as _
required by paragraphs (a) - (g), with the certificates of coverage to be provided to
the person for whom they are providing services.
10.By signing this contract or providing or causing to be provided a certificate of ..
coverage, the contractor is representing to the City 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 the 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 Texas Workers' Compensation Commission's Division of Self-Insurance Regulation.
providing false or misleading information may subject the contractor to administrative
penalties,criminal penalties,civil penalties or other civil actions.
11.The Contractor's failure to comply with any of these provisions is a breach of
contract by the contractor which entitles the City to declare the contract void if the
contractor does not remedy the breach within ten days after receipt of notice of breach •-
from the City.
D. Posting of Required Worker's Compensation Coverage.
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 Workers' Compensation Act or other Texas Workers'
Compensation Commission rules.This notice must be printed with a title in at least 30 point bold
type and text in at least 10 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 additional words or changes:
REQUIRED WORKERS' 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 Workers' 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-26 SHOP DRAWINGS:
Equipment and material covered in PART E—SPECIFICATIONS shall have Shop Drawings and ..
Operation and Maintenance Manuals submitted in accordance with Sections 01300 and 01730;
regardless if reference is or not made to Sections 01300 or 01730 within the section of the
specification under which the equipment or material is purchased. ..
D-10
D-27 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS:
A. GENERAL: This special condition covers the furnishing of all necessary materials and
equipment to perform post-construction television inspection of all sanitary sewer lines installed
under this contract as well as the 96"sewer lines M-280 and M-338 from Old Precinct Line Road
to the project site. This television inspection is considered as a part of the final inspection. A
satisfactory inspection is required before the project is considered complete.
B. MATERIAL:
1. DVD format recording equipment and DVDs are required. The television camera used for
the inspection shall be specifically designed and constructed for such inspection and shall
provide a color picture. Lighting for the camera shall be suitable to allow a clear picture of the
"! entire periphery of the pipe acceptable to the Engineer. The camera shall be operative in 100
percent humidity conditions and shall have a minimum of 600 line resolution.
2.Recording equipment shall be equipped with data recorder capable of the following:
a.Date and time
b.Footage
c.Project name,contract number,contractor,and inspection firm
d.Location,main/lateral number,and station number
C. EXECUTION:
1. The Contractor shall obtain the services of a qualified independent company to perform the
television inspection.
2. The Contractor shall provide traffic control during inspection operations to maintain public
traffic and safety of all personnel.
3. The Contractor shall clean all construction debris, sand, and gravel from the sewer to be
inspected.
4. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be
inflicted by the improper use of inspection equipment. Any damage done during inspection
shall be repaired by the Contractor.There shall be no additional payment for these repairs.
5.Internal Television Inspection
a. The inspection shall be done one sewer section at a time. The section being inspected
shall be isolated from the remainder of the sewer in a manner approved by the Engineer.
Any defects found shall be repaired by the Contractor and then re-inspected. There shall be
no additional compensation allowed for such repair or re-inspection.
b. The camera shall be moved through the line in either direction at a uniformly slow rate,
stopping at all defects and pipe joints to allow adequate evaluation by the Engineer.
c. Cost for excavation to retrieve inspection equipment shall be the responsibility of the
Contractor. The City shall not be liable for any costs relative to retrieving inspection
equipment from the sewer system.
d. Sanitary sewer mains must be laced with enough water to fill all low points. The
television inspection must be done inunediately following the lacing of the main with no
water flow. Sanitary sewage may be used to propel the camera if the main is live.However,
D-11
►N
/M
flow may be restricted in a manner approved by the Engineer when necessary to provide a
clear image of the sewer being inspected. .„
e. Telephones, portable radios, CB, walkie talkies, or other electronic means of
communication must be set up where voice or manual communication is not feasible.
6.Viewing
a. The television inspection company shall provide facilities for the purpose of viewing the
monitor while the inspection is in progress.
b.The Engineer shall witness the television inspection.
7.Record Logs
a. The DVD of each sewer segment shall note on the tape the project name and number,the
main or lateral number, the beginning manhole station,the ending manhole station,the time
and date of inspection. Footage for camera location in the sewer line shall be displayed
continuously during the inspection.
b. The original unaltered DVD will be reviewed by the Engineer for focus, lighting, clarity
of view, and technical quality. The inspection company shall maintain sharp focus,proper
lighting,and clear, distortion-free viewing during the camera operations.Failure to maintain
these conditions can result in rejection of the DVD by the Engineer. Any sewer line whose
DVD is not acceptable to the Engineer shall be retelevised at no expense to the City.
c. Defects shall be described and quantified on the video tapes by the company doing the
inspection. Measurement for location of defects in sewer mains shall be at the ground level
by means of a metering device. Marking on cable or the like which requires interpolation
for depth of manhole will not be allowed. Measurement meters shall be accurate to 0.2 feet.
Measurements shall be taken from the center of the manhole and displayed on the DVD.
d. A typewritten report shall be provided with the DVD. Each run sheet shall identify the
segment being televised, and the location of each service or defect with its appropriate
clock position.
e. Upon completion of the project, the Contractor shall provide to the City the DVDs of
each section of sewer line televised.
D.MEASUREMENT AND PAYMENT.
Payment for internal television inspection shall be paid at the contract price per linear foot of
sewer pipe televised. Length shall be measured in place along the centerline of the pipe for each r'
sewer segment. The contract price shall include all costs associated with internal television
inspection,viewing,record logs,and cassette video tapes.
D-28 TESTING:
a. The Contractor shall furnish,at his own expense,certifications by a private laboratory for all
materials proposed to be used on the project,including a mix design for any asphaltic and/or .•
Portland cement concrete to be used, and gradation analysis for sand and crushed stone to be
used along with the name of the pit from which the material was taken. The Contractor shall
D-12
provide manufacturer's certifications for all manufactured items to be used in the project and
., will bear any expense related thereto.
b. Tests of the design concrete mix shall be made by the Contractor's laboratory at least nine
days prior to the placing of concrete using the same aggregate, cement,and mortar which are
to be used later in the concrete. The Contractor shall provide a certified copy of the test
results to the City.
c. Quality control testing of in-place material on this project shall be performed by the Owner's
laboratory. Any retesting required as a result of failure of the material to meet project
specifications will be at the expense of the Contractor. The failure of the City to make any
additional tests of materials shall in no way relieve the Contractor of his responsibility to
furnish materials and equipment conforming to the requirements of the contract.
d. Not less than 48 hours notice shall be provided to the City by the Contractor for operations
requiring testing. The Contractor shall provide access and trench safety system(if required)
for the site to be tested, and any work effort involved is deemed to be included in the unit
price for the item being tested.
e. The Contractor shall provide a copy of the trip ticket for each load of fill material delivered
to the job site. The ticket shall specify the name of the pit supplying the fill material.
D-29 SUBSIDIARY WORK:
Any and all work specifically governed by documentary requirements for the project, such as
conditions imposed by 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 and cleanup are general items of work which
fall in the category of subsidiary work.
i
D-30 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 bid opening. Answers to all such requests will be bound and made a part
of the Contract Documents.No other explanation or interpretation will be considered official or
binding. Should a bidder find discrepancies in, or omissions from, the Contract Documents, or
should the bidder be in doubt as 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 addenda issued will be mailed or be delivered to each prospective bidder. The bid
proposal as submitted by 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.
D-31 OSHA STANDARDS:
All work performed under this contract shall meet the requirements of the Occupational Safety
and Health Administration (OSHA),It is the responsibility of the Contractor to become familiar
with the provisions of the regulations published by the OSHA in the Federal Register and to
perform all the responsibilities thereunder. It is the Contractor's responsibility to see that the
D-13
project is constructed in accordance with OSHA regulations and to indemnify and save harmless
the City from any penalties resulting from the Contractor's failure to so perform.
D-32 PROJECT SUPERINTENDENTS:
The Contractor shall keep a competent resident superintendent at the project site at all times
during the progress of the work. A resume listing the qualifications and experience record of the
proposed resident superintendent, as well as references from similar projects shall be submitted
to the Owner prior to award of contract. This resident superintendent, if found to be acceptable,
shall not be replaced without written notice to and consent from the Owner except under
extraordinary circumstances,Qualifications of a proposed replacement shall be submitted when a
request is made for replacement of the superintendent and shall be approved by the Owner prior
to withdrawing the superintendent.
During the construction of the project,the resident superintendent shall demonstrate an ability to
properly execute the work outlined in the contract documents in a timely manner and shall
consistently produce work of an acceptable quality and in accordance with the contract
documents. If the Owner shall have a reasonable objection to the performance of the resident
superintendent, the Contractor shall replace the resident superintendent upon written notice from
the Owner. The resident superintendent is to be replaced with a superintendent acceptable to the
Owner.No extension of time will be allowed for delays caused by the replacement of a resident
representative. .•
D-33 PROGRESS PHOTOGRAPHS:
The Contractor shall take photographs of the project site prior to construction, monthly during ..
construction of the project and after completion of the project. Photographs may be taken with a
quality digital camera with date back capability,with lenses ranging from wide angle to 135mm.
Photographs shall be taken at locations as designated by the Engineer. �.
Contractor shall video tape all roads and work areas to be affected prior to starting construction
and furnish a copy of the video tape to the Engineer.
Photographs shall be per specification section 01300.
Contractor shall also produce a preconstruction videotape of the site, including all areas in the
vicinity of and to be affected by construction. This videotape shall be provided to the Owner.
D-35 TERMINATION:
It is understood and agreed that this contract may be terminated by the City without obligation to
the Contractor, in whole or from time to time in part, whenever such termination is determined
by the City to be in the best interests of the City. Termination may be effected by delivering to
the Contractor or his designated representative a notice of termination, specifying to what extent
performance of the work under the contract is being terminated and the effective date of
termination. After receipt of notice of termination Contractor shall: —
1. Stop work specified in the notice on the date and to the extent specified in the notice of
termination.
2. Place no further order or subcontract except as necessary to complete work already
underway.
D-14 `r
3. Terminate all orders and contracts to the extent that they relate to the performance of the
work terminated by the Notice of Termination.
D-36 HAZARDOUS AND TOXIC MATERIALS:
Insofar as permitted by law, the Owner shall indemnify and hold harmless the Contractor from
and against any and all liabilities, losses, cost, damages and expenses, arising out of use of the
materials at the Owners site which are not under the direct control of the Contractor, including,
but not limited to, any and all liability resulting from personal injury, including death, property
liability, at any time,however caused, due to the presence or release of, or exposure, whether to
the person of property injured or otherwise, whether to the person of property injured or
otherwise,to any hazardous or toxic substance,provided,however,that the City liability shall be
limited to that established in Article 6252-19, Texas Revised Code and other applicable State
statutes and Constitutional provisions.
D-37 SPOIL AND FILL MATERIAL:
_ Prior to disposing on any spoil/fill material, the contractor shall advise the Director of
Transportation and Public Works, acting as the City of Fort Worths 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 Ordinance 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 flood plain without a permit.
A flood plain permit can be issued upon approval of necessary engineering studies. No fill
permit is required if disposal sites are not in a flood plain. Approval of the contractor's disposal
sites shall be evidenced by a letter signed by the Administrator stating the site is not in a known
flood plain of 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
y the contractor's expense.
In the event the contractor disposes of spoil/fill material at a site without a fill permit or a letter
from the Administrator approving the disposal site, upon notification by the Director of
Transportation and Public Works,the 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-38 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 basis of a bona fide occupational qualification, retirement plant or statutory
requirement.
Contractor fin-ther 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
D-15
r.
such employment unless the specified maximum age limit is based upon a bona fide occupational
qualification,retirement plan or statutory requirement.
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.
D-39 DISABILITY:
In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"),
Contractor warrants that it any and all of its subcontractors will not unlawfully discriminate on _
the basis of disability in the provision of services to the general public, nor in the availability,
terms and/or conditions of employment for applicants for employment with, or employees of
Contractor or any of its subcontractors. Contractor warrants it will fully comply with ADA's
provisions and any other applicable federal, state and local laws concerning disability and will —
defend, indemnify and hold City harmless against any claims or allegations asserted by third
parties or subcontractors against City arising out of Contractor's and/or its subcontractor's alleged
failure to comply with the above-referenced law concerning disability discrimination in the —
performance of this agreement.
D-40 INDEMNIFICATION:
To clarify Section C6-6.12 of the General Conditions of the Contract, it is the intent of the
Owner that the Contractor indemnify, hold harmless and defend the Owner, and the Owner's
officers, agents, servants, and employees from and against any and all claims as listed herein,
even though causes by the Owner's sole negligence.
With respect to the last sentence of the first paragraph of Section C6-6.12,it is the Owner's intent that the language be site specific to the general area where the work to be performed under the
Contract is being performed. It is not the Owner's intent that the Contractor be required to
indemnify the Owner for damages to property other than that caused to property located in close
proximity to this project, unless such damage is caused wholly or in part by the Contractor's
negligence.
D-41 CONSTRUCTION ADMINISTRATION:
A.CONTRACTOR MODIFICATION REQUEST(CMR)/PROPOSED CONTRACT _
MODIFICATION(PCM):
Any Change in the Contract Documents will be initiated either by the Contractor issuing a
Contractor's Modification request (CMR) or by the Owner issuing a Proposed Contract —
Modification (PCM) on forms provided by the Owner. Proposals will be reviewed by the
Owner and if found acceptable, will be incorporated in a Change Order or a Field Order in
accordance with Section C4-4 of the Contract Documents.
The Contractor's Modification request(CMR)shall fully identify and describe the deviations
and associated costs, time factors and impacts, and state the reason the change is requested.
Any savings in costs related to the substitution/repalcement or change is to be stated in th
erequest for consideration.
D-16
Cost of the Engineer's evaluation of any substitution or deviation requested by the
Contractor shall be charged to the Contractor by the Owner.
&REQUEST FOR INFORMATION
When necessary, the Contractor shall request additional information, clarification or
interpretation of the contract documents or when the Contractor believes there is a conflict
between the contract drawings and specification, the Contractor shall identify the conflict
and/or request clarification/additional information using the Project Information Request
(PIR) form provided by the Owner. Sufficient information shall be attached to permit a
written response without further information.
The Owner will log each request and will review the request. If review of the Project
information request(PIR) indicates that a change to the contract documents is required, the
Owner will issue either a Field Order(FO)or Proposed Contract Modification(PCM).
C.RECORD DRAWINGS
The Contractor shall keep on record at the site a copy of all Contract Specifications,Plans,
Addenda, modifications, record and shop drawings and samples, in good condition and
annotated in erasable red pencil to show all changes made during the contraction process.
These shall be delivered to the Engineer upon completion of the work and before final
payment is made.
The Contractor shall retain for record purposes only, all designs and plans prepared for
•. construction which are prepared and sealed by a State of Texas Registered Professional
Engineer. Said design and plans shall include, but not be limited to. paving, buildings,
mechanical and electrical systems,foundation,etc.
D42 EQUIPMENT INSTALLATION REPORT
A written report shall be submitted by the equipment supplier performing the installation check
for equipment as required. This report shall certify that 1)the equipment has been properly
installed and lubricated,2)is in accurate alignment,3)is free from any undue stress imposed by
connecting piping,equipment,or anchor bolts,and 4)has been operated under full load
.,� conditions and that it is operating satisfactorily.
D43 NOTIFICATION BY CONTRACTOR:
Written notification of the need for testing,observation of work by Engineer,intent towork
outside regular working hours,or the request to shutdown the facilities or make utility
connections shall be given to the Engineer by issuance of Notification By Contractor on a from
provided by the Engineer.
D44 VILLAGE CREEK WASTEWATER TREATMENT PLANT SECURITY:
Access to the Village Creek Wastewater Plant is through a manned security gate at the facility
entrance. All Contractor's personnel will be required to show a govermnent issued picture
identification to enter the facilities. The Contractor shall issue to all construction personnel
identification badges to be visibly worn at all times while on site. The Contractor shall provide a
updated list of all of its employees and the employees of its subcontractor expected on the job
site during the following week,not later than Friday of the preceding week. In addition the
Contractor will provide updates as necessary to reflect additions or deletions of its staff or that of
.. its subcontractors. The Contractor is responsible for coordinating any visits by
D-17
manufacturer's/suppher representatives,technical assistance personnel,or others meeting with
the Contractor/sub-contractors.
The rear access gate at the northeast side of the site as shown on the drawings may be used by the
Contractor with permission of the Owner. The rear access gate shall remain locked at all times
except when in use. The Contractor shall post a person at this gate at all times the gate is
unlocked and in use.
D45 SUBMITTALS:
The Contractor shall be responsible for the accuracy and completeness of the information
contained in each submittal and shall insure that the values,material,equipment,or method of
work shall be as described in the submittal. All submittals must be stamped by the Contractor, ..
indicating that they have been checked by the contractor for compliance with Contract
Documents and approved by the Contractor,or contain certifications as required by the Contract
Documents. Submittals that do not have the stamp applied or include the required certifications
shall be returned without processing to the Contractor.
The Contractor shall ensure that there is no conflict with other submittals and notify the Engineer
of each case where the proposed change may affect the work of another Contractor or Owner.
The Contractor shall ensure coordination of submittals among the related crafts and
Subcontractors. Submittals will not be accepted from Subcontractor or suppliers.
The Contractor shall assign a number to each submission provided to the Engineer to allow each
submittal to be tracked while processing through the review procedures. P.
Submittals shall be accompanied by the Submittal Transmittal Form provided by the Engineer.
A separate form shall be used for each specific item,class of material,equipment,and items ..
specified in separate discrete sections,etc.for which a submittal is required. Submittals for
various items shall be made with a single form when the items taken together constitute a
manufacturer's package,or are so functionally related that they should be checked as a unit.
Assignment of numbers shall be by means of a letter prefix,a sequence number,and letter suffix
to indicate resubmittals.
Applicable Prefixes are:
CO - Change Order
CMR - Contractor's Modification Request
CTR - Certified Test Report
EIR - Equipment Installation Report
FO - Field Order
MIS - Miscellaneous Submittals
NBC - Notifications by Contractor
OM - Operation and Maintenance Manual
PCM - Proposed Contract Modifications
PE - Periodical Estimate for Partial Payment
PIR - Project Information Request
PP - Progress Photographs
RD - Record Drawing ..
SD - Shop Drawing
D-18
SCH - Schedule of Progress
The sequence number shall be issued in chronological order for each type of submittal.
Resubmittals shall be followed by a letter of the alphabet to indicate the number of times a
submittal has been sent to the Engineer for processing. As an example,a submittal with the
number RD-025 indicates that the submittal is the 25th item of Record Data submitted.
Submittal number SD-12-A indicates the submittal is the 12th shop drawing submitted and is
being submitted for the second time.
Correct assignment of numbers is essential as different submittal types are processed in different
ways. Some submittals received do not require that any response be given for the material.
Contractor shall maintain a log of submissions to allow the processing of Contractor's submittals
to be monitored. Logs will be reviewed periodically to determine that all submittals are received
and processed.
Submittal numbers are to be clearly noted on each page or sheet of the submittal.
In addition,each submittal shall have a cross-referenced identification number relating to the
specification that the submittal applies. The identification number shall be per Section 01300.
Submittals shall be marked to show clearly the applicable sections of the specification and sheet
number of drawings.
D-46 ALTERATION OF CONTRACT DOCUMENTS:
•. Paragraph C4-4.4 of the General Conditions shall be modified as follows:
By Change Order or Field Order,the Owner reserves the right to make 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 are consistent with the
overall intent of the Contract Documents.
A Field Order is a written order issued by the Engineer which authorizes minor changes or
alterations in the work that do not involve changes in the Contractor Time or Contract Amount.
Modifications to the contract can only be authorized by a Change Order or Field Order. Such
changes shall not be considered as waiving or invalidating any condition or provision of the
Contract Documents.
.. If Contractor believes that a minor change or alternation authorized by Field Order entitles him
to an increase in contract amount or contract time,he shall not proceed with the work and shall,
within 10 days after receiving the Field Order, so advise the Engineer in writing and request that
a Change Order be issued in accordance with paragraph C4-4.5 of the General Conditions.
D-47 PERMITTING,INSURANCE AND ADDITIONAL REQUIREMENTS FOR
SIPHON CLEANING:
Seven(7)days prior to initiating siphon cleaning operations,the Contractor shall apply for an
Environmental Site Permit with the City of Fort Worth Water Department,Pretreatment Services
.. Division(817) 871-8305. All vehicles and equipment used in the transportation,storage and
disposal of debris removing during cleaning operations are required to meet criteria as described
D-19
in City of Fort Worth Ordinance No. 12274,Article VII"Liquid Wastes". A copy of this
Ordinance is available for review at the office of the Engineer. The Contractor's transporters
must be registered with the Texas Commission on Environmental Quality(TCEQ).
All solids or semi-solids resulting from the cleaning operations shall be characterized by the
Contractor. The Contractor shall dispose of the waste at the Cold Springs Processing facility,an
approved disposal site for this waste classification. All materials shall be removed from the site,
at a minimum,at the end of each workday. Waste may not be stored in a TCEQ permitted
mobile closed container for more than four(4)days. r"
The Contractor shall prepare and submit a"Spill Prevention and Counter Control Plan"that will
address handling of any spills to the environment. If an accidental discharge or spill occurs
during cleaning,collection or transportation activities,the Contractor is responsible for taking
appropriate actions to prevent harm to human health and the environment as required by
applicable Federal, State and local laws. The Fort Worth Department of Environmental
Management and Water Department Pretreatment Services shall be contacted immediately.
Registered transporters must maintain copies of their TCEQ registration letter and application in
all vehicles used on the project. The transporter must maintain a record of each individual
collection and deposit in the form of a trip ticket. (See City of Fort Worth Ordinance No. 12274,
Article VII,Section 12.5-711,(k).) Environmental Site Inspections can be made at any time --
during the duration of the project. Proof of proper TCEQ registration and trip ticket records
must be provided immediately when requested. Both State and City will perform environmental
site inspections during the course of the project. ,.
The Contractor WILL NOT BE ALLOWED to apply chemicals or biological materials for the
purpose of root control or grease removal on this project.
D-48 PROJECT ACTIVITIES OVER PIPELINES:
It is apparent that certain project vehicles could exceed the load bearing capacity of the pipe
under shallow bury conditions. It will be the responsibility of the Contractor to protect the
existing lines from these possible excessive loads. The Contractor shall perform pre-construction
and post-construction inspection of 96"sewers M-280 and M338 from Old Precinct Line Road to _
the project site to verify damages. AU damage to the existing pipe will be repaired or replaced
by the Contractor,at the Contractor's expense,to the satisfaction of the City.
D49 SAFETY STANDARDS AND ACCIDENT PREVENTION:
With respect to all work performed under this Contract the Contractor shall:
1. Comply with the safety standards provisions of applicable laws,building and
construction codes and the Manual of Accident Prevention in Construction published by
the Associated General Contractors of America,the requirements of the Occupational
Safety and Health Act of 1970(Public Law 91-596 and subsequent amendments),and
the requirements of Title 29 of the Code of Federal Regulations,Section 1910 or 1926 as
applicable.
2. Exercise every,precaution at all times for the prevention of accidents and the protection
of persons(including employees)and property.
D-20 ..
!
3. The attention of the Contractor is directed to the Requirements(including permitting and
recording)of the Confined Space Entry regulations that are under OSHA.
D-50 CONFINED SPACE ENTRY PROGRAM:
�. The Contractor shall produce a written document explaining the confined space entry program to
be implemented on this project. At a minimum,the submitted program shall be in compliance
with all applicable OSHA requirements regulating confined space entry.
D-51 SPILL PREVENTION AND RESPONSE PLAN:
The Contractor shall produce a written document explaining the spill prevention and response
plan(s)to be implemented on this project. At a minimum,the submitted spill prevention and
response plan shall include contingency plans addressing sewer back-ups into homes/businesses,
including a 24 hour a day response requirement,sanitary sewer overflows from manholes,and
_ leakage or spill containment during sewer debris removal or transport. The spill prevention and
response plan shall also include operational procedures,a list of responsible parties and duties,
and the notification procedures to be implemented in case of an emergency spill as defined
herein.
MM
!
!
!
!
R!
D-21
PART F
BONDS
CONTRACTOR COMPLIANCE WITH
WORKER'S COMPENSATION LAW
Pursuant to Article 8308-3.23 of Veron's Annotated Civil Statues, Contractor Certifies
that it provides worker's compensation insurance coverage for all of its employees
employed on City of Fort Worth Project
Number P171-070171300040
S .J . Louis COnstruction of Texas , Ltd .
CONTRACTOR
By: —&Z
4xiy�
General Manager
Title
1-a-o11
Date
# STATE OF TEXAS §
COUNTY OF TARRANT §
BEFORE ME, the undersigned authority, on this day personally appeared
Les V . Whitman . 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 for the purpose and consideration therein
expressed and in the capacity therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this C�, of la rcv�,
,1�o0S�
°"'" KRISTI SAMPLES JpR 9r and 4p ..
+' Notary Public,State of Texas
My Commission Expires Notary Public in and for the State of Texas
April22,2009
Page 1 Of 1
Bond No. 190-018-754
PERFORMANCE BOND
THE STATE OF TEXAS §
COUNTY OF TARRANT §
KNOW ALL MEN BY THESE PRESENTS: That we(1) S. J. Louis Construction of
Texas, Ltd. , a (2) Limited Partnership of Mansfield, TX ,
hereinafter called Principal, and (3) Liberty Mutual Fire Insurance Company
a corporation organized and existing under the laws of the State and fully authorized to
transact business in the State of Texas, as Surety, are held and firmly bound unto the City
of Fort Worth, a municipal corporation organized and existing under the laws of the State
of Texas,hereinafter called Owner, in the penal sum of:
Five Million, Eight Hundred Fifty-One Thousand, Seven Hundred Eighty-Two and 60/100ths
($ 5,851,782.69 Dollars in lawful money of the United States, to be paid in Fort Worth,
Tarrant County, Texas, for the payment of which sum well and truly be made,we hereby
bind ourselves, our heirs, executors, administrators, and successors,jointly and severally,
firmly by these presents.
THE CONDITION OF THIS OBLIGATION is such that Whereas, the Principal
entered into a certain contract with the City of Fort Worth, the Owner, dated the
_ 9 day of�.. 1�, A.D� a copy of which is hereto attached and
made a part hereof, for the construction of:
Trinity River Pipeline Crossing (Parallel Siphon) Project
designated as Project No.(s) P171-070171300040 ,a copy of
which
contract is hereby attached, referred to, and made a part hereof as fully and to the same
extent as if copied at length herein, such project and construction being hereinafter
referred to as the"work".
NOW THEREFORE, if the Principal shall well, truly, and faithfully perform the
work in accordance with the plans, specifications, and contract documents during the
original term thereof, and any extensions thereof which may be granted by the Owner,
' with or without notice to the Surety, and he shall satisfy all claims and demands incurred
under the contract, and shall fully indemnify and save harmless the Owner from all costs
and damages which it may suffer by reason of failure to do so, and shall reimburse and
repay the owner all outlay and expense which the Owner may incur in making good any
default,then this obligation shall be void; otherwise to remain in full force and effect.
F-1
PROVIDED FURTHER, that if any legal action be filed upon this bond, venue
shall lie in Tarrant County, State of Texas.
AND PROVIDED FURTHER, that the said Surety, for value received, hereby
stipulates and agrees that no charge, extension of time, alteration or addition to the terms
of the contract or to the work to be performed thereunder, or the specifications
accompanying the same shall in any wise affect its obligation on this bond, and it does
hereby waive notice of any such change, extension of time, alteration or addition to the
terms of the contract or to the work or to the specifications.
IN WITNESS WHEREOF, this instrument is executed in 8 counterparts each
_ one of which shall be deemed an original, this the Cp�'_day of a A.D., Z roo
= S. J. LOUIS CONSTRUCTION OF TEXAS, LTD.
ATTEST: PuT.TCTpar.(A)
BY:
Les V. hitman,General Manager
(Principle) Secretary 520 S. 6th Avenue, P.O. Box 834
(S E A Q Mansfield,TX 76063
(Address)
a
Witness Wto Poicipal
520 S.6th Avenue,P.O.Box 834,Mansfield,TX 76063
Address LIBERTY MUTUAL FIRE INSURANCE COMPANY
— Surety
ATTEST By:
�N (Attorney-in-fact)(5)
Laurent R. Laventure,Attorney-in-Fact
(Surety) Secretary
(Address)
443MarketPointe
NOTE: Date of Bond must not be prior to
date of Contract
(1) Correct Name of Contractor
(2) A Corporation, a Partnership or an
ness as to Surety Individual, as the case may be
Drive, Suite 600 (3) Correct name of Surety
Bloomington, MN 55435 (4) If Contractor is Partnership, all Partners
(Address) should execute Bond
(5) A True copy of Power of Attorney shall
be attached to Bond by Attorney-in-fact
F-2
LIMITED PARTNERSHIP ACKNOWLEDGMENT
STATE OF TEXAS
COUNTY OF TARRANT
On this oZ day of laftAfj before me personally appeared Les V. Whitman
to me known, who being by me duly sworn that he is the General Manager
the S. J. LOUIS CONSTRUCTION OF TEXAS LTD. the Limited Partnership
described in and which executed the foregoing instrument; that he signed his name
thereto by order of the Board of Governors of said Limited Partnership.
NotaryPublic DWII
p1,pTPUB. KRISTI SAMPLES
`cS Notary Public,state of Texas (Notary Seal)
My Commission Expires
April 22,2009
ACKNOWLEDGMENT OF CORPORATE SURETY
STATE OF MINNESOTA
COUNTY OF HENNEPIN
On this oZ day of ScOLIP, , Rc09 before me appeared Laurent R. Laventure to be
known, who being by me duly sworn, did say that he is the aforesaid Attorney-in-Fact of
the LIBERTY MUTUAL FIRE INSURANCE COMPANY, a corporation; that the seal
affixed to the foregoing instrument is the corporate seal of said corporation, and that
said instrument was signed and sealed on behalf of said corporation by the aforesaid
officer, by authority of its Board of directors; and the aforesaid officer acknowledged
said instrument to be the free act and deed of said corpor tign.
Notary Public,
(Notary Seal)
yy
rERESA HAMMERS
x Notary Public-Minnesota
My Commission Expires Jan 31,2010
'iw1MlWvw,b
THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 2080524
This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the
extent herein stated.
LIBERTY MUTUAL FIRE INSURANCE COMPANY
WAUSAU,WISCONSIN
POWER OF ATTORNEY
KNOW ALL PERSONS BY THESE PRESENTS
That Liberty Mutual Fire Insurance Company(the"Company"),a Wisconsin stock insurance company,through its Assistant Secretary,pursuant to and by
authority of the Board of Directors hereinafter set forth,does hereby name,constitute and appoint TONY D.BECKER,NATHAN P.HUGHES,
STEVEN C.ARONSON,JANET D.BUERG,TERESA HAMMERS,LAURENT R.LAVENTURE,KATHLEEN SORENSON,JOHN D.MOORE,
JAMES R.PERKINS,STANLEY L.PEARSON,TODD A.KELSEY,AMY M.BURNS,ALL OF THE CITY OF BLOOMINGTON,STATE OF MINNESOTA
,each individually if there be more than one named,its true and lawful attorney-in-fact to make,execute,seal,acknowledge and deliver,for and on its behalf as
surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding
FIFTY MILLION AND 00/100************** DOLLARS ($ 50,000,000.00*-*********************** } each, and the execution of such
undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents,shall be as binding upon the Company as Nthey had been duly signed
by the president and attested by the secretary of the Company in their own proper persons.
That this power is made and executed pursuant to and by authority of the following Unanimous Consent and Vote of the Board of Directors dated June 28,2006
wherein,among other things,it was: H
N
VOTED that the Secretary and each Assistant Secretary be, and each of them is,authorized to execute powers of attorney qualifying the attorney c
named in the given power of attorney to execute on behalf of the Company surety undertakings, bonds, recognizances and other surety W
Y 0 obligations;and that the Secretary and each Assistant Secretary be,and each or any of them hereby is,authorized to attest to the execution
of any such power of attorney,and to affix thereto the corporate seal of the Company. >.
c
LW That the Resolution set forth above is a true copy thereof and is now in full force and effect. e
p W _ Q
IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of v N
5.2 Liberty 4; cc 7utual Fire Insurance Company has been affixed thereto in Plymouth Meeting,Pennsylvania this 22ndday of January c a.
L
LIBERTY MUTUAL FIRE INSURANCE COMPANY a M
_ c
L
Q Garnet W.Elliott,Assistant Secretary 6 E
(D COMMONWEALTH OF PENNSYLVANIA ss IL
L COUNTY OF MONTGOMERY to 0
H 1 On this_ 22nd day of January 2007 , before me, a Notary Public, personally came Garnet W. Elliott, to me known, and
acknowledged that he is an Assistant Secretary of Liberty Mutual Fire Insurance Company; that he knows the seal of said corporation; and that he Q 4)
5 executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Fire Insurance Company thereto with the authority and at the
'O
� direction of said corporation. ._ y
Q L IN TESTIMONY WHEREOF, vi�, to subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year N 0
0
�. first above written. to 7 s a
r d c C3 �`.� 4` -- /aA&
N
7c3resa Psstel a t trfar Fibs q 13y t�f Cop
V P[06uthr wp. mantgtomwy county
nay ea n n ss on Expo os tia®r as,dos 7— Teresa Pastella,Notary Public v
CERTIFICATE j MembeF;-N-mytvanlaMw. ,!6nnfNota4es t0
1,the undersigned,an Assis ry of Liberty Mutual Fire Insurance Company,do hereby certify that the original power of attorney of which the
foregoing is a full,true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the officer or official who
executed the said power of attorney was one of the officers or officials specially authorized by the Board of Directors to appoint attomeys-in-fact as
provided in the Unanimous Consent and Vote of the Board of Directors of liberty Mutual Fire Insurance Company dated June 28,2006.
This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the Board
of Directors of Liberty Mutual Fire Insurance Company evidenced by the Unanimous Consent and Vote of the Board of Directors dated June 28,2006
wherein it was
VOTED that the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or to any certificate relating
thereto by facsimile,and any such power of attorney or certificate bearing such facsimile signature and facsimile seal shall be valid and binding
upon the Company when so affixed and in the future with respect to any surety undertakings, bonds, recognizances and other surety
obligations to which it is attached.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company,this day of
;Ile'+�aDwroerrEa�
Y J By
f
.,?:�„n�,✓� M.Carey,Assistant Secretary
Bond No. 190-018-754
PAYMENT BOND
THE STATE OF TEXAS §
KNOW ALL BY THESES PRESENTS:
COUNTY OF TARRANT §
That we,(1) S. J. Louis Construction of Texas, Ltd. a (2) Limited Partnership of
Mansfield, TX County, Tarrant hereinafter called Principal and (3)
Liberty Mutual Fire Insurance Company , a corporation organized and
rt existing under the laws of the State MA and fully authorized to transact business in the State of
Texas, as Surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation
organized and existing under the laws of the State of Texas, hereinafter called O)Nner, and unto all
persons, firms, and corporations who may furnish materials for, or perform labor upon, the building or
improvements hereinafter referred to in the penal sum of Five Million, Eight Hundred Fifty-One Thousand
Seven Hundred Eight-Two an t s
Dollars ($ 5,851,782.60 ) in lawful money of the United
States to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be
made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally,
firmly by these presents.
THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a
certain contract with the City of Fort Worth, the Owner, dated the 00 day of qri
200, a copy of which is hereto attached and made a part hereof, for the consideration of:
Trinity River Pipeline Crossing (Parallel Siphon) Project
designated as Project Number P171-070171300040 , a copy of which contract is hereto
attached, referred to, and made a part hereof as fully and to the same extent as if copied at length
herein, such project and construction being hereinafter referred to as the"work".
NOW THEREFORE, the condition of this obligation is such that, if the Principal shall
promptly make payment to all claimants as defined in Chapter 2253, Texas Government Code,
supplying labor and materials in the prosecution of the work provided for in said Contract, then this
obligation shall be null and void,otherwise it shall remain in full force and effect.
THIS BOND IS MADE AND ENTERED into solely for the protection of all claimants
supplying labor and material in the prosecution of the work provided for in said Contract, as claimants
are defined in said Chapter 2253, and all such claimants shall have a direct right of action under the
bond as provided in Chapter 2253,Texas Government Code.
F-3
PROVIDE FURTHER, that if any legal action be filed upon this bond, venue shall lie in
Tarrant County, Texas, State of Texas, and that the said Surety, for value received, hereby stipulates
_ and agrees that no change extension of time, alteration or addition to the terms of the contract or to the
work be performed thereunder or the specification accompanying the same shall in any wise affect its
obligation on this bond, and it does hereby waive notice of any such change, extension of time,
alteration or addition to the terms of the contract or to the work or the specifications.
PROVIDED FURTHER, that no final settlement between the Owner and the Contractor shall
abridge the right of any beneficiary hereunder whose claim shall be unsatisfied.
IN WITNESS WHEREOF,this instrument is executed in 8 counterparts, each one of which
shall be deemed an original,this oZ day of 'J4ty k ,20 0%
S. J. LOUIS CONSTRUCTION OF TEXAS, LTD.
Principal
ATTEST: BY: � yr► —
Les V. Whitman, General Manager
(Prin pal)Secretary (Printed Name/Title)
(SEAL) 520 South Sixth Avenue, P.O. Box 834
Address
Mansfield, TX 76063
fitness as t ri 1pal)� City/State/Zip
520 South Sixth Avenue, Mansfield,TX 76063 LIBERTY MUTUAL FIRE INSURANCE COMPANY
(Address) (Surety)
r
ATTES�'
BY:
(Sure ) Secretary Attorney-in-Fact(5) Laurent R. Laventure
4300 MarketPointe Drive, Suite 600
Address
( E L) Bloomington, MN 55435
City/State/Zip
Note: Date of bond must not be before the date of award of contract
i ess as to Sure (1) Correct name of Contractor
430 MarketPointe rive, Suite 600 (2) A corporation,partnership,or individual as the case may be
Bloomington, MN 55435 (3) Correct name of Surety
Address (4) if Contractor is a partnership,the Contract must be executed by
the managing or general partner of the partnership
F-4
LIMITED PARTNERSHIP ACKNOWLEDGMENT
STATE OF TEXAS
COUNTY OF TARRANT
On this c day of lra , a6bg before me personally appeared Les V. Whitman
to me known, who being by me duly sworn that he is the General Manager
the S. J. LOUIS CONSTRUCTION OF TEXAS LTD. the Limited Partnership
described in and which executed the foregoing instrument; that he signed his name
thereto by order of the Board of Governors of said Limited Partnership.
� PYP�Y�� KRISTI SAMPLES Notary Public Nil
.4.• eG.
b IV
Z' ^ Notary Public,State of Texas
rF„5 My Commission Expires (Notary Seal)
April 22,2009
ACKNOWLEDGMENT OF CORPORATE SURETY
STATE OF MINNESOTA
COUNTY OF HENNEPIN
On this A day of 5AAua , 9b6 before me appeared Laurent R. Laventure to be
known, who being by me duly sworn, did say that he is the aforesaid Attorney-in-Fact of
the LIBERTY MUTUAL FIRE INSURANCE COMPANY, a corporation; that the seal
_ affixed to the foregoing instrument is the corporate seal of said corporation, and that
said instrument was signed and sealed on behalf of said corporation by the aforesaid
officer, by authority of its Board of directors; and the aforesaid officer acknowledged
said instrument to be the free act and deed of said corpora
_ Notary Public, L&4(Nory teal)
,nnnnnn ,vvivwv
E ERESA HAMMERS
Notary Public-Minnesota
My Commission Expires Jan 31,2010
,nnv✓vvvvrvnnrd'wwwwv
THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 2080551
This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the
extent herein stated.
LIBERTY MUTUAL FIRE INSURANCE COMPANY
WAUSAU,WISCONSIN
POWER OF ATTORNEY
KNOW ALL PERSONS BY THESE PRESENTS
That Liberty Mutual Fire Insurance Company(the"Company"),a Wisconsin stock insurance company,through its Assistant Secretary,pursuant to and by
authority of the Board of Directors hereinafter set forth,does hereby name,constitute and appoint TONY D.BECKER,NATHAN P.HUGHES,
STEVEN C.ARONSON,JANET D.BUERG,TERESA HAMMERS,LAURENT R.LAVENTURE,KATHLEEN SORENSON,JOHN D.MOORE,
JAMES R.PERKINS,STANLEY L.PEARSON,TODD A.KELSEY,AMY M.BURNS,ALL OF THE CITY OF BLOOMINGTON,STATE OF MINNESOTA
,each individually 9 there be more than one named,its true and lawful attorney-in-fact to make,execute,seal,acknowledge and deliver,for and on its behalf as
surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding
FIFTY MILLION AND 00/100************** DOLLARS ($ 50,000,000.00************************** )._each, and the execution of such
undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents,snail be as binding upon the Company as if they had been duly signed
elm by the president and attested by the secretary of the Company in their own proper persons.
That this power is made and executed pursuant to and by authority of the following Unanimous Consent and Vote of the Board of Directors dated June 28,2006
wherein,among other things,it was: y
N
VOTED that the Secretary and each Assistant Secretary be, and each of them is, authorized to execute powers of attorney qualifying the attorney c
named in the given power of attorney to execute on behalf of the Company surety undertakings, bonds, recognizances and other surety U)
Y ai obligations;and that the Secretary and each Assistant Secretary be,and each or any of them hereby is,authorized to attest to the execution ,p
c of any such power of attorney,and to affix thereto the corporate seal of the Company. c
eo
` That the Resolution set forth above is a true copy thereof and is now in full force and effect. e
-O _ O
IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of v N
>> Liberty Mutual Fire Insurance Company has been affixed thereto in Plymouth Meeting,Pennsylvania this 22ndday of January UJ
> 2007 _ c CL
00
LIBERTY MUTUAL FIRE INSURANCE COMPANY Q M
3 W Y ��ee®piceAreo ` O
IID C
;0 Garnet W.Elliott,Assistant Secretary 3
) d COMMONWEALTH OF PENNSYLVANIA ss a M
COUNTY OF MONTGOMERY m c
IM� On this of
_ 22nd day of January 2007 before me, a Notary Public, personally came Garnet W. Elliott, to me known, and 4- e
acknowledged that he is an Assistant Secretary of Liberty Mutual Fire Insurance Company; that he knows the seal of said corporation; and that he O a)
c executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Fire Insurance Company thereto with the authority and at the -6"'D
direction of said corporation. N
O IN TESTIMONY WHEREOF, v , to subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year d 0O
> >. first above written. s T ,e N
� o *•ao
t
ta► Tee Pasea, at Folic ..By W
Pi Ov Twp., oatgeyony OMyCm ms"n Expr ea Mair.2s 16M Teresa Pastella,Notary Public
v r
CERTIFICATE �� Membar,.-Pen.m guar-InA sodmr ctNataOes !O
I,the undersigned,an Assis ry of Liberty Mutual Fire Insurance Company,do hereby certify that the original power of attorney of which the
foregoing is a full,true and correct copy, is in full force and effect on the date of this certificate;and 1 do further certify that the officer or official who
executed the said power of attorney was one of the officers or officials specially authorized by the Board of Directors to appoint attorneys-in-fact as
provided in the Unanimous Consent and Vote of the Board of Directors of Liberty Mutual Fire Insurance Company dated June 28,2006.
This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the Board
of Directors of Liberty Mutual Fire Insurance Company evidenced by the Unanimous Consent and Vote of the Board of Directors dated June 28,2006
wherein it was
VOTED that the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or to any certificate relating
thereto by facsimile,and any such power of attorney or certificate bearing such facsimile signature and facsimile seal shall be valid and binding
upon the Company when so affixed and in the future with respect to any surety undertakings, bonds, recognizances and other surety
obligations to which it is attached.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company,this day of
�( 4
By
id M.Carey,Assistant Secretary
Bond No. 190-018-754
MAINTENANCE BOND
THE STATE OF TEXAS §
COUNTY OF TARRANT §
KNOW ALL MEN BY THESE PRESENTS: That we(1) S. J. Louis Construction of Texas, Ltd.
as Principal, acting herein by and through(2)
its duly authorized and
(3) Liberty Mutual Fire Insurance Company
a corporation organized and existing under the laws of the State of Massachusetts , as
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, at Fort Worth,in Tarrant County,Texas,the sum of:
— *** Dollars($5,851,782.60 ),lawful
money of the United States, for the payment of which sum well and truly be made unto
said City of Fort Worth and its successors, said Contractor and surety do hereby bind
themselves, their heirs, executors, administrators, and assigns and successors,jointly and
severally. Five Million,Eight Hundred Fifty-One Thousand,Seven Hundred Eighty-Two and 60/100ths
This obligation is conditioned,however;that,
WHEREAS, the Principal has entered into a certain contract with the City of Fort
Worth, the Owner, dated 09> a 2,608.for the performance of the following
described public work and the consfruction of the following described public
improvements:
Trinity River Pipeline Crossing (Parallel Siphon) Project
all of the same being referred to herein and in said contract as the Work and being
designated as Project No.(s) P171-070171300040
and said contract, including all of the specifications, conditions and written instruments
referred to therein as contract documents being hereby incorporated herein by reference
for all purposes and made a part hereof,the same as if set out verbatim herein; 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 the
period two 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 years • and
WHEREAS, sad Contractor binds itself to repair or reconstruct the work in whole
or in part at any time within said period, if in the opinion of the Director of the Water
Department of the City of Fort Worth, it is necessary; and,
WHEREAS, said Contractor binds itself, upon receiving notice of the need
thereof to repair or reconstruct said work as herein provided.
NOW THEREFORE, if said Contractor shall keep its said agreement to maintain,
repair or reconstruct said work in accordance with all the terms and conditions of said
F-5
—
contract, these presents shall be null and void, and have no force or effect. Otherwise,this
Bond shall remain in full force and effect, and said City shall have and recover from the
said Contractor and its surety damages in the premises as prescribed by said contract.
This obligation shall be continuing one and successive recoveries may be had hereon for
successive breaches until the full amount hereof is exhausted.
WHEREAS, all parties covenant and agree that if any legal action be filed upon
�. this bond, venue shall lie in Tarrant County,Texas; and,
IN WITNESS WHEREOF, this instrument is executed in eight counterparts,
.., each one of which shall be deemed an original,dated
S. J. LOUIS CONSTRUCTION OF TEXAS, LTD.
ATTEST: PRINCl�1� 6By:
��
Les V.�n, General ager
520 South Sixth Avenue, P.O. Box 834
(Principle)Secretary Mansfield, TX 76063
S E A L) (Address)
" Witness to ncipal
520 South Sixth Aven , Mansfield, TX 76063
Address LIBERTY MUTUAL FIRE INSURANCE COMPANY
Surety
ATTES By:
i Laurent R.Laventure
(Attorney-in-fact)(5)
4300 MarketPointe Drive, Suite 600, Bloomington, MN 55435
+. (Surety) Secretary (Address)
(S E A L) NOTE:Date of Bond must not be prior to
date of Contract
(1) Correct Name of Contractor
(2) A Corporation, a Partnership or an
Witness as to Surety Individual, as the case may be
4300 MarketPointe Drive, Suite 600 (3) Correct name of Surety
Bloomington, MN 55435 (4) If Contractor is Partnership, all
(Address) Partners should execute Bond
(5) A True copy of Power of Attorney
shall be attached to Bond by
Attorney-in-fact
F-6
+ LIMITED PARTNERSHIP ACKNOWLEDGMENT
STATE OF TEXAS
.. COUNTY OF TARRANT
On this day of G►n�Ao ,abed before me personally appeared Les V. Whitman
r to me known, who being by me duly sworn that he is the General Manager
the S. J. LOUIS CONSTRUCTION OF TEXAS LTD. the Limited Partnership
described in and which executed the foregoing instrument; that he signed his name
thereto by order of the Board of Governors of said Limited Partnership.
- KRISTI SAMPLES Notary Public MGM
; wr►,%,
Notery Public,State of Texas (Notary Seal)
My Commission Expires
'4"fbiei April 22,2UU9
ACKNOWLEDGMENT OF CORPORATE SURETY
STATE OF MINNESOTA
COUNTY OF HENNEPIN
On this a day of 5CAftA , P'=q before me appeared Laurent R. Laventure to be
known, who being by me duly sworn, did say that he is the aforesaid Attorney-in-Fact of
the LIBERTY MUTUAL FIRE INSURANCE COMPANY, a corporation; that the seal
affixed to the foregoing instrument is the corporate seal of said corporation, and that
' said instrument was signed and sealed on behalf of said corporation by the aforesaid
officer, by authority of its Board of directors; and the aforesaid officer acknowledged
said instrument to be the free act and deed of said corporation.
(4 Notary Public, �ltJ
(Notary Seal)
�w
TERESA HAMMERS
Notary Public-Minnesota
My Commission Expires Jan 31,2010
THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 2080552
This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the
extent herein stated.
LIBERTY MUTUAL FIRE INSURANCE COMPANY
WAUSAU,WISCONSIN
POWER OF ATTORNEY
KNOW ALL PERSONS BY THESE PRESENTS
'4 That Liberty Mutual Fire Insurance Company(the"Company"),a Wisconsin stock insurance company,through its Assistant Secretary,pursuant to and by
authority of the Board of Directors hereinafter set forth,does hereby name,constitute and appoint TONY D.BECKER,NATHAN P.HUGHES,
STEVEN C.ARONSON,JANET D.BUERG,TERESA HAMMERS,LAURENT R.LAVENTURE,KATHLEEN SORENSON,JOHN D.MOORE,
JAMES R.PERKINS,STANLEY L.PEARSON.TODD A.KELSEY,AMY M.BURNS,ALL OF THE CITY OF BLOOMINGTON,STATE OF MINNESOTA
,each individually if there be more than one named,its true and lawful attorney-in-fact to make,execute,seal,acknowledge and deliver,for and on its behalf as
surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding
FIFTY MILLION AND 00/100************** DOLLARS ($ 50,000,000.00************************** ) each, and the execution of such
undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents,shall be as binding upon the Company as if they had been duly signed
by the president and attested by the secretary of the Company in their own proper persons.
That this power is made and executed pursuant to and by authority of the following Unanimous Consent and Vote of the Board of Directors dated June 28,2006 10
wherein,among other things,it was: (n
6,.: N
L VOTED that the Secretary and each Assistant Secretary be, and each of them is, authorized to execute powers of attorney qualifying the attorney
named in the given power of attorney to execute on behalf of the Company surety undertakings, bonds, recognizances and other surety
Y of obligations;and that the Secretary and each Assistant Secretary be,and each or any of them hereby is,authorized to attest to the execution
of any such power of attorney,and to affix thereto the corporate seal of the Company. �.
c
LThat the Resolution set forth above is a true copy thereof and is now in full force and effect. cc
O
I 0) m H
IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of v fn
Liberty Mutual Fire Insurance Company has been affixed thereto in Plymouth Meeting,Pennsylvania this 22ndday of January d W
�w 2007 4 a
tV uuq O O
a LIBERTY MUTUAL FIRE INSURANCE COMPANY Q M
„p nanpfenn7.1 �
H uae L0-0
O By (/r - S� I- C I 1- \
cc
O Garnet W.Elliott,Assistant Secretary 30 E
d COMMONWEALTH OF PENNSYLVANIA ss p". m
w m COUNTY OF MONTGOMERY rn c
dOn this 22nd day of January 2007 before me, a Notary Public, personally came Garnet W. Elliott, to me known, and
d acknowledged that he is an Assistant Secretary of Liberty Mutual Fire Insurance Company; that he knows the seal of said corporation; and that he O d
5 executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Fire Insurance Company thereto with the authority and at the Z
direction of said corporation. ._ O
O IN TESTIMONY WHEREOF, Avg, to subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year d O0 a
first above written. 5 T s
cz Q�� oN F� co
C �
I0 dCt O A E N
L F Sa S iGa�lnatSeat /// e-M
I D OF Terert PasteiEa,hkrtary Puts c y / C,y ��/!.' w Co
Plyrouth wp.,Morngornery County $ C r
.V My GomrNss on Expires Mat 21,"'. 9 7— Teres8 F$stella,Notary Public V O
CERTIFICATE � YLyp��CJ Member,Pe^nsyfiran!aAssocirriorofNoiazes
1,the undersigned,an sis of Liberty Mutual Fire Insurance Company,do hereby certify that the original power of attorney of which the
foregoing is a full,true and correct copy,Is in full force and effect on the date of this certificate;and l do further certify that the officer or official who
executed the said power of attorney was one of the officers or officials specially authorized by the Board of Directors to appoint attorneys-in-tact as
provided in the Unanimous Consent and Vote of the Board of Directors of Liberty Mutual Fire Insurance Company dated June 28,2006.
This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by aulhority of the Board
of Directors of Liberty Mutual Fire Insurance Company evidenced by the Unanimous Consent and Vote of the Board of Directors dated June 28,2006
wherein it was
VOTED that the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or to any certificate relating
thereto by facsimile,and any such power of attorney or certificate bearing such facsimile signature and facsimile seal shall be valid and binding
upon the Company when so affixed and in the future with respect to any surety undertakings, bonds, recognizances and other surety
obligations to which it is attached.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company,this day of
`3 nu t
\ a+man�► rf M.Carey,Assistant Secretary
rw
Liberty
Mutual
Important Notice
TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT:
You may write to Liberty Mutual Surety at:
Liberty Mutual Surety
Interchange Corporate Center
450 Plymouth Road, Suite 400
Plymouth Meeting, PA 19462-8284
You may contact 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:
P. O. Box 149104
Austin, TX 78714-9104
Fax: (512) 475-1771
Web: http://www.tdi.state.tx.us
E-mail: Con sumerProtection(a-tdi.state.tx.us
Premium or Claim Disputes
Should you have a dispute concerning a premium, you should contact the agent first. If you
have a dispute concerning a claim, you should contact the company first. If the dispute is not
resolved, you may contact the Texas Department of Insurance.
Attach This Notice To Your Policy:
This notice is for information only and does not become a part or condition of the
attached document.
LMIC-3500 Page 1 of 2 Rev.7.1.07
Liber'ty
10�
Mutual.
NOTIFICACION IMPORTANTE
PARA OBTENER INFORMACION O REALIZAR UNA QUEJA:
Usted puede escribir la notificacion y dirigirla a Liberty Mutual Surety en la siguiente
direccion:
Liberty Mutual Surety
Interchange Corporate Center
450 Plymouth Road, Suite 400
Plymouth Meeting, PA 19462-8284
Usted puede contactar al Departamento de Seguros de Texas para obtener
informacion acerca de las companias, coberturas, derechos o quejas-
1-800-252-3439
Usted puede escribir al Departamento de Seguros de Texas a la siguiente direccion:
P. O. Box 149104
Austin, TX 78714-9104
Fax: (512) 475-1771
Web. littp://www.tdi.state.tx.us
E-mail: Con sumerProtectiona-tdi.state.tx.us
Disputas acerca de primas o reclamos
En caso de que usted quiera elevar una disputa concerniente al tema de primas, por favor
contacte en primer lugar a su agente. Si el tema de la disputa es relativo a un reclamo, por
favor contacte a la compahia de seguros en primer termino. Si usted considera que la
disputa no es apropiadamente resuelta en estas instancias, entonces usted puede contactar
al Departamento de Seguros de Texas..
Adjunte esta notificacion a su poliza:
Esta notificacion es a los solos fines de su informacion y la misma no forma parte o
condiciona de manera alguna el documento adjunto.
LMIC-3500 Page 2 of 2 Rev.7.1.07
..... .. ;<:::::::...:.:::DATE(MMIDD/YY
::: ;i3;;;:i;:;:;:: ::i::::::i ::::;:;::::::: ::::::::::'::::i::::i;:;:;:i::;:;:::::::S::i:::i;.t:::;:;;':Ji:::;:::
::>;:...: .::. >: ::: .;:#. :::: .�:.:t: .. <:: :>: :.:.;:.:'::: ::;:::>: ::.: : .. : .: : .:>: ::> ::>::: :::».:: ::.. :':. . :.: : .. : .. : :. . ....:::.::.::.::.::.:::.: :.:::.:::;:;:.
,M ::::1i�. 1. iv .::: :::. .> .::.: . .IG.;:.;::.;:.;;;:.;:.;:.;:.;;:.;:.;:.;;::.:.::.:::.:.::::::.:::: 12/20/07
PRODUCER
:.::............................................................................................................................
THIS CERTIFICATE IS ISSUED AS A MATTER �F
���� 952-830�3000�������
0 INFORMATION
THE ONLY AND CONFERS NO RIGHTS UPON I
Wells Fargo Insurance O CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
Services of Minnesota, Inc. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
4300 MarketPointe Dr #600 COMPANIES AFFORDING COVERAGE
Bloomington, MN 55435 COMPANY
A Zurich Ins. Co
INSURED COMPANY
S.J. Louis Construction of B Hanover Ins
Texas Ltd COMPANY
520 South Sixth Avenue C
Mansfield TX 76063 COMPANY
D
....THIS IS TO THAT:::.. .................._.... .......::::.. :.. ..::............_.............:•:::. :,:.:........._...,....._..... ............................................................. ........._.................. ............_..
TO C THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS
A LTR DATE(MM/DD/VY) DATE(MMlDD/YY)
A GENERAL LIABILITY GL09307200 1 1/01/07 1 1/01/08 GENERAL AGGREGATE $ 2000000
X COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OP AGG $ 2000000
MR CLAIMS MADE ]OCCUR PERSONAL&ADV INJURY $ 1000000
OWNER'S&CONTRACTOR'S PROT EACH OCCURRENCE $ 1000000
X Per Proj FIRE DAMAGE(Any one fire) $ 300000
Aggregate MED EXP(Any one person) $ 10000
f, A AUTOMOBILE LIABILITY BAP9307199 1 1/01/07 1 1/01/08 COMBINED SINGLE LIMIT $
X ANY AUTO 1000000
ALL OWNED AUTOS BODILY INJURY $
SCHEDULED AUTOS (Per person)
X HIRED AUTOS
BODILY INJURY $
X NON-OWNED AUTOS (Per accident)
X $1000 Comp
X $1000 Coll PROPERTY DAMAGE $
GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $
ANY AUTO OTHER THAN AUTO ONLY:
EACH ACCIDENT $
AGGREGATE $
A EXCESS LIABILITY AUC4275280 1 1/01/07 1 1/01/08 EACH OCCURRENCE $ 20000000
X UMBRELLA FORM AGGREGATE $ 20000000
OTHER THAN UMBRELLA FORM $
A WORKERS COMPENSATION AND WC9307201 02 1 1/01/07 1 1/01/08 XTH-
TORY LIMITS ER WC STMIT 0ER
EMPLOYERS'LIABILITY
EL EACH ACCIDENT $ 1000000
THE PROPRIETOR/ X INCL EL DISEASE-POLICY LIMIT $ 1000000
PARTNERS/EXECUTI V E
OFFICERS ARE: EXCL EL DISEASE-EA EMPLOYEE $ 1000000
B OTHER RHC8490766 11/01/07 1 1/01/08
Installation Fltr $10,000,000 limit. $250,000 in
transit, $100,000 at temporary
location
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS
Project:Trinity River Pipeline Crossing
SJ Louis Job 1/17071-10
E..FiILi?EFI.......................................:............................................................... NC
I:i f f4TltiAt.:....................:.. :.....................:.....:.:..........................:.:.................
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
City of Fort Worth EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
1000 Throckmorton Street 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
Fort Worth TX 76102-631 1 BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
OF ANY KIND PON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
AUTHORIZED R ENTATIVE
1........................................ ......
����
........................ ........................................................................... .. ..............................�. 1 .> £ip13A14N::19> <:
z .......................................................................................................................................................................
PART G
CONTRACT
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-
rule municipal corporation located in Tarrant County. Texas, acting through its City
Manager thereunto duly authorized so to do, Party of the First Part, hereinafter termed
"OWNER"and S .J . Louis Construction of Texas , Ltd .
of the City of Mansfield Countyof Tarrant
and State ofTexas 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:
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Pipeline Crossing(Parallel Siphon)Project
Project No.P171-070171300040
and all extra work connected therewith, under the terms as stated in the Contract
Documents, and at his (their) own proper cost and expense to furnish all materials,
supplies, machinery, equipment, tools, superintendence, labor, bonds, insurance, and
other accessories and services necessary to complete the said construction, in accordance
with all the requirements of the Contract Documents, which include all maps, plats,
blueprints and other drawings and printed or other written explanatory matter thereof,
and the specifications thereof, as prepared by the Engineers employed by the Owner,
each of .which has been identified by the endorsement of the Contractor and the
Engineers thereon, together with the Contractor's Written Proposal and 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.
G-1
— The Contractor hereby agrees to commence work within ten (10) days after the
date written notice to do so shall have been given to him, and to substantially complete
same within the time stated in the Proposal.
The Owner agrees to pay the Contractor in current funds for the performance of
the contract in accordance with the Proposal submitted therefor, subject to additions and
{ deductions, as provided in the Contract Documents and all approved modifications
therefor,and to make payment on account thereof as provided therein.
IN WITNESS WHEREOF, the Parties to these presents have executed this
Contract in quadruplicate the year and the day first above written.
ATTEST: City of Fort Worth, Texas (Owner)
Party of the First Part
By: w � tt�, l�c_ t_T CM
Charles n..,.we fl, City Manager
t du-
City Secret
(SEAL)
Contract authorizatioa
WITNESSES: / — D
Date
Becky Jones, Contract Admin-. 54. Louis Construction of Texas , Ltd .
By VV
Les :' . .pitman, General Manager
Approved for the It Worth City Water Department:
('W"&�. IA&-ZA—
pl��Frank Crumb,Water Director
— Approve a to Forma gat
City Atto y
Y
G-2
F73
°15Fi
1
PART E
SPECIFICATIONS
DIVISION 1
GENERAL REQUIREMENTS
I
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Abbreviations
SECTION 01005
ABBREVIATIONS
PART L GENERAL
1.01 SCOPE OF WORK
A. Whenever in these Contract Documents the following abbreviations are used,the intent and meaning
shall be interpreted as follows:
AA Aluminum Association
AAMA Architectural Aluminum Manufacturers'Association
AASHTO American Association of State Highway and Transportation Officials
ACI American Concrete Institute
AFBMA Anti-Friction Bearing Manufacturers'Association
AGA American Gas Association
AGMA American Gear Manufacturers'Association
AISC American Institute of Steel Construction
AISI American Iron and Steel Institute
AITC American Institute of Timber Construction
AMCA Air Moving and Conditioning Association
ANSI American National Standards Institute
APA American Plywood Association
API American Petroleum Institute
AREA American Railway Engineering Association
ASAE American Society of Agricultural Engineers
ASCE American Society of Civil Engineers
ASH AE American Society of Heating,Refrigerating and Air-Conditioning Engineers,Inc.
ASME American Society of Mechanical Engineers
ASTM American Society of Testing and Materials
AWI Architectural Woodwork Institute
AWPA American Wood Preservers'Association
AWPB American Wood Preservers'Bureau
AWS American Welding Society
AWWA American Water Works Association
BHMA Builders'Hardware Manufacturers'Association
CBMA Certified Ballast Manufacturers'Association
CDA Copper Development Association
CISPI Cast Iron Soil Pipe Institute
CMAA Crane Manufacturers'Association of America
CRSI Concrete Reinforcing Steel Institute
Fed. Spec. Federal Specifications
HI Hydraulic Institute
HMI Hoist Manufacturers'Institute
ICBO International Conference of Building Officials
IEEE Institute of Electrical and Electronics Engineers,Inc.
IPCEA Insulated Power Cable Engineer's Association
MMA Monorail Manufacturers'Association
VC0515sol.005 01005-1 925/07
City of Fort Worth
Village Creek Wastewater Treatment Plant _
Trinity River Parallel Siphon Project
Abbreviations
NACE National Association of Coatings Engineers
NBMA National Builders'Hardware Association
NEC National Electrical Code
NEMA National Electrical Manufacturers'Association _
NESC National Electric Safety Code
NFPA National Fire Protection Association
NLMA National Lumber Manufacturers'Association
NWMA National Woodwork Manufacturers'Association
OECI Overhead Electrical Crane Institute
OSHA Occupational Safety and Health Act(both Federal&State)
PS Product Standards Sections- U.S.Department of Commerce
RMA Rubber Manufacturers'Association
SAE Society of Automotive Engineers
SSPC Steel Structures Painting Council
TCA Tile Council of America
TCEQ Texas Commission of Environmental Quality
TEMA Tubular Exchanger Manufacturers'Association
UBC Uniform Building Code
UL Underwriter's Laboratories,Inc.
USACOE United States Army Corp of Engineers T
WWPA Western Wood Products Association
PART 2 PRODUCTS(NOT USED)
PART 3 EXECUTION(NOT USED)
END OF SECTION
VC0515S01.005 01005-2 9t25107
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Summary of Work
SECTION 01010
SUMMARY OF WORK
PART 1: GENERAL
1.01 SCOPE OF WORK
A. This Section describes the project in general and provides an overview of the extent of the work to
be performed. Detailed requirements and extent of work is stated in the applicable Specification
Sections and shown on the Drawings. The Contractors shall,except as otherwise specifically
stated herein or in any applicable parts of these Contract Documents,provide and pay for all labor,
materials,equipment,tools,construction equipment,and other facilities and services necessary for
proper execution,testing,and completion of the work.
B. Any part or item of the work which is reasonably implied or normally required to make each
installation satisfactorily and completely operable shall be performed by the Contractor and the
expense thereof shall be included in the applicable unit prices or lump sum prices bid for the
various items of work. It is the intent of these Specifications to provide the Owner with complete
operable systems,subsystems,and other items of work. All miscellaneous appurtenances and
other items or work that are incidental to meeting the intent of these Specifications shall be
considered as having been included in the applicable unit prices or lump sum prices bid for the
various items of work even though these appurtenances and items may not be specifically called
for in the Specifications.
C. The work shall include all civil,mechanical,and structural work.
1.02 GENERAL DESCRIPTION OF THE PROJECT
A. The work of this project is located at and adjacent to the Fort Worth's Village Creek Wastewater
Treatment Plant as shown on the Location Map in the Drawings.
B. The project shall include,but not be limited to,the following major items of work:
1. Construction of Box DDD Junction Structure.
2. Construction of Box ED-2 Turning Structure.
3. Construction of Box ED-3 Siphon Structure.
4. Construction of 84-inch siphon and 96-inch sewer pipes.
5. Connection of 96-inch sewer pipe to existing Box EEE.
6. Modifications to existing Boxes D,DD,E,EE.
7. Bid Item No.9 and 10-structural rehabilitation of existing Junction Structures D,DD,E and
EE.
8. Bid Item No. 11 -inspection and cleaning of the two existing 60-inch siphons.
9. Bid Item No. 12-installation of a washer/compactor at the Headworks Facility
10. Bid Item No. 13-demolition of inlet flumes 5 and 6, installation of 96-inch Hobas pipe,odor
control modifications,and site modifications at Bar Screen Building No. 3.
VC0515S01.010 01010-1 0926/07
City of Fort Worth
Village Creek Wastewater Treatment Plant _
Trinity River Parallel Siphon Project
Summary of Work
11. Yard Piping—perform modifications to existing yard piping,new yard piping and relocation r
of existing yard piping and valves within the plant.
12. Site Work, including grading,paving,levee rebuilding,erosion control at Trinity River,
painting,restoration,structure and piping dewatering,fences, storm drainage,swales,site
cleanup,tree removal,etc.
13. Piping,valves,fittings and accessories as required to place project into operation.
14. Prepare structure(s)and pipes for testing.
15. Provide maintenance of flow,temporary piping,valves,and pumps,if required,to handle all
flows during the rehabilitation of existing junction structures and construction of the new
junction structures and connection to existing and new facilities.
16. Provide O&M manuals for training of maintenance and plant operations personnel prior to
substantial completion.
17. Mobilization/demobilization,insurances,permits and bonds. -
18. Record/as-built drawings.
C. All work shall be done as described in the Contract Documents and as shown on the plans,
complete,tested and ready for operation.
1.03 SUBSTANTIAL COMPLETION
A. The work,or any separable parts thereof,identified herein shall be deemed Substantially
Completed as such time that all incidental requirements necessary to enable the OWNER to
continuously and successfully utilize the work or separable part thereof,for the purposes of which
it is intended are completed.
B. Substantial Completion will require the CONTRACTOR to have met the requirements established
for the Trinity River Parallel Siphon Improvements at the Village Creek Wastewater Treatment
Plant.
C. The following work must be accomplished,complete,tested and fully operational by the
Substantial Completion date as specified in special conditions.
1. All of the items as specified in Article 1.02 B above as required to place facilities into
operation(i.e.painting,partial restoration,roads,sidewalks,seeding,fence modifications,
finish grading,site clean-up,etc.),Item No. 17(demobilization),and Item No. 18
(Record/as-built drawings). T
1.04 FINAL COMPLETION A. Final completion shall include all remaining work as specified in Article 1.02 B,punch list items,
record/as-built drawings and demobilization at the Trinity River Parallel Siphon Project and
Village Creek Wastewater Treatment Plant site. T
B. The ENGINEER shall conduct two(2)final inspections at the facilities. The initial final
inspection will include all work after meeting the requirements for Substantial Completion,the _
second final inspection shall be conducted after completion of all phases of the completed work
efforts by the CONTRACTOR and acceptance by the OWNER at the project site.
VC0515S01.010 01010-2 09126/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Summary of Work
1.05 CONTRACTS
A. The work of this project will be executed as shown in the Bid Form.
F B. The work is generally described below under CONTRACTOR'S RESPONSIBILITIES. The
delineations noted there between the various sections of the Specifications and contracts are for a
general overview of the work. The work to be executed is not necessarily limited to those
descriptions. Accordingly,the Contractor shall thoroughly familiarize himself with all of the
Contract Documents in order to fully understand the extent of his work and be aware of any"cross
references". The Contractor fully understands,and shall fulfill,his duties and responsibilities
regarding coordination and cooperation with other contractors working on the project.
1.06 WORK SEQUENCE
A. The Contractor is required to determine his own method of construction and detailed work
sequence,within the general terms of the Contract,and the specific requirements of Section
01040, so long as the restraints are observed and the overall project completion time is achieved.
Section 01040 defines the overall sequence and the sequence in critical areas.
1.07 CONTRACTOR'S DUTIES
- A. Designate required delivery date for each product in Construction Schedule.
B. The Contractor shall serve as an overall coordinator among all Sub Contractors.
C. Handling of material and equipment at the site, including unloading,uncrating, storage and
security.
D. Protect equipment from damage.
E. Repair or replace items damaged as a result of the Contractor's operations.
F. Install,connect and finish products.
1.08 CONTRACTOR'S RESPONSIBILITIES
A. General Construction-Contractor.
1. Execute and be responsible for respective subcontractors,all work, including site,structural,
piping and equipment.
Z Arrange for the necessary temporary water service, including the securing of any
necessary permits This service shall be metered separately to the Contractor as required
by the Owner. Water service is only available at Village Creek Wastewater Treatment
Plant. Water Service is not available across the river.
3. Provide adequate temporary sanitary facilities throughout construction areas.The contractor
may not use restrooms in plant facilities.
4. Secure all necessary permits,and furnish, install,maintain,and remove all temporary electric
service facilities for construction purposes,and pay for all electrical energy consumed for
construction purposes for all the subcontractors, including the operation of ventilating
equipment,for heating of buildings,until final acceptance by the Owner or until the Engineer
certifies Substantial Completion. The Contractor shall be responsible for determining the
total temporary electrical need and shall provide it accordingly. The temporary electrical
service shall meet NEC,OSHA and all other local safety codes.Electric service is only
VC0515S01.010 01010-3 0926/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Summery of Work
available at Village Creek Wastewater Treatment Plant Service is not available across the
river.
5. Provide and pay for temporary service for lighting of temporary offices, including offices of
all subcontractors.
6. Provide initial and replacement lamps,wiring,switches,sockets and other necessary
electrical equipment required for temporary lighting and for small power tools.
7. Provide wiring,equipment,and connections for portable or temporary heating units.
8. Provide temporary heat;make all arrangements and pay all fuel costs, supervise and maintain
all heating units.
9. Construct and maintain temporary access roads and parking areas as required within the
designated temporary construction easement limits.
10. Provide and maintain fire fighting equipment as required in working order during the entire
construction period. -
11. Be responsible for providing adequate dewatering of the site as required for the work
associated with the Contract as specified throughout the time required to complete this work
as shown on the Plans and specified hereinafter.
12. The Contractor shall keep one set of"Record Drawings"and specifications available on the
job at all times. This set of documents shall be clearly marked as such and shall be used only for recording changes,elevations,and other data pertinent to the construction operation for
use in preparing"As-Built"documents. All changes,etc.,shall be clearly marked in red
pencil. The Record Drawings shall be available for inspection by the Engineer at all times
and shall be turned over to the Engineer upon written request.
1.09 COORDINATION WITH OWNER'S OPERATIONS AND EXISTING FACILITIES
A. Several parts of the proposed work under this Contract will connect with or into existing facilities.
Such locations are particularly sensitive because of the necessary down-time of existing
wastewater treatment operations,or because of the possibility of contamination of potable water,
or because of the extraordinary inconvenience to the Owner's personnel and to the routine which
is required in the continuous operation. Because of this sensitivity,the Contractor shall plan
carefully the schedule of that portion of the work which will affect the existing facilities. Such
plans and schedules shall be subject to the approval of the Owner.
B. Work which requires shutdown or in any way impedes the operations of existing facilities shall be
closely coordinated with the Engineer. A minimum of 14 days written notice shall be given to the
Engineer before such approval will be granted.
C. Immediately after the award of a contract for this project,the Contractor shall outline and submit a
scheduled plan for installation of the work which requires interruption of operations.
D. Construct work in stages to accommodate the OWNER'S use of the premise during the
construction period;coordinate the construction schedule and operations with the OWNER'S
representative.
1.10 CONTRACTOR'S USE OF PREMISES
A. Contractor shall limit the use of the premises for his Work and for storage to allow for:
VC0515So1.010 01010-4 09t26/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Summary of Work
1. Work by other contractors.
2. Owner occupancy.
3. Public use.
B. Coordinate use of premises with Owner.
C. Contractor shall assume full responsibility for security of all his and his subcontractors materials
and equipment stored on the site.
+ D. If directed by the Owner,move any stored items which interfere with operations of Owner or other
contractors.
E. Obtain and pay for use of additional storage or work areas if needed to perform the Work.
F. Contractor shall submit to the Owner for approval a plan of operations,designating proposed areas
of the property to be used for his operations,material storage,equipment storage,employee's
parking,offices and shops. The area shall affect minimal interference with the present operations.
G. Any damage to existing facilities, including contamination,which may be caused by Contractor's
— personnel,callers,visitors,materials or equipment,shall be repaired or corrected at the sole
expense of the Contractor.
H. Any fence that is damaged or removed by the Contractor shall be replaced at the Contractor's
expense in like kind,and to the satisfaction of the Engineer.
1.11 PARTIAL OWNER OCCUPANCY
A. The CONTRACTOR shall schedule his operations for completion of portions of the Work,as
designated,for the OWNER's occupancy prior to Substantial Completion of the entire Work.
1.12 OWNER OCCUPANCY
A. Owner will occupy premises during performance of the work for the conduct of his/her normal
operations. Coordinate all construction operations with Owner to minimize conflict and to
facilitate Owner usage.
1.13 PRE-CONSTRUCTION CONFERENCE
A. After the execution of the Agreement a joint meeting shall be held with representatives of the
CONTRACTOR and major subcontractors,the ENGINEER,the OWNER,and other invited
parties or government agencies which may be affected by or have jurisdiction over the Project.
The meeting is intended to introduce the various key personnel from each organization and discuss
the Contract Documents,the start of construction,order of work,labor and legal requirements,
insurance requirements,names of major subcontractors,method of payment, shop drawing
requirements,protection of existing facilities and other pertinent items associated with the Project.
The CONTRACTOR shall bring to this conference six(6)copies of a proposed work schedule.
PART 2: PRODUCTS(NOT USED)
PART 3: EXECUTION(NOT USED)
END OF SECTION
VC0515S01.010 01010-5 0926/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Site Conditions
SECTION 01011
SITE CONDITIONS
PART 1 GENERAL
1.01 SUBSURFACE INFORMATION
A. Subsurface investigations have been made to indicate subsurface conditions at particular locations.
_ A Geotechnical Engineering Study Report No.R02007,Trinity River Siphon Project,City of Fort
Worth—VCWWTP dated August 26,2003,showing a record of the data obtained on subsurface
conditions is included as a part of these contract documents in Volume 2 of 2.
B. Drilled sample borings and laboratory testing have been performed for the project. However,the
information does not fully depict the soil types,conditions,and variability of data over the entire
project site. Therefore,bidders shall perform any necessary investigations to determine the nature
of the subsurface materials as they deem necessary.
C. A Total Maximum Daily Load(TMDL)Program has been developed for the Trinity River Legacy
4 Pollutants in Dallas and Tarrant Counties. Village Creek WWTP is in the headwaters of the
impaired water and it appears that the only known TMDL contaminant within the construction site
for this project is chlordane. The Contractor shall properly dispose of the upper two feet of
excavation material from the West Fork of the Trinity River should it test as a hazardous waste for
chlordane. The two disposal sites approved by the Texas Commission of Environmental Quality
(TCEQ)to handle soils that are characterized as chlordane-hazardous waste are listed below.
Chemical Reclamation Services TXI Operations
dba PSC 245 Ward Road
405 Powell Street Midlothian,Texas 76065
Avalon,Texas 76623 Phone:(972)647-4942
Phone:(972)627-3224 TCEQ Permit No.:50316
TCEQ Permit No.: 50084 ISW Reg.No.:33918(Hazardous Waste)
ISW Reg.No.: 50084(Hazardous Waste) EPA ID:TXD007349327(Hazardous Waste)
EPA ID: TXD046844700(Hazardous Waste)
Dredged material containing chlordane cannot be used for cofferdams,equipment ramps,or
similar structures. Dredged material may only be used for backfill in those projects where the
trench has been completely de-watered. In such cases,dredged material shall only be used to
- within two feet of the top of the trench and shall be covered by two feet of clean fill material.
Material excavated from this section of the river containing chlordane not placed two feet below
the surface shall be properly disposed of at a TCEQ approved site.
1.02 SITE INVESTIGATION AND REPRESENTATION
A. The Contractor acknowledges that he has satisfied himself as to the nature and location of the
work;the general and local conditions,particularly those bearing upon availability of
transportation,disposal,handling and storage of materials,availability of labor,water,electric
_ power,roads,and uncertainties of weather,river/stream stages,or similar physical conditions at
the site;the conformation and conditions of the ground;the character of equipment and facilities
VC0515So1.011 01011-1 MU N7
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Projed
Site Conditions
needed preliminary to and during the prosecution of the work and all other matters which can in
any way affect the work or the cost thereof under this Contract.
B. The Contractor further acknowledges that he has satisfied himself as to the character,quality,and r
quantity of surface and subsurface materials to be encountered from inspecting the site and from
evaluating information derived from exploratory work that has been done by the Owner as
presented in the geotechnical report, as well as from information presented herein as a part of these
Contract Documents. Any failure by the Contractor to acquaint himself with all the available
information will not relieve him from responsibility for properly estimating the difficulty or cost of
successfully performing the work. Neither the Owner nor the Engineer assume responsibility for
any conclusion or interpretation made by the Contractor on the basis of the information made
available by the Owner or the Engineer.
C. Existing ground profiles shown on the Plans were plotted from field surveys performed in 2003
and information provided by Owner's previous projects.
1.03 RESPONSIBILITY FOR UTILITY PROPERTIES AND SERVICE
A. Known utilities and structures adjacent to or encountered in the work are shown on the Drawings.
The locations shown were taken from existing records and the best information available from
existing plans;however,it is expected that there may be some discrepancies and omissions in the
locations and quantities of utilities and structures shown. Those shown are for the convenience of
the Contractor only,and no responsibility is assumed by either the Owner or the Engineer for their
accuracy or completeness.
B. Neither the Owner nor his officers or agents shall be responsible to the Contractor for damages as
a result of the Contractor's failure to protect utilities encountered in the work.
C. The Contractor shall at all times provide unobstructed access to fire hydrants,underground
conduit,manholes,and water or gas valve boxes.
D. Where the Contractor's operations could cause damage which might result in considerable
expense,loss,and inconvenience when his operations are adjacent to or near railway,telegraph,
telephone,television,power,oil,gas,water,sewer, irrigation,or other systems,no operations shall -
be commenced until the Contractor has made all arrangements necessary for the protection of
these utilities and services.
E. The Contractor shall notify all utility offices that are affected by the construction operation at least
15 days in advance of commencing construction operations. The Contractor shall not expose any
utility without first obtaining permission from the affected agency. Once permission has been
granted, locate and, if necessary,expose and provide temporary support for all existing
underground utilities in advance of operations.
F. The Contractor shall be solely and directly responsible to the Owners and operators of such utility
properties for any damage,injury,expense, loss, inconvenience,delay,suits,actions,or claims of
any character brought because of any injuries or damage that may result from the construction
operations under this Contract.
G. In the event of interruption to domestic water,sewer,storm drain,or other utility services as a
result of accidental breakage due to construction operations,the Contractor shall promptly notify
the proper authority and cooperate with said authority in restoration of service as promptly as
VC0515S01.011 01011-2 9R6R007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Site Conditions
possible and bear all costs of repair. In no event shall interruption of any water or utility service
be allowed unless prior approval is granted by the owner of the utility.
H. The Contractor shall replace,at his own expense,any and all other existing utilities or structures
removed or damaged during construction,unless otherwise provided for in these Contract
Documents.
I. Where existing utility lines or structures are so located as to physically conflict with permanent
structures to be constructed under this Contract,the conflicting utility line or structure shall be
permanently relocated. Such relocations shall be considered as required by this CONTRACT.
J. The Contractor shall give immediate notice to the Engineer,the Owner and the owner of the utility
(where applicable)when a physical conflict is determined to exist. Any delays resulting from the
required relocations of the utilities are the responsibility of the Contractor.
K. Where existing utility lines or structures are so located as to interfere with the Contractor's
prosecution of the work,but do not physically conflict with completed manholes or other
permanent structures to be constructed under this Contract,any modification,alteration,or
relocation of interfering utility,either permanent or temporary,shall be accomplished at the
expense of the Contractor.
L. The Contractor shall give immediate notice to the Engineer and the Owner of the utility when
interference is determined to exist and shall obtain approval to relocate such utility or to
discontinue service therein from the Engineer and the owner of the utility. The owner of the utility
shall have the right to do all work required to discontinue,relocate,and replace interfering utilities
and charge the Contractor for all costs thereof. When approved by the Engineer and the owner of
the utility,all work required to discontinue,relocate,and replace interfering utilities may be done
by,or arranged for by the Contractor. All such discontinuance,relocation,and replacement shall
be accomplished in accordance with all requirements of the owner of the utility.
M. When notified by the Contractor that an interference or conflict has been determined to exist,the
Engineer will determine whether such interference shall be considered as required by construction
or as incidental to construction.
1.04 INTERFERING STRUCTURES
A. Take necessary precautions to prevent damage to existing structures whether on the surface,
aboveground,or underground. An attempt has been made to show major structures on the Plans.
While the information has been compiled from the best available sources, its completeness and
accuracy cannot be guaranteed,and it is presented as a guide to avoid known possible difficulties.
B. Protect existing structures from damage,whether or not they lie within the right-of-way or the
limits of the easements obtained by the Owner. Where existing structures must be removed to
properly conduct the work,or are damaged during the work,they shall be restored at the
Contractor's own expense to at least their original condition and to the satisfaction of the Engineer.
C. The Contractor may,with the approval of the Engineer and without additional compensation,
remove and replace in a condition as good as or better than original,any small interfering
structures such as fences and signposts that interfere with the Contractor's operations.
VC0515S01.011 01011-3 M 2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Site Conditions
1.05 FIELD RELOCATION
A. During the progress of the work,minor relocations of the work may be necessary. Such
relocations shall be made only by direction of the Engineer. If existing structures are encountered
that will prevent construction as shown,notify the Engineer before continuing with the work in
order that the Engineer may make such field revisions as necessary to avoid conflict with the
existing structures.If the Contractor fails to notify the Engineer when an existing structure is
encountered and proceeds with the work despite this interference,he shall be responsible for any
damage that may occur.
1.06 LAND MONUMENTS
A. The Contractor shall preserve or replace any existing Federal,State,County,'City,and private land
monuments encountered. All monument replacement by the Contractor shall be performed by a
land surveyor licensed in the State of Texas.
1.07 PAYMENT
A. The work specified in this Section shall be considered incidental and payment will be included as
part of the appropriate lump sum or unit prices specified in the Bid Form.
PART 2 PRODUCTS(NOT USED)
PART 3 EXECUTION(NOT USED)
END OF SECTION
VC0515So1.011 01011-4 926/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Trench Safety Requirements
SECTION 01013
TRENCH SAFETY REQUIREMENTS
PART L GENERAL
1.01 SCOPE OF WORK
A. Furnish all labor,materials,and equipment and perform all operations to plan,design,construct,
install,maintain,monitor,modify as necessary,and remove upon completion,a Trench Safety
System as specified herein.
B. The requirements of this Section apply to all trenches which equal or exceed a depth of five(5)
feet,measured from the ground surface at the highest side of the trench to the trench bottom.
C. All applicable and non-conflicting portions of Section 02221 -Trenching,Backfilling and
Compaction apply as appropriate.
- 1.02 RELATED REQUIREMENTS
A. Section 01035 -Control of Work.
B. Section 02221 -Trenching,Backfilling and Compaction.
C. Texas Statute: BB 1569,71 st Regular Legislative Session.
D. U.S.Occupational Safety and Health Administration(OSHA)Standards,29 CFR 1926,
Subpart P-Excavations,latest revision at time of construction Agreement execution.
PART 2: PRODUCTS
` 2.01 GENERAL
A. All materials and products incorporated into the Trench Safety System shall be suitable for their
intended uses;shall meet all design criteria and parameters used by the Trench Safety System
designer,and shall meet all applicable requirements of OSHA Standards.
PART 3: EXECUTION
3.01 PROCEDURES
.. A. At least ten(10)Calendar Days prior to trench excavation or any excavation operations,and not
more than thirty(30)Calendar Days following the execution date of the construction Agreement,
Contractor shall submit a site specific Trench Safety System Conformance Affidavit stating that
operations will be conducted in full conformance with the OSHA Standards.
1. The Conformance Letter shall also describe the Trench Safety System techniques proposed
to be used on the project.
VC0515So1.013 01013-1 9/26/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel.Siphon Project
Trench Safety Requirements
2. Specific references to the applicable OSHA Standards sections shall be included for each
technique to be used.
B. The Trench Safety System Plan shall be in writing,site specific and sufficiently detailed and _
clear to be understandable and usable by all personnel who will be executing,supervising and
witnessing the trenching operations. A copy of the Trench Safety System Plan shall be available
at the site of trenching operations at all times. A copy shall be provided to the Engineer for the
Owner's records,prior to start of any trenching work.
C. If borings and/or detailed geotechnical analyses are required to develop the Trench Safety
System Plan,they shall be executed by the Contractor at his cost.
D. For trenches having depths greater than the various limits given in the OSHA Standards(8, 12
or 20 feet,depending on the techniques used),a site specific protective system shall be designed by a Registered Professional Engineer in the state of Texas experienced in soil mechanics and
structural design. The design shall be signed,sealed and dated by the Professional Engineer,
and it shall identify those specific locations where the design is applicable.
3.02 METHODS OF PROVIDING FOR TRENCH SAFETY
A. Protective systems referenced in this Section shall be as defined and described in
29 CFR 1962.652, "Requirements for Protective Systems."
B. It is the duty,responsibility and prerogative of the Contractor to determine the specific
applicability of a proposed Trench Safety System for each field condition encountered on the
project. Contractor specifically holds the Owner,Engineer,and any of their designated
representatives harmless in any actions resulting from the failure or inadequacy of the Trench
Safety System used to complete the project.
C. Unless otherwise noted on the drawings or excluded below,Sloping/Benching,Trench Shielding with trench boxes,and/or Sheeting/Shoring/Bracing protective systems may be used on this
project.
D. Restrictions on the use of the various protective systems for this project are as follows:
1. Sloping or Benching. Not allowed anywhere on this project.
2. Trench Shields/Boxes. No restrictions.
3. Sheeting/Shoring/Bracing. No restrictions. n
3.03 INSPECTION DUTIES OF CONTRACTOR
A. Provide a Competent Person,as defined in the OSHA Standards,to make frequent inspections of
the trenching operations and the Trench Safety System in full conformance with the OSHA
Standards.
B. If evidence of a possible cave-in or landslide is apparent,all work in the trench shall
immediately cease and not be resumed until all necessary precautions have been taken to
safeguard personnel entering the trench.
VC0515so1.013 01013-2 926M7
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Trench Safety Requirements
C. In an emergency situation which may threaten or affect the safety or welfare of any persons or
properties,the Contractor shall act at his discretion to prevent possible damage,injury or loss.
Any additional compensation or time extension claimed for such actions shall be considered in
view of the cause of the emergency and in accordance with the Agreement.
3.04 MEASUREMENT AND PAYMENT
A. Payment for the Trench Safety System shall be on a linear foot of Trench Safety System installed
basis for pipelines,and the unit of measure being lump sum for structural excavations exceeding
five feet in depth,without regard to whether specific trench safety precautions were required or
used for the trench reach being measured.
END OF SECTION
VCOS 15Sol.o 13 01013-3 9/26ro7
City of Fort Worth
= Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Contract Considerations
SECTION 01019
CONTRACT CONSIDERATIONS
PART L GENERAL
1.01 GENERAL
A. Schedule of Values.
B. Application for Payment.
C. Change procedures.
1.02 RELATED REQUIREMENTS
A. Section 01610-Material and Equipment: Substitutions.
1.03 SCHEDULE OF VALUES
A. Submit typed schedule on Contractor's standard form.
B. Submit Schedule of Values in duplicate within 15 days after date established in Notice to
Proceed.
C. Format:Utilize the Table of Contents of these Specifications. Identify each line item with
number and title of the major Specification Section. Identify site mobilization,bonds and
insurance.
D. Include within each line item,a directly proportional amount of Contractor's overhead and
profit.
E. Revise schedule to list approved Change Orders,with each Application For Payment.
1.04 APPLICATIONS FOR PAYMENT
A. Submit four copies of each application on forms to be provided by the City of Fort Worth.
B. Content and Format:Utilize Schedule of Values for listing items in Application for Payment.
C. Waiver of liens from subcontractor.
D. Revised schedule shall be submitted with each pay application.
1.05 CHANGE PROCEDURES
A. The Engineer will advise of minor changes in the Work not involving an adjustment to Contract
Sum/Price or Contract Time.
VC0515So1.019 01019-1 9f26,/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Contract Considerations
B. The Engineer may issue a Proposal Request which includes a detailed description of a proposed -
change with supplementary or revised Drawings and specifications,a change in Contract Time
for executing the change. Contractor shall prepare and submit a proposal within 7 days.
C. The Contractor may propose a change by submitting request for change to the Engineer,
describing the proposed change and its full effect on the Work. Include a statement describing
the reason for the change,and the effect on the Contract Sum/Price and Contract Time with full
documentation and a statement describing the effect on Work by separate or other contractors.
Document any requested substitutions in accordance with Section 01610.
D. Stipulated Sum/Price Change Order:Based on proposal Request and Contractor's fixed price -
quotation or Contractor's request for a Change Order as approved by Engineer.
E. Construction Change Authorization:Engineer may issue a directive,Work Directive Change,
signed by the Owner,instructing the Contractor to proceed with a change in the work,for
subsequent inclusion in a Change Order. Document will describe changes in the Work,and
designate method of determining any change in Contract Sum/Price or Contract Time. Promptly
execute the change.
F. Time and Material Change Order: Submit itemized account and supporting data after completion
of change,within time limits indicated in the Conditions of the Contract. Engineer will
determine the change allowable in Contract Sum/Price and Contract Time as provided in the
Contract Documents. _
G. Maintain detailed records of work done on Time and Material basis. Provide full information
required for evaluation of proposed changes,and to substantiate costs for changes in the Work.
H. Execution of Change Orders:Engineer will issue Change Orders for signatures of parties as
provided in the General Conditions of the Contract.
PART 2: PRODUCTS(NOT USED)
PART 3: EXECUTION(NOT USED)
END OF SECTION
VC0515S01.019 01019-2 926f2007 T
City of Fort Worth
- Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Measurement and Payment
SECTION 01026
MEASUREMENT AND PAYMENT
PART 1 GENERAL
1.01 GENERAL
A. The Total Base Bid in the Proposal shall cover all Base Bid Work required by the Contract
Documents.The lump sum and unit prices bid shall include all costs in connection with the proper
and successful completion of the Work, including,but not limited to: furnishing all materials,
equipment, supplies,and appurtenances;providing all construction equipment and tools;and
performing all necessary labor and supervision to fully complete the Work. All Work not
specifically set forth as to the pay item or items in the Bid Form shall be considered subsidiary
obligations of Contractor and all costs in connection therewith shall be included in the prices bid.
1.02 BASE BID
A. TRINITY RIVER PIPELINE CROSSING(PARALLEL SIPHON)(Bid Item No. 1).
Measurement and payment of the lump sum bid in the Proposal for construction of the Village
Creek Wastewater Treatment Plant Trinity River Pipeline Crossing(Parallel Siphon)shall be full
- compensation for furnishing all labor,materials,equipment and incidentals,excluding Bid Items
No.2,3,4,5,6,and 7 and any Additive/Deductive Alternates to complete Base Bid Work in its
entirety as shown on the Drawings and/or as specified,including cleanup.
Y B. COPOLYMER STOP LOGS(Bid Item No.2)is epquipment Brice only and does not include
installation costs. All installation costs and other piping,equipment,structures and structure
modifications,levee restoration,site work,etc.are included in Bid Item No.1.
C. 84-INCH CONCRETE PRESSURE PIPE(Bid Item No. 3)is to fiunish and install 84-inch concrete
pressure pipe as defined in specification sections 02613. Measurement and payment of bid item no.3
shall be based on the actual linear footage of pipe installed and tested and shall be paid for at the unit
bid price.
D. 96-INCH CONCRETE PRESSURE PIPE(Bid Item No.4)is to fumish and install 96-inch concrete
pressure pipe with anchored plastic lining as defined in specification sections 02613 and 06640.
Measurement and payment of bid item no. 4 shall be based on the actual linear footage of pipe
installed and tested and shall be paid for at the unit bid price.
E. COMPACTION GROUTING PROGRAM(Bid Item No.5)is the development and implementation of a
compaction grouting program for soft or loose subgrades. Measurement and payment shall be based on
the actual cubic yardage of treated area where grouting material is to be installed and shall be paid for at
the unit bid price.
F. TRENCH SAFETY WORK(Bid Items No.6 and 7). Work under these Bid Items includes furnishing
all labor,materials,and equipment,and performing all operations to plan,design,construct,install,
maintain, monitor, modify as necessary, and remove upon completion, a Trench Safety System for
trenches and structural excavations more than five feet deep pursuant to OSHA. All other work
specified under other sections of the Specifications necessary to complete the Work(e.g.excavation,
VC0515S01.026 01026-1 0926/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Measurement and Payment
dewatering, pipe installation,formwork,concrete placement,backfill,etc.)shall be included in Bid
Item No. 1.
Measurement for Bid Item No. 6 shall be based on the actual linear footage of pipe(all sizes and -
depths)installed and shall be paid for at the unit bid price.Measurement for Bid Item No.7 shall
be based on the lump sum bid and shall be full compensation for furnishing all labor materials,
equipment and incidentals to complete the work in its entirety.
G. EXCAVATION OF UNCLASSIFIED HARD MATERIAL AROUND BOX ED-2(Bid Item No.8)is
the excavation and disposal of unclassified hard material around Box ED-2 as identified in the drawings
and geotechnical report included in Volume 2. Measurement and payment of bid item no. 8 shall be T
based on the actual cubic yardage of material excavated and shall be paid for at the unit bid price.
H. REPAIR OF JUNCTION BOX D and DD(Additive Alternate Bid Items No.9.1,9.2,9.3, 9.4 and
9.5)is the structural repair of existing Junction Box D and DD including surface preparation/repair for
concrete PVC lining or concrete epoxy coating,structural surface preparation to remove deteriorated
concrete,application of concrete repair mortar,and the removal and proper disposal of sluice gates at -
Junction Box D and DD.
Measurement and payment for the lump sum bid in the Proposal to furnish and install materials to —
repair Junction Box D and DD complete shall be based on furnishing all labor,materials,equipment,
and incidentals to complete the work in its entirety as shown on the Drawings and as specified,
including all associated overhead,profit,bonds,insurance,mobilization/demobilization,cleanup and
shall be included in Bid Item No.9.1.Measurement and payment for the surface preparation/repair for
concrete lining or concrete epoxy coating shall be based on the square footage of area for surface
preparation and shall be paid for at the unit bid price. Measurement and payment for the structural
surface preparation to remove deteriorated concrete and the application for concrete repair mortar shall
be based on the cubic footage of material and shall be paid for at the unit bid price. However,the
Contractor shall be paid no more than the maximum cubic footage of material specified in the Bid
Form(Proposal). Measurement and payment for removal and disposal of sluice gates shall be based
on the number of gates in the Proposal for removal of sluice gates as designated on the plans and shall
be full compensation for furnishing all labor,materials, equipment and incidentals to complete the
work in its entirety as shown on the Drawings and/or as specified,including cleanup. -
1. REPAIR OF JUNCTION BOX E and EE (Bid Item Nos. 10.1, 10.2, 10.3, 10.4 and 10.5) is the
structural repair of existing Junction Box E and EE including surface preparation/repair for concrete -
lining or concrete epoxy coating, structural surface preparation to remove deteriorated concrete,
application of concrete repair mortar,and the removal and proper disposal of sluice gates at Junction
Box E and EE.
Measurement and payment for the lump sum bid in the Proposal to furnish and install materials to
repair Junction Box EE complete shall be based on furnishing all labor,materials, equipment, and _
incidentals to complete the work in its entirety as shown on the Drawings and as specified,including
all associated overhead,profit,bonds, insurance,mobilization/demobilization,cleanup and shall be
included in Additive Alternative Bid Item No.10.1. Measurement and payment for the surface _
preparation/repair for concrete lining or concrete epoxy coating shall be based on the square footage of
area for surface preparation and shall be paid for at the unit bid price. Measurement and payment for
the structural surface preparation to remove deteriorated concrete and the application for concrete
repair mortar shall be based on the cubic footage of material and shall be paid for at the unit bid price. -
However,the Contractor shall be paid no more than the maximum cubic footage of material specified
VC0515So1.026 01026-2 09/26/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Measurement and Payment
in the Bid Form(Proposal). Measurement and payment for removal and disposal of sluice gates shall
be based on the number of gates in the Proposal for removal of sluice gates as designated on the plans
and shall be full compensation for furnishing all labor, materials, equipment and incidentals to
complete the work in its entirety as shown on the Drawings and/or as specified, including cleanup.
J. INSPECTION/CLEANING OF EXISTING 60-INCH SIPHONS(Bid Item No.11)Measurement and
payment for the lump sum bid in the Proposal for dewatering,inspecting,and cleaning of the existing
60-inch siphons. Compensation for furnishing all labor, materials, equipment, and incidentals to
complete the work in its entirety as shown on the Drawings and as specified,including all associated
overhead,profit,bonds, insurance,mobilization/demobilization,cleanup,etc.
K. WASHER/COMPACTOR FOR FINE SCREEN NO.4(Bid Item No.12)is to furnish and install one
(1)washer/compactor for fine screen no.4 at the Headworks Facility as specified and shown in the
drawings. Measurement and payment of Bid Item No. 12 shall be based on the lump sum bid and
shall be full compensation for furnishing all labor,materials,equipment and incidentals to complete
work in its entirety as shown on the Drawings and as specified, including cleanup.
L. BAR SCREEN BUILDING NO. 3 IMPROVEMENTS (Bid Item No. 13) is the construction of
improvements to Bar Screen Building No. 3 complete as specified and as shown on the Drawings.
Measurement and payment of Bid Item No. 13 shall be based on the lump sum bid and shall be full
compensation for furnishing all labor, materials, equipment and incidentals to complete work in its
entirety,including cleanup,with the exception of the 96-inch Hobas pipe(as provided by the Owner).
M. Disposal of chlordane contaminated soil (Bid Item No. 14) is the disposal of excavated chlordane
contaminated soil in a TCEQ approved disposal site. Measurement and payment for this bid item shall
be based on the actual cubic yardage of material disposed of at a TCEQ approved disposal site
including transport and disposal fees.
N. Electrical Upgrades to the Headworks Facility at Village Creek Wastewater Treatment Plant(Bid Item
15). Allowance of$20,000.has been included in the Bid Proposal. Improvement will negotiated by
the Owner with Contractor after award of the project.
1.03 ADDITIVE ALTERNATE BID ITEM A-1
A. EPDXY COATED REBAR(Bid Item No.A-1)Measurement and payment for the lump sum bid
in the Proposal for supplying epoxy coated rebar in lieu of standard non-coated rebar.
Compensation for furnishing all labor,materials,equipment,and incidentals to complete the work
in its entirety as shown on the Drawing and as specified, including all associated overhead,profit,
bonds, insurance,mobilization/demobilization,cleanup shall be included in Base Bid Item
No.A-1.
1.04 PARTIAL PAYMENT
A. Partial payments will be made for materials and equipment stored on site but not installed, in
accordance with Section C8-8 of the General Conditions. The amount paid for stored materials
shall be for amount actually paid by Contractor and include any discounts received for early
payment. In order to receive approval for partial payment of any materials and equipment stored
onsite,the Contractor must submit copies of the original invoice with the application for Payment
for all materials and equipment,to be approved for payment.Payment for all stored on site items
shall be subject to the retainage described in Section C8-8 of the General Conditions.
VC0515So 1.026 01026-3 0926/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Measurement and Payment
1.05 EXTRA WORK A. Extra work, if any,will be performed in accordance with Section C4-4 of the General Conditions
and will be paid for in accordance with the provisions of Section C8-8.
PART 2 PRODUCTS (NOT USED)
PART 3 EXECUTION (NOT USED)
END OF SECTION
vc0515So 1.026 01026-4 09/26ro7
City of Fort Worth
village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Control of Work
SECTION 01035
CONTROL OF WORK
PART 1: GENERAL
- 1.01 PLANT
A. The Contractor shall furnish plant and equipment which will be efficient,appropriate and large
enough to secure a satisfactory quality of work and a rate of progress which will insure the
completion of the work within the time stipulated in the Contract. If at any time such plant
appears to the Engineer to be inefficient, inappropriate or insufficient for securing the quality of
work required or for producing the rate of progress aforesaid,he may order the Contractor to
increase the efficiency,change the character or increase the plant and equipment,and the
Contractor shall conform to such order. Failure of the Engineer to give such order shall in no
way relieve the Contractor of his obligations to secure the quality of work and rate of progress
required.
1.02 EASEMENTS/PRIVATE LAND
A. As indicated in Item D-19 of the Special Conditions permanent easements have not yet been
obtained by the Owner. The City anticipates obtaining the necessary easements and permits
within 150 days of accepting bids. Copies of such easements will be available to the Contractor
upon approval. Access to the construction site shall be through existing pipeline easements on
private land adjacent to City of Fort Worth Property as depicted on the Drawings. It is the
Contractor's responsibility to properly maintain access roads to the project site during
construction activities and prior to final completion of the project.
B. The Contractor shall not enter or occupy private land outside of City of Fort Worth Property,
rights-of-way,or easements,except by written permission of the respective landowner.
1.03 PIPE LOCATIONS
A. Pipelines,electrical conduits,and other underground utilities shall be located as indicated on the
Drawings,but the Engineer reserves the right to make such modifications in locations as may be
found desirable to avoid interference with existing structures or for other reasons. Where fittings
are noted on the Drawings,such notation is for the Contractor's convenience and does not relieve
him from laying and jointing different or additional items where required.
1.04 OPEN EXCAVATIONS
A. All open excavations shall be adequately safeguarded by providing temporary barricades,caution
signs, lights and other means to prevent accidents to persons, and damage to property. The
Contractor shall, at his own expense, provide suitable and safe bridges and other crossings for
accommodating travel by pedestrians and workmen. Bridges provided for access during
construction shall be removed when no longer required. The length or size of excavation will be
controlled by the particular surrounding conditions, but shall always be confined to the limits
prescribed by the Engineer. If the excavation becomes a hazard,or if it excessively restricts traffic
at any point,the Engineer may require special construction procedures,such as limiting the length of
vc0515So1.035 01035-1 9/26M7
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Control of Work
the open trench,prohibiting stacking excavated material in the street,and requiring that the trench
shall not remain open overnight.
B. The Contractor shall take precautions,such as fences and barricades,to prevent injury to the public
due to open trenches. All trenches,excavated material,equipment,or other obstacles which could
be dangerous to the public shall be well lighted at night.
1.05 TEST PITS +
A. Test pits for the purpose of locating underground pipelines or structures in advance of the
construction shall be excavated and backfilled by the Contractor at the direction of the Engineer. -
Test pits shall be backfilled immediately after their purpose has been satisfied and the surface
restored and maintained in a manner satisfactory to the Engineer.
1.06 MAINTENANCE OF TRAFFIC
A. Unless permission to close a street is received in writing from the proper authority,all excavated
material shall be placed so that vehicular and pedestrian traffic may be maintained at all times.
If the Contractor's operations cause traffic hazards,he shall repair the road surface,provide
temporary ways,erect wheel guards or fences,or take other measures for safety satisfactory to
the Engineer.
B. Contractor shall provide traffic control around construction site and within construction access
roads. Detours around construction and within construction access roads will be subject to the
approval of the Owner and the Engineer. Where detours are permitted,the Contractor shall
provide all necessary workmen,barricades and signs as required to divert the flow of traffic.
While traffic is detoured,the Contractor shall expedite construction operations and periods when
traffic is being detoured will be strictly controlled by the Owner.
C. The Contractor shall take precautions to prevent injury to the public due to open trenches. Night
watchmen may be required where special hazards exist,or police protection provided for traffic
while work is in progress. The Contractor shall be fully responsible for damage or injuries
whether or not police protection has been provided.
1.07 BLASTING
A. No blasting shall be allowed.
1.08 CARE AND PROTECTION OF PROPERTY
A. The Contractor shall be responsible for the preservation of all public and private property,and shall
use every precaution necessary to prevent damage thereto. If any direct or indirect damage is done to _
public or private property by or on account of any act, omission, neglect, or misconduct in the
execution of the work on the part of the Contractor,such property shall be restored by the Contractor,
at his expense,to a condition similar or equal to that existing before the damage was done,or he shall
make good the damage in some other manner acceptable to the Engineer.
VC0515S01.035 01635-2 9R6107
City of Fort Worth
Village Creels Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Control of Work
- 1.09 MAINTENANCE OF FLOW
A. The Contractor shall,at his own cost,provide for the flow of water mains,sewers,drains and water
courses interrupted during the progress of the work,and shall immediately cart away and remove all
offensive matter. The entire procedure of maintaining existing flow shall be fully discussed with the
Engineer well in advance of the interruption of any flow.
1.10 COOPERATION WITHIN THIS CONTRACT
A. The Contractor shall cooperate with Subcontractors or trades,and shall assist in incorporating
the work of other trades where necessary or required.
B. Cutting and patching,drilling and fitting shall be carried out where required by the Contractor
and his Subcontractor having jurisdiction,unless otherwise indicated herein or directed by the
Engineer.
1.11 WORK PERFORMED BY OTHERS
A. Coordination with Other Contractors
1. The Contractor shall cooperate with any other contractors on the Village Creek Wastewater
Treatment Plant premises to facilitate the progress of all projects at or near the site of work.
1.12 CLEANUP
A. During the course of the work,the Contractor shall keep the site of his operations in as clean and
neat a condition as is possible. He shall dispose of all residue resulting from the construction
work and, at the conclusion of the work,he shall remove and haul away any surplus excavation,
broken pavement, lumber,equipment,temporary structures,and any other refuse remaining from
the construction operations,and shall leave the entire site of the work in a neat and orderly
condition.
1.13 PAYMENT
A. Payment for the work in this Section will be included as part of the total lump sum or
appropriate unit prices stated in the Bid Form.
PART 2: PRODUCTS(NOT USED)
PART 3: EXECUTION(NOT USED)
END OF SECTION
VC0515S01.035 01035-3 9R6/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Construction Sequence
SECTION 01040
CONSTRUCTION SEQUENCE
PART 1: SCOPE OF WORK
1.01 WORK TO BE DONE
A. The Contractor shall furnish all labor, materials, equipment, tools, services and incidentals to
complete all work required by these Specifications and as shown on the Drawings at and adjacent to
the Village Creek Wastewater Treatment Plant(WWTP)for the Trinity River Pipeline Crossing
(Parallel Siphon)Project.
B. The Contractor shall perform the work complete, in place, and ready for continuous service,and
shall include repairs,testing,permits,cleanup,replacements and restoration required as a result of
damages caused during this construction.
C. All materials, equipment, skills, tools and labor which is reasonably and properly inferable and
necessary for the proper completion of the work in a substantial manner and in compliance with the
requirements stated or implied by these Specifications or Drawings shall be furnished and installed
by the Contractor without additional compensation,whether specifically indicated in the Contract
- Documents or not.
D. The Contractor shall maintain the submittal drawing,equipment delivery schedules and time frames
of the equipment suppliers to complete this project in the allocated time as stipulated in the
Agreement.
1.02 SITE CONDITIONS
A. The plant is currently operating at approximately 80 to 130 million gallons per day (MGD)average
daily flow (ADF). Peak flow rate at the plant is approximately 330 MGD. There shall be no
disruption of plant flow during construction activities. All costs associated with disruption of plant
operations and plant flow during construction activities under this Contract shall burden by the
Contractor.
B. Under no circumstances will the Contractor be permitted to divert or discharge any untreated or
partially treated wastewater from the plant.
C. Several areas of construction under this contract must be coordinated with the Plant Operating
Personnel and accomplished in a logical order to maintain the process flow through the plant at all
times and to allow construction to be completed within the time allowed by Contract Documents.
D. Contractor is required to arrange with the Owner/Engineer for equipment and material storage
site(s), including location of field office(s), site access, personnel plant access and construction
parking area(s)prior to commencing work. Contractor shall abide by security measures in place at
the plant. Refer to Special Conditions D 117 for Security Requirements.
E. When access through construction areas must be disrupted, Contractor shall provide alternate
acceptable access for the plant operators or other contractors.
vc515SO1.040 01040-1 9/MM07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Construction Sequence
F. Contractor is required to coordinate his/her activities in the interface or common areas with other
contractors, and the plant operators. Contractor must submit to the Engineer a description and
schedule as to how the common areas will be utilized,recognizing the required coordination with
other contractors and the plant operators.
G. Various interconnections within the plant will depend on the closure of various valves and gates.
Many of these valves and gates are old and may not seal properly. Contractor shall coordinate with
the Plant Operation Personnel prior to attempting any such closure and shall provide any corrective
measure or temporary facilities necessary to attain the shut-off needed to perform the work at no
additional cost to the Owner and without interrupting the plant operation. The Contractor shall not
operate any of the valves or gates. The Contractor shall coordinate with the Owner so that plant
staff will close or open the necessary valves and gates at the plant.
H. When the work requires an existing facility to be taken out of operation,temporarily
or permanently,the Contractor shall notify the Engineer and plant operators a minimum of fourteen
(14) calendar days in advance. The Contractor shall submit a planned sequence of construction
prior to start of construction in accordance with the General Conditions and this section.
Shutdowns must be scheduled to create minimum interference with normal plant operation. Before
attempting construction of critical tie-ins the Contractor shall meet with the Engineer to develop a
satisfactory construction procedure which will result in minimum shutdown time for those units
involved. During shutdown periods the Contractor shall employ a full crew on a 24 hour schedule if
necessary and employ additional work crews as necessary to complete the work within the required
time.
All scheduled shutdowns must be submitted in writing to the Owner at least 14 calendar days prior,
and no work may begin until approval has been granted by the Owner and the Engineer. High flow
conditions or equipment outages may require the rescheduling of an approved shutdown. Any cost
associated with rescheduling will be borne by the Contractor,at no additional cost to the Owner.
The Contractor shall have all tools, equipment,materials, labor, etc., including backup units, on
hand prior to performing work requiring a shutdown.
I. During Start-Up and Testing,the Contractor shall make available the manpower,equipment,and
manufacturer's representatives required to make any necessary adjustments and training and shall be
in conformance with Section 01625 Plant Start-Up. If additional testing or training is required,there
shall be no additional cost to the Owner.
J. Access to all plant facilities must be maintained at all times. Prior to the start of any work on the
project,the Contractor shall meet with the Engineer and develop a construction schedule and a
sequence of operations which will permit full,normal treatment of sewage during construction,such
schedule and sequence shall meet the approval of the Owner.
K. The Contractor will be required to maintain the streets he/she uses in his/her construction
operation in a reasonably clean condition. Weekly street cleaning,scraping and sweeping will
be required as directed by the Engineer.
L. Streets shall not be utilized for storage of materials except for pipe laying operation, in which
case temporary staging for excavated materials,pipe building,and embedment materials will be
allowed during active pipe laying periods. One traffic lane must be kept open in these temporary
VC515SO1.040 01040-2 9/26/2007
City of Fort Worth
._ Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Construction Sequence
- staging areas. Staging areas shall be so located as to allow plant operations to be maintained.
Gutters and drainage areas shall be kept clear of construction materials at all times.
M. Street closings and lane closures shall be coordinated with the plant. Other construction
contracts will require coordination of street closings. The period of time that streets are closed
shall be limited to the minimum time reasonably possible. Vehicular access to all process
facilities shall be maintained.
1.03 CONSTRUCTION SEQUENCE
' A. Within 10 day s after the effective date of the Agreement, submit to the ENGINEER,along with
the Schedule of Values,a Construction Sequence Schedule. This schedule shall provide a
listing of major construction items,demolition work,new structures,new electrical systems,new
equipment,and the sequencing of these items of work so as to impact the operation of the
WWTP and/or existing adjacent facilities to the minimum extent possible. This schedule shall
reflect the construction constraints and construction sequence requirements of this section.
1.04 CONSTRUCTION CONSTRAINTS
The following is a list of constraints, which the Contractor must incorporate in developing his/her
overall plan of construction. This list is not intended to release the Contractor from the responsibility to
coordinate the work in any manner,which will ensure project completion within the time allowed. No
additional payment will be made for modifications to this construction sequence or other work, as
required to maintain plant operations and complete the construction within the specified contract time.
The following areas are not necessarily listed in their required sequence of construction.
A. Construction Units
The following units are to be constructed and tested with minimal interruption of the operation of the
existing treatment facilities.
1. Perform clearing, grubbing activities as well as associated selective demolition activities, pipe
modifications and/or relocation,etc.as necessary at the project site.
2. Protect gates that are identified as open and inoperable at Junction Boxes D,DD,E,and EE.
3. Field locate underground utilities.
= 4. Yard piping,relocate existing 36-inch backwash line and 6-inch chlorine solution line.
5. Site preparation,pressure grout construction area outside levee prior to excavation of structures
and piping.
6. Construct 96-inch pipe and 84-inch siphon
7. Construct Box ED-2 Turning Structure and Box ED-3 Siphon Structure.
8. Construct Box DDD Junction Structure.
VC515So1.040 01040-3 MOM
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Construction Sequence
9. Partially construct Box DDD Junction Structure over the two existing 96-inch interceptors(M244 _
and M-3 80). The existing 96-inch RCP interceptors shall remain in service and cannot be broken
out until such time as flow has been routed through the 84-inch siphon.
10. Install washer/compactor no. 5 at the headworks facility.
11. Construct modifications at Bar Screen Building No.3
12. Sitework,restoration,roads,seeding,testing,storm drainage,swales,finish grading,demolition,
site cleanup,etc.
13. Temporary piping and pumps including testing as required, to handle all flows during the
construction and connection of the facilities at the Village Creek WWTP.
B. Existing Plant Process Coordination
During the course of this work,plant personnel will be operating the existing fine screens,primary
clarifiers, aeration basins and final clarifiers, effluent filters, chlorine contact basins, gravity
thickeners, gravity belt thickeners, high-rate clarification system and anaerobic digesters and
supporting facilities at the Village Creek WWTP. Contractor is advised of the coordination required
to install the siphon system and tie into the existing facilities. Contractor shall coordinate and plan all
work under this contract with plant operating and maintenance personnel and shall not disrupt any
operations at these existing facilities without advance notice and an approved schedule of events.
C. Location of Existing Utilities
Prior to commencing work for this project, the Contractor shall locate and expose the existing
underground electrical conduits,including other existing utilities,process piping,chemical lines,etc.,
located in the areas of the proposed improvements. Contractor is advised of the following:
1. Communications and electrical underground utilities exist in the area around Box E/EE.
Locations of existing utilities shall be verified by the Contractor. The Contractor shall notify the
Engineer and plant operator of the utility locations and shall relocate utilities as directed by the
Engineer.
D. Contractor shall be responsible for developing his/her own schedule to meet the completion
requirements and maintain the treatment capacity requirements of the plant.
E. Construction Sequence and Maintenance of Flow
Constructability and Maintenance of Flow will be important during construction of the proposed
facilities. These documents delineate at least one(1)possible method for constructing the proposed
improvements. The Contractor shall have the leeway to develop construction means and methods as
necessary to complete the work defined in this contract document (subject to the Engineer's and -
Owner's review and approval). Contractor shall be responsible to maintain flow to the treatment
facilities at all times under the stated average daily and peak flow conditions Article 1.02 A above.
1. Several major constraints shall be considered when preparing the construction sequence for this
project. These constraints are listed below.
a. Junction Structures E and EE shall remain in operation at all times.
VC515S01.040 01040-4 9262007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Construction Sequence
b. Junction Structures D and DD shall remain in operation at all times.
c. Walker's Branch Junction Structure shall remain in operation at all times.
d. The siphon system shall be constructed before existing pipes at Box DDD Junction Structure
can be cut out.
e. Flow to the plant shall be maintained at all times.
f. At least one existing 60-inch siphon and the proposed 84-inch siphon shall be in service at all
times. If bypass pumping is required to meet this constraint,it shall be the sole responsibility
and cost of the Contractor.
g. Junction Structures D and DD are interconnected with no existing means of isolation.
h. Junction Structures E and EE are interconnected with no existing means of isolation.
2. For the purposes of this description,the project has been divided into eight major elements:
a. Box DDD Junction Structure
b. 84-inch siphon system(including piping,turning structure ED-2,siphon structure ED-3,and
system testing)
c. existing Walker's Branch Junction Structure
d. existing Box D and DD Junction Structures
e. existing Box E and EE Junction Structures
f, existing Box EEE Junction Structure
g. existing Headworks Facility
h. existing Bar Screen Building No. 3
3. The Contractor may use the sequence presented herein or any other sequence deemed necessary
to complete the project within the construction constraints defined below(subject to review and
approval by Owner and Engineer). If the sequence presented herein is adapted by the contractor
for use on this project,it becomes the Contractor's plan and the Engineer and/or Owner will have
no responsibility for any real or alleged problems resulting from use of the schedule presented
herein.
4. Box DDD Junction Structure
a. Work associated with Box DDD Junction Structure includes tie-ins to the existing 96-inch
interceptors M-338 and M-280 upstream of Junction Structures D and DD,tested and
ready for operation.
b. A compaction grouting program shall be in place and performed prior to any excavation
for the construction of Box DDD and siphon structure ED-3.
c. The 84-inch siphon system shall be constructed,tested,and ready for operation before the
existing 96-inch interceptors shall be removed from inside Junction Structure DDD.
d. Flow shall be directed through one existing 96-inch interceptor at a time while the existing
pipe is being removed from Box DDD Junction Structure. To accomplish this,flow may
be blocked upstream at Walker's Branch by means of a temporary bulkhead and flow may
be blocked downstream between Junction Structures D and DD and Junction Structures E
VC515S01.040 01040-5 926/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant _
Trinity River Parallel Siphon Project
Construction Sequence
and EE by means of a temporary bulkhead. Flow shall be maintained through the junction
boxes at all times.
e. The two interceptors at Box DDD Junction Structure shall be separated by use of
temporary bulk head or by use of stop logs provided by this project.
f. The 120-inch sluice gate at Box F1 shall be closed while M-338 is out of service.
g. Stop logs at Box EEE shall be used while M-280 is out of service. Stop logs exist for this
structure and are stored at the Village Creek WWTP. Contractor shall coordinate with
Engineer/Owner for use of existing stop logs. Contractor shall be responsible for
transporting the stop logs to the designated location and handling the stop logs.
It. Only one existing 60-inch siphon shall be out of service at a time during demolition of
existing 96-inch interceptors. If bypass pumping is required to maintain flow through one
of the 60-inch siphon and the proposed 84-inch siphon or any other purposes,it shall be at
the cost of the Contractor.
5. Existing Box EEE Junction Structure
a. Work associated with the existing Box EEE Junction Structure includes tie into the 96-
inch stub out.
b. Stop logs are currently installed in this junction structure at the 96-inch tie in location.
Contractor shall be responsible for removal of stop logs,transporting and handling of stop
logs to the designated storage location within the plant as directed by the Owner.
c. Remove grit and debris, if any,from Box EEE Junction Structure prior to 96-inch pipe
connection. Box EEE has been in service since 2004.
6. Existing Junction Box E and EE
a. Work associated with existing Junction Box E and EE includes the protection of existing
sluice gates during construction activities that are inoperable and in the open position,
removal and proper disposal of the existing sluice gates that are inoperable and in the open
position and construction of a permanent bulkhead of the interconnecting structure. Bid
item No.9 includes the structural repair of Junction Box EE and gate removal for Junction
Box E and EE.
b. Protection of the existing sluice gates shall be provided prior to any work commencing in
the project.
c. Structural repairs shall be completed after removal of any sluice gates at Box E and EE.
d. Removal of the sluice gates and construction of the permanent bulkhead between Box E
and EE may require Box E and EE to be dry. This work shall be done after the siphon
system is in service and Box E and EE can be taken out of service.
e. The Contractor may propose other means to isolate flows from Box E and EE to work on -
the gates(i.e.use of steel plates or plugs to dry the area required for opening or removal of
VC515S01.040 01040-6 M&2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Construction Sequence
the gate)and to construct the permanent bulkhead at the interconnect structure. All costs
associated with this work shall be the sole responsibility of the Contractor.
7. Existing Junction Box D and DD
a. Work associated with existing Junction Box D and DD includes the protection of existing
sluice gates during construction activities that are inoperable and in the open position,
removal and proper disposal of the existing sluice gates that are inoperable and in the open
position,removal of sluice gates and stems,and constructing a permanent blockhead at the
interconnecting structure between Boxes D and DD. Bid item No.10 includes the
structural repair and gate removal of Junction Box D and DD.
b. Protection of the existing sluice gates shall be provided after any work commencing in the
project.
c. Structural repairs Bid item no.9 shall be completed prior to removal of any sluice gates at
Box D and DD.
d. Removal of the sluice gates and construction of the permanent bulkhead between Box D
and DD may require Box D and DD to be dry. This work shall be done after the siphon
system is in service and Box D and DD can be taken out of service.
e. The Contractor may propose other means to isolate flows from Box D and DD and work
on the gate(i.e.use of steel plates or plugs to dry the area required for opening or removal
of the gate)and construct the permanent bulkhead between Box D and DD. All costs
associated with this work shall be the sole responsibility of the Contractor.
S. .Headworks Facility
a. Work associated with the Headworks Facility includes the installation of one
washer/compactor for fine screen no. 4.
9. Bar Screen Building No. 3
a. Work associated with Bar Screen Building No.3 includes the demolition of parshall flumes
no. 5 and 6 located on the west side of the bar screen building,installation of 96-inch Hobas
pipe(Owner provided pipe),odor control modifications,and site work.
- b. To complete the demolition work and influent piping installation,flow shall be isolated from
the west side of Bar Screen Building No.3 and routed through the south 72-inch main into
the east side of Bar Screen Building No.3 and to the HRC unit. Flow may be isolated at Box
B and downstream of the bar screens 31-35. The two existing gates at Box B are operable
and in fair condition and can be used to isolate flow. Temporary bypass pumping may be
required to maintain flow that leaks past the gates. All costs associated with this work shall
be the sole responsibility of the Contractor. Stop log guides are present following each screen
channel.These or another method of blocking flow from proceeding upstream through the bar
screen channel is needed to allow the primary clarifiers and dedicated aeration basins to
remain in service.
VC515So1.040 01040-7 9262007
City of Fort Worth
Village Creek Wastewater Treatment Plant _
Trinity River Parallel Siphon Project
Construction Sequence
c. Work under this section shall be completed during low flow periods. The Contractor is
advised that the total available treatment capacity through the east side of Bar Screen Building
No.3 and the HRC is approximately 180 to 200 MGD. Flow exceeding 200 MGD will have
to be directed through the west side of Bar Screen Building No. 3 under emergency
conditions. All costs associated with directing flow through the west side of Bar Screen
Building No.3 during emergency conditions shall be the sole responsibility of the Contractor.
d. The maximum allowable downtime for this work is 2 weeks.
10. The Contractor is advised that the allowable Village Creek WWTP downtime for the selected
process treatment facilities is between the hours of 5:00 a.m.to 9:00 a.m. Maximum allowable
time is four(4)hours during this time period. However,at all times flows shall be maintained to
the treatment facility and adequate treatment to maintain permit requirement.
11. Contractor shall provide adequate ventilation to ensure safe working conditions at all times.
12. Contractor shall coordinate with the plant operating personnel on opening and closing of all -
process valving for construction of the improvements.
F. Preoperational Testing _
Upon Substantial Completion of the siphon system,the Contractor shall conduct preoperational testing
as required by the Contract Documents.
G. Start-Up Testing
Upon satisfactory completion of the preoperational testing of the siphon system,the Contractor
shall test the facilities under normal operating conditions.
1.05 SUBSTANTIAL COMPLETION -
A. The following shall be installed,tested and fully operational by the"Substantial Completion"time as
described in the Contract Documents. -
1. All of the items as specified in Paragraph 1.04A above as required to place the siphon system into
operation. -
1.06 WORK SEQUENCE
A. All work to be done under this Contract shall be done with minimum inconvenience to the existing
wastewater treatment facilities. Contractor shall coordinate work with the Owner such that the
facilities are maintained to the maximum extent possible and so that flows be maintained at all times.
B. Construct Work in stages to accommodate the Owner's use of the premises during the construction
period;coordinate the construction schedule and operations with the Owner's Representative.
1.07 CONSTRUCTION AREAS
A. Contractor shall limit use of the construction areas for Work and for storage,to allow for: -
VC515S01.040 01040-8 926/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Construction Sequence
1. Work by other contractors, if any.
2. Owner use.
3. See Paragraph 1.02C this Section,for existing construction operations and coordination of the
work.
B. Coordinate use of work site under direction of Engineer.
C. Assume full responsibility for the protection and safekeeping of Products under this Contract stored on
the site.
D. Move any stored Products under Contractor's control,which interfere with operations of the Owner or
separate contractor.
E. Obtain and pay for the use of additional storage or work areas needed for operations.
F. Construction operations on plant property at Village Creek WWTP.
1. The Contractor shall conduct plant access,hauling,parking and storage operations as specified
and as shown on the construction site plans for Village Creek WWTP.These staging/storage
areas as shown on the site plan drawings are tentative and subject to change after Contractor is
issued a Notice to Proceed or prior to commencing work.
1.08 ADDITIONAL PROVISIONS
A. Before commencing work on any of the existing structures or equipment,the Contractor shall notify
the Engineer, in writing, at least fourteen (14) Calendar Days in advance of the date proposed to
commence such work.
B. Contractor shall provide at no extra cost to Owner all necessary temporary facilities for access to,
and for protection of,all existing structures. The treatment plant personnel must have ready access
at all times to the existing structures. Contractor is responsible for all damage to existing
structures,equipment,and facilities caused by construction operations,and must repair all such
damage when and as ordered by the Engineer.
1.09 OWNER OCCUPANCY
A. City shall have full access to and use of all existing utilities during the entire period of construction for
the conduct of normal operations. Cooperate with Owner's Representative in all construction
operations to minimize conflict,and to facilitate Owner usage.
B. Contractor shall at all times conduct operations as to insure the least inconvenience to the general
public and plant operating/maintenance personnel.
1.10 PARTIAL OWNER OCCUPANCY
A. The Contractor shall schedule operations for completion of portions of the Work,as designated,
for the Owner's occupancy prior to Pre-Final Inspection of the entire Work
VC515so1.040 01040-9 912612007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Construction Sequence
1.11 LIQUIDATED DAMAGES
A. The Contractor understands and agrees that the time of completion is an essential consideration of
development of proposal and that failure to complete the work under this Contract,within the
allotted time as specified or subsequently adjusted by Change Orders will result in damages being
sustained by the Owner. The Contractor and Owner further agree in applying liquidated damages
that such damages cannot be precisely measured or that the ascertainment of actual damages would
be unduly difficult after the fact. Therefore,the Contractor and the Owner agree in applying
liquidated damages that for each and every Calendar Dav the work,or any portion thereof,remains
incomplete after the specified times or adjusted times if modified by Change Order,the Contractor
shall pay as agreed liquidated damages,the amounts specified in of the Special Conditions(Part
D).
PART 2: PRODUCTS (NOT USED) T
PART 3: EXECUTION (NOT USED)
END OF SECTION
VC515so1.040 01040-10 9/26n007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Environmental Protection Procedures
SECTION 01110
ENVIRONMENTAL PROTECTION PROCEDURES
PART 1: GENERAL
1.01 SCOPE OF WORK
A. The work covered by this Section consists of furnishing all labor,materials and equipment and
performing all work required for the prevention of environmental pollution in conformance with
applicable laws and regulations,during and as the result of construction operations under this
Contract. For the purpose of this Specification,environmental pollution is defined as the presence
of chemical,physical,or biological elements or agents which adversely affect human health or
welfare;unfavorably alter ecological balances of importance to human life;affect other species of
importance to man;or degrade the utility of the environment for aesthetic and/or recreational
purposes.
B. The control of environmental pollution requires consideration of air,water and land,and involves
management of noise and solid waste,as well as other pollutants.
C. Schedule and conduct all work in a manner that will minimize the erosion of soils in the area of
the work. Provide erosion control measures such as sedimentation or filtration systems,berms, silt
fences, seeding,mulching or other special surface treatments as are required to prevent silting and
muddying of streams,rivers,impoundments,lakes,etc. All erosion control measures shall be in
place in an area prior to any construction activity in that area. Specific requirements for erosion
and sedimentation controls are specified in Section 02270.
D. These Specifications are intended to ensure that construction is achieved with a minimum of
disturbance to the existing ecological balance between a water resource and its surroundings.
These are general guidelines.It is the Contractor's responsibility to determine the specific
construction techniques to meet these guidelines.
E. All phases of sedimentation and erosion control shall comply with and be subject to the approval
of the Texas Commission on Environmental Quality(TCEQ)and the United States Environmental
Protection Agency(U.S.EPA).
F. The project will be authorized by the COE by a Regional Permit 2(RGP-2)for Utility Lines and
Outfall and Intake Structures.
1.02 APPLICABLE REGULATIONS
A. Comply with all applicable Federal, State and local laws and regulations concerning
environmental pollution control and abatement.
1.03 NOTIFICATIONS
A. The Engineer will notify the Contractor in writing of any non-compliance with the foregoing
provisions or of any environmentally objectionable acts and corfective action to be taken. State or
local agencies responsible for verification of certain aspects of the environmental protection
VC0515Sol.110 01110-1 926107
City of Fort Worth
village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Environmental Protection Procedures
requirements shall notify the Contractor in writing,through the Engineer,of any non-compliance
with State or local requirements. The Contractor shall,after receipt of such notice from the
Engineer or from the regulatory agency through the Engineer,immediately take corrective action.
Such notice,when delivered to the Contractor or authorized representative at the site of the work, _
shall be deemed sufficient for the purpose. If the Contractor fails or refuses to comply promptly,
the Owner may issue an order stopping all or part of the work until satisfactory corrective action
has been taken. No part of the time lost due to any such stop orders shall be made the subject of a
claim for extension of time or for excess costs or damages by the Contractor unless it is later
determined that the Contractor was in compliance.
1.04 IMPLEMENTATION
A. Prior to commencement of the work,meet with the Owner to develop mutual understandings
relative to compliance with this provision and administration of the environmental pollution
control program.
B. Remove temporary environmental control features,when approved by the Engineer,and
incorporate permanent control features into the project at the earliest practicable time.
1.05 PROTECTION OF WATERWAYS
A. The Contractor shall observe the rules and regulations of the State of Texas and agencies of the
U.S. Government prohibiting the pollution of any lake,stream,river,or wetland by the dumping _
of any refuse,rubbish,dredge material,or debris therein.
B. Contractors are specifically cautioned that disposal of materials into any waters of the State must
conform with the requirements of the TCEQ,and an applicable permit from the U.S.Army Corps
of Engineers.
C. The Contractor shall be responsible for providing holding ponds or an approved method which will handle,carry through,or divert around his work all flows, including storm flows and flows
created by construction activity,so as to prevent silting of waterways or flooding damage to the
property or adjacent properties. -
D. The Contractor is responsible for preparation and implementation of the storm water pollution
prevention plan for this project. This includes performing work,submitting the appropriate -
documents, installing,maintaining.and removing appropriate protection devices in accordance
with the storm water pollution prevention plan for the project.
1.06 DISPOSAL OF EXCESS EXCAVATION AND OTHER WASTE MATERIALS
A. Excess excavated material not required or suitable for backfill and other waste material must be
disposed of at sites approved by the Owner and Engineer.
B. Unacceptable disposal sites, include,but are not limited to,sites within a wetland or critical habitat
and sites where disposal will have a detrimental effect on surface water or groundwater quality.
C. The Contractor may make his own arrangements for disposal subject to submission of proof to the
Engineer that the Owner(s)of the proposed site(s)has a valid fill permit issued by the appropriate -
VC0515S01.110 01110-2 W26ro7
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Environmental Protection Procedures
governmental agency and submission of a haul route plan including a map of the proposed
route(s).
D. The Contractor shall provide watertight conveyance of any liquid,semi-liquid,or saturated solids
which tend to bleed or leak during transport. No liquid loss from transported materials will be
permitted whether being delivered to the construction site or being hauled away for disposal.
Fluid materials hauled for disposal must be specifically acceptable at the selected disposal site.
1.07 USE OF CHEMICALS
A. All chemicals used during project construction or furnished for project operation,whether
herbicide,pesticide,disinfectant,polymer,reactant or of other classification,must show approval
of either the U.S.Environmental Protection Agency or the U.S.Department of Agriculture or any
other applicable regulatory agency. Use of all such chemicals and disposal of residues shall be in
conformance with the manufacturer's instructions.
B. Any oil or other hydrocarbon spilled or dumped on the Owner's site during construction must be
excavated and completely removed from the site prior to final acceptance. Soil contaminated by
the Contractor's operations shall become the property of the Contractor,who will bear all costs of
testing and disposal.
C. Before a Contractor commences work,the following steps shall be completed.
1. The Owner will inform Contractor of his rights under the Texas Hazards Communication
Act.
2. The Owner will provide a copy of the Chemical List giving the hazardous chemicals to which
the Contractor,employees and agents may be exposed to on the project site.
3. The Owner will provide copies of all MSDSs to the Contractor for the hazardous chemicals
which he may be exposed to on the project site.
4. The Owner will inform the Contractor of his obligation to inform his employees and agents
of each of the above requirements.
5. The Contractor shall provide MSDSs for all hazardous chemicals he may bring onto the
project site that Owner's employees may be exposed to.
6. The Contractor shall sign a Contractor Acknowledgement certifying that he has received the
information provided by the Owner on hazardous chemicals and maintain the
Acknowledgement with the original Contract.
1.08 PAYMENT
A. The work specified in this Section shall be considered incidental and payment will be included as
part of the appropriate lump sum or unit prices specified in the Bid Form.
Y VC0515So1.110 01110-3 926/07
City of Fort Worth
Village Creek Wastewater Treatment Plant r
Trinity River Parallel Siphon Project
Environmental Protection Procedures
PART 2: PRODUCTS(NOT USED)
PART 3: EXECUTION
3.01 EROSION CONTROL
A. All disturbed areas should 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 should be followed.
B. Stone riprap erosion protection over the pipeline crossing of the river channel shall be provided.
The minimum thickness of the riprap layer shall be 5 feet,with a minimum 9 inches of crushed
stone bedding material.•The top of the riprap should be one foot below the river bed. A geotextile
should be installed underneath the bedding material.
C. Provide positive means of erosion control such as shallow ditches around construction to carry off -
surface water. Erosion control measures, such as siltation basins,mulching,jute netting and other
equivalent techniques,shall be used as appropriate. Flow of surface water into excavated areas
shall be prevented. Ditches around construction area shall also be used to carry away water
resulting from dewatering of excavated areas. At the completion of the work,ditches shall be
backfilled and the ground surface restored to original condition.
3.02 PROTECTION OF STREAMS
A. Care shall be taken to prevent,or reduce to a minimum,any damage to any stream from pollution
by debris, sediment or other material,or from the manipulation of equipment and/or materials in or
near such streams. Water that has been used for washing or processing,or that contains oils or
sediments that will reduce the quality of the water in the stream,shall not be directly returned to
the stream. Such waters will be diverted through a settling basin or filter before being directed
into the streams.
B. The Contractor shall not discharge water from dewatering operations directly into any live or -
intermittent stream,channel,wetlands,surface water or any storm sewer. Water from dewatering
operations shall be treated by filtration, settling basins,or other approved method to reduce the
amount of sediment contained in the water.
C. All preventative measures shall be taken to avoid spillage of petroleum products and other
pollutants. In the event of any spillage,prompt remedial action shall be taken in accordance with a
contingency action plan approved by the TCEQ. Contractor shall submit two copies of approved
contingency plans to the Engineer.
D. Water being flushed from structures or pipelines after disinfection,with a chlorine residue of
1 mg/l or greater, shall be treated with a dechlorination solution,in a method approved by the
Engineer,prior to discharge or disposed of in other approved manners, i.e.for subgrade _
compaction,etc.
VC0515S01.110 01110-4 926/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Environmental Protection Procedures
3.03 PROTECTION OF LAND RESOURCES
A. Land resources within the project boundaries and outside the limits of permanent work shall be
restored to a condition,after completion of construction,that will appear to be natural and not
detract from the appearance of the project. Confine all construction activities to areas shown on
the Drawings.
B. Outside of permanent easement,the Contractor shall not deface, injure,or destroy trees or shrubs,
nor remove or cut them without prior approval. No ropes,cables,or guys shall be fastened to or
attached to any existing nearby trees for anchorage unless specifically authorized by the Engineer.
Where such special emergency use is permitted,first wrap the trunk with a sufficient thickness of
burlap or rags over which softwood cleats shall be tied before any rope,cable,or wire is placed.
The Contractor shall in any event be responsible for any damage resulting from such use.
C. Where trees are to be protected inside the permanent easement or located outside of the permanent
easement may possibly be defaced,bruised,injured,or otherwise damaged by the Contractor's
equipment,dumping or other operations, shall be protected by placing boards,planks,or poles
around them. Monuments and markers shall be protected similarly before beginning operations
near them.
D. Any trees outside the permanent easement or other landscape feature scarred or damaged by the
Contractor's equipment or operations shall be restored as nearly as possible to its original
condition. The Engineer will decide what method of restoration shall be used and whether
damaged trees shall be treated and healed or removed and disposed of.
All scars made on trees by equipment,construction operations,or by the removal of limbs larger
than 1-in. in diameter shall be coated as soon as possible with an approved tree wound dressing.
All trimming or pruning shall be performed in an approved manner by experienced workmen with
saws or pruning shears. Tree trimming with axes will not be permitted.
Climbing ropes shall be used where necessary for safety. Trees that are to remain,either within or
outside established clearing limits,that are subsequently damaged by the Contractor and are
beyond saving in the opinion of the Engineer,shall be immediately removed and replaced.
E. The locations of the Contractor's storage,and other construction buildings,required temporarily in
the performance of the work,shall be located in cleared portions of the job site within the
permanent easement area or within the designated areas inside the plant as shown on the Drawings
and shall require written approval of the Engineer. The Contractor shall be aware that the area
within the permanent easement is within wetlands or floodplains and all storage and other
construction buildings shall be protected accordingly. The preservation of the landscape shall be
an imperative consideration in the selection of all sites and in the construction of buildings.
_ Drawings showing storage facilities shall be submitted for approval of the Engineer.
F. If the Contractor proposes to construct temporary roads or embankments and excavations for plant
and/or work areas,he/she shall submit the following for approval at least ten days prior to
scheduled start of such temporary work.
1. A layout of all temporary roads,excavations and embankments to be constructed within the
work area.
VC0515So1.110 01110-5 926/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Environmental Protection Procedures
2. Details of temporary road construction. _
3. Drawings and cross sections of proposed embankments and their foundations, including a
description of proposed materials.
4. A landscaping drawing showing the proposed restoration of the area. Removal of any trees
and shrubs outside the limits of existing clearing area shall be indicated. The drawing shall _
also indicate location of required guard posts or barriers required to control vehicular traffic
passing close to trees and shrubs to be maintained undamaged. The drawing shall provide
for the obliteration of construction scars as such and shall provide for a natural appearing
final condition of the area.Modification of the Contractor's approved drawings shall be made
only with the written approval of the Engineer. No unauthorized road construction,
excavation or embankment construction including disposal areas will be permitted.
G. Remove all signs of temporary construction facilities such as haul roads,work areas, structures,
foundations of temporary structures,stockpiles of excess or waste materials, or any other vestiges
of construction as directed by the Engineer. It is anticipated that excavation,filling and plowing
of roadways will be required to restore the area to near natural conditions which will permit the
growth of vegetation thereon. The disturbed areas shall be prepared and seeded as described in
Section 02490,or as approved by the Engineer.
H. All debris and excess material will be disposed of outside wetland or floodplain areas in an
environmentally sound manner. _
3.04 PROTECTION OF AIR QUALITY
A. Burning. The use of burning at the project site for the disposal of refuse and debris will not be
permitted.
B. Dust Control. The Contractor will be required to maintain all excavations,embankment, -
stockpiles, access roads,plant sites,waste areas,borrow areas,and all other work areas within or
without the project boundaries free from dust which could cause the standards for air pollution to
be exceeded,and which would cause a hazard or nuisance to others. -
C. An approved method of stabilization consisting of sprinkling or other similar methods will be
permitted to control dust. The use of petroleum products is prohibited. The use of chlorides may
be permitted with approval from the Engineer.
D. Sprinkling,to be approved,must be repeated at such intervals as to keep all parts of the disturbed _
area at least damp at all times, and the Contractor must have sufficient suitable equipment on the
job to accomplish this if sprinkling is used. Dust control shall be performed as the work proceeds
and whenever a dust nuisance or hazard occurs,as determined by the Engineer.
3.05 MAINTENANCE OF POLLUTION CONTROL FACILITIES DURING CONSTRUCTION
A. During the life of this Contract,maintain all facilities constructed for pollution control as long as
the operations creating the particular pollutant are being carried out or until the material concerned
has become stabilized to the extent that pollution is no longer being created.
vc0515SO1.1 l0 01110-6 926/07 '
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Environmental Protection Procedures
3.06 NOISE CONTROL
A. The Contractor shall make every effort to minimize noises caused by Contractor's operations.
Equipment shall be equipped with silencers or mufflers designed to operate with the least possible
noise in compliance with State and Federal regulations.
END OF SECTION
vc0515so 1.110 01110-7 9/26/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Special Provisions
SECTION 01170
SPECIAL PROVISIONS
PART 1: GENERAL
1.01 GENERAL OBLIGATIONS OF THE CONTRACTOR
A. General obligations of the Contractor shall be as set forth in the Contract Documents. Unless
special payment is specifically provided in the payment paragraphs of the specifications,all
incidental work and expense in connection with the completion of work under the contract will
be considered a subsidiary obligation of the Contractor,and all such costs shall be included in
the appropriate items in the Bid Form in connection with which the costs are incurred.
1.02 SITE INVESTIGATION
A. The Contractor shall satisfy himself as to the conditions existing within the project area,the type
of equipment required to perform the work,the character,quality and quantity of the subsurface
- materials to be encountered insofar as this information is reasonably ascertainable from an
inspection of the site,as well as from information presented by the Drawings and Specifications.
Any failure of the Contractor to acquaint himself with the available information will not relieve
him from the responsibility for estimating properly the difficulty or cost of successfully
performing the work. The Owner assumes no responsibility for any conclusions or interpretation
made by the Contractor on the basis of the information made available by the Owner.
1.03 COORDINATION WITH CITY AGENCIES
A. The Contractor shall supply the Fort Worth Police Department,Fire Department,and Water
Department with the following information:
1. Immediate notification of any gas or water main breaks.
B. The Contractor will be required to reimburse the City for the actual cost of the services of Public
Works Department Personnel required by him during other than regular working hours.
1.04 SERVICES OF MANUFACTURERS'REPRESENTATIVE AND OPERATION MANUALS
A. Bid prices for equipment shall include the cost of a competent representative of the manufac-
turers of all equipment to supervise the installation,adjustment, and testing of the equipment and
to instruct the Owner's operating personnel in operation and maintenance. This supervision may
be divided into two or more time periods as required by the installation program or as directed by
the Engineer.
B. See the detailed Specifications for additional requirements for furnishing the services of
manufacturer's representatives.
- C. A certificate from the manufacturer stating that the installation of the equipment is satisfactory,
that the unit has been satisfactorily tested,is ready for operation,that the operating personnel
+ VC0515so1.170 01170-1 9/26/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Special Provisions
have been suitably instructed in the operation,lubrication,and care of the unit shall be -
submitted.
D. Operation and Maintenance manuals shall be submitted in accordance with Section 01300 and
01730.
1.05 GREASE,OIL AND FUEL _
A. All grease,oil,and fuel required for initial operations and testing of equipment shall be furnished
with the respective equipment. Owner shall be provided with one year's supply of required
lubricants after all testing and initial run-ups have been conducted and lubricants have been
replaced(either according to manufacturer's recommendations/instructions or testing indicates
that lubricants should be replaced(i.e.contamination).
1.06 TOOLS
A. Any special tools(including grease guns or other lubricating devices)which may be necessary
for the adjustment,operation,and maintenance of any equipment shall be furnished with the
respective equipment.
B. Tools shall be furnished in suitable large metal tool boxes with lock and duplicate keys.
1.07 POWER SUPPLY
A. Unless otherwise specified,all motors 1/2 horsepower and larger shall be designed for a power
supply of 480 volts,3 phase,60 Hertz,and all motors 1/3 horsepower and smaller shall be
designed for a power supply of 120 volts,single phase,60 Hertz.
1.08 MOTORS
A. All motors shall have Class F insulation with a Class B temperature rise and a service factor not
less than 1.15.
1.09 MAINTAINING EXISTING ELECTRICAL SERVICE
A. Due to the unique existing conditions and existing electrical requirements and services to remain
during construction,the Contractor shall make all arrangements with local utility company for
pole line extensions,pole relocations,etc., for the temporary electrical service and include all
costs for the temporary service in his bid.
1.10 MAINTENANCE AND LUBRICATION SCHEDULES
A. Each Contractor's attention is directed to Section 01300 for all requirements relative to the
submission of shop and working drawings for the mechanical and electrical and instrumentation
equipment. For all mechanical and electrical equipment furnished,each Contractor shall provide
a list including the equipment name,and address and telephone number of the manufacturer's --
representative and service company so that service and/or spare parts can be readily obtained. In
addition,a maintenance and lubrication schedule for each piece of equipment shall be submitted
along with shop drawings.
VC0515So1.1 70 01170-2 9/26/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Special Provisions
1.11 SHIPMENT AND DELIVERY OF EQUIPMENT
A. Equipment shall not be shipped until approved by the Engineer. The intent of this requirement is
to reduce site storage time prior to installation and/or operation. Under no circumstances shall
equipment be delivered to the site more than one month prior to anticipated installation without
written authorization from the Engineer.
B. During shipment and delivery,the following procedures shall apply:
1. All parts shall be properly protected so that no damage or deterioration will occur during a
prolonged delay between time of shipment and installation,including any prolonged period
at the site.
2. Factory assembled parts and components shall not be disassembled for shipment unless
permission is received in writing from the Engineer.
3. Finished surfaces of all exposed parts shall be properly protected against adverse conditions
that may prevail from time of shipment until ready for operation.
4. All finished surfaces of all exposed flanges shall be protected by wooden blank flanges,
stoutly built,and securely bolted.
5. Finished iron and steel surfaces not painted shall be protected against rust and corrosion.
6. After hydrostatic or other tests,all entrapped water shall be drained,and care taken to
prevent the entrance of water during shipment,storage,and handling.
7. Each box or package shall be legibly marked to show its net weight and contents.
8. Demurrage,or other charges resulting from failure to furnish these items shall be absorbed
by the Contractor.
9. The Contractor shall make suitable provision for the handling and delivery of all equipment
and material at the site.
1.12 STORAGE AND HANDLING OF EQUIPMENT ON SITE
A. Special attention shall be given to the storage and handling of equipment on site. As a minimum,
the procedure outlined below shall be followed:
1. All equipment having moving parts such as gears,electric motors,etc.,and/or instruments
shall be stored in a temperature and humidity controlled building approved by the Engineer,
until such time as the equipment is to be installed.
2. All equipment shall be stored fully lubricated with oil,grease, etc.,unless otherwise
instructed by the manufacturer.
3. Manufacturer's storage instructions shall be carefully studied by the Contractor and
reviewed with the Engineer by him. These instructions shall be carefully followed and a
written record of this kept by the Contractor.
T VC0515So1.170 01170-3 9/26/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Special Provisions
4. Moving parts shall be rotated a minimum of once weekly to ensure proper lubrication and
to avoid metal-to-metal "welding". Upon installation of the equipment,the Contractor shall
start the equipment,at least half load,once weekly for an adequate period of time to ensure
that the equipment does not deteriorate from lack of use. -
5. Lubricants shall be changed upon completion of installation and as frequently as required
thereafter during the period between installation and acceptance. New lubricants shall be r
put into the equipment at the time of acceptance.
6. Prior to acceptance of the equipment,the Contractor shall have the manufacturer inspect the T
equipment to certify that its condition has not been detrimentally affected by the long
storage period. Such certification by the manufacturer shall be deemed to mean that the
equipment is judged by the manufacturer to be in a condition equal to that of equipment that
has been shipped,installed,tested and accepted in a minimum time period. As such,the
manufacturer will guaranty the equipment equally in both instances. If such a certification
is not given,the equipment shall be judged to be defective. It shall be removed and
replaced at the Contractor's expense. -
7. Provide power to equipment space heaters as recommended by manufacturer for storage.
1.13 SPECIAL PRECAUTIONS
A. The Contractor shall be advised that work on the existing chlorine system may be subject to
hazardous gases. The Contractor shall conduct his operations in a manner to safe-guard against
hazards from such gasses up until the time the work is complete. Safe-guards shall include
ventilation system equipment,gas detection equipment,respiratory equipment, and other _
equipment as appropriate for the application.
1.14 OPERATION OF EXISTING PLANT
A. The existing wastewater treatment plant shall remain in service during construction activities as
outlined in Section 01040. The existing plant shall not be shut down during the construction
period. The Contractor shall provide proper coordination of all activities to ensure that the
existing plant remains in service throughout the construction period. The Contractor shall also
provide the Owner's personnel reasonable access throughout the existing plant for operation and
maintenance.
1.15 INSTALLATION OF EQUIPMENT
A. Special care shall be taken to ensure proper alignment of all equipment with particular reference
to the pumps and electric drives.The units shall be carefully aligned on their foundations by
qualified millwrights after their sole plates have been shimmed to true alignment at the anchor -
bolts. The anchor bolts shall be set in place and the nuts tightened against the shims. After the
foundation alignments have been approved by the Engineer,the bedplates or wing feet of the
equipment shall be securely bolted in place. The alignment of equipment shall be further
checked after securing to the foundations,and after confirmation of all alignments,the sole
plates shall be finally grouted in place. The Contractor shall be responsible for the exact
alignment of equipment with associated piping and under no circumstances,will "pipe
springing"be allowed.
VC0515S01.170 01170-4 9/262007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Special Provisions
B. All wedges,shims,filling pieces,keys,packing,grout,or other materials necessary to properly
align,level and secure apparatus in place shall be furnished by the Contractor. All parts
intended to be plumb or level must be proven exactly so. Perform all grinding necessary to
bring parts to proper bearing after erection.
1.16 SLEEVES AND OPENINGS
A. The Contractor shall provide all openings,channels,chases,etc, in new construction and furnish
and install anchor bolts and other items to be embedded in concrete,as required to complete the
work under this Contract. The Contractor shall do all cutting,coring and rough and fmish
patching required in existing construction for the work of all trades.
B. Subcontractors shall furnish all sleeves, inserts,hangers,anchor bolts,etc.,required for the
execution of their work. It shall be their responsibility before the work of the Contractor is
begun to furnish him/her with the above items and with templates,drawings or written
information covering chases,openings,etc.,which they require and to follow up the work of the
Contractor as it progresses,making sure that their drawings and written instructions are
followed. Failing to do this,they shall be responsible for the cost of any corrective measures
which may be required to provide necessary openings,etc. If the Contractor fails to follow the
directions given him/her,covering details and locations of openings,etc,he/she shall be
responsible for any cutting and refinishing required to make the necessary corrections. In no
case shall beams, lintels,or other structural members be cut without the approval of the
Engineer.
1.17 PIPE MARKING
A. Pipe marking is included in Division 9 under Painting,but it shall be the Contractor's
responsibility to assist,as required by the Engineer,in identifying pipe contents,direction of
flow and all else required for proper marking of pipe.
1.18 VALVE IDENTIFICATION
A. The Contractor shall prepare a valve schedule for all valves required for the Work showing a
number,the location,type,function,and normal operating position for each valve. The
schedule shall be submitted to the Engineer for approval not less than 120 days prior to start-up.
B. The Contractor shall furnish tags for all valves required for the Work. Valve tags shall be 2-in
diameter, 19 gauge,brass or plastic, with brass hooks suitable for attaching the tag to the valve
operator. Tags shall be stamped or etched with the valve number and the information on the
valve schedule coded in a system provided by the Owner. Submit two samples of the type of tag
proposed and the manufacturer's standard color chart and letter styles to the Engineer for
approval.
C. The Contractor shall install valve tags on all valves required for the Work.
1.19 NOISE LIMITATIONS
A. All equipment to be furnished under this Contract,unless specified otherwise in the technical
specifications,shall be designed to ensure that the sound pressure level does not exceed 85
decibels over a frequency range of 37.8 to 9600 cycles per second at a distance of three feet
VC0515S01.170 01170-5 9/26/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Special Provisions
from any portion of the equipment,under any load condition,when tested using standard
equipment and methods. Noise levels shall include the noise from the motor. Mufflers or
external baffles shall not be acceptable for the purpose of reducing noise. Data on noise levels
shall be included with the shop drawing submittal.
1.20 SPARE PARTS
A. Spare parts for certain equipment have been specified in the pertinent Sections of the
Specifications. The Contractor shall collect and store all spare parts so required in an area to be
designated by the Engineer. In addition,the Contractor shall furnish to the Engineer an
inventory listing all spare parts,the equipment they are associated with,the name and address of
the supplier and the delivered cost of each item. Copies of actual invoices for each item shall be
furnished with the inventory to substantiate the delivery cost.
B. Spare parts shall be packed in cartons,properly labeled with indelible markings with complete
descriptive information including manufacturer,part number,part name and equipment for
which the part is to be used and shall be properly treated for one year of storage. '
1.21 WEATHER PROTECTION
A. In the event of inclement weather,the Contractor shall protect the Work and materials from
damage or injury from the weather. If,in the opinion of the Engineer,any portion of the Work
or materials has been damaged by reason of failure on the part of the Contractor to so protect
the Work, such Work and materials shall be removed and replaced with new materials and
Work to the satisfaction of the Engineer.
PART 2: PRODUCTS (NOT USED)
PART 3: EXECUTION (NOT USED)
END OF SECTION
VC0515SO1.170 01170-6 9/26/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Project Meetings
SECTION 01200
PROJECT MEETINGS
PART 1: GENERAL
1.01 SCOPE OF WORK
A. Schedule,attend, and administer as specified preconstruction conference,periodic progress
meetings,and specially called meetings throughout progress of the Work.
B. Representatives of Contractor,subcontractors and suppliers attending meetings shall be
qualified and authorized to act on behalf of the entity each represents.
C. Meetings administered by Engineer may be tape recorded.If recorded,tapes will be used to
prepare minutes and retained by Engineer for future reference.
D. Meetings,in addition to those specified in this Section,may be held when requested by the
Owner,Engineer or Contractor.
1.02 RELATED WORK
- A. Pre bid conference is included in Information to Bidders.
1.03 PRECONSTRUCTION CONFERENCE
A. A preconstruction conference will be held within ten days after award of Contract and before
Work is started. The conference will be scheduled and administered by the Engineer.
B. The Engineer will preside at the conference,prepare the minutes of the meeting and distribute
copies of same to all participants who so request by fully completing the attendance form to be
circulated at the beginning of the conference.
C. Attendance:
1. Contractor's project manager.
2. Contractor's superintendent.
3. Any subcontractor or supplier representatives whom the Contractor may desire to invite or
the Owner may request.
4. Construction Manager or Resident-Engineer.
5. Engineer's representatives.
6. Owner's representatives.
7. Others as appropriate.
VC0515So1.200 01200-1 9/25/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant T
Trinity River Parallel Siphon Project
Project Meetings
D. Preliminary Agenda: _
1. Schedule.
2. Construction Scheduling,including critical path. -
3. Designation of responsible personnel.
4. Authority of Contractor.
S. Authority of Construction Manager and Engineer.
6. Submittals.
7. Procedures for Change Orders,CMRs,PCMS,Field Orders,RFIs,etc.
8. Record Drawings.
9. Quality control.
10. Safety Procedures.
11. Temporary construction facilities.
12. Use of City Facilities.
13. Security and Work after Normal Hours.
14. Measurement and payment.
15. City Administrative Procedures,including MME procedures.
1.04 PROGRESS MEETINGS
A. Formal project coordination meetings will be held periodically(not more than once weekly,nor
less than once monthly). Meetings will be scheduled and administered by the Construction
Manager. Additional progress meetings to discuss specific topics will be conducted on an as-
needed basis. Such additional meeting shall include but not be limited to:
1. Coordinating plant/equipment shutdowns.
2. Installation of equipment. -
3. Start-up of equipment or plant.
4. Problem Area Resolutions.
5. Equipment approval.
VC0515S01.200 01200-2 9/25/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Project Meetings
B. The Construction Manager will preside at progress meetings,prepare the minutes of the meeting
and distribute copies of same to all participants who so request by fully completing the.
attendance form to be circulated at the beginning of each meeting.
C. Attendance: Same as preconstruction conference.
D. Preliminary Agenda:
1. Review,approval of minutes of previous meeting.
2. Review of work progress since previous meeting.
3. Field observations,problems,conflicts.
4. Problems which impede construction schedule.
5. Review of off-site fabrication,delivery schedules.
6. Review of construction interfacing and sequencing requirements with other construction
contracts.
7. Corrective measures and procedures to regain projected schedule.
8. Revisions to construction schedule.
9. Progress,schedule,during succeeding work period.
10. Coordination of schedules.
11. Review submittal schedules.
12. Maintenance of quality standards.
13. Pending changes and substitutions.
14. Review proposed changes for:
a. Effect on construction schedule and on completion date.
b. Effect on other contracts of the Project.
15. Review Record Documents.
16. Review monthly pay request.
PART 2: PRODUCTS(NOT USED)
PART 3: EXECUTION(NOT USED)
END OF SECTION
VC0515So1s00 01200-3 9n5n007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Submittals
SECTION 01300
SUBMITTALS
PART 1: GENERAL
1.01 DESCRIPTION OF REQUIREMENTS
A. This Section specifies the general methods and requirements of submissions applicable to the
following work-related submittals: Shop Drawings,Product Data, Samples,Mock Ups,
Construction Photographs,and Construction or Submittal Schedules. Detailed submittal
requirements will be specified in the technical specifications sections.
B. All submittals shall be clearly identified by reference to Specification Section,Paragraph,Drawing
No.or Detail as applicable. Submittals shall be clear and legible and of sufficient size for
sufficient presentation of data.
1.02 SHOP DRAWINGS,PRODUCT DATA, SAMPLES
A. Shop Drawings
1. Shop drawings,as specified in individual work Sections include,but are not necessarily
limited to,custom-prepared data such as fabrication and erection/installation(working)
drawings,scheduled information,setting diagrams,actual shopwork manufacturing
instructions,custom templates,special wiring diagrams,coordination drawings, individual
system or equipment inspection and test reports including performance curves and
certifications,as applicable to the Work.
2. All shop drawings submitted by subcontractors for approval shall be sent directly to the
Contractor for checking. The Contractor shall be responsible for their submission at the
proper time so as to prevent delays in delivery of materials.
3. The Contractor shall check all subcontractor's shop drawings regarding measurements, size
of members,materials,and details to satisfy himself that they conform to the intent of the
Drawings and Specifications. Shop drawings found to be inaccurate or otherwise in error
shall be returned to the subcontractors for correction before submission thereof.
4. All details on shop drawings submitted for approval shall show clearly the relation of the
various parts to the main members and lines of the structure,and where correct fabrication of
the work depends upon field measurements,such measurements shall be made and noted on
the drawings before being submitted for approval.
B. Product Data
1. Product data as specified in individual Sections,include,but are not necessarily limited to,
standard prepared data for manufactured products(sometimes referred to as catalog data),
such as the manufacturer's product specification and installation instructions,availability of
colors and patterns,manufacturer's printed statements of compliances and applicability,
roughing-in diagrams and templates,catalog cuts,product photographs,standard wiring
diagrams,printed performance curves and operational-range diagrams,production or quality
control inspection and test reports and certifications,mill reports,product operating and
maintenance instructions and recommended spare-parts listing and printed product
warranties,as applicable to the Work.
VC0515S01.300 01300-1 9l26/07
City of Fort Worth
Village Creek Wastewater Treatment Plant _
Trinity River Parallel Siphon Project
Submittals
C. Samples -
1. Samples specified in individual Sections, include,but are not necessarily limited to,physical
examples of the work such as sections of manufactured or fabricated work,small cuts or
containers of materials,complete units of repetitively-used products,color/texture/pattern
swatches and range sets,specimens for coordination of visual effect,graphic symbols and
units of work to be used by the Engineer or Owner for independent inspection and testing,as
applicable to the Work.
1.03 CONTRACTOR'S RESPONSIBILITIES
A. The Contractor shall review shop drawings,product data and samples, including those by -
subcontractors,prior to submission to the Engineer to determine and verify the following:
1. Field measurements
2. Field construction criteria
3. Catalog numbers and similar data -
4. Conformance with the Specifications and Plans
B. Each shop drawing,sample and product data submitted by the Contractor shall have affixed to it
the following Certification Statement including the Contractor's Company name and signed by the
Contractor: "Certification Statement:By this submittal,I hereby represent that I have
determined and verified field measurements,field construction criteria,materials, —
dimensions,catalog numbers and similar data and I have checked and coordinated each
item with other applicable approved shop drawings." Shop drawings larger than 8 1/2"x I I
shall be folded to 8 1/2"x 11". Shop drawings and product data sheets shall be bound together in _
an orderly fashion and bear the above Certification Statement on the cover sheet. The cover sheet
shall fully describe the packaged data and include a listing of all items within the package.
Provide to the Construction Manager a copy of each submittal transmittal sheet for shop drawings,
product data and samples at the time of submittal of said drawings,product data and samples to
the Engineer.
C. The Contractor shall follow the submittal numbering requirements provided in Paragraph D-40 of
the Special Conditions. In addition,the Contractor shall utilize an 8-character submittal cross-
reference identification numbering system in the following manner:
1. The first five digits shall be the applicable Specification Section Number.
2. The next two digits shall be the numbers 01-99 to sequentially number each initial separate
item or drawing submitted under each specific Section number.
3. The last character shall be a letter,A-Z,indicating the resubmission of the same Drawing
(i.e.Amend submission,B=3rd submission,C=4th submission,etc.). A typical submittal
number would be as follows: -
3300-08-B
03300 =Specification Section for Concrete
08 =The eighth initial submittal under this specification section
B =The third submission(second resubmission)of that particular shop drawing
D. Notify the Engineer in writing,at the time of submittal,of any deviations in the submittals from
the requirements of the Contract Documents.
VC0515so1.300 01300-2 M6107
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Submittals
E. The review and approval of shop drawings,samples or product data by the Engineer shall not
relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the
Contract. All risks of error and omission are assumed by the Contractor and the Engineer will
have no responsibility therefor.
F. No portion of the work requiring a shop drawing,sample,or product data shall be started nor shall
any materials be fabricated or installed prior to the approval or qualified approval of such item.
- Fabrication performed,materials purchased or on-site construction accomplished which does not
conform to approved shop drawings and data shall be at the Contractor's risk. The Owner will not
be liable for any expense or delay due to corrections or remedies required to accomplish
conformity.
G. Project work,materials,fabrication,and installation shall conform with approved shop drawings,
applicable samples,and product data.
1.04 SUBMISSION REQUIREMENTS
A. Make submittals promptly in accordance with approved schedule,and in such sequence as to
cause no delay in the Work or in the work of any other contractor.
B. Each submittal,appropriately coded,will be returned within 21 Calendar Days following receipt
of submittal by the Engineer.
C. Number of submittals required:
1. Shop Drawings as defined in Paragraph 1.02 A: Seven copies for submittals. (If Contractor
requires more than three copies of Shop Drawings returned,Contractor shall submit more
than the number of copies listed above.)
2. Product Data as defined in Paragraph 1.02 B: Three copies.
3. Samples: Submit the number stated in the respective Specification Sections.
D. Submittals shall contain:
1. The date of submission and the dates of any previous submissions.
2. The Project title and number.
3. Contractor identification.
4. The names of:
a. Contractor
b. Supplier
c. Manufacturer
r 5. Identification of the product,with the specification section number,page and paragraph(s).
6. Field dimensions,clearly identified as such.
- 7. Relation to adjacent or critical features of the Work or materials.
8. Applicable standards,such as ASTM or Federal Specification numbers.
VC0515S01.300 01300-3 9/26/07
City of Fort Worth
Village Creek Wastewater Treatment Plant r
Trinity River Parallel Siphon Project
Submittals
9. Identification of all deviations(by colored highlighting)from Contract Documents.
10. Identification of revisions(by colored highlighting)on resubmittals.
11. An 8-in by 3-in blank space for Contractor and Engineer stamps.
1.05 REVIEW OF SHOP DRAWINGS,PRODUCT DATA,WORKING DRAWINGS AND
SAMPLES
A. The review of shop drawings,data,and samples will be for general conformance with the design
concept and Contract Documents. They shall not be construed as:
1. permitting any departure from the Contract requirements;
2. relieving the Contractor of responsibility for any errors,including details,dimensions,and _
materials;and/or
3. approving departures from details furnished by the Engineer,except as otherwise provided
herein.
B. The Contractor remains responsible for details and accuracy,for coordinating the work with all
other associated work and trades,for selecting fabrication processes,for techniques of assembly, _
and for performing work in a safe manner.
C. If the shop drawings,data or samples as submitted describe variations and show a departure from
the Contract requirements which Engineer finds to be in the interest of the Owner and to be so -
minor as not to involve a change in Contract Price or time for performance,the Engineer may
return the reviewed drawings without noting an exception.
D. Submittals will be returned to the Contractor under one of the following codes.
Code 1 X "APPROVED" is assigned when there are no notations or comments on the
submittal. When returned under this code the Contractor may release the equipment -
and/or material for manufacture.
Code 2 X "APPROVED AS NOTED". This code is assigned when a confirmation of the
notations and comments IS NOT required by the Contractor. The Contractor may T
release the equipment or material for manufacture;however,all notations and
comments must be incorporated into the final product.
Code 3 X "APPROVED AS NOTED/CONFIRM". This combination of codes is assigned
when a confirmation of the notations and comments IS required by the Contractor.
The Contractor may release the equipment or material for manufacture;however,all
notations and comments must be incorporated into the final product. This
confirmation shall specifically address each omission and nonconforming item that
was noted. Confirmation is to be received by the Engineer within 15 calendar days
of the date of the Engineers transmittal requiring the confirmation.
Code 4 X "APPROVED AS NOTED/RESUBMIT". This combination of codes is assigned
when notations and comments are extensive enough to require a resubmittal of the
package. The Contractor may release the equipment or material for manufacture; `
however,all notations and comments must be incorporated into the final product.
This resubmittal is to address all comments,omissions and non-conforming items
that were noted. Resubmittal is to be received by the Engineer within 15 calendar
days of the date of the Engineers transmittal requiring the resubmittal.
VC05 i 5So i.3oo 01300-4 926ro7 -
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Submittals
Code 5 X 'NOT APPROVED" is assigned when the submittal does not meet the intent of the
Contract Documents. The Contractor must resubmit the entire package revised to
bring the submittal into conformance. It may be necessary to resubmit using a
different manufacturer/vendor to meet the Contract Documents.
Code 6 X "COMMENTS ATTACHED" is assigned where there are comments attached to the
returned submittal which provide additional data to aid the Contractor.
Codes 1 through 5 designate the status of the reviewed submittal with Code 6 showing there has
been an attachment of additional data.
E. Resubmittals will be handled in the same manner as first submittals. On resubmittals the
Contractor shall direct specific attention,in writing on the letter of transmittal and on resubmitted
shop drawings by use of revision triangles and colored highlighting or other Engineer approved
similar methods,to revisions other than the corrections requested by the Engineer,on previous
submissions. Any such revisions which are not clearly identified shall be made at the risk of the
Contractor. The Contractor shall make corrections to any work done because of this type revision
that is not in accordance to the Contract Documents as may be required by the Engineer.
F. Partial submittals may not be reviewed. The Engineer will be the only judge as to the
completeness of a submittal. Submittals not complete will be returned to the Contractor,and will
- be considered"Not Approved"until resubmitted. The Engineer may at his/her option provide a
list or mark the submittal directing the Contractor to the areas that are incomplete.
G. If the Contractor considers any correction indicated on the shop drawings to constitute a change to
the Contract Documents,the Contractor shall give written notice thereof to the Engineer at least
seven working days prior to release for manufacture.
H. When the shop drawings have been completed to the satisfaction of the Engineer,the Contractor
shall carry out the construction in accordance therewith and shall make no further changes therein
except upon written instructions from the Engineer.
1.06 DISTRIBUTION
A. Distribute reproductions of approved shop drawings and copies of approved product data and
samples,where required,to the job site file and elsewhere as directed by the Engineer. Number of
copies shall be as directed by the Engineer but shall not exceed the number specified in Paragraph
1.04C.
1.07 MOCKUPS
A. Mock Up units as specified in individual Sections,-include but are not necessarily limited to,
complete units of the standard of acceptance for that type of work to be used on the Project.
Remove at the completion of the Work or when directed.
1.08 CONSTRUCTION PHOTOGRAPHS
A. The Contractor shall take photographs of the project site prior to construction,monthly during the
construction of the project and after completion of the project. Photographs shall be taken with a
quality 35mm or better quality date back camera,with lenses ranging from wide angle to 135mm.
Photographs shall be taken at locations designated by the Engineer.
B. Two glossy color 3"x 5"prints negative and electronic files shall be provided for each photograph
taken. Each print shall be neatly marked on the reverse side to indicate project name,date and
time, location,direction of exposure,and a description of what is being photographed and photo
VC0515S01.300 01300-5 9126/07
City of Fort Worth
Village Creek Wastewater Treatment Plant _
Trinity River Parallel Siphon Project
Submittals
number. Prints shall be clear and sharp with proper exposure. If prints of adequate quality are not
produced form exposures,additional photographs shall be taken immediately.
C. Photos shall be placed in 3-hole punched clear protective plastic sheets for insertion into three ring
heavy duty binders. Dividers shall be provided to separate monthly photos. Dividers shall
indicate month and year.
D. A photo listing sheet shall be included in front of and facing each plastic sheet. The photo listing _
sheet shall list each photograph on the facing page with the project name,date and time,location,
direction of exposure,and description of what is being photographed.
E. Three ring binders shall be provided for the photos and shall include on the covers and spine,the -
project name,starting and ending date,and volume number of photographs contained in the
binder.
F. The Contractor shall provide twenty-four(24)photographs of the site prior to construction.
Starting one month after the date of the preconstruction photographs,and continuing as long as the
work is in progress,twenty four(24)monthly photographs shall be taken to accurately record the
work that has progressed during that period. Photographs are to be submitted with the monthly
Partial Pay Request in plastic binders.
G. Contractor shall provide two copies of the electronic files of photographs on DVD.Folders on
DVD shall be organized by month.Name of photo shall be consistent with hard copy photos.The
photo listing sheet shall also be included on the DVD.
H. After the project has been completed and all construction trailers,materials,etc.,have been
removed,the Contractor shall employ a professional photographer approved by the Engineer to
photograph the project. Twenty-four(24)photographs shall be taken. Two(2)eight by ten
(8"x10")glossy color prints and negatives shall be provided for each photograph. Negatives shall
be of a quality to permit enlargements.
1.09 PROFESSIONAL ENGINEER(P.E.)CERTIFICATION FORM
A. If specifically required in other Sections of these Specifications,the Contractor shall submit a P.E.
Certification for each item required, in the form attached to this Section,completely filled in and
stamped.
1.10 GENERAL PROCEDURES FOR SUBMITTALS
A. Coordination of Submittal Times: Prepare and transmit each submittal sufficiently in advance of
performing the related work or other applicable activities,or within the time specified in the
individual work sections,of the Specifications,so that the installation will not be delayed by
processing times including disapproval and resubmittal(if required),coordination with other
submittals,testing,purchasing,fabrication,delivery and similar sequenced activities. No
extension of time will be authorized because of the Contractor's failure to transmit submittals
sufficiently in advance of the Work.
1.11 REPETITIVE REVIEW
A. Submittals for each item will be reviewed no more than twice at the Owner's expense. All
subsequent reviews will be performed at times convenient to the Engineer and at the Contractor's -
expense,based on the Engineer's then prevailing rates. The Contractor shall deduct from the pay
estimate within 30 calendar days for all such fees invoiced to the Owner by the Engineer.
B. The need for more than one resubmission or any other delay in obtaining Engineer's review of
submittals,will not entitle the Contractor to an extension of Contract Time.
VC0515so1300 01300-6 926/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Submittals
PART 2: PRODUCTS (NOT USED)
PART 3: EXECUTION (NOT USED)
END OF SECTION
VC0515So1.300 01300-7 9126H)7
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Submittals
P.E.CERTIFICATION FORM
The undersigned hereby certifies that he/she is a Professional Engineer registered in the State of
Texas and that he/she has been employed by
(Name of Contractor)
to design
(Insert P.E.Responsibilities)
in accordance with Specification Section for the Village Creek Wastewater Treatment Plant—Trinity River
Pipeline Crossing(Parallel Siphon)Project.
The undersigned further certifies that he/she has performed the design of the
(Insert P.E.Responsibilities)
that said design is in conformance with all applicable local,State and Federal codes,rules and regulations,and
that his/her signature and P.E.stamp have been affixed to all calculations and drawings used in,and resulting
from,the design.
The undersigned hereby agrees to make all original design drawings and calculations available to the City
of Fort Worth or Owner's representative within seven days following written request therefor by the Owner.
P.E.Name Contractor's Name
Signature Signature
_ Address Title
Address
VC0515S01.300 01300-8 926/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Progress Schedule and Repass
SECTION 01315
PROGRESS SCHEDULE AND REPORTS
PART 1: GENERAL
1.01 PROGRAM DESCRIPTION
A. A Critical Path Method(CPM)construction schedule shall be used to control the work of this
Contract and to provide a definitive basis for determining job progress. The construction
schedule shall be prepared by the Contractor. Work shall be performed in compliance with the
established CPM schedule and the Contractor and his subcontractors shall be responsible for
cooperating fully with the Owner in effectively utilizing the CPM schedule.
B. The CPM schedule to be prepared and submitted by the Contractor shall consist of a CPM
network(diagram of activities)and a computer-generated schedule(print-out)as specified. The
format shall be the activity-on-node precedence network as indicated on the Preliminary
Guideline CPM Schedule.
C. The Contractor shall utilize PRIMAVERA and PRIlVIAVISION or equal scheduling program in
analyzing the construction schedules. If the Contractor desires to utilize a different scheduling
program than PRIMAVERA and PRIMAVISION to prepare its schedules,it must first obtain
approval of the Owner. Contractor shall provide one authorized copy of the scheduling software
to the Owner.
D. Within ten calendar days following written Notice to Proceed,the Contractor is to submit to the
Owner for review and approval a Preliminary Guideline CPM Schedule covering the first 60
calendar days of work to be performed.
E. A Preliminary Guideline CPM Schedule shall include:
1. Illustrate a feasible CPM schedule for completion of the Work under this Contract within the
time specified.
2. Provide an elementary example of a CPM schedule in the format to be used for the detailed
CPM schedule specified. The Preliminary Guideline CPM Schedule is not as detailed as the
CPM schedule required under this Contract.
3. Establish mandatory milestone dates. Milestones are designated on the Preliminary
Guideline CPM Schedule with asterisks.
F. The Preliminary Guideline CPM Schedule is not to be considered binding except for the time
required for contract completion and the mandatory milestones.
G. The Contractor shall develop his own outline of the Work and prepare his proposed CPM
schedule. Contractor shall reference the construction constraints and sequencing issues presented
in Section 01040. The computer-based schedule shall be the product of a recognized commercial
computer software producer and shall meet all of the requirements specified.
VC0515S01.315 01315-1 9MM07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Progress Schedule and Reports
1.02 NETWORK REQUIREMENTS -
A. The network shall show the order and interdependence of activities and the sequence in which the
work is to be accomplished as planned by the Contractor. The basic concept of a network
analysis diagram shall be followed to show how the start of a given activity is dependent on the
completion of preceding activities and its completion restricts the start of the following activities.
B. Detailed network activities shall include: construction activities,the submittal and approval of
samples of materials and Shop Drawings,the procurement of materials and equipment,
fabrication of materials and equipment and their delivery,installation,and testing,start-up and
training. The Contractor shall break the work into activities with durations no longer than 20
working days each,except as to nonconstruction activities(such as procurement of materials and
delivery of equipment)and any other activities for which the Owner may approve the showing of
longer duration. To the extent feasible,activities related to a specific physical area of the work
shall be grouped on the network for ease of understanding and simplification.
C. Separate activities shall be provided for each significant identifiable function in each trade area in
each facility. Activities shall show duration and remaining duration.Specific activities which
shall be included are: interface work between the Contractor and other contractors,subcontract
work,interface work between subcontractors and between the Contractor and subcontractors, -
leakage tests of tanks and pipelines,electrical connections to each item of equipment,supplier
and manufacturer technical assistance,mechanical connections to each item of equipment,tests,
concrete finishing,each item of site work, (including restraints on other activities),and utilities,
fuels and chemicals.
D. Each activity on the network shall have the following indicated on the node representing it.
1. Duration and remaining duration for those activities in progress.
2. A five character(or less)code indicative of the party responsible for accomplishing the
activity.
3. A brief description of the activity.
E. The selection and number of activities shall be subject to the Owner's approval. The detailed
network shall be time scaled. In addition to the brief description,the Contractor shall submit a
separate list of activities containing a detailed narrative of the scope of each activity,including the
trades and subcontractors involved,the activity duration,and the cost of each activity as it
pertains to the pay items on the Schedule of Values. The cost for each work activity shall include
mobilization,materials,labor, equipment,overhead,and profit.
F. To the extent that the network or any revision thereof shows anything not jointly agreed upon or -_
fails to show anything jointly agreed upon,it shall not be deemed to have been approved by the
Owner.Failure to include on a network any element of work required for the performance of this
Contract shall not excuse the Contractor from completing work required within any applicable
completion date,notwithstanding the review of the network by the Owner.
G. Except where earlier completions are specified,CPM schedules which show completion of work -
prior to the Contract completion date may be approved by the Owner but in no event shall be
acceptable as a basis for claim for delay against the Owner by the Contractor.
VC0515S01.315 01315-2 9/25/2007
City of Fort Worth
— Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Progress Schedule and Reports
1.03 COMPUTER-GENERATED SCHEDULE REQUIREMENTS
A. Each computer-generated schedule submittal from the CPM activity network shall include the
following tabulations: a list of activities in numerical order,a list of activity precedences,a
schedule sequenced by Early Start Date,and a schedule sequenced by Total Float. Each schedule
shall include the following minimum items:
- 1. Activity numbers
2. Estimated duration
3. Activity description
4. Early start date(calendar dated)
5. Early finish date(calendar dated)
6. Latest start date(calendar dated)
7. Latest finish date(calendar dated)
8. Status(whether critical)
9. Total float and free float.
_ 10. Total cost of each activity.
B. In addition,each schedule shall be prefaced with the following summary data:
1. Contract name and number
2. Contractor's name
3. Contract duration
4. Contract schedule
5. The effective or starting date of the schedule(the date indicated in the Notice to Proceed).
C. A narrative shall accompany the diagram providing for each activity:
1. Activity number
2. Activity description
3. Predecessors
w 4. Successors
VC0515S01.315 01315-3 MM2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Progress Schedule and Reports
D. Advise the Owner of the calendar used for the Schedule. The Calendar should be based on the
actual work week anticipated by the Contractor;whether 5,6 or 7 days a week will be worked.
1.04 INITIAL CONFERENCE _
A. Within 10 days following the receipt of the Notice to Proceed,the Contractor shall meet with the
Owner to discuss and agree on the proposed standards for the CPM schedule. At this conference
the Contractor shall submit to the Owner a preliminary network defining the planned operations
during the first 60 calendar days after Notice to Proceed. The Contractor's general approach for
the balance of the Project shall be indicated. Cost of activities expected to be completed or
partially completed before submission and approval of the complete network shall be included.
1.05 APPROVED CPM SCHEDULE
A. Within 45 days following the receipt of the Notice to Proceed,the Contractor shall submit two
prints of the proposed CPM activity network and a computer-generated schedule to the Owner.
Following review by the Owner,the Contractor shall incorporate the Owner's comments into the -
network and submit five prints and one reproducible of the revised network and two copies of the
generated schedule. This final submittal shall be delivered to the Owner within 60 days after the
Notice to Proceed.
B. CPM schedules which contain activities showing negative float or which extend beyond the
Contract completion date in the computer-generated schedule will not be approved.
C. The Contractor shall participate in the initial review and evaluation of the proposed network
diagram and schedule by the Owner. The approved network shall then be the approved CPM
schedule to be used by the Contractor for planning,organizing and directing the work,and
reporting progress.
D. Approval of the CPM activity network by the Owner is advisory only and shall not relieve the T
Contractor of responsibility for accomplishing the work within the contract completion date.
Omissions and errors in the approved CPM schedule shall not excuse performance less than that
required by the Contract. Approval by the Owner in no way makes the Owner an insurer of the
CPM schedule's success or liable for time or cost overruns flowing from its shortcomings. The
Owner hereby disclaims any obligation or liability by reason of approval of the CPM schedule.
E. The network shall be submitted on sheets 22 inches x 34 inches,and may be divided into as many
separate sheets as required.
1.06 PROGRESS REPORTING
A. Progress shall be reported on a monthly basis. The Contractor and Owner shall evaluate the
status of the work at the end of each month;to show actual progress and to identify problem
areas. Between the 1st and the 5th of each month the Contractor shall submit a preliminary
updated schedule with narrative using the end of the month as the Data Date. A final schedule
update shall be submitted by the 10th day of each month.
VC0515So1.315 01315-4 9nsn007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Progress Schedule and Reports
B. The progress and associated costs shown on the CPM each month shall be used in determining
the amounts to be paid through the Pay Estimate each month. Activities as they pertain to the pay
items of the base bid schedule will be separately totalled for the cost of each activity and value of
work in place for this period.
1.07 RESPONSIBILITY FOR SCHEDULE COMPLIANCE
A. Whenever it becomes apparent from the current CPM schedule and CPM Status Report that
delays to the critical path have resulted and the Contract completion date will not be met,or when
so directed by the Owner,the Contractor shall take some or all of the following actions at no
additional cost to the Owner. He shall submit to the Owner for approval,a written statement of
the steps he intends to take to remove or arrest the delay to the critical path in the approved
schedule.
1. Increase construction manpower in such quantities and crafts as will substantially eliminate
the backlog of work.
2. Increase the number of working hours per shift, shifts per day,working days per week,the
amount of construction equipment,or any combination of the foregoing, sufficiently to
substantially eliminate the backlog of work.
3. Reschedule activities to achieve maximum practical concurrency of accomplishment of
activities,and comply with the revised schedule.
B. If when so requested by the Owner,the Contractor should fail to submit a written statement of the
steps he intends to take or should fail to take such steps as approved by the Owner,the Owner
may direct the Contractor to increase the level of effort in manpower(trades), equipment,and
work schedule(overtime,weekend and holiday work,etc.)to be employed by the Contractor in
order to remove or arrest the delay to the critical path in the approved schedule,and the
Contractor shall promptly provide such level of effort at no additional cost to the Owner.
1.08 ADJUSTMENT OF CONTRACT SCHEDULE AND COMPLETION TIME
A. If the Contractor desires to make changes in his method of operating which affect the approved
CPM schedule,he shall notify the Owner in writing stating what changes are proposed and the
reason for the change. If the Owner approves these changes,the Contractor shall revise and
submit for approval,without additional cost to the Owner,all of the affected portions of the CPM
network. The CPM schedule shall be adjusted by the Contractor only after prior approval of his
proposed changes by the Owner. Adjustments may consist of changing portions of the activity
sequence,activity durations,division of approved activities,or other adjustments as may be
approved by the Owner.The addition of extraneous,non-working activities and activities which
add unapproved restraints to the CPM schedule shall not be approved.
B. If the completion of any activity,whether or not critical, falls more than 100 percent behind its
approved duration,the Contractor shall submit for approval a schedule adjustment showing each
such activity divided into two activities reflecting completed versus uncompleted work.
C. Shop Drawings which are not approved on the first submittal or within the schedule time,and
equipment which do not pass the specified tests shall be immediately rescheduled.
VC0515So1315 01315-5 9/25/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant _
Trinity River Parallel Siphon Project
Progress Schedule and Reports
D. The Contract completion time will be adjusted only for causes specified in this Contract. In the
event the Contractor requests an extension of any Contract completion date,he shall furnish such
justification and supporting evidence as the Owner may deem necessary to determine whether the
Contractor is entitled to an extension of time under the provisions of this Contract. The Owner ,
will,after receipt of such justification and supporting evidence,make findings of fact and will
advise the Contractor in writing thereof. If the Owner finds that the Contractor is entitled to any
extension of any Contract completion date,the Owner's determination as to the total number of _
days extension shall be based upon the currently approved CPM schedule and on all data relevant
to the extension.Such data shall be included in the next updating of the schedule. Actual delays
in activities which,according to the CPM schedule,do not affect any Contract completion date
shown by the critical path in the network will not be the basis for a change therein.
E. Each request for change in Contract completion date shall be submitted by the Contractor to the
Owner within 30 days after the beginning of the delay for which a time extension is requested but
before the date of final payment under this Contract. No time extension will be granted for
requests which are not submitted within the foregoing time limit.
1. From time to time it may be necessary for the Contract schedule or completion time to be
adjusted by the Owner to reflect the effects of job conditions,weather,technical difficulties,
strikes,unavoidable delays on the part of the Owner or its representatives,and other -
unforeseeable conditions which may indicate schedule adjustments or completion time
extensions. Under such conditions,the Owner will direct the Contractor to reschedule the
work or Contract completion time to reflect the changed conditions,and the Contractor shall
revise his schedule accordingly. No additional compensation will be made to the Contractor
for such schedule changes except for unavoidable overall contract time extensions beyond
the actual completion of unaffected work,in which case the Contractor shall take all possible
action to minimize any time extension and any additional cost to the Owner. Available float
time in the CPM schedule may be used by the Owner as well as by the Contractor.
F. Float or slack time is defined as the amount of time between the earliest start date and the latest
start date or between the earliest finish date and the latest finish date of a chain of activities on the
CPM.Float or slack time is not for the exclusive use or benefit of either the Contractor or the
Owner. Contractor's work shall proceed according to early start dates,and the Owner shall have
the right to reserve and apportion float time according to the needs of the project. The Contractor
acknowledges and agrees that actual delays,affecting paths of activities containing float time,will
not have any affect upon contract completion times,providing that the actual delay does not
exceed the float time associated with those activities.
1.09 COORDINATING SCHEDULES WITH OTHER CONTRACT SCHEDULES
A. Where work is to be performed under this Contract concurrently with or contingent upon work
performed on the same facilities or area under other contracts,the Contractor's CPM Schedule
shall be coordinated with the schedules of the other contracts. The Contractor shall obtain the
schedules of the other appropriate contracts from the Owner for the preparation and updating of
his CPM schedule and shall make the required changes in his schedule when indicated by �.
changes in corresponding schedules.
VC0515S01.315 01315-6 9t2V2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Progress Schedule and Reports
B. In case of interference between the operations of different contractors,the Owner will determine
the work priority of each contractor and the sequence of work necessary to expedite the
completion of the entire Project In such cases,the decision of the Owner shall be accepted as
final. The temporary delay of the Contractor's work due to such circumstances shall not be
considered as justification for claims for additional compensation.
1.10 SCHEDULE OF VALUES
A. The approved CPM schedule shall be the schedule to be used by the Contractor for reporting
progress and requesting payment for work accomplished. Payment items for the specific
activities and values of the individual items shall be identical to those used for cost loading and
CPM or as approved by the Engineer.
B. If the Contractor does not follow his planned schedule or desires to make changes in his method
of operating and scheduling,he shall notify the Engineer in writing stating the reasons for the
change.Progress payments will be awarded based on amount judged complete in conjunction
with the approved activity sequence. Progress payments on work out of sequence will not be
allowed unless logic changes are made and approved by the Engineer to the approved CPM.
C. The payment request shall include the activities or portions of activities completed during the
reporting period and their total value as basis for the Contractor's periodic request for payment.
Payment made will be based on the total value of such activities completed or partially completed
after verification by the Engineer. The request shall state the percentage of the work actually
completed as of the report date.
1.11 PROJECT EXECUTION AND CONTROL REPORTING
A. All change proposals shall be submitted to the Engineer using the"Contract Change Proposal"
form to be provided by the Engineer.
B. Each day the Contractor shall submit to the Engineer daily construction report information using
the "Daily Construction Report"form to be provided by the Engineer.
C. Each week,after coordination meetings with subcontractors,the Contractor shall submit to the
Engineer a two(2)week schedule using the form to be provided by the Engineer. This schedule
shall identify work scheduled for the current week and projected for one additional week.
PART 2: PRODUCTS(NOT USED)
PART 3: EXECUTION(NOT USED)
END OF SECTION
VC0515SO1315 01315-7 9/25/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Testing and Testing Laboratory Services
SECTION 01410
TESTING AND TESTING LABORATORY SERVICES
PART L GENERAL
1.01 REQUIREMENTS INCLUDED
A. Owner shall employ and pay for the services of an independent testing laboratory to perform quality
control testing specifically indicated on the Contract Documents.
1. Contractor shall cooperate with the laboratory to facilitate the execution of its required
services.
2. Employment of the laboratory shall in no way relieve Contractor's obligations to perform the
work of the Contract.
3. The Contractor may elect to have additional testing on materials and equipment to determine
conformity with the Contract Documents.
4. Re-testing of non-conforming materials and equipment shall be paid by the Contractor.
1.02 RELATED REQUIREMENTS
A. Conditions of the Contract: Inspections and testing required by laws,ordinances,rules,regulations,
orders or approvals of public authorities.
B. Respective Sections: Certification of products.
C. Each Section listed: Laboratory tests required and standards for testing.
D. Testing Laboratory inspection,sampling and testing is required for,but not limited to,the
following:
1. Trench excavation,embedment,backfill and encasement is included in Section 02221.
2. Concrete is included in Division 3.
3. Sitework included in Division 2.
1.03 LIMITATIONS OF AUTHORITY OF TESTING LABORATORY
A. Laboratory is not authorized to:
1. Release,revoke,alter or enlarge on requirements of Contract Documents.
2. Approve or accept any portion of the work.
VC0515SO1410 01410-1 MENU
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Testing and Testing Laboratory Services
3. Perform any duties of the Contractor.
1.04 LABORATORY DUTIES
A. Cooperate with Engineer and Contractor,provide qualified personnel after due notice. Engineer
shall sign off on all work completed before laboratory personnel leaves the construction site.
B. Perform specified inspections,sampling,and testing of materials and methods of construction:
1. Comply with specified standards.
2. Ascertain compliance of materials with requirements of Contract Documents.
C. Promptly notify Engineer and Contractor of observed irregularities or deficiencies of work or
products.
D. Promptly submit five copies of written report of each test and inspection to Engineer. Each report
shall include:
1. Date issued.
2. Project title and number.
3. Testing laboratory name,address,and telephone number.
4. Name and signature of laboratory inspector. -
5. Date and time of sampling or inspection.
6. Record of temperature and weather conditions.
7. Date of test.
8. Identification of product and specification section.
9. Location of sample or test in the project. +
10. Type of inspection or test.
11. Statement of specification requirements of material being tested.
12. Results of tests.
13. Clarification of testing procedures and observations,when requested by Engineer.
E. Perform additional tests as required by Engineer or the Owner.
1.05 CONTRACTOR'S RESPONSIBILITIES
VC0515SO1410 01410-2 9/262007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Testing and Testing Laboratory Services
A. Cooperate with laboratory personnel,provide access to work and to manufacturer's operations.
B. Secure and deliver to the laboratory adequate quantities of representational samples of materials
proposed to be used and which require testing.
C. Materials and equipment used in the performance of work under this Contract are subject to
inspection and testing at the point of manufacture or fabrication. Standard requirements for quality
and workmanship are indicated in the Contract Documents. The Engineer may require the
Contractor to provide statements or certificates from the manufacturers and fabricators that the
materials and equipment provided by them are manufactured or fabricated in full accordance with
the standard specifications for quality and workmanship indicated in the Contract Documents. All
costs of this testing and providing statements and certificates shall be a subsidiary obligation of the
- Contractor,and no extra charge to the Owner shall be allowed on account of such testing and
certification.
D. Furnish incidental labor and facilities:
1. To provide access to work to be tested.
2. To obtain and handle samples at the project site or at the source of the product to be tested.
3. To facilitate inspections and tests.
4. For storage and curing of test samples.
- E. Notify Engineer sufficiently in advance,at least 24 hours in advance,of operations to allow for
laboratory assignment of personnel and scheduling.of tests.
1. When tests or inspections cannot be performed after such notice,reimburse Owner for
laboratory personnel and travel expenses incurred due to Contractor's negligence.
— F. Employ and pay for the services of the same or a separate,equally qualified independent testing
laboratory to perform additional inspections,sampling and testing required for the Contractor's
convenience.
G. If the results of tests performed by the Owner's testing laboratory indicate the material or equipment
complies with the Contract Documents,the Owner will pay for the cost of the testing. If the tests
indicate the materials and equipment fail to meet the requirements of the Contract Documents,the
Contractor shall pay for all costs of retesting.
H. Pay for all testing to establish asphalt and concrete mix designs,soil and flexible base proctor tests,
and all similar types of tests necessary to establish suitability of materials and to establish
characteristics for comparing actual field results.
PART 2: PRODUCTS (NOT USED)
PART 3: EXECUTION (NOT USED)
END OF SECTION
VC0515SO1410 01410-3 W26/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Temporary Facilities
SECTION 01500
TEMPORARY FACILITIES
PART 1: GENERAL
1.01 TEMPORARY LIGHT AND POWER
A. Furnish temporary light and power,complete with wiring,lamps,and similar equipment as
required to adequately light all work areas and with sufficient power capacity to meet the
reasonable needs of all subcontractors. Make all necessary arrangements with the local electric
company for temporary electric service,and pay all expenses in connection therewith.
B. Provide properly configured NEMA polarized outlets to prevent insertion of 110-120 volt plugs
into higher voltage outlets. For connection of power tools and equipment,provide outlets
equipped with ground-fault circuit interrupters,reset button and pilot light.
C. Provide grounded extension cords. Use"hard-service"cords where exposed to abrasion and
traffic. Provide waterproof connectors to connect separate lengths of electric cords if more than
one length is required.
D. Provide general service incandescent lamps as required for adequate illumination. Provide guard
cages or tempered glass enclosures,where exposed to breakage. Provide exterior fixtures where
exposed to moisture.
1.04 TEMPORARY AIR, STEAM AND WATER
A. The Contractor shall provide all air,steam and water,including temporary piping and
appurtenances required therefor,as may.be required for the cleaning and testing of pipelines and
equipment necessary for his/her work. Temporary piping and appurtenances shall be removed
upon approval of equipment being tested. Potable water is not available to the Contractor by the
Owner.
B. Waxer service and electrical power is not available at the project site except on the Village Creek
Wastewater Treatment Plant property.
1.05 TEMPORARY SANITARY FACILITIES
A. Provide self-contained,single-occupant toilet units of the chemical,aerated recirculation,or
combustion type,properly vented and fully enclosed in a fiberglass or other approved
non-absorbent shell.
1.06 FIRE EXTINGUISHERS
A. Provide portable UL-rated,Class A fire extinguishers for temporary offices and similar spaces. In
other locations,provide portable UL-rated Class ABC dry chemical extinguishers or a com-
bination of NFPA recommended Classes for the exposure. Comply with NFPA 10 and 241 for
classification,extinguishing agent and size required by location and class of fire exposure.
1.07 LAYOUT OF TEMPORARY FACILITIES
A. Before starting the work,the Contractor shall submit to the Engineer his requirements for space
for temporary structures and storage of materials. Where onsite space for temporary facilities is
limited,the allocation of the available space will be made by the Engineer. Should the Contractor
VC0515S01.500 01500-1 9/252007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Temporary Facilities
require space in addition to that allocated,the Contractor shall make his own arrangements for
storage of materials and equipment in locations off the construction site. For the allocated space,
the Contractor shall submit to the Engineer for approval,his proposed plan and layout for all
temporary offices,sanitary facilities,temporary construction roads,storage buildings,storage
yards,temporary water service and distribution,temporary power service and distribution,and
temporary telephone service.
1.08 STORAGE BUILDINGS
A. The Contractor shall erect,or provide as approved,temporary storage buildings of the various
sizes as required for the protection of mechanical and electrical equipment and materials as _
recommended by manufacturers of such equipment and materials. The buildings shall be pro-
vided with such environmental control systems that meet recommendations of manufacturers of
all equipment and materials stored in the buildings. The buildings shall be of sufficient size and
so arranged or partitioned to provide security for their contents and provide ready access for
inspection and inventory. At or near the completion of the work,and as directed by the Engineer,
the temporary storage buildings shall be dismantled,removed from the site,and remain the
property of the Contractor.
B. Combustible materials(paints,solvents,fuels,etc.)shall be stored in a well-ventilated building
removed from other buildings.
1.09 STORAGE YARDS
A. The Contractor shall construct temporary storage yards for the storage of materials that are not
subject to damage by weather conditions. Materials such as pipe and reinforcing and structural
steel shall be stored on pallets or racks,off the ground,and in a manner that allows ready access
for inspection and inventory. Temporary gravel surfacing of the storage yards shall meet with the
approval of the Engineer.
1.10 CONTRACTOR'S WORK AREA
A. The Contractor shall limit his operations and storage of equipment and materials to the areas
designated and as directed by the Engineer.
B. Contractor shall erect a suitable fence around each tree or group of trees shown as "protected"or _
"to be saved"on the plans. Any such trees damaged shall be repaired or replaced,as directed by
the Engineer,at the Contractor's expense.
C. Except as provided herein,no sidewalk,private property,or other area adjacent to the plant site
shall be used for storage of the Contractor's equipment and materials unless prior written approval
is obtained from the legal owner.
D. The Contractor shall maintain the area during construction in a manner that will not obstruct
operations on street areas. He shall proceed with his work in an orderly manner,maintaining the
construction site free of debris and unnecessary equipment or materials.
E. At all times,maintain areas covered by the Contract and public properties free from
accumulations of waste,debris,and rubbish caused by construction operations.
F. 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 on public right-of-ways.
VC0515So1.500 01500-2 MU2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Temporary Facilities
G. Cleaning and disposal operations shall comply with local ordinances and antipollution laws. Do
not burn or bury rubbish and waste materials on the project site. Do not dispose of volatile
wastes such as mineral spirits,oil,chemicals,or paint thinner in storm or sanitary drains. Do not
dispose of wastes into streams or waterways.
H. Wet down dry materials and rubbish to allay dust and prevent blowing dust.
I. Provide approved containers for collection and disposal of waste materials,debris,and rubbish
and make arrangements for appropriate periodic emptying of the containers.
t 1.11 TEMPORARY ACCESS ROADS AND PARKING SPACE
A. The Contractor shall construct temporary construction access roads as are required to execute the
work. The roads shall meet the approval of the Engineer,and be maintained in good condition
until final completion of the project,at which time the temporary roads shall be left in a condition
satisfactory to the Engineer.
B. Trimming of trees within the access road limits is acceptable. Removal of trees within the access
road limits shall be spared. Care shall be used to insure that all trees,not to be removed,be
protected from construction activities and traffic.
C. The Contractor shall construct temporary parking facilities for his employees,his
Sub-Contractor's employees,other employees and the Engineer within the permanent easement.
1.12 PROTECTION OF THE FINISHED CONSTRUCTION
A. The Contractor shall assume the responsibility for the protection of all finished construction and
shall repair and restore any and all damage to finished work to its original or better state.
B. Where responsibility can be determined,the cost for replacement or repair of damaged work shall
be charged to the party responsible. If responsibility cannot be fixed,the cost shall be borne by
the Contractor.
C. Wheeling of any loads over finished floors,either with or without plank protection,shall not be
permitted in anything except rubber-tired wheelbarrows,buggies,trucks,or dollies. This applies
to all finished floors and to all exposed concrete floors as well as those covered with composition
the or other applied surfacing,and shall apply to all trades.
D. Where structural concrete is also the finished surface,care shall be taken to avoid marking or
damaging those surfaces.
1.13 REMOVAL OF TEMPORARY FACILITIES AND UTILITIES
A. At such time or times any temporary construction facilities and utilities are no longer required for
the work,the Contractor shall notify the Engineer of his intent and schedule for removal of the
temporary facilities and utilities,and obtain the Engineer's approval before removing the same.
As approved,the Contractor shall disconnect and/or dismantle the temporary facilities and
utilities and remove them from the site as his property. Leave the site in such condition as
specified,as directed by the Engineer,and/or as shown on the Plans.
B. In unfinished areas,the condition of the site shall be left in a condition that will restore original
drainage,evenly graded,seeded or planted as necessary,and left with an appearance equal to,or
better than original.
vc0515So1.500 01500-3 9252007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Temporary Facilities
1.14 PAYMENT
A. The work specified in this Section shall be considered incidental and payment will be included as
part of the appropriate lump sum or unit prices stated in the Proposal.
PART 2: PRODUCTS(NOT USED)
PART 3: EXECUTION(NOT USED) -
END OF SECTION
VC0515S01.500 01500-4 9252007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Construction Temporary Controls
SECTION 01510
CONSTRUCTION TEMPORARY CONTROLS
PART 1: GENERAL
1.01 MOBILIZATION AND PROGRESS OF THE WORK
A. The Owner will issue a written Notice to Proceed,indicating the date when the Contract Time
will begin. The Work shall progress as required to prevent delaying completion of the Project.
B. The Contractor shall furnish plant and 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. If at any time
such plant appears to the Owner to be inefficient,inappropriate or insufficient for securing the
quality of work required or for producing the rate of progress specified,he may order the
Contractor to increase the efficiency,change the character or increase the plant equipment at the
expense of the Contractor,and the Contractor shall conform to such order. Failure of the Owner
to give such order shall in no way relieve the Contractor of his obligations to secure the quality
of work and rate of progress required.
C. The Contractor shall be fully responsible for providing all temporary diversion and dewatering
pumping and piping,plumbing,heating,ventilating,air conditioning,lighting,temporary
structures,and such other items required to complete all indicated work in these contract
specifications and drawings.
D. No work shall be done between 6:00 p.m.and 7:00 a.m.nor on Saturdays, Sundays or legal city
holidays except with the written permission of the Owner. Contractor shall submit a request to
the Owner two weeks in advance for work on Sundays and legal holidays. Owner shall be
notified 48 hours prior to any work planned for Saturdays. The Contractor's superintendent
must be onsite to supervise all overtime work.
1.02 TEMPORARY CONSTRUCTION
A. Open Excavations
1. All open excavations shall be adequately safeguarded by providing temporary barricades,
caution signs,lights and other means to prevent accidents to persons,and damage to
property. The Contractor shall,at his own expense,provide suitable and safe bridges and
other crossings for accommodating travel by pedestrians and workmen. Bridges provided
for access during construction shall be removed when no longer required. The length or
size of excavation will be controlled by the particular surrounding conditions,but shall
always be confined to the limits prescribed by the Owner. If the excavation becomes a
hazard,or if it excessively restricts traffic at any point,the Owner may require special
construction procedures such as limiting the length of the open trench,prohibiting stacking
excavated material in the street,and requiring that the trench shall not remain open
overnight.
VC0515S01.510 01510-1 9/26/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant _
Trinity River Parallel Siphon Project
Construction Temporary Controls
2. The Contractor shall take precautions to prevent injury to the public due to open trenches.
All trenches,excavated material,equipment,or other obstacles which'could be dangerous
to the public shall be well lighted at night.
B. Test Pits
1. Test pits for the purpose of locating underground pipelines or structures in advance of the
construction shall be excavated and backfilled by the Contractor at the direction of the
Owner. Test pits shall be backfilled immediately after their purpose has been satisfied and
the surface restored and maintained in a manner satisfactory to the Owner.
1.03 TEMPORARY CONTROLS
A. Maintenance of Flow
1. The Contractor shall at his own cost,provide for the flow of drains and water courses
interrupted during the progress of the Work,and shall immediately haul away and remove
all offensive matter. The entire procedure of maintaining existing flow shall be fully
discussed with the Owner well in advance of the interruption of any flow.
B. Protection of Sewers
1. Take adequate measures to prevent the impairment of the operation of the existing sewer
system. Prevent construction material,pavement,concrete,earth,or other debris from
entering a sewer or sewer structure.
2. All sewage flow interfering with construction and requiring diversion shall be diverted to a
point acceptable to the Owner.
C. Protection of Waterways
1. The Contractor shall observe the rules and regulations of the State of Texas and agencies of
the U.S.Government prohibiting the pollution of any lake,stream,river,or wetland by the
dumping of any refuse,rubbish,dredge material,or debris therein.
2. The Contractor is specifically prohibited from disposal of materials into any waters of the -
State.
3. The Contractor shall be responsible for providing holding ponds or an approved method
which will handle,carry through,or divert around his work all flows, including storm flows
and flows created by construction activity, so as to prevent excessive silting of waterways
or flooding damage to the property.
4. The Contractor shall comply with the procedures outlined in the U.S.Environmental
Protection Agency manuals entitled, "Guidelines for Erosion and Sedimentation Control
Planning and Implementation"and"Processes,Procedures and Methods to Control
Pollution Resulting from All Construction Activity",as well as erosion control measures
indicated on the Drawings.
VC0515So1.510 01510-2 9/26/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Construction Temporary Controls
D. Disposal of Excess Excavated and Other Waste Materials
1. Excess excavated material not required or suitable for backfill and other waste material
shall be disposed of off site as approved by the Owner.
2. Unacceptable disposal sites include,but are not limited to, sites within a wetland or critical
habitat and sites where disposal will have a detrimental effect on surface water or
groundwater quality.
3. The Contractor shall make his own arrangements for disposal subject to submission of
proof to the Owner that the owner(s)of the proposed sites(s)has a valid fill permit issued
by the appropriate governmental agency and submission of a haul route plan including a
map of the proposed route(s).
4. The Contractor shall provide watertight conveyance of any liquid,semi-liquid,or saturated
solids which tend to bleed or leak during transport. No liquid loss from transported
materials will be permitted whether being delivered to the construction site or being hauled
away for disposal. Fluid materials hauled for disposal must be specifically acceptable at the
selected disposal site.
5. The Owner may suspend operations of the Contractor,at their discretion,for alleged
non-compliance with Texas Commission on Environmental Quality or Environmental
- Protection Agency regulations.
E. Protection of Air Quality
1. Air pollution shall be minimized by wetting down bare soils during windy periods or,as
requested by Owner,by requiring the use of properly operating combustion emission
control devices on construction vehicles and equipment used by Contractor and by
encouraging the shutdown of motorized equipment not actually in use.
2. Trash burning will not be permitted on the construction site.
3. If temporary heating devices are necessary for protection of the Work,such devices shall be
of a type that will not cause pollution of the air.
F. Use of Chemicals
1. All chemicals used during Project construction or furnished for Project operation,whether
herbicide,pesticide,disinfectant,polymer,reactant or of other classification,shall show
approval of either the U.S.Environmental Protection Agency or the U.S.Department of
Agriculture or any other applicable regulatory agency. Use of all such chemicals and
disposal of residues shall be in conformance with the manufacturer's instructions.
- 2. The Contractor shall maintain Material Safety Data Sheets(MSDS)on site and available
for review by the Contractor's employees and City of Fort Worth employees. A copy of
each MSDS sheet shall be provided to the Owner.
VC0515So1.510 01510-3 926n007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Construction Temporary Controls
G. Noise and Dust Control
1. The Contractor shall so conduct all his operations that they will cause the least annoyance
to the residents in the vicinity of the work,and shall comply with all applicable local
ordinances. Compressors,hoists,and other apparatus shall be equipped with such
mechanical devices as may be necessary to minimize noise and dust. Compressors shall be
equipped with silencers on intake lines. All gasoline or oil operated equipment shall be
equipped with silencers or mufflers on intake and exhaust lines. Storage bins and hoppers
shall be lined with material that will deaden the sounds if directed by Owner. The
operation of dumping rock and of carrying rock away in trucks shall be so conducted as to
cause a minimum of noise and dust. Vehicles carrying rock,concrete,or other material
shall be routed over such streets as will cause the least annoyance to the public and shall
not be operated on public streets between the hours of 6 p.m. and 7 am. or on Saturdays,
Sundays or legal holidays unless approved by the Owner. -
H. Nighttime Work
1. If the Contractor for his convenience and at his own expense,should desire to carry on his
work at night or outside the Contractor's regular working hours as established at the
preconstruction conference,he shall submit a written request in accordance with Article -
1.0 LD to the Owner allowing ample time for satisfactory arrangements to be made for
inspecting the work in progress. The Contractor shall provide lighting for active areas of
the Project and shall provide noise abatement measures as required to comply with all _
applicable Federal and State regulations and with all applicable requirements of the City of
Fort Worth.
2. Night work may be established by the Contractor as a regular procedure with the written
permission of the Owner. Such permission,however,may be revoked at any time by the
Owner if the Contractor fails to maintain adequate lighting equipment,noise control,and
supervision for the proper prosecution and controls of the work at night,or if the off-site
effects of night construction are deemed by the Owner to be unacceptable.
I. Care and Protection of Property
1. The Contractor shall be responsible for the preservation of all public and private property,
and shall use every precaution necessary to prevent damage thereto. If any direct or
indirect damage is done to public or private property by or on account of any act,omission,
neglect,or misconduct in the execution of the Work on the part of the Contractor,such
property shall be restored by the Contractor,at his expense,to a condition equal to that
existing before the damage was done,or he shall repair the damage in a manner acceptable
to the Owner.
2. The Contractor shall not enter or occupy private land outside of easements,except by
written permission of the respective landowner.
I Protection of the Finished Construction
1. The Contractor shall assume the responsibility for the protection of all finished construction
and shall repair and restore any and all damage to finished work to its original or better
state.
VC0515So 1.510 01510-4 9262007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Construction Temporary Controls
PART 2: PRODUCTS (NOT USED)
PART 3: EXECUTION (NOT USED)
END OF SECTION
VC0515So1.510 01510-5 9/26/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Delivery,Storage and Handling
SECTION 01600
DELIVERY,STORAGE AND HANDLING
PART 1: GENERAL
1.01 SCOPE OF WORK
A. This Section specifies the general requirements for the delivery,handling, storage and
protection for all items required in the construction of the work. Specific requirements,if any,
are specified with the related item.
1.02 TRANSPORTATION AND DELIVERY
A. Transport and handle items in accordance with manufacturer's instructions.
B. Schedule delivery to reduce long term on-site storage prior to installation and/or operation.
Under no circumstances shall equipment be delivered to the site more than one month prior to
installation without written authorization from the Engineer.
C. Coordinate delivery with installation to ensure minimum holding time for items that are
hazardous,flammable,easily damaged or sensitive to deterioration.
D. Deliver products to the site in manufacturer's original sealed containers or other packing
systems,complete with instructions for handling,storing,unpacking,protecting and installing.
E. All items delivered to the site shall be unloaded and placed in a manner which will not hamper
the Contractor's normal construction operation or those of subcontractors and other contractors
and will not interfere with the flow of necessary traffic.
F. Provide necessary equipment and personnel to unload all items delivered to the site.
G. Promptly inspect shipment to assure that products comply with requirements,quantities are
correct, and items are undamaged. For items furnished by others(i.e.Owner,other
Contractors),perform inspection in the presence of the Engineer. Notify Engineer verbally,and
in writing, of any problems.
H. All deliveries shall be to the Contractor's storage,staging and trailer areas as shown on the
plans and not to City personnel or facilities.
I. All unloading and handling shall be by the Contractor.
1.03 STORAGE AND PROTECTION
` A. Store and protect products in accordance with the manufacturer's instructions,with seals and
labels intact and legible. Storage instruction shall be studied by the Contractor and reviewed
with the Engineer by him/her. Instruction shall be carefully followed and a written record of
this kept by the Contractor. Arrange storage to permit access for inspection.
VC0515so1.600 01600-1 9/25/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Delivery,Storage and Handling
B. Store loose granular materials on solid flat surfaces in a well-drained area. Prevent mixing with
foreign matter.
C. The City does not protect the Contractor against theft. The Contractor is responsible for
security of equipment,material,vehicles,etc.
D. Cement and lime shall be stored under a roof and off the ground and shall be kept completely
dry at all times. All structural,miscellaneous and reinforcing steel shall be stored off the
ground or otherwise to prevent accumulations of dirt or grease,and in a position to prevent
accumulations of standing water and to minimize rusting. Beams shall be stored with the webs
vertical. Precast concrete shall be handled and stored in a manner to prevent accumulations of
dirt, standing water, staining,chipping or cracking. Brick,block and similar masonry products
shall be handled and stored in a manner to reduce breakage,cracking and spalling to a
minimum.
E. All mechanical and electrical equipment and instruments subject to corrosive damage by the
atmosphere if stored outdoors(even though covered by canvas)shall be stored in a weathertight
building to prevent injury. The building may be a temporary structure on the site or elsewhere,
but it must be satisfactory to the Engineer. Building shall be provided with adequate ventilation
to prevent condensation. Maintain temperature and humidity within range required by
manufacturer.
1. All equipment shall be stored fully lubricated with oil,grease and other lubricants unless
otherwise instructed by the manufacturer. All space heaters in equipment shall be
energized during construction.
2. Moving parts shall be rotated a minimum of once weekly to insure proper lubrication and to
avoid metal-to-metal"welding". Upon installation of the equipment,the Contractor shall
start the equipment, at least half load,once weekly for an adequate period of time to ensure
that the equipment does not deteriorate from lack of use.
3. Lubricants shall be changed upon completion of installation and as frequently as required
thereafter during the period between installation and acceptance. New lubricants shall be
put into the equipment at the time of acceptance.
4. Prior to acceptance of the equipment,the Contractor shall have the manufacturer inspect the
equipment and certify that its condition has not been detrimentally affected by the long
storage period. Such certifications by the manufacturer shall be deemed to mean that the
equipment is judged by the manufacturer to be in a condition equal to that of equipment that
has been shipped,installed,tested and accepted in a minimum time period. As such,the
manufacturer will guaranty the equipment equally in both instances. If such a certification
is not given,the equipment shall be judged to be defective. It shall be removed and
replaced at the Contractor's expense.
PART 2: PRODUCTS (NOT USED)
PART 3: EXECUTION (NOT USED)
END OF SECTION
VC0515S01.600 01600-2 9/25/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Material and Equipment
SECTION 01610
MATERIAL AND EQUIPMENT
PART 1: GENERAL
1.01 ACCEPTANCE OF MATERIALS AND EQUIPMENT
A. Only new materials and equipment shall be incorporated in the Work,except for Owner furnished
equipment and materials listed on the Drawings. Materials and equipment furnished by the
Contractor shall be subject to the inspection and approval of the Owner. No material shall be
delivered to the Work without prior approval of the Owner.
B. Material and equipment incorporated into the Work shall:
1. Be new or listed on the Drawings as Owner furnished,in current production,and conforming
to applicable specifications and standards.
2. Comply with size,make,type and quality specified,or as specifically approved in writing by
the Engineer.
C. Manufacture like parts of duplicate units to standard sizes and gages,to be interchangeable.
D. Two or more items of the same kind shall be identical,by the same manufacturer.
E. Products and equipment shall be suitable for service conditions.
_ F. Equipment capacities,sizes and dimensions shown or specified shall be adhered to unless
variations are specifically approved in writing.
G. Do not use material or equipment for any purpose other than that for which it is designed or is
specified.
H. The materials and equipment used on the Work shall correspond to the approved samples or other
submitted data.
1.02 REUSE AND REPLACEMENT OF EXISTING MATERIALS AND EQUIPMENT
A. Except as specifically indicated or specified,materials and equipment removed from any existing
structure shall not be used in the completed Work.
B. For the pieces of equipment to be reused in the work:
1. Use special care in removal,handling,storage and reinstallation,to assure proper function in
the completed Work.
T 2. Arrange for transportation,storage and handling of products which require off-site storage,
restoration or renovation. Pay all costs for such work.
VC0515so1.600 01610-1 W26V
City of Fort Worth
Village Creek Wastewater Treatment Plant _
Trinity River Parallel Siphon Project
Material and Equipment
1.03 TRANSPORTATION AND HANDLING
A. Arrange deliveries of products and equipment in accord with construction schedules,coordinate
to avoid conflict with work and conditions at the site.
B. Deliver products in undamaged condition, in manufacturer's original containers or packaging,
with identifying labels intact and legible.
C. Pipe and other materials delivered to the job shall be unloaded and placed in a manner which will
not hamper the normal operation of the existing plant or interfere with the flow of necessary
traffic.
D. Immediately on delivery,inspect shipments to assure compliance with requirements of Contract
Documents and approved submittals,and that products are properly protected and undamaged. -
1.04 INSPECTION AND TESTING FOR ACCEPTANCE
A. Furnish all materials or specimens for testing and all labor and facilities for inspection of
equipment and materials.
B. Furnish suitable evidence that the materials proposed to be incorporated into the Work are in T
accordance with the Specifications. Mill tests for reinforcing steel and cement will be acceptable
if it is definite that the test sheets apply to the material being furnished. Manufacturer's or
supplier's test results will be acceptable for such items as pipe,valves,hydrants when it is definite
that the material being furnished is in accordance with the manufacturer's or supplier's
specifications to which the test results apply. Should the Contractor fail to provide the above
information,the Owner shall have the right to require tests to be made by the Owner's laboratory
to obtain the information and the cost therefor shall be borne by the Contractor. The Owner may
have further inspection and tests made by the laboratory or may make tests himself,to ensure that
the Contractor is complying with the Specifications.
C. Details for testing equipment and materials are found in the individual Sections of these
Specifications.D. If the Owner requires,either prior to beginning or during the progress of the Work,the Contractor
shall submit samples or materials for such special tests as may be necessary to demonstrate that
they comply with the Specifications. Such samples shall be furnished,stored,packed,and
shipped as directed at the Contractor's expense. Except as otherwise noted,the Owner will make
arrangements for and pay for the tests.
E. Delay of approval resulting from the Contractor's failure to submit samples or data promptly shall
not be used as a basis of a claim against the Owner or Engineer.
1.05 STORAGE AND PROTECTION OF EQUIPMENT AND MATERIALS ON SITE
A. Materials and equipment to be incorporated in the Work shall be handled and stored by the
manufacturer,fabricator,supplier and Contractor before,during,and after shipment in a manner
to prevent warping,twisting,bending,breaking,chipping,rusting,and any injury,theft or
damage of any kind whatsoever to the material or equipment.
VC05I5S01.600 01610-2 926/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Material and Equipment
B. Special attention shall be given to the storage and handling of equipment on site. Equipment
storage will be approved by the Owner. As a minimum,the procedure outlined below shall be
followed:
1. Equipment shall be shipped as late as possible to assure its availability when required by the
Contractor's schedule. The intent of this requirement is to reduce on-site storage time prior to
installation and operation. Under no circumstances shall equipment be delivered to the site
more than one month prior to installation without prior written authorization from the Owner.
Equipment shall not be shipped until the Contractor has received an approved submittal from
the Owner.
2. Equipment having moving parts such as gears,electric motors,and instruments shall be
stored in a temperature and humidity controlled building approved by the Owner,until such
time as the equipment is to be installed. All space heaters in equipment shall be energized
during construction.
3. Equipment shall be stored fully lubricated with oil or grease,unless otherwise instructed by
the manufacturer.
4. Manufacturees storage instructions shall be carefully studied by the Contractor and reviewed
with the Owner. These instructions shall be carefully followed and a written record shall be
kept by the Contractor.
5. Moving parts shall be rotated a minimum of once weekly to insure proper lubrication and to
avoid metal-to-metal"welding". Upon installation of the equipment,the Contractor shall
start the equipment,at least half load,once weekly for an adequate period of time to ensure
that the equipment does not deteriorate from lack of use.
6. Lubricants shall be changed upon completion of installation and as frequently as required
thereafter during the period between installation and acceptance. New lubricants shall be put
into equipment at the time of acceptance.
7. Prior to acceptance of the equipment,the Contractor shall have the manufacturer inspect the
equipment and certify in writing to the Owner that its condition has not been detrimentally
affected by the long storage period. Such certification by the manufacturer shall be deemed
to mean that the equipment is judged by the manufacturer to be in a condition equal to that of
equipment that has been shipped,installed,tested and accepted in a minimum time period.
As such,the manufacturer will guarantee the equipment equally in both instances. If such a
certification is not given,the equipment shall be judged to be defective. It shall be removed
and replaced at the Contractoes expense.
C. Store materials in accordance with manufacturees instructions,with seals and labels intact and
legible.
1. Store products subject to damage by the elements in weathertight enclosures.
2. Maintain temperature and humidity within the ranges required by manufacturees instructions.
VC0515S01.600 01610-3 926/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Material and Equipment
D. Exterior Storage:
1. Store fabricated products and equipment above the ground,on blocking or skids,to prevent
soiling or staining. Cover products which are subject to deterioration with impervious sheet
coverings;provide adequate ventilation to avoid condensation.
2. Store loose granular materials in a well-drained area on solid surfaces to prevent mixing with -
foreign matter.
3. Cement and lime shall be stored under a roof and off the ground and shall be kept completely
dry. Structural,miscellaneous,and reinforcing steel shall be stored off the ground or
otherwise to prevent accumulations of dirt or grease,and in a position to prevent
accumulations of standing water and to avoid rusting.
4. Beams shall be stored with the webs vertical. Precast concrete shall be handled and stored in
a manner to prevent accumulations of dirt,standing water,staining,chipping or cracking.
Brick,block and similar masonry products shall be handled and stored in a manner to prevent -
breakage,chipping,cracking,and spalling.
E. Mechanical equipment subject to corrosive damage by the atmosphere if stored outdoors(even
though covered)shall be stored in a building to prevent injury. The building may be a temporary
structure on the Site or elsewhere,but it shall be satisfactory to the Owner.
F. Arrange storage in a manner to provide easy access for inspection. Make periodic inspections of
stored materials and equipment to assure that they are maintained under specified conditions,and
free from damage or deterioration.
G. Protection After Installation:
1. Provide substantial coverings as necessary to protect installed materials and equipment from -
damage from traffic and subsequent construction operations. Remove when no longer
needed.
H. Off-Site Storage:
1. Contractor may store materials and equipment off-site with Owner's approval.
I. Rejection of Materials and Equipment:
1. Materials and equipment which,in the opinion of the Owner, have become so damaged as to =
be unfit for the use intended or specified shall be promptly removed from the site of the
Work. The Contractor shall receive no compensation for the damaged material or its removal. _
2. Damaged material and equipment shall be replaced at the Contractor's expense.
1.06 INSTALLATION STANDARDS
A. Handle, store and install equipment in accordance with the manufacturer's drawings and
recommendations. -
vcos l sso l.600 01610-4 MM7
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Material and Equipment
B. When Contract Documents require that installation of work shall comply with manufacturer's
printed instructions,obtain and distribute copies of such instructions to parties involved in the
installation. Maintain one set of complete instructions at the job site during installation and until
completion.
C. Handle, install,connect,clean,condition and adjust products in strict accord with such
instructions and in conformity with specified requirements.Do not omit any preparatory step or
installation procedure unless specifically modified or exempted by Contract Documents.
1. Should job conditions or specified requirements conflict with manufacturer's instructions,
consult with Owner for further instructions.
2. Do not proceed with work without clear instructions.
D. New equipment and existing equipment to be relocated shall be carefully aligned on the new
foundations after their sole plates have been properly shimmed to true alignment at the anchor
bolts. The anchor bolts shall be set in place and the nuts tightened against the shims. After the
foundation alignments have been approved by the Owner,the bed plates or wing feet of the
equipment shall be securely bolted in place. The alignment of equipment shall be further checked
after securing to the foundations,and after confirmation of alignments,the sole plates shall be
finally grouted in place.
E. Provide wedges,shims,filling pieces,keys,packing,red or white lead,grout,or other materials
necessary to properly align,level,and secure apparatus in place.Parts intended to be plumb or
level shall be proven exactly so. Grinding necessary to bring parts to proper bearing after
erection shall be done.
F. Special care shall be taken to ensure proper alignment of sluice gates,operating mechanisms,
stems,stem guides,and accessories. Care shall be taken to avoid warping the gate frames and to
maintain tolerances between seating faces. Gates,stems,and operators shall be plumbed,
shimmed and accurately aligned.
G. Provide openings,channels,and chases,and install anchor bolts and other items to be embedded
in concrete,as required to complete the Work under this Contract and do all cutting and patching
as required.
H. Furnish sleeves, inserts,hangers, and anchor bolts,required for the execution of the electrical,
HVAC,and plumbing work specified and shown on the Drawings. In no case shall beams,
lintels,or other structural members be cut without the approval of the Owner.
1.07 SUBSTITUTIONS AND PRODUCT OPTIONS
A. Substitution of Equipment:
1. The Contractor shall note that the Engineer's design is based upon the first listed
manufacturer for items of equipment,though not necessarily the manufacturer's "standard"
product.
VC0515So 1.600 01610-5 9/26M7
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Material and Equipment
2. If the Contractor chooses other manufacturer's equipment they shall be responsible for the
total cost,including engineering design,of modifications,alterations,adjustment,and
coordination necessary to make the proposed equipment compatible with the treatment
process and with the specified equipment,structures,spaces,and other features of the -
original design.
B. Products List: _
1. Within 30 days after Contract Date,submit to Owner a complete list of major products
proposed to be used,with the name of the manufacturer and the installing subcontractor.
C. Substitutions:
1. For a period of 90 days after Contract Date,Engineer will consider written requests from
Contractor for substitution of products for items not included in Manufacturer's Schedule in
the Proposal. After that time period,no substitutions will be allowed and listed
manufacturers shall be provided.
2. Submit a separate request for each product,supported with complete data,with drawings and
samples as appropriate,including: -
a. Comparison of the qualities of the proposed substitution with that specified.
b. Changes required in other elements of the Work because of the substitution.
c. Effect on the construction schedule.
d. Cost data comparing the proposed substitution with the product specified.
e. Any required license fees or royalties.
f. Availability of maintenance service,and source of replacement materials.
3. Engineer shall be the judge of the acceptability of the proposed substitution.
D. Contractor's Representation:
1. A request for a substitution constitutes a representation that Contractor:
a. Has investigated the proposed product and determined that it is equal to or superior in all
respects to that specified.
b. Will provide the same warranties or bonds for the substitution as for the product
specified.
c. Will coordinate the installation of an accepted substitution into the Work,and make such
other changes as may be required to make the Work complete in all respects.
d. Waives all claims for additional costs,under his responsibility,which may subsequently
become apparent.
VC0515S01.600 01610-6 W26/07 T
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Material and Equipment
E. Engineer will review requests for substitutions with reasonable promptness,and notify
Contractor, in writing,of the decision to accept or reject the requested substitution.
PART 2: PRODUCTS (NOT USED)
PART 3: EXECUTION(NOT USED)
END OF SECTION
a VC0515S01.600 01610-7 926/07
City of Fort Worth,Texas
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Testing of Pipelines
SECTION 01666
TESTING OF PIPELINES
PART 1 GENERAL
1.01 SCOPE OF WORK
A. Furnish all labor,materials,tools,equipment and related items required to perform pressure and
leakage testing of pressure pipelines.
1.02 RELATED WORK
A. Concrete pressure pipe and fittings are included in Section 02613.
1.03 REFERENCE STANDARDS
A. American Society for Testing Materials(ASTM)
1. ASTM C-828-Low Pressure Air Test of Vitrified Clay Pipe Lines
2. ASTM C-924-Testing Concrete Pipe Sewer Lines by Low Pressure Air Test Method
3. ASTM C-969 - Infiltration and Exfiltration Acceptance Testing of Installed Precast
Concrete Sewer Lines
4. ASTM C-1103 -Joint Acceptance Testing of Installed Precast Concrete Pipe Sewers
5. ASTM F-1417 - Installation Acceptance of Plastic Gravity Sewer Lines Using
Low Pressure Air
PART 2 PRODUCTS
2.01 TEST FLUIDS
A. Hydrostatic Test - Water should be used as the test fluid whenever possible. In those systems
where water cannot be used the test fluid may be either the one to be used in the system or the
one agreed upon by the Engineer and the Contractor.
B. Pneumatic Test - Compressed air shall normally be used. Other gases may be used when
specified or directed by the Engineer. Test pressures shall be 120 percent of the anticipated
maximum operating pressure,but not exceeding 100 psig, and not less than 5 psig at the highest
point in the system,unless otherwise approved by the Engineer.
2.02 TEST EQUIPMENT
A. Hydrostatic Test
1. Water of sufficient capacity shall be provided to deliver the required test pressure.
VC0515S01.666 01666-1 MOM
City of Fort Worth,Texas
Village Creek Wastewater Treatment Plant _
Trinity River Parallel Siphon Project
Testing of Pipelines
2. Valves shall be provided on the suction and discharge side of the pump.
3. Heater shall be provided to allow heating of the test fluid when elevated temperatures are
required for test.
4. Hydraulic force pump, approved by the Engineer, shall be provided. Suitable hose and
suction pipe required. Strainer shall be provided on suction side of pump.
5. Relief Valve - Set at a pressure to relieve at 20 to 25 percent above the required test
pressure.
6. Pressure Gage(s)- Capable of reaching 50 percent over the test pressure. These should be
located at the pump discharge and any other place deemed convenient by the Contractor
and approved by the Engineer.
7. Pressure gages and relief valves shall be checked for accuracy and calibrated if necessary
before use in test procedures.
B. Pneumatic Test
1. Contractor shall provide a compressor capable of the required test pressure.
2. Valves shall be provided on the discharge side of the compressor.
3. Relief valve shall be provided to relieve at 10 to 15 percent over the test pressure.
4. Pressure gage(s)capable of reaching 50 percent over the test pressure shall be provided. A _
gage shall be located on the compressor discharge and other location as required.
PART 3 EXECUTION
3.01 GENERAL
A. The entire length of the installed pressure lines shall be field tested for water tightness.
B. Hydrostatic pressure and leakage tests shall be made on all pressure pipelines carrying
wastewater or water.
C. All labor and equipment,including test pump with regulated by-pass meters and gauges required
for conducting pipeline tests, shall be furnished by the Contractor. The Contractor shall furnish
equipment and necessary piping as required to transport water used in testing from source to test
location.
D. Time and sequence of testing shall be scheduled by the Contractor, subject to observation and
approval by the Owner. The Contractor shall provide adequate labor, tools and equipment to
operate valves and to locate and repair any leaks discovered during the initial filling of the
pipeline prior to actual testing or during the course of the tests.
VC0515S01.666 01666-2 926/2007 '
City of Fort Worth,Texas
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Testing of Pipelines
3.02 TEST PROCEDURES FOR PRESSURE PIPELINES
A. General
1. After the pipe has been laid and backfilled and the backfill has been otherwise
consolidated, all newly laid pipe, or any valved section thereof, shall be subjected to the
hydrostatic pressure specified below for that particular type of pipe. The duration of each
hydrostatic pressure test shall be at least two hours and each leakage test at least four hours,
unless otherwise specified or noted on the Drawings. All meters, fixtures, devices or
appliances which are connected to the pipeline system and which might be damaged if
LL subjected to the specified test pressure shall be disconnected and the ends of the branch
lines plugged or capped during the testing procedures.
2. Each valved(capped or plugged)section of pipe shall be filled slowly with water and all air
shall be expelled. If permanent air vents are not located at all high points, the Contractor
shall install corporation or blow-off cocks at such points so that air can be expelled as
filling takes place. After verification that all air has been expelled, the cocks shall be
closed and the pipe kept filled until tested. All exposed pipe, fittings,valves, hydrants and
joints shall be examined while under test pressure and all visible leaks shall be stopped.
Any cracked or defective pipe, fittings, valves or hydrants discovered during testing shall
be removed and replaced by the Contractor. Replacement shall be with sound material and
the test shall be repeated until satisfactory to the Owner.
B. Special Requirements
1. Where any section of pipeline is provided with concrete thrust blocking, the hydrostatic
pressure test shall not be made until at least 5 days have elapsed after installation of the
blocking. However, if high-early-strength cement is used in the concrete,2 days shall have
elapsed prior to testing.
C. Hydrostatic Tests
- 1. A hydrostatic test of the completed pipelines shall be performed under static water
pressure of 150 percent above the pipes maximum operating pressure but not less
than the following tabulation for all pipelines. The duration of each test shall be for
two hours. Contractor to submit pipe testing schedule to Engineer prior to testing.
Water pipelines 2-inch through 12-inch 100 psi
Water pipelines larger than 12-inch 150 psi
Sewer pressure mains—all sizes 100 psi
Plant process water 150 psi
Gravity process pipelines 25 psi
Other pipelines 100 psi
VC0515S01.666 01666-3 9n6/2007
City of Fort Worth,Texas
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Testing of Pipelines
D. Leakage Tests T
1. Leakage shall be defined as the quantity of water that must be supplied into the newly laid
pipe, or any valved section thereof,to maintain the specified leakage test pressure after the ,
air in the pipeline has been expelled and the pipe has been filled with water.
2. Leakage shall be determined by recording the measured quantity of water pumped into the
pipeline to maintain a pressure within 5 psi of the specified test pressure. Leakage rate -
shall be calculated by extrapolation of the total leakage during the testing period to a 24-
hour period.
3. Allowable leakage for the types of pressure pipe used shall be as follows:
a. Cast Iron,Ductile Iron and PVC. Allowable as permitted by AWWA Standard C-600-
82, "Installation of Gray and Ductile Cast-Iron Water Mains and Appurtenances",
which is not to exceed that determined by the formula:
L=(SD NP)/ 133,200
where L is the allowable leakage in gallons per hour, S is the length of pipeline tested _
in feet, D is the nominal diameter of the pipe in inches, and P is the average test
pressure during the leakage tests in pounds per square inch gauge.
4. In the event any section of the line tested fails to meet the above specified requirements for
water tightness,the cause of the excessive leakage shall be determined and remedied at the
expense of the Contractor,including retesting if required.
E. Pneumatic Tests
1. Pneumatic testing of piping systems shall be used when directed by the Engineer when _
water,or other liquid,cannot be introduced into the line,or as a supplement to a hydrostatic
test.
2. Pneumatic testing shall be performed using accurately calibrated instruments and oil-free,
dry air. Tests shall be performed only after the piping has been completely installed,
including supports, hangers, anchors and inspected for proper installation. All parts of the
system shall be subject to the test pressure specified. The Contractor shall take all -
precautions to protest test personnel. All piping to be tested shall be secured to prevent
damage to adjacent piping and equipment in the event of a pipe or joint failure. Contractor
shall notify Engineer prior to starting the test.
3. A preliminary pneumatic test not to exceed 25 psig shall be applied to the piping system
prior to final leak testing, as a means of locating major leaks. Examination for leakage,
detected by soap bubbles,shall be made at all joints and connections. After all visible leaks
have been corrected,the pressure in the system shall be increase in steps of approximately
1/10 of the test pressure until the required test pressure has been reached. The test pressure _
shall be continuously maintained for a minimum time of 10 minutes (no drop in pressure
over this time) and for such additional time as may be necessary to conduct a soap bubble
examination for leakage. The piping system, exclusive of possible localized instances at
pump or valve packing, shall show no evidence of leakage. Any visible leakage shall be
corrected at no additional cost to the Owner.
VC0515S01.666 01666-4 9262007
City of Fort Worth,Texas
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Testing of Pipelines
3.04 FINAL ACCEPTANCE
A. No pipe installation will be accepted until all known leaks have been repaired whether or not
leakage is within allowable limits. Locating and repairing of leaks shall be performed by the
Contractor at no additional cost to the Owner.
B. The Owner's representative will certify that all required pressure and leakage tests have been
successfully completed before the pipeline is accepted.
3.05 WATER SOURCE
A. Water for testing shall be provided by the Contractor.
B. Water shall be plant process water or potable water. All labor, equipment, piping, pumps, and
materials for pumping the test water shall be supplied by the Contractor.
C. Test water shall be disposed of by reintroduction into the plant process at the time,rate of flow
and location approved by the OWNER. Water shall not be disposed of by discharging it onto
the ground surface or public or private land.
D. Water service is not available,except at Village Creek Wastewater Treatment Plant property.
3.06 CLEANING
A. At the conclusion of the work, thoroughly clean all pipelines by flushing with water or other
means to remove all dirt, stones, pieces of wood, or other material that may have entered the
- pipes during the construction period. Debris cleaned from the lines shall be removed from the
low end of the pipeline. If, after this cleaning, obstructions remain,they shall be removed in an
approved manner. After the pipelines are cleaned and if the groundwater level is above the pipe
or following a heavy rain,the Engineer will examine the pipes for leaks. If any defective pipes
or joints are discovered,they shall be repaired.
END OF SECTION
VC0515S01.666 01666-5 9/26/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Watertightness Test For Hydraulic Structures
SECTION 01680
WATERTIGHTNESS TEST FOR HYDRAULIC STRUCTURES
PART1 GENERAL
1.01 SCOPE OF WORK
A. Furnish all labor,materials,and incidentals required and perform tightness testing of water-
containing structures as listed herein and all retesting until the structures meet the requirements
as specified herein.
1.02 RELATED WORK
A. Cast-in-Place Concrete is included in Section 03300.
B. Anchored Plastic Lining for Concrete Structures and Pipe is included in Section 06640.
1.03 SUBMITTALS
A. Submit to the Engineer,in accordance with Section 0 13 00,the results of each watertightness test
of each structure. The submittal format shall be similar to that shown in Figure A attached to
end of this Section.
1.04 REFERENCE STANDARDS
A. American Concrete Institute(ACI)
1. ACI 350.1R-Testing Reinforced Concrete Structures for Watertightness
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 PROJECT/SITE REQUIREMENTS
A. Coordinate timing and procedures for obtaining testing water and structure testing with the
Owner well in advance of the actual testing.
B. Water Source and Disposal
1. Water for testing will be provided by the Contractor.
2. Water shall be plant process or potable water. All labor,equipment,and materials for
= pumping the test water shall be supplied by the Contractor.
3. Test water shall be disposed of by reintroduction into the plant process at the time,rate of
flow,and location approved by the Owner. Water shall not be disposed of by discharging it
onto the ground surface of public or private land.
VC0515S01.690 01680-1 9/26/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Watertightness Test For Hydraulic Structures
PART 2 PRODUCTS(NOT USED)
PART 3 EXECUTION _
3.01 GENERAL
A. The testing of reinforced concrete water containment structures shall conform to the following
standards and as modified herein:
1. Reinforced concrete water containment structures-ACI 350.1R and as specified herein. l
B. Perform watertightness tests prior to placing backfill around structures in order to permit
observation and detection of leakage points,except as noted in paragraph 3.07A. Otherwise,
walls may be backfilled prior to testing only when approved in writing by the Engineer. The
request to backfill prior to testing shall include a description of the method proposed to detect
leakage points after the backfill is in place. Approval to place backfill prior to testing shall not
relieve the Contractor of the responsibility for conducting watertightness tests.
3.02 EXAMINATION
A. Inspect the structure to be tested for potential leakage paths such as cracks,voids,etc.,and repair
such paths in compliance with the provisions specified herein or as approved by the Engineer.
3.03 PREPARATION
A. Thoroughly clean the structure to be tested of dirt,mud,and construction debris prior to
initiating watertightness tests. The floor and sumps shall be flushed with water to provide a
clean surface,ready for testing.
B. Inlet and outlet pipes not required to be operational for the tests may be temporarily sealed or
bulkheaded prior to testing.
C. Confirm adequacy of seals around gates and valves and reset or seal as approved by the
Engineer. Estimates of gate or valve leakage will not be allowed as adjustments to the measured
tank or structure leakage.
3.04 TESTING PROCEDURES
A. Conditions of Testing
1. Do not begin initial filling of concrete structures until all concrete elements of the structure
have attained the designed compressive strength of the concrete,nor less than 14 days after
all concrete walls or base slabs have been placed.
2. Initial filling of reinforced concrete structures shall not exceed a rate of 4-ft/hour.
3. Fill unlined or partially lined concrete structures to the maximum operating water surface
level and maintain the water at that level for at least 72 hours prior to beginning
VC0515So1.680 01680-2 9R6107
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Watertightness Test For Hydraulic Structures
watertightness tests to minimize water absorption by the concrete during testing. The
testing of fully lined concrete structures may be started as soon as the structure is filled.
B. Testing Procedures
1. Duration of the test shall not be less than that required for a drop in the water surface of
1/2-in based on the calculated maximum allowable leakage rate nor 3 days,whichever is
less.
2. Loss of volume measurements shall be taken at 24-hour intervals. The loss of volume is
usually determined by measuring the drop in water surface elevation and computing the
change in volume of the contained water. Measure water surface elevation at not less than
two locations at 180 degrees apart and preferably at four locations 90 degrees apart. Record
water temperature 18-in below the water surface when taking the first and last sets of
measurements.
C. Reports
1. Submit to the Engineer watertightness test results for each structure tested on the form
shown in Figure A,or a form with a similar format.
2, Notify the Engineer of the scheduling of tests 3 working days prior to the tests. The
Engineer may monitor any watertightness testing performed on the structures.
3.05 ACCEPTANCE
A. The following conditions will be considered as NOT meeting the criteria for acceptance
regardless of the actual loss of water volume from the structure:
1, Groundwater leakage into the structure through floors,walls,or wall-floor joints.
2. Structures that exhibit flowing water from joints,cracks,or from beneath the foundation
(except for underdrain systems).
3. Lined concrete structures on which moisture can be picked up by a dry hand from the
exterior surface of the walls.
B. The watertightness of concrete tanks and structures shall be considered acceptable when loss of
water volume is within the criteria listed below:
1. For unlined or partially lined structures, loss of volume shall not exceed 0.05 percent in
24 hours.
2. For completely lined structures(including floors),there shall be no measurable loss in 24
hours.
T VC0515So1.690 01680-3 9/26/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Watertightness Test For Hydraulic Structures
3.06 REPAIRS AND RETESTING
A. Structures failing the watertightness test and not exhibiting visible leakage may be retested after
an additional stabilization period of 7 days. Tanks failing this second test shall be repaired prior a
to further testing.
B. Repair structures that fail the watertightness test and structures showing visible leakage in _
compliance with the provisions specified herein or as approved by the Engineer.
C. Repairs and retesting of tanks shall be accomplished at no additional cost to the Owner.
3.07 SCHEDULE
A. The following structures shall be tested for watertightness as required to meet paragraph 3.05A
only(i.e.,loss of water volume test is not required):
1. Box DDD Junction Structure
2. Box ED-2 Turning Structure
3. Box ED-3 Siphon Structure T
END OF SECTION
VC0515So1.680 01680-4 926/07 '
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Watertightness Test For Hydraulic Structures
FIGURE A
WATERTIGHTNESS TEST REPORT
PROJECT SUBMITTED BY
STRUCTURE* TEST DATES
Allowable loss of water volume percent in 24 hours.
Measured loss of water volume percent in 24 hours.
TEST READINGS
Water temperature at start degrees F Water temperature at end degrees F
- Date Time Location 1 Location 2 Location 3 Location 4 Initials
1.
2.
3.
4.
5.
Change in level
Average change in level
Correction for precipitation/evaporation
Corrected change in level=CL=
(CL)x(surface area)x(100) = measured percent water loss in 24 hours
(initial water volume)x(number of test days)
Notes and field observations**
* Attach a sketch showing a plan of the structure and measurement locations.
** Place date and initials at the beginning of each entry.
VC0515S01.680 01680-5 9r26M
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Contract Closeout
SECTION 01700
CONTRACT CLOSEOUT
PART 1: GENERAL
+ 1.01 SCOPE OF WORK
A. This Section outlines the procedure to be followed in closing out the contract.
1.02 SUBSTANTIAL COMPLETION
A. The substantial completion date shall be established as stated in the Contract.
1.03 FINAL CLEANING
A. At the completion of work and immediately prior to final inspection,cleaning of the entire project
shall be accomplished according to the following provisions:
1. The Contractor shall thoroughly clean,sweep,wash,and polish all work and equipment
provided under the Contract,including finishes. The cleaning shall leave the structures and
site in a complete and finished condition to the satisfaction of the Engineer.
2. All Subcontractors shall similarly perform,at the same time,an equivalent thorough cleaning
of all work and equipment provided under their contracts.
3. The Contractor shall remove all temporary structures and all debris,including all dirt,sand,
gravel,rubbish and waste material. See Section 01500,Temporary Facilities.
4. Should the Contractor not remove rubbish or debris,or not clean the buildings and site as
specified above,the Owner reserves the right to have the cleaning done at the expense of the
Contractor.
5. The Contractor shall mow the newly planted grassed areas.
B. Use only cleaning materials recommended by manufacturer of surface to be cleaned.
- C. Use cleaning materials only on surfaces recommended by cleaning material manufacturers.
D. In preparation for substantial completion or occupancy,conduct final inspection of sight-exposed
interior and exterior surfaces,and of concealed spaces.
E. Remove grease,dust,dirt,stains,labels,fingerprints,and other foreign materials from
sight-exposed interior and exterior finished surfaces. Polish surfaces so designated to shine
finish.
F. Repair,patch,and touch up marred surfaces to specified finish,to match adjacent surfaces.
G. Replace air-handling filters if units were operated during construction.
VC0515So1.700 01700-1 926/07
City of Fort Worth
Village Creek Wastewater Treatment Plant --
Trinity River Parallel Siphon Project
Contract Closeout
H. Rake clean ground surfaces.
I. Handle materials in a controlled manner with as few handlings as possible. Do not drop or throw
materials from heights. _
J. Schedule cleaning operations so that dust and other contaminants resulting from cleaning process
will not fall on wet,newly-painted surfaces.
1.04 FINAL INSPECTION
A. After final cleaning and restoration and upon written notice from the Contractor that the work is
completed,the Engineer will make a preliminary inspection with the Owner and the Contractor
present. Upon completion of this preliminary inspection,the Engineer will notify the Contractor,
in writing,of any particulars in which this inspection reveals that the work is defective or
incomplete.
B. Upon receiving written notice from the Engineer,the Contractor shall immediately undertake the -
work required to remedy deficiencies and complete the work to the satisfaction of the Engineer.
C. When the Contractor has corrected or completed the items as listed in the Engineer's written
notice,he shall inform the Engineer, in writing,that the required work has been completed.
Upon receipt of this notice,the Engineer,in the presence of the Owner and the Contractor,will
make his final inspection of the project.
D. Should the Engineer find all work satisfactory at the time of his inspection,the Contractor will be
allowed to make application for final payment. Should the Engineer still find deficiencies in the
work,the Engineer will inform the Contractor of the deficiencies and will deny the Contractor's
request for final payment until such time as the Contractor has satisfactorily completed the
required work.
1.05 FINAL SUBMITTALS
A. No application for final payment will be accepted until all submittals have been made and
approved by the Engineer,including,but not limited to,the following:
1. Final shop drawings. —
2. Project Record Documents and Drawings
3. All interface information.
4. All Operation and Maintenance Manuals.
5. All required indices and schedules.
6. All Manufacturers'Certificates of Proper Installation. �
7. All construction photographs, including those of the completed project.
8. All State required submittals.
VC0515S01.700 01700-2 926(07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Contract Closeout
9. Certificate that all outstanding debts are paid and that there are.no liens on the project.
1.06 ACCESSORY ITEMS
A. The Contractor shall provide to the Owner,upon acceptance of the equipment,all special
accessories required to place each item of equipment in full operation.
1.07 GUARANTEES,BONDS,AND AFFIDAVITS
A. No application for final payment will be accepted until all guarantees,bonds,certificates,
licenses,and affidavits required for work or equipment as specified are satisfactorily filed with
the Engineer.
1.08 RELEASE OF LIENS OR CLAIMS
A. No application for final payment will be accepted until satisfactory evidence of release of liens
- has been submitted to the Owner as required by the General Conditions.
1.09 FINAL PAYMENT
A. Final payment will be made to the Contractor in accordance with the Contract Conditions.
PART 2: PRODUCTS(NOT USED)
PART 3: EXECUTION(NOT USED)
END OF SECTION
VC0515so1.700 01700-3 9t26/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Cleaning
SECTION 01710
CLEANING
PART I: GENERAL
- 1.01 REQUIREMENTS INCLUDED
A. Execute cleaning,during progress of the Work,and at completion of the Work.
1.02 RELATED REQUIREMENTS
A. Each Specification Section: Cleaning for specific products or work.
1.03 DISPOSAL REQUIREMENTS
A. Conduct cleaning and disposal operations to comply with codes, ordinances,regulations,and
anti pollution laws.
PART 2: PRODUCTS(NOT USED)
PART 3: EXECUTION
3.01 DURING CONSTRUCTION
A. Execute daily cleaning to keep the Work,the site and adjacent properties free from accumulations
of waste materials,rubbish and windblown debris,resulting from construction operations.
B. Provide on-site containers for the collection of waste materials,debris and rubbish. All waste
materials including containers,food debris and other miscellaneous materials must be disposed of
daily in on-site containers.
C. Remove waste materials,debris and rubbish from the site periodically and dispose of at legal
disposal areas away from the site.
D. Provide weekly cleaning of plant roadways where access to construction area is accessible.
3.02 FINAL CLEANING
A. Employ skilled workmen for final cleaning.
` B. Remove grease,mastic,adhesives,dust,dirt,stains,fingerprints,labels,and other foreign
materials from sight-exposed interior and exterior surfaces.
C. Broom clean exterior paved surfaces;rake clean other ground surfaces.
D. Prior to final completion,or Owner occupancy,Contractor shall conduct an inspection of
sight-exposed interior and exterior surfaces,and all work areas,to verify that the entire Work is
clean.
END OF SECTION
vc05150So1.710 01710-1 9/25/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Project Record Documents
SECTION 01720
PROJECT RECORD DOCUMENTS
PART 1: GENERAL
1.01 REQUIREMENTS INCLUDED
A. Maintain at the site,for the Owners use,one record copy of:
1. Drawings.
2. Specifications.
3. Addenda.
4. Change Orders and other Modifications to the Contract.
5. Engineer's Field Orders or written instructions.
6. Approved Shop Drawings,Working Drawings and Samples.
7. Field Test records.
8. Construction photographs.
1.02 RELATED REQUIREMENTS
A. Section 01300: Submittals.
1.03 MAINTENANCE OF DOCUMENTS AND SAMPLES
A. Store documents and samples in Contractor's field office apart from documents used for
construction.
1. Provide files and racks for storage of documents.
2. Provide locked cabinet or secure storage space for storage of samples.
B. File documents and samples in accordance with CSUCSC format.
C. Maintain documents in a clean,dry,legible condition and in good order. Do not use record
documents for construction purposes.
D. Make documents and samples available at all times for inspection by the Engineer.
E. As a prerequisite for monthly progress payments,the Contractor is to exhibit the currently updated
"record documents"for review by the Engineer and the Owner.
VC0515so1.720 01720-1 92M7
City of Fort Worth
village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Project Record Documents
1.04 MARKING DEVICES
A. Provide felt tip marking pens for recording information in the color code designated by the
Engineer. -
1.05 RECORDING
A. Label each document"PROJECT RECORD" in neat large printed letters.
B. Record information concurrently with construction progress.
1. Do not conceal any work until required information is recorded.
C. Drawings-Legibly mark to record actual construction: '
1. All underground piping with elevations and dimensions. Changes to piping location.
Horizontal and vertical locations of pipe fittings,underground utilities and appurtenances, -
referenced to permanent surface improvements. Actual installed pipe material,class,etc.
2. Field changes of dimension and detail.
3. Changes made by Field Order or by Change Order.
4. Details not on original contract drawings.
5. Equipment relocations and piping.
D. Specifications and Addenda-Legibly mark each Section to record:
1. Manufacturer,trade name,catalog number,and Supplier of each Product and item of
equipment actually installed.
2. Changes made by Field Order or by Change Order. -
E. Shop Drawings(after final review and approval):
1. Five sets of record drawings for each piece of equipment,piping,electrical system and
instrumentation system.
1.06 SUBMITTAL
A. At every six month interval a copy of the up to date Record Drawings shall be provided to the _
Engineer. At Contract close-out,deliver Record Documents to the Engineer for the Owner.
B. Accompany submittal with transmittal letter in duplicate,containing:
1. Date.
2. Project title and number.
vc0515So1.720 01720-2 9t26/07 -
City of Fort Worth
" Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Project Record Documents
3. Contractor's name and address.
4. Title and number of each Record Document.
5. Signature of Contractor or his authorized representative.
PART 2: PRODUCTS(NOT USED)
PART 3: EXECUTION(NOT USED)
END OF SECTION
-j VC0515S01.720 01720-3 MUM
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trintiy River Parallel Siphon Project
Operating and Maintenance Data
SECTION 01730
OPERATING AND MAINTENANCE DATA
PART 1: GENERAL
1.01 REQUIREMENTS INCLUDED
A. Compile product data and related information appropriate for Owner's maintenance and operation of
products furnished under Contract.
1. Prepare operating and maintenance data as specified in this Section and as referenced in other
pertinent sections of specifications.
B. Instruct Owner's personnel in maintenance of products and in operation of equipment and systems.
1.02 RELATED REQUIREMENTS
A. Section 01300: Submittals.
B. Section 01700: Contract Closeout.
C. Section 01720: Project Record Documents.
D. Section 01740: Warranties and Bonds.
1.03 QUALITY ASSURANCE
A. Preparation of data shall be done by personnel:
1. Trained and experienced in maintenance and operation of described products.
2. Familiar with requirements of this Section.
3. Skilled as technical writer to the extent required to communicate essential data.
4. Skilled as draftsman competent to prepare required drawings.
1.04 FORM OF SUBMITTALS
A. Prepare data in form of an instructional manual for use by Owner's personnel.
B. Format
1. Size: 8 1/2 inches x 11 inches.
2. Paper:
a. 40 pound minimum,white,for typed pages.
VC0515S01.730 01730-1 926/07
City of Fort Worth
Village Creek Wastewater Treatment Plant -
Trindy River Parallel Siphon Project
Operating and Maintenance Data
b. Holes reinforced with plastic,cloth or metal.
3. Text: Manufacturees printed data,or neatly typewritten.
4. Drawings:
a. Provide reinforced punched binder tab,bind in with text.
b. Reduce larger drawings and fold to size of text pages but not larger than 14 inches x 17
inches.
5. Provide fly-leaf for each separate product,or each piece of operating equipment.
a. Provide typed description of product,and major component parts of equipment.
b. Provide indexed tabs.
6. Cover: Identify each volume with typed or printed title"OPERATING AND MAINTENANCE
INSTRUCTIONS". List:
a. Title of Project.
b. Identity of separate structure as applicable.
c. Identity of general subject matter covered in the manual.
C. Binders:
1. Commercial quality three-ring binders with durable and cleanable plastic covers.
2. When multiple binders are used,correlate the data into related consistent groupings.
D. If available,an electronic form of the O&M Manual shall be provided.
1.05 CONTENT OF MANUAL
A. O&M Manuals shall be customized for this specific project. Generic O&M Manuals will not be
acceptable.
B. Neatly typewritten table of contents for each volume,arranged in systematic order.
1. Contractor,name of responsible principal,address and telephone number. _
2. A list of each product required to be included, indexed to content of the volume.
3. List,with each product,name,address and telephone number of
a. Subcontractor or installer.
b. A list of each product required to be included, indexed to content of the volume.
VC0515S01.730 01730-2 9R6/07 ~
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinfiy River Parallel Siphon Project
Operating and Maintenance Data
c. Identify area of responsibility of each.
d. Local source of supply for parts and replacement.
4. Identify each product by product name and other identifying symbols as set forth in Contract
Documents.
C. Product Data
1. Include only those sheets which are pertinent to the specific product.
2. Annotate each sheet to:
a. Clearly identify specific product or part installed.
b. Clearly identify data applicable to installation.
c. Delete references to inapplicable information.
- D. Drawings
1. Supplement product data with drawings as necessary to clearly illustrate:
a. Relations of component parts of equipment and systems.
b. Control and flow diagrams.
2. Coordinate drawings with information in Project Record Documents to assure correct illustration
of completed installation.
3. Do not use Project Record Drawings as maintenance drawings.
D. Written text,as required to supplement product data for the particular installation:
1. Organize in consistent format under separate headings for different procedures.
2. Provide logical sequence of instructions of each procedure.
E. Copy of each warranty,bond and service contract issued.
1. Provide information sheet for Ownees personnel giving:
a. Proper procedures in event of failure.
b. Instances which might affect validity of warranties or bonds.
1.06 MANUAL FOR MATERIALS AND FINISHES
A. Submit five copies of complete manual in final form.
+ VC0515so1.730 01730-3 9r16/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trindy River Parallel Siphon Project
Operating and Maintenance Data
B. Content-For architectural products,applied materials and finishes: -
1. Manufacturer's data,giving full information on products.
a. Catalog number,size,composition. -
b. Color and texture designations.
c. Information required for re-ordering special-manufactured products.
2. Instructions for care and maintenance.
a. Manufacturer's recommendation for types of cleaning agents and methods.
b. Cautions against cleaning agents and methods which are detrimental to product.
c. Recommended schedule for cleaning and maintenance.
C. Content,for moisture-protection and weather-exposure products:
1. Manufacturer's data,giving full information on products.
a. Applicable standards. _
b. Chemical composition.
c. Details of installation.
2. Instructions for inspection,maintenance and repair.
D. Additional requirements for maintenance data: Respective sections of Specifications.
1.07 MANUAL FOR EQUIPMENT AND SYSTEMS
A. Submit five copies of complete manual in final form.
B. Content,for each unit of equipment and system,as appropriate:
1. Description of unit and component parts. _
a. Function,normal operating characteristics,and limiting conditions.
b. Performance curves,engineering data and tests.
c. Complete nomenclature and commercial number of replaceable parts.
2. Operating procedures:
a. Start-up,break-in,routine and normal operating instructions. -
VC0515S01.730 01730-4 9126107
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trintry River Parallel Siphon Project
Operating and Maintenance Data
b. Regulation,control,stopping,shut-down and emergency instructions.
c. Summer and winter operating instructions.
d. Special operating instructions.
3. Maintenance procedures:
a. Routine operations.
b. Guide to "trouble-shooting".
c. Disassembly,repair and reassembly.
d. Alignment,adjusting and checking.
4. Servicing and lubrication schedule:
a. List of lubricants required.
5. Manufacturer's printed operating and maintenance instructions.
- 6. Description of sequence of operation by control manufacturer.
7. Original manufacturer's parts list, illustrations, assembly drawings and diagrams required for
maintenance.
a. Predicted life of parts subject to wear.
b. Items recommended to be stocked as spare parts.
8. As-installed control diagrams by controls manufacturer.
9. Each contractor's coordination drawings.
a. As-installed color coded piping diagrams.
10. Charts of valve tag numbers,with location and function of each valve.
11. List of original manufacturer's spare parts, manufacturer's current prices, and recommended
quantities to be maintained in storage.
12. Other data as required under pertinent sections of specifications.
�. C. Content,for each electric and electronic system,as appropriate:
1. Description of system and component parts.
= a. Function,normal operating characteristics,and limiting conditions.
VC0515S01.730 01730-5 9126/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trindy River Parallel Siphon Project
Operating and Maintenance Data
b. Performance curves,engineering data and tests. -
c. Complete nomenclature and commercial number of replaceable parts.
2. Circuit directories of panelboards.
a. Electrical service.
b. Controls.
c. Communications.
3. As-installed color coded wiring diagrams.
4. Operating procedures:
a. Routine and normal operating instructions. —
b. Sequences required.
c. Special operating instructions.
5. Maintenance procedures: _
a. Routine operations.
b. Guide to"trouble-shooting".
c. Disassembly,repair and reassembly.
d. Adjustment and checking.
6. Manufacturer's printed operating and maintenance instructions.
7. List of original manufacturer's spare parts, manufacturer's current prices, and recommended
quantities to be maintained in storage.
8. Other data as required under pertinent sections of specifications.
D. Prepare and include additional data when the need for such data becomes apparent during instruction
of Owner's personnel.
E. Additional requirements for operating and maintenance data: Respective sections of Specifications.
1.08 SUBMITTAL SCHEDULE
A. Submit five copies of preliminary draft of proposed sample outlines of contents of Operation and
Maintenance Manuals and list of O&M submittals within 60 days after Notice to Proceed.
1. The Engineer will review the preliminary draft and return two copies with comments.
VC0515So1.730 01730-6 926/07
City of Fort Worth
V'dlage Creek Wastewater Treatment Plant
TrmCry River Parallel Siphon Project
Operating and Maintenance Data
- B. Submit five copies of completed data in final form no later than 30 days following the Engineer's
review of the last shop drawing and/or other submittal specified under Section 01300.
1. Two copies will be returned with comments to be incorporated into final copies.
C. Submit five(5)copies of approved manual in final form directly to the offices of the Engineer within
30 calendar days of product shipment to the project site and preferably within 30 days after the
reviewed copy is received.
D. Submit six copies of addendum to the operation and maintenance manuals as applicable and
certificates within 30 days after substantial completion.
1.09 INSTRUCTION OF OWNER'S PERSONNEL
A. Prior to final inspection or acceptance,fully instruct Owners designated operating and maintenance
personnel in operation,adjustment and maintenance of products,equipment and systems,at agreed
upon times.
B. Operating and maintenance manual shall constitute the basis of instruction. The O&M Manual shall
be approved prior to commencing training. Review contents of manual with personnel in full detail to
explain all aspects of operations and maintenance.
C. Prepare and insert additional data in Operation and Maintenance Manual when need for such data
becomes apparent during instruction.
D. The Contractor shall have instructions videotaped while they are being given to Owner's personnel.
Video taping shall be performed by a person or organization experienced in the production of tapes
and shall include the entire instruction session(s)and all questions and answers.
PART 2: PRODUCTS(NOT USED)
PART 3: EXECUTION(NOT USED)
END OF SECTION
VC0515S01.730 01730-7 W26/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Warranties and Bonds
SECTION 01740
WARRANTIES AND BONDS
PART 1: GENERAL
1.01 REQUIREMENTS INCLUDED
A. Compile specified warranties and bonds,as specified herein.
B. Co-execute submittals when so specified.
C. Review submittals to verify compliance with Contract Documents.
D. Submit to the Engineer for review and transmittal to Owner.
1.02 RELATED REQUIREMENTS
A. Instructions to Bidders: Bid Bonds.
B. Conditions of the Contract: Performance Bond and Payment Bond.
C. Contract.
D. Section 01700: Contract Closeout.
E. Special Conditions: Maintenance Bond.
1.03 SUBMITTAL REQUIREMENTS
A. Assemble warranties,bonds and service and maintenance contracts,executed by each of the respective
manufacturers,suppliers,and subcontractors.
B. Number of original signed copies required: Two each.
C. Table of Contents: Neatly typed,in orderly sequence. Provide complete information for each item.
- 1. Product or work item.
2. Firm,with name of principal,address and telephone number.
3. Scope.
4. Date of beginning of warranty,bond or service and maintenance contract.
5. Duration of warranty,bond or service maintenance contract.
6. Provide information for Owner's personnel:
VC515S01.740 01740-1 MU2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Warranties and Bonds
a. Proper procedure in case of failure.
b. Instances which might affect the validity of warranty or bond.
7. Contractor,name of responsible principal,address and telephone number.
1.04 FORMS OF SUBMITTALS _
A. Prepare in duplicate packets.
B. Format:
1. Size 8 1/2 inches x 11 inches,punch sheets for standard 3-post binder.
a. Fold larger sheets to fit into binders.
2. Cover: Identify each packet with typed or printed title"WARRANTIES AND BONDS".List: -
a. Title of Project.
b. Name of Contractor.
C. Binders: Commercial quality, three-post binder, with durable and cleanable plastic covers and
maximum post width of 2 inches.
1.05 WARRANTY SUBMITTAL REQUIREMENTS
A. For all major pieces of equipment, submit a warranty from the equipment manufacturer. The
manufacturer's warranty period shall be concurrent with the Contractors for two (2)years, unless
otherwise specified,commencing at the time of final acceptance by the Owner.
B. The Contractor shall be responsible for obtaining certificates for equipment warranty for all major
equipment specified under Divisions 11. The Engineer reserves the right to request warranties for
equipment not classified as major. The Contractor shall still warrant equipment not considered to be
"major"in the Contractors two-year warranty period even though certificates ofwarranty may not be
required.
PART 2: PRODUCTS(NOT USED)
PART 3: EXECUTION(NOT USED)
END OF SECTION
VC515so1.740 01740-2 MOON
DIVISION 2
SITEWORK
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Demolition and Modifications
SECTION 02050
DEMOLITION AND MODIFICATIONS
PART 1: GENERAL
1.01 SCOPE OF WORK
A. The Contractor shall furnish all labor,materials,equipment and incidentals required to provide
all dismantling,modifications,and salvage work required,as shown on the Drawings and
specified herein.
B. The Contractor shall comply with applicable laws,codes,ordinances and regulations,and shall
obtain and pay for all necessary permits.
C. The Contractor shall remove from site and legally dispose of dismantled materials,trash,debris,
etc.,except any items specifically indicated to be reused and any items designated on the
Drawings to be salvaged for Owner's own purposes. Such items shall be carefully removed
under the Contract and moved to an area designated by the Owner on the project site.
D. All other materials removed under the modification work and not called out to be reused or
turned over to the Owner on the project shall be disposed of legally,off the site,by Contractor,
who will,upon removal from site,have the rights of salvage of materials.
E. The Contractor shall visit the site of the work and examine the premises so as to fully
understand all of the existing conditions relative to the work. No increase in cost or extension
of performance time will be considered for failure to know the conditions of the site and
structures.
F. The Contractor shall be responsible for removing and modifying piping and structures in such a
sequence that there will be no disruption of operations. The Contractor's construction schedule,
to be provided per Section 01315,shall include demolition work at times that meet the
construction sequencing issues presented in Section 01040.
1.02 CARE,PROTECTION AND REPAIR
A. The Contractor is cautioned to exercise great care in protecting existing structures and property
of the Owner while proceeding with work of this Section and the entire Contract. All damage
shall be repaired at once to the satisfaction of the Engineer. All such repairs shall be at the
expense of the Contractor and no claims for additional payment will be accepted.
1.03 CONDITIONS OF STRUCTURES
A. The Owner and the Engineer assume no responsibility for the actual condition of the structures
to be demolished or modified.
B. Conditions existing at the time of inspection for bidding purposes will be maintained by the
Owner insofar as practicable. However,variations within a structure may occur prior to the
start of demolition work.
VC0515S02.050 02050-1 9/25/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Demolition and Modifications
C. The Engineer may,upon inspection,direct the Contractor to repair or replace deteriorated or
damaged structures,piping or mechanical equipment as extra work. Extra work,if any,will be
performed and paid for in accordance with other portions of this Project Manual.
1.04 TRAFFIC AND ACCESS
A. Special attention is directed towards maintaining safe and convenient access at all times to and -
through the existing facilities by plant personnel and associated vehicles.
1.05 EQUIPMENT TO BE SALVAGED FOR OWNER
A. Equipment to be salvaged for Owner shall be as indicated on the drawings and as specified.
B. All salvaged equipment shall be cleaned to remove excessive and foreign materials attached to
the equipment.
C. All other equipment and material not retained by the Owner shall be salvaged or disposed of by
the Contractor off site in accordance with applicable regulations and laws.
PART 2 PRODUCTS (NOT USED)
PART 3 EXECUTION
3.01 MANNER OF CONDUCTING WORK
A. Execute work in careful,orderly manner. Provide and maintain barriers,dust screens,warning
lights as may be necessary to protect persons and property. Perform work with utmost care,
using tools and methods that will not transfer any heavy shocks to adjacent structures to remain
in service and in place. Take all possible care to avoid vibration and other disturbance.
Conduct work in a manner giving prime consideration to,but not necessarily limited by:
1. Protection of public and Owner's personnel. _
2. Protection from weather.
3. Control of noise, shocks,vibration.
4. Control of dirt and dust.
5. Maintenance of orderly access.
6. Protection of existing structures or portions thereof to remain.
7. Coordination and cooperation with Owner.
B. Debris shall not be allowed to accumulate.
C. No fires will be permitted on site.
D. The use of explosives will not be permitted on the project.
VC0515So2.050 02050-2 9/25/07
City of Fort Worth
- Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Demolition and Modifications
E. Provide temporary support and shoring as required for existing materials until new work is
installed.
F. Pollution Controls:Use water sprinkling,temporary enclosures,and other suitable methods to
limit dust and dirt rising and scattering in air to lowest practical level. Comply with governing
regulations pertaining to environmental protection.
1. Do not use water when it may create hazardous or objectionable conditions such as ice,
flooding,and pollution.
2. Clean adjacent structures and improvements of dust,dirt,and debris caused by demolition
_ operations,as directed by Owner or governing authorities. Return adjacent areas to
condition existing prior to start of work.
3. Prior to demolition inside existing structures,provide covers consisting of plastic sheeting
and framing over existing pumps,motors,switchgear and control panels. Maintain covers
during demolition operations.
G. Damages:Promptly repair damages caused to adjacent facilities by demolition operations at no
cost to the Owner.
H. Utility Services: Maintain existing utilities required to remain,keep in service,and protect
against damage during demolition operations,
1. Do not interrupt existing utilities serving occupied or used facilities,except when
authorized in writing by the Owner. Provide temporary services during interruptions to
existing utilities,as acceptable to the Owner.
2. When utility lines are encountered which are not indicated in the Drawings,the Owner shall
be notified.
I. Operating Facilities
1. Perform Work in a manner which will not disrupt the operation of existing facilties,except
as allowed in Section 01315.
2. Provide temporary services to assure uninterrupted operation of existing facilities,except
where service disruption is allowed for as specifically specified in Section 01315 or
specifically noted on the Drawings.
3. Stage materials,equipment and Work in a manner which will not obstruct Owner access to
operate and maintain existing operating facility components.
3.02 MODIFICATIONS
A. Modification consists of demolition as required,removing,replacing, or altering existing
concrete. Also included is such work as plugging pipe and wall openings,the removal of
portions of an existing structure,and construction of additions to existing structures.
VC0515So2.050 02050-3 9/25/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Demolition and Modifications
3.03 CONSTRUCTION METHODS —
A. General: Concrete to be demolished and removed under this item shall be broken into pieces by
methods approved by the Engineer. The use of explosives will not be permitted for any -
purposes. Disposal of demolished materials shall be as specified in Section 02200 and Section
01110.
B. Modifications of Existing Structures:
1. Where only a portion of the existing structure is to be removed,special care shall be taken _
to prevent damage to that portion that will remain in place.Portions of concrete structures
to be removed shall be saw cut,if directed by the Engineer, in order to minimize impact
loads on the remaining structure. No "headache"balls or other swinging weights may be _
used. Where not connecting to new structures,the existing concrete shall be removed to
neat lines as shown on the Plans or as established by the Engineer,and reinforcing steel
shall be saw cut,if directed by the Engineer,and removed to a depth of two inches from the
finished surface and coated,or as noted on the Drawings. The new opening shall be
patched and finished with nonshrink nonmetallic grout or other treatment as required to
function as intended.
2. Execute cutting and demolition by methods which will prevent damage to other work,and
will provide proper surfaces to receive installation of repairs. Torch cutting will not be
permitted.
3. Where physical cutting is required,cut work with sawing and grinding tools,not with
hammering and chopping tools. Unless otherwise specified,core drill or saw cut openings
through all concrete work. Core drilling shall be done utilizing diamond bits. Corners shall
not be overcut without prior written approval from the ENGINEER.
4. Where a portion of the existing concrete is to be removed and new concrete is to be added,
a minimum of 1-inch saw cut is required to provide a straight,neat edge at the surface.
Care shall be taken to maintain existing reinforcement where indicated on the plans.
5. Patch with seams which are durable and as invisible as possible. Restore exposed finishes
of patched areas and,where necessary,extend finish restoration onto retained work,
adjoining,in a manner which will eliminate evidence of patching.
6. Take care in the removal of equipment and materials to be salvaged to prevent damage to
such.
END OF SECTION
VC0515So2.050 02050-4 9/25/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Site Preparation
SECTION 02100
SITE PREPARATION
PART L GENERAL
1.01 SCOPE OF WORK
A. This item shall consist of furnishing all labor, materials, equipment and incidentals required and
preparing the site for construction operations by removing and disposing of all obstructions from the
site and from designated easements,where removal of such obstructions is not otherwise indicated.
Such obstructions shall be considered to include remains of houses and other structures not completely
removed by others, foundations, floor slabs, concrete, brick, lumber, plaster, cisterns, water wells,
septic tanks or basements;abandoned utility pipes,conduits or foundations;underground service station
+ tanks,equipment or other foundations;fences,retaining walls,outhouses,shacks and all other debris.
This item shall also include the removal of trees, stumps, roots, bushes, shrubs, curb and gutter,
driveways,paved parking areas,miscellaneous stone,brick,concrete,sidewalks,drainage structures,
manholes,inlets,abandoned railroad tracks,metal railing,scrap iron,all rubbish and debris whether
above or below ground,except live utility facilities.
1.02 RELATED WORK
A. Trenching,backfilling and compaction is included in Section 02221.
B. Environmental protection procedures is included in Section 01110.
C. Sedimentation and erosion control is included in Section 02270.
D. Compaction grouting for soft or loose subgrades is included in Section 02335.
E. Loaming,hydroseeding and erosion control is included in Section 02490.
1.03 SUBMITTALS
A. Submit to the Engineer, in accordance with Section 01300, copies of all permits required prior to
clearing,grubbing,and stripping work.
PART 2: PRODUCTS (NOT USED)
PART 3: EXECUTION
3.01 GENERAL
A. Prior to commencing this work, all required sedimentation and erosion control and tree protection
measures shall be in place and utilities located and protected. Areas within the construction limits as
indicated shall be cleared of all obstructions,vegetation,abandoned structures as defined above;except
trees or shrubs indicated for preservation,which shall be carefully trimmed as directed and shall be
VC0515So2.100 02100-1 09/25/07
City of Fort Worth
Village Creek Wastewater Treatment Plant -
Trinity River Parallel Siphon Project
Site Preparation
protected from scarring,barking or other injuries during construction operations. Exposed ends of
pruned limbs or scarred bark shall be pruned, trimmed and treated with an approved tree wound
dressing material within 24 hours of the pruning or injury. _
B. Construction equipment shall not be operated within the drip line of trees,unless otherwise indicated.
Construction materials shall not be stockpiled under the canopies of trees. No excavation or _
embankment shall be placed within the drip line of trees until tree wells are constructed.
C. Unless otherwise indicated,all underground obstructions,stumps and roots shall be removed to the
Mowing depths:
1. In areas to receive 6 inches or more embankment,a minimum of 12 inches below natural ground.
2. In areas to receive embankment of less than 6 inches and areas to be excavated, 18 inches below
the lower elevation of the embankment,structure or excavation.
3. All other areas, 12 inches below natural ground.
D. Holes remaining after removal of all obstructions,objectionable material,trees,stumps,etc.,shall be
backfilled with select embankment material and tamped.
E. When a utility in service conflicts with the construction, it shall be modified as set forth in other _
sections of these Specifications.
F. Where an abandoned existing underground piping utility is found, it shall be cut and plugged with
concrete,brick and mortar,or a precast stopper grouted in place as directed by the Engineer.
G. If desired by Owner,cleared tree trunks and limbs exceeding 4 inches in diameter shall be cut into 4- _
foot lengths and stockpiled on site where directed by the Engineer.
H. No stumps,trees,limbs or brush shall be buried in any fills or embankments.
3.02 CLEARING
A. Cut and remove all timber,trees, stumps,brush, shrubs,roots, grass,weeds,rubbish and any other
objectionable material resting on or protruding through the surface of the ground.
B. Preserve and protect trees and other vegetation designated on the Drawings or directed by the Engineer
to remain as specified below.
3.03 GRUBBING
A. Grub and remove all stumps,roots in excess of 1%-inches in diameter,matted roots,brush,timber,logs,
concrete rubble and other debris encountered to a depth as specified in Paragraph 3.01 C. _
B. Refill all grubbing holes and depressions excavated below the original ground surface with suitable
materials and compact to a density conforming to the surrounding ground surface or as directed by the T
Engineer.
VC051 sso2.100 02100-2 09/25/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Site Preparation
3.04 STRIPPING
A. Strip topsoil from all areas to be occupied by buildings,structures,and roadways and all areas to be
excavated or filled.
B. Topsoil shall be free from brush, trash, large stones and other extraneous material. Avoid mixing
topsoil with subsoil.
_ C. Stockpile and protect topsoil until it is used in landscaping,loaming and seeding operations. Dispose of
surplus topsoil after all work is completed.
3.05 DISPOSAL
A. Contractor shall remove all trees,limbs,and branches removed during construction activities from the
site by hauling such materials and debris to an approved offsite disposal area.
B. Dispose of material and debris, including stumps, from site preparation operations by hauling such
materials and debris to an approved offsite disposal area. No rubbish or debris of any kind shall be
buried on the site.
C. Burning of cleared and grubbed materials,or other fires,for any reason,will not be permitted.
3.06 PROTECTION
A. Trees and other vegetation designated on the Drawings or directed by the Engineer to remain shall be
protected from damage by construction operations by erecting suitable barriers,guards and enclosures,
or by other approved means. Conduct clearing operations in a manner to prevent falling trees from
damaging trees and vegetation designated to remain and to the work being constructed and so as to
provide for the safety of employees and others.
B. Maintain protection until all work in the vicinity of the work being protected has been completed.
C. Do not operate heavy equipment or stockpile materials within the branch spread of existing trees.
D. Immediately repair any damage to existing tree crowns,trunks,or root systems. Roots exposed and/or
damaged during the work shall immediately be cut off cleanly inside the exposed or damaged area.
Treat cut surfaces with an acceptable tree wound paint and topsoil spread over the exposed root area.
E. When work is completed,remove all dead and downed trees. Live trees shall be trimmed of all dead
and diseased limbs and branches. All cuts shall be cleanly made at their juncture with the trunk or
preceding branch without injury to the trunk or remaining branches. Cuts over 1-inch in diameter shall
be treated with an acceptable tree wound paint.
F. Restrict construction activities to those areas within the limits of construction designated on the
Drawings. Adjacent properties and improvements thereon,public or private,which become damaged
by construction operations,shall be promptly restored to their original condition,to the full satisfaction
of the property owner.
VC0515S112.100 02100-3 09/25/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Site Preparation
3.07 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.
B. 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 equipment shall be driven slowly over the subgrade with the tires
staggered approximately 3 feet on each successive pass to allow detection of any soft or pumping _
subgrade areas. The proof rolling operations should be observed by the Engineer.
C. The sides of stump holes or other similar cavities or depressions shall be broken down to flatten the
slopes(no steeper than 5 horizontal and 1 vertical),with the sides of the cuts or holes being scarified to
provide bond between the foundation soils and the embankment fill.
D. Each depression or hole shall be filled with the same type of material that is adjacent to the depression, —
unless such material is unsuitable for fill,in which case General Earth Fill shall be used.
E. Existing hillsides or slopes that 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. -
F. 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.
G. In areas of the subgrade that 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.
H. The traffic of heavy equipment, including heavy compaction equipment, may create pumping and
general deterioration of the shallower clay soils. Compaction grouting may be required before an
adequate subgrade can be achieved.
END OF SECTION
VC0515SO2.100 02100-4 09/25/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Dewatering and Drainage
SECTION 02140
DEWATERING AND DRAINAGE
PART GENERAL
1.00 STATUTORY REQUIREMENTS
A. Obtain and pay for all permits required for temporary dewatering and drainage systems.
B. Original permits shall be prominently displayed on the site prior to constructing dewatering and
drainage systems.
1.01 SCOPE OF WORK
A. Furnish, install,operate,monitor,maintain,and remove temporary dewatering and drainage
systems as required and lower and maintain groundwater levels below subgrades of
excavations. Prevent surface water runoff from entering or accumulating in excavations.
B. Furnish the services of a licensed Professional Engineer,registered in the State of Texas,to
prepare dewatering and drainage system designs and submittals.
C. Collect and properly dispose of all discharge water from dewatering and drainage systems in
accordance with State and local requirements and permits.
D. Repair damage caused by dewatering and drainage system operations.
- E. Remove temporary dewatering and drainage systems when no longer needed. Restore all
disturbed areas.
F. Furnish, install,monitor,maintain,and remove groundwater observation wells as specified
herein.
1.02 RELATED WORK
A. Earth excavation and backfill are included in Section 02200 and 02221.
B. Sedimentation and erosion control is included in Section 02270.
1.03 SUBMITTALS
A. Dewatering and drainage system designs shall be prepared by a licensed Professional Engineer,
registered in the State of Texas,having a minimum of five years of professional experience in
the design and construction of dewatering and drainage systems. Submit an original and three
copies of the licensed Professional Engineer's certification,on the PE form specified in Section
01300, stating that the dewatering and drainage system designs have been prepared by the
Professional Engineer and that the Professional Engineer will be responsible for their
execution. Do not submit dewatering and drainage system designs unless requested in writing.
VC0515so1.140 02140-1 9/25/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant -
Trinity River Parallel Siphon Project
Dewatering and Drainage
1.04 DEFINITIONS
A. Where the phrase "in-the-dry" is used in this Section,it shall be defined as in situ soil moisture
content of no more than five percentage points above the optimum moisture content for that -
soil.
PART 2 PRODUCTS
2.01 MATERIALS
A. Each groundwater observation well shall consist of a screen,casing,and cap. Casing shall be
minimum 1-in Schedule 80 PVC pipe,with machine slotted PVC wellpoints. Maximum
wellpoint slot size shall be 0.020-in.
PART 3 EXECUTION
3.01 GENERAL
A. Control surface water and groundwater such that excavation to final grade is made in-the-dry,
and bearing soils are maintained undisturbed. Prevent softening,or instability of,or
disturbance to,the subgrade due to water seepage.
B. Provide protection against flotation for all work. -
C. The impact of anticipated subsurface soil/water conditions shall be considered when selecting
methods of excavation and temporary dewatering and drainage systems. Where groundwater
levels are above the proposed bottoms of excavations,a pumped dewatering system is expected
for predrainage of the soils prior to excavation to final grade and for maintenance of the
lowered groundwater level until construction has been completed to such an extent that the
foundation,structure,pipe,conduit,or fill will not be floated or otherwise damaged. Type of
dewatering system,spacing of dewatering units and other details of the work are expected to
vary with soil/water conditions at a particular location. _
3.02 SURFACE WATER CONTROL
A. Control surface water runoff to prevent flow into excavations. Provide temporary measures
such as dikes,ditches,and sumps.
3.03 EXCAVATION DEWATERING
A. Provide and maintain adequate equipment and facilities to remove promptly and dispose of
properly all water entering excavations. Excavations shall be kept in-the-dry,so as to maintain
an undisturbed subgrade condition throughout construction below grade, including backfill and
fill placement.
B. Collect precipitation or surface runoff in shallow ditches around the perimeter of the
excavation,drain to sump and pump from the excavation to maintain in-the-dry conditions.
VC0515S01.140 02140-2 9/25/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Dewatering and Drainage
C. Pipe and conduit shall not be installed in water or allowed to be submerged prior to backfilling.
Pipe and conduit,which becomes submerged,shall be removed and the excavation dewatered
and restored to proper conditions prior to reinstalling the pipe and conduit.
D. The dewatering and drainage system shall be capable of lowering and continuously maintaining
the ground water surface a minimum of 3-ft 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 reqired.
E. Excavations for foundations and structures shall be maintained in-the-dry for a minimum of
four days after concrete placement. In no event shall water be allowed to enter an excavation
and rise to cause unbalanced pressure on foundations and structures until the concrete has
reached its specified 28-day compressive strength and the structure has been completed and is
adequate to resist flotation forces.
F. Dewatering and drainage operations shall at all times be conducted in such a manner as to
preserve the natural undisturbed bearing capacity of the subgrade at the bottom of the
excavation. If the subgrade becomes disturbed for any reason,the unsuitable subgrade material
shall be removed and replaced with concrete,compacted granular fill,or other approved
material to restore the bearing capacity of the subgrade to its original undisturbed condition.
G. Dewatering and drainage operations shall be conducted in a manner which does not cause loss
of ground or disturbance to the pipe bedding or soil,which supports overlying or adjacent
structures.
H. The dewatering system shall be designed to prevent settlement or other adverse affects to
adjacent structures due to drawdown of groundwater,or otherwise,which may require isolation
of the dewatering areas with sheet pile cutoffs or similar facilities. The Contractor shall be
required to demonstrate in appropriate submittals that the proposed method of dewatering will
not adversely affect adjacent structures,prior to beginning dewatering operations.
3.04 DISPOSAL OF DRAINAGE
A. All water discharged from temporary dewatering and drainage systems shall be disposed of in
accordance with the sedimentation and control plans as specified in Section 02270. Existing or
new sanitary sewer systems shall not be used to dispose of drainage unless the written
permission of the utility or owner is obtained.
3.05 GROUNDWATER OBSERVATION WELLS
A. Groundwater observation wells shall be installed for monitoring groundwater levels during
construction of foundations and structures more than 10-ft beneath existing grade. A minimum
of two wells shall be installed at each foundation or structure in locations approved by the
Engineer. Wells shall be designed and installed in such a manner as to provide an accurate and
reliable indication of groundwater levels adjacent to the foundations and structures.
B. Each observation well shall be installed in a 2%-in diameter bore hole extending at least 4-ft
below the subgrade of the foundation or structure. Backfill the annular space surrounding the
intake and casing with filter sand especially processed for this purpose. Cap the top of the well
to prevent infiltration of surface water.
VC0515So 1.140 02140-3 9/25/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River.Parallel Siphon Project
Dewatering and Drainage
C. Maintain observation wells until foundations and structures are backfilled. Observe and record
daily the groundwater elevation in each well. Furnish measurements daily to the resident
project representative. Periodically verify observation well accuracy by adding water to the
well and recording the drop in level from the time the water was added. Redevelop plugged
observation wells to maintain accuracy and reliability of groundwater level indication.
D. Excavation work shall not be performed until the readings obtained from the observation wells
indicate that the groundwater has been lowered at least 3-ft below the bottom of the subgrade
within the limits of excavation.
END OF SECTION
VC0515S01.140 021404 9/25/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Trenching,Backfilling and Compaction
SECTION 02221
TRENCHING,BACKFILLING AND COMPACTION
PART 1 GENERAL
1.01 SCOPE OF WORK
A. Furnish all labor,materials,equipment and incidentals required and perform all trenching for
pipelines and appurtenances,including drainage,filling,backfilling,disposal of surplus material
and restoration of trench surfaces and easements.
B. Excavation shall extend to the width and depth shown on the Drawings or as specified herein and
shall provide suitable room for installing pipe, structures and appurtenances.
C. Furnish and place all sheeting,bracing and supports and remove from the excavation all materials
which the Engineer may deem unsuitable for backfilling. The bottom of the excavation shall be
firm,dry and in all respects,acceptable. If conditions warrant,deposit gravel for pipe bedding,
or gravel refill for excavation below grade,directly on the bottom of the trench immediately after
excavation has reached the proper depth and before the bottom of the trench has become softened
or disturbed by any cause whatsoever. The length of open trench shall be related closely to the
rate of pipe laying. All excavation shall be made in open trenches.
D. All excavation,trenching and related sheeting,bracing,etc,shall comply with the requirements
of OSHA excavation safety standards(29 CFR Part 1926.650 Subpart P)and State requirements.
Where conflict between OSHA and State regulations exists,the more stringent requirements
shall apply.
E. Wherever the requirement for 95 percent compaction is referred to herein it shall mean"at least
95 percent of maximum density as determined by ASTM D698".
F. Prior to the start of work the Contractor is required to submit his/her proposed method of
backfilling and compaction to the Engineer for review.
1.02 RELATED WORK
A. Drainage and dewatering is included in Section 02140.
B. Granular fill materials are included in Section 02230.
C. Sedimentation and erosion control is included in Section 02270.
D. Loaming and hydroseeding is included in Section 02490.
E. Embankment fill procedures and disposal of surplus excavated material is included in Section
02200.
F. Trench safety requirements are included in Section 01665.
VC0515S02.221 02221-1 M5/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Trenching,Balling and Compaction
G. Site/Right-of-way preparation is covered in Section 02100.
PART 2 PRODUCTS (NOT USED)
PART 3 EXECUTION
3.01 TRENCH EXCAVATION
A. Trench excavation shall include material of every description and of whatever substance
encountered,including rock and boulders,regardless of the methods or equipment required to -
remove the material.. Pavement shall be cut with a saw,wheel or pneumatic chisel along straight
lines before excavating.
B. The Contractor shall strip and stockpile topsoil from grassed areas crossed by trenches. At the
Contractor's option,topsoil may be otherwise disposed of and replaced,when required,with
approved topsoil of equal quality. a
C. While excavating and backfilling is in progress,traffic shall be maintained,and all utilities and
other property protected as provided in the General Conditions and General Requirements.
D. Trenches shall be excavated to the depth indicated on the Drawings and in widths sufficient for
laying the pipe,bracing and for pumping and drainage facilities. The bottom of the excavations _
shall be firm and dry and in all respects acceptable to the Engineer. Trench width shall be
practical minimum,but not less than that shown on the drawings.
E. Excavation and dewatering shall be accomplished by methods which preserve the undisturbed _
state of subgrade soils. The trench may be excavated by machinery to,or just below the
designated subgrade,provided that material remaining in the bottom of the trench is no more than
slightly disturbed. Subgrade soils which become soft,loose, "quick",or otherwise unsatisfactory ,
as a result of inadequate excavation,dewatering or other construction methods shall be removed
and replaced by limestone fill as required by the Engineer at the Contractor's expense.
F. Clay and organic silt soils are particularly susceptible to disturbance due to construction
operations. When excavation is to end in such soils,use a smooth-edge bucket to excavate the
last 1-ft of depth.
G. Where pipe is to be laid in gravel bedding,the trench may be excavated by machinery to the
normal depth of the pipe provided that the material remaining in the bottom of the trench is no _
more than slightly disturbed.
H. Where pipe is to be laid directly on the trench bottom,final excavation at the bottom of the trench
shall be performed manually,providing a flat-bottom true to grade upon undisturbed material.
Bell holes shall be made as required.
3.02 DISPOSAL OF MATERIALS
A. Refer to Specification Section 02200 for disposal of materials.
VC0515So2.221 02221-2 9/25/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Trenching Backfilling and Compaction
B. Excavated material shall be stacked without excessive surcharge on the trench bank or
obstructing free access to hydrants and gate valves. Inconvenience to traffic and abutters shall be
avoided as much as possible. Excavated material shall be segregated for use in backfilling as
specified below.
C. It is expressly understood that no excavated material shall be removed from the site of the work
a or disposed of;except as directed by the Engineer. When removal of surplus materials has been
approved by the Engineer,dispose of such surplus material in approved designated areas.
D. Should conditions make it impracticable or unsafe to stack material adjacent to the trench,the
material shall be hauled and stored at a location provided. When required, it shall be re-handled
and used in backfilling the trench.
3.03 SHEETING AND BRACING
A. Furnish,put in place and maintain sheeting and bracing required by Federal, State or local safety
requirements to support the sides of the excavation and prevent loss of ground which could
endanger personnel,damage or delay the work or endanger adjacent structures. If the Engineer is
of the opinion that at any point sufficient or proper supports have not been provided,he/she may
order additional supports placed at the expense of the Contractor. Compliance with such order
shall not relieve the Contractor from his/her responsibility for the sufficiency of such supports.
Care shall be taken to prevent voids outside of the sheeting,but if voids are formed,they shall be
immediately filled and rammed.
B. Where sheeting and bracing is required to support the sides of trenches,the Contractor shall
engage a professional engineer,registered in the State of Texas,to design the sheeting and
bracing. The sheeting and bracing installed shall be in conformity with the design and
certification of this shall be provided by the professional engineer. Submit P.E.Certification
Form contained at the end of this section to show compliance with this requirement.
C. When moveable trench bracing such as trench boxes,moveable sheeting,shoring or plates are
used to support the sides of the trench,care shall be taken in placing and moving the boxes or
supporting bracing to prevent movement of the pipe,or disturbance of the pipe bedding and the
screened gravel backfill.
1. When installing rigid pipe(R.C.,V.C.,A.C.,etc),any portion of the box extending below
mid diameter shall be raised above this point prior to moving the box ahead to install the
next pipe. This is to prevent the separation of installed pipe joints due to movement of the
box.
2. When installing flexible pipe(PVC,etc),trench boxes,moveable sheeting, shoring or plates
shall not be allowed to extend below mid-diameter of the pipe. As trench boxes,moveable
sheeting,shoring or plates are moved, limestone shall be placed to fill any voids created and
the limestone and backfill shall be recompacted to provide uniform side support for the pipe.
D. The Contractor will be permitted to use steel sheeting in lieu of wood sheeting for the entire job
wherever the use of sheeting is necessary. The cost for use of sheeting will be included in the bid
items for pipe and shall include full compensation for driving,bracing and later removal of
sheeting.
VC0515S02.221 02221-3 9/25/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Trenching,Back6➢ing and Compaction
E. All sheeting and bracing shall be carefully removed in such manner as not to endanger the
construction of other structures,utilities,or property,whether public or private. All voids left
after withdrawal of sheeting shall be immediately refilled with sand by ramming with tools
especially adapted to that purpose,by watering or otherwise as directed.
F. No payment will be given for sheeting,bracing,etc,during the progress of the work. No
payment will be given for sheeting which has actually been left in the trench for the convenience
of the Contractor.
G. Sheeting driven below mid-diameter of any pipe shall remain in place from the driven elevation
to at least 1-ft above the top of the pipe.
3.04 TEST PITS
A. Excavation of test pits may be required for the purpose of locating underground utilities or
structures as an aid in establishing the precise location of new work.
B. Test pits shall be backfilled as soon as the desired information has been obtained. The backfilled
surface shall be maintained in a satisfactory condition for travel until resurfaced as specified.
3.05 DRAINAGE AND DEWATERING
A. The Contractor shall furnish all materials and equipment and perform all incidental work required
to install and maintain the drainage system he proposes for handling ground water or surface
water encountered. He shall assume all responsibility for the adequacy of the methods,materials,
and equipment employed. -
B. The Contractor shall provide pumping equipment and devices to properly remove and dispose of
all water entering trenches and excavations. The subgrade shall be maintained acceptably dry
until the facilities to be built are completed. All drainage related work shall be performed without
damage to the trench,pavement,pipes,electrical conduits,or other utilities and without damage
to public or private property.
C. Pipe and masonry shall not be laid in water or submerged within 24 hours after being placed.
Water shall not flow over new masonry within four days after placement.
3.06 EXCAVATION BELOW GRADE AND REFILL
A. Whatever the nature of unstable material encountered or the groundwater conditions,trench
drainage shall be complete and effective.
B. If the Contractor excavates below grade through error or for the Contractor's own convenience,or
through failure to properly dewater the trench,or disturbs the subgrade before dewatering is
sufficiently complete,he may be directed by the Engineer to excavate below grade as set forth in
the following paragraph,in which case the work of excavating below grade and furnishing and
placing the refill shall be performed at his own expense.
C. If the material at the level of trench bottom consists of fine sand,sand and silt or soft earth which
may work into the screened gravel notwithstanding effective drainage,the subgrade material shall
VC0515So2.221 02221-4 MU2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Trenching,Back611ing and Compaction
be removed to the extent directed and the excavation refilled with a 6-in layer of coarse sand,or a
mixture graded from coarse sand to the fine peastone,as approved by the Engineer,to form a
filter layer preserving the voids in the gravel bed of the pipe. The composition and gradation of
gravel shall be approved by the Engineer prior to placement. Limestone shall then be placed in
6-in layers thoroughly compacted up to the normal grade of the pipe. If directed by the Engineer,
bank-run gravel shall be used for refill of excavation below grade.
D. Geotextile filter fabric may be substituted for filter layer if approved by the Engineer. Filter
fabric shall be Mirafi 140N; Supac equivalent,or equal.
3.07 EMBEDMENT
- A. Embedment for pipes shall be as shown on the Drawings using bedding material meeting the
requirements of PART 2 of Section 02230.
B. The initial layer of embedment placed to receive the pipe shall be brought to grade and
dimensions indicated on the Drawings,and the pipe shall be placed thereon and brought to grade
by tamping,or by removal of the slight excess amount of embedment under the pipe. Adjustment
to grade shall be made by scraping away or filling with embedment material. Wedging or
blocking up of pipe will not be permitted. Each pipe section shall have a uniform bearing on the
embedment for the full design of the pipe,except immediately at the joint. All embedment and
encasement shall extend the full width of the trench bottom.
C. After the pipe has been laid,jointed and inspected,embedment material shall be brought up in
mechanically tamped layers not exceeding 8-inches in thickness of loose fill,approximately equal
on each side of the pipe,to 12-inches above the top of pipe. Compaction shall be 90 percent of
Standard Proctor density for embedment material below the top of pipe. For the 12-inches of
embedment material above the pipe,compaction shall be 85 percent of Standard Proctor density.
3.08 BACKFILLING
A. As soon as practicable after the initial bedding has been placed and the pipe has been laid and
jointed,backfilling shall begin and thereafter be prosecuted expeditiously. Bedding,as specified
for the type of pipe installed,shall be placed as shown on the Drawings and as specified in
Paragraph 3.07 above.
B. Trench backfill for pipelines or other utilities shall be properly placed and compacted. Non-
expansive earth fill or flowable fill shall be used for trench backfill in all areas adjacent to
structures. Free draining granular material shall not be used. If a higher class of bedding
material is required for the pipelines near or beneath structures or pavements,flowable fill will
limit water intrusion into the trench and will not require compaction after placement.
C. The non-expansive earth fill shall be placed in approximate 4 to 6 inch loose lifts. Non-
expansive soil 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 D-698).
D. Trench backfill more than 5 feet outside the limits of structures to 1 foot above top of pipe
(exclusive of lean concrete or flowable fill zones)shall be non expansive earth fill and shall have
the properties as specified in Section 02230.
VC0515S02.221 02221-5 9/25/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Trenching,Backfilling and Compaction
E. Trench backfill more than 5 feet outside the limits of structures from 1 foot above top of pipe and
upward shall be general earth fill material and shall consist of soil material 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 from organics or other deleterious
material.
F. Class 2 Aggregate fill may be used for pipelines completely outside the area of structures and
pavements. Class 2 Aggregate fill shall be compacted with a vibratory,to a minimum of 95
percent of maximum index density as determined by ASTM D4253,at a moisture content that
will facilitate compaction.
G. 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.
H. In restricted areas where compaction of non-expansive earth fill is not practical,flowable fill
shall be used. 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.
I. To prevent longitudinal movement of the pipe,dumping backfill material into the trench and then
spreading will not be permitted until Granular Embedment Material is placed to 6"above the
pipe, in accordance with City of Ft.Worth Typical Embedment Detail(Figure 19).
J. Backfill shall be brought up evenly on all sides. Each layer of backfill material shall be
thoroughly compacted by rolling,tamping,or vibrating with mechanical compacting equipment
or hand tamping,to 95 percent compaction. If rolling is employed, it shall be by use of a suitable
roller or tractor,being careful to compact the fill throughout the full width of the trench.
K. Where other methods are not practicable,compaction shall be by use of hand or pneumatic
ramming with tools weighing at least 20 lbs. The material being spread and compacted in layers
not over 6-in thick. If necessary,sprinkling shall be employed in conjunction with rolling or
ramming.
L. Bituminous paving shall not be placed in backfilling unless specifically permitted, in which case
it shall be broken up as directed. Frozen material shall not be used under any circumstances.
M. Water jetting will not be accepted as a means of consolidatinglcompacting backfill.
N. All road surfaces shall be broomed and hose-cleaned immediately after backfilling. Dust control
measures shall be employed at all times.
3.09 RESTORING TRENCH SURFACE
A. Where the trench occurs adjacent to paved streets,in shoulders,sidewalks, or in cross-country
areas,thoroughly consolidate the backfill and shall maintain the surface as the work progresses.
If settlement takes place,immediately deposit additional fill to restore the level of the ground.
VC0515S02.221 02221-6 9252007
City of Fort Worth
- Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Trenching Backfilling and Compaction
C. The surface of any driveway or any other area which is disturbed by the trench excavation and
which is not a part of the paved road shall be restored by the Contractor to a condition at least
equal to that existing before work began.
D. In sections where the pipeline passes through grassed areas,and at the Contractor's own expense,
remove and replace the sod,or loam and seed the surface to the satisfaction of the Engineer.
END OF SECTION
VC0515So2.221 02221-7 9R52007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Trenching Back611ing and Compaction
P.E. CERTIFICATION FORM
The undersigned hereby certifies that he/she is a professional engineer registered in the State
Of and that he/she has been employed by
to design
(Name of Contractor)
(Insert P.E.Responsibilities)
in accordance with Section for the
(Name of Project)
The undersigned further certifies that he/she has performed the design of the
,that said design is in conformance
Name of Project)
with all applicable local,state and federal codes,rules,and regulations,and that his/her signature and P.E.
seal have been affixed to all calculations and drawings used in,and resulting from,the design.
The undersigned hereby agrees to make all original design drawings and calculations available to the
(Insert Name of Owner)
or Owner's representative within seven days following written request therefor by the Owner.
P.E.Name Contractor's Name
Signature Signature
Address Title
Address
VC0515S02.221 02221-8 MM007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Excavation and Back611 For Structures
SECTION 02200
EXCAVATION AND BACKFILL FOR STRUCTURES
PART1 GENERAL
1.00 STATUTORY REQUIREMENTS
A. All excavation,trenching,sheeting,bracing,etc.,shall comply with the requirements of OSHA
excavation safety standards(29 CFR Part 1926.650 Subpart P),state,and local requirements.
Where conflict between OSHA,state,and local regulations exists,the most stringent
requirements shall apply.
1.01 SCOPE OF WORK
A. Furnish all labor,materials,equipment,and incidentals required and perform all excavation work
and grading;place and compact backfill and fill;and dispose of unsuitable,waste,and surplus
materials,as shown on the Drawings and as specified herein.
B. Provide the services of a licensed Professional Engineer,registered in the state in which the work
is located,to prepare temporary excavation support system designs and submittals.
- C. Furnish and install temporary excavation support systems, including sheeting,shoring,and
bracing,to ensure the safety of personnel and protect adjacent structures,piping,etc.,in
accordance with federal,state,and local laws,regulations,and requirements.
D. Except as specifically noted on the Drawings or specified,the Contractor shall select the method
of excavation appropriate for each structure and condition.
E. The contractor shall be responsible for determining,implementing and maintaining the required
safe operating practices and procedures for personnel,equipment, and general traffic adjacent to
or on the slopes during the construction phase. The Owner shall be responsible for determining,
implementing and maintaining the required safe operating practices and procedures for
personnel,equipment,and general traffic adjacent to or on the completed slopes prior to and
following completion of construction.
1.02 RELATED WORK
A. Site conditions are included in Section 01011.
B. Trench safety requirements are included in Section 01013.
C. Site Preparation, including clearing and grubbing is included in Section 02100.
D. Demolition,Cutting and Patching is included in Section 02050.
E. Dewatering and Drainage is included in Section 02140.
F. Trenching,Backfilling,and Compaction are included in Section 02221.
VC0515So2.200 02200-1 925/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Excavation and Backfill For Structures
G. Compaction grouting is included in Section 02335.
H. Granular Fill Materials are included in Section 02230.
I. Sedimentation and Erosion Control are included in Section 02270.
J. Loaming,Hydroseeding,and Erosion Control are included in Section 02490.
1.03 SUBMITTALS
A. Submit plan for excavation support systems as required under Article 1.06 of these
specifications. Excavation support system designs shall be prepared by a licensed Professional
Engineer registered in the state in which the work is located,having a minimum of 5 years of
professional experience in the design and construction of excavation support systems. Submit an
original and three copies of the licensed Professional Engineer's certification on the P.E.form
specified in Section 01300,stating that the excavation support systems designs have been
prepared by the Professional Engineer and that the Professional Engineer will be responsible for
their execution. Do not submit excavation support system designs unless specifically noted,or
unless requested in writing.
B. Submit details of braced excavations at Box DDD Junction Structure,Box ED-2 Turning
Structure,Box ED-3 Siphon Structure,and for any other excavations performed within the flood
control levee. Review will be for general conformance only(size of excavation,effects on levee,
etc.)and shall not relieve the Contractor of responsibility for design and/or construction
activities.
1.04 REFERENCE STANDARDS
A. American Society for Testing and Materials(ASTM)
1. ASTM D698-Standard Test Methods for Laboratory Compaction Characteristics of Soil
Using Standard Effort(12,400 ft-lbf/fl(600 kN-mhn ))
2. ASTM D1557-Test Method for Laboratory Compaction Characteristics of Soil Using
Modified Effort(56,000 ft-lbf/fl(2,700 kN-m/m))
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 QUALITY ASSURANCE
A. At all structures,prior to the placement of bedding material,concrete work mats,fill,or
structural concrete,coordinate with the soils testing laboratory to verify the suitability of the
existing subgrade soil and perform in-place soil density tests as required to verify that the bearing
capacity of the subgrade is sufficient.
B. Prior to and during the placement of backfill and fill,coordinate with the soils testing laboratory
to perform in-place soil density tests to verify that the backfill/fill material has been compacted in
VC0515So2.200 02200-2 9t25ro7
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Excavation and Backfill For Structures
accordance with the compaction requirements specified elsewhere. The Engineer may designate
areas to be tested.
1.06 EXCAVATION SAFETY
A. All open excavations greater than five feet in depth shall be constructed with laid-back slopes(to
the extent allowed by the Engineer),bracing,sheeting,shoring,or other equivalent method as
may be required for the protection of life and existing structures and facilities. Approved
methods shall be per Section 01013 and in accordance with details shown on the Drawings.
Prior to commencing the work,the Contractor shall submit his plans for trench and excavation
support systems to the Engineer for review and comment. No excavations shall be started until
the Engineer has furnished written acceptance of the excavation support system. Said review
will be to assure the Engineer of general compliance with and shall not be construed as a
detailed analysis for adequacy of the support system,nor shall any provisions of the above
requirements be construed as relieving the Contractor of his overall responsibility and liability
for the Work.
B. It shall be understood that the preceding requirements are to be considered to be the minimum to
be provided. It shall be the Contractor's responsibility to provide the strength required to
support the sides of the excavation against loads which may exceed those employed to derive the
criteria set forth in the Industrial Safety Orders. The Contractor shall be solely responsible for
any and all liabilities which may arise from his failure to provide adequate shoring,bracing or
sloping(to the extent allowed by the Engineer)or sheeting as necessary to support the
excavation under any and all of the conditions of loading which may exist or which may arise
during the construction of the project.
1.07 DEFINITIONS
A. Where the phrase"in-the-dry" is used in this Section, it shall be defined to mean a soil condition
such that the in-place moisture content of the soil at that time is no more than 5 percentage points
above the optimum moisture content of that soil as determined by the laboratory test of the
moisture-density relation appropriate to the specified level of compaction.
B. Where the phrase"standard proctor density"is used in this Section, it shall be defined to mean
the maximum dry unit weight as determined in accordance with ASTM D698.
C. Where used in this Section, "structures"refers to all buildings,wet wells,junction boxes,
manholes,and below grade vaults. Stormwater structures and duct banks are not considered
structures in this context.
1.08 PROJECT/SITE REQUIREMENTS
A. Subsurface Conditions
1. Geotechnical explorations of the site have been performed by Gregory Geotechnical and are
summarized in a report titled"Geotechnical Engineering Study,Trinity River Siphon
Project,Village Creek Wastewater Treatment Plant,Fort Worth,Texas"and dated August
26,2003 (Report No.R02007).
VC0515So2.200 02200-3 925/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Excavation and Backfill For Structures
2. Designs of structures are based upon the analyses and recommendations contained in the
geotechnical engineering study,with the assumption of uniform variation in the soil layers
and their properties between test boring locations. Provide immediate notification to the
Engineer in accordance with the requirements of the General Conditions,if any conditions
at variance with those indicated in the geotechnical engineering study are encountered.
B. Any loam excavated under the work of this Section shall be salvaged by the Contractor for use
as specified under Section 02490.
PART 2 PRODUCTS
2.01 GENERAL
A. Specifications for fill materials are included in Section 02230.
B. Concrete for mud slabs and fill shall be as specified in Section 03300.
PART 3 EXECUTION
3.01 PREPARATION -
A. Test Pits
1. Perform exploratory excavation work(test pits or potholing)for the purpose of verifying the
location of underground utilities and structures and to check for unknown utilities and
structures prior to submission of shop drawings and prior to commencing excavation or
demolition work. Test pits shall be excavated for all connections to existing pipes. Test
pits shall be excavated at all locations where new pipes cross existing pipes.
2. Test pits shall be backfilled as soon as the desired information has been obtained.
Backfilled surfaces shall be stabilized in accordance with approved erosion and
sedimentation control plans.
B. Dewatering and Drainage Systems
1. Temporary dewatering and drainage systems shall be in place and operational prior to -
beginning excavation work.
2. Refer to Section 02140 for requirements for dewatering and drainage.
3.02 EXCAVATION SUPPORT
A. Furnish, install,monitor,and maintain excavation support(e.g.,shoring,sheeting,bracing,
trench boxes,etc.)as required by federal,state,or local laws,ordinances,regulations,and safety
requirements to protect personnel,the sides of the excavations,adjacent structures and utilities.
Support the sides of excavation to prevent any movement,which could in any way reduce the
width of the excavation below that necessary for proper construction and protect adjacent
structures from undermining settlement or other damage. Take care to prevent the formation of
voids outside of sheeting. If voids occur behind sheeting, immediately backfill and compact the
VC0515S02.200 02200-4 925/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Excavation and Backfill For Structures
voids with common fill material. Voids in locations that cannot be properly compacted upon
backfilling shall be filled with lean concrete.
B. Install excavation supports outside the neat lines of foundations. Supports shall be plumb and
securely braced and tied in position. Excavation support shall be adequate to withstand all
pressures to which the supports will be subjected. Any movement or bulging of supports shall be
corrected to provide the necessary clearances,dimensions,and structural integrity.
C. Excavation Supports Left in Place
1. Excavation supports shall remain in place if so indicated on the Drawings.
T 2. The Owner or Engineer may direct that certain excavation supports remain in place,or be
cut off at any specific elevation. Supports directed by the Owner or Engineer to be left in
place and not so designated on the Drawings or otherwise specified herein to remain in
place,will be paid for in accordance with the Contract Documents. If the Contractor
believes that such a directive increases Contractor's cost and would thereby entitle
Contractor to a change in Contract Cost,Contractor shall notify the Engineer in accordance
with the applicable article(s)in the Contract Documents pertaining to changes in the work.
3. The right of the Owner or Engineer to direct that certain excavation supports remain in
place shall not be construed as creating any obligation on the Owner or Engineer to give
such direction,nor shall failure to give such direction relieve the Contractor from liability
for damages to persons or property occurring from or upon the work occasioned by
negligence or otherwise,growing out of a failure on the part of the Contractor to leave in
place sufficient excavation supports to prevent any movement of the ground or damage to
adjacent structures.
D. Excavation supports shall be carefully removed in such manner so as not to endanger or damage
the work or other surrounding structures,utilities,or property. All voids left or caused by
withdrawal of supports shall be immediately filled with sand and compacted. See Section 01665
for additional requirements.
3.03 STRUCTURAL EXCAVATION PROCEDURES
" A. Excavations for structures shall be suitably wide for construction of the structures, including
excavation supports,dewatering and drainage systems,and working clearances.
B. Excavation shall be performed in-the-dry and shall be accomplished by methods that preserve the
undisturbed state of subgrade soils. Drainage and dewatering systems shall be in place and
operational prior to beginning excavation work. In no case shall the earth be plowed,scraped,or
excavated by any means so near to the finished subgrade that would disturb the finished
subgrade. Hand excavation of the final 3-to 6-in may be required to obtain a satisfactory,
undisturbed subgrade. Subgrade soils that become soft, loose, "quick," or otherwise
unsatisfactory for support of structures as a result of inadequate excavation,dewatering,or other
construction methods shall be removed and replaced with lean concrete,compacted structural
fill,or suitable crushed rock,subject to prior approval by the Engineer,at no additional cost to
_ the Owner.
VC0515S02.200 02200-5 W25ro7
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Excavation and Backfill For Structures
C. Subgrade Preparation
1. Where noted on the Drawings,scarify,moisturize,and recompact the top 8-in of subgrade
to a minimum of 95 percent Standard Proctor Density between minus 2 and plus 5
percentage points above optimum moisture content. These moisture ranges represent the
maximum recommended limits. A minimum of eight passes of the tamping foot roller shall
be provided.
2. Where shown on the Drawings,over-excavate sufficiently below the bottom of structure for
placement of a minimum of 6-in reinforced mud slab. Place the mud slab within 24 hours
of exposing the subgrade.
D. When excavations have reached the required subgrade, including any allowances for working
mats or base materials,prior to the placement of working mats or base materials notify the soils
testing laboratory to verify the suitability of the existing subgrade soils for the anticipated
foundation and structural loadings. The exposed surface(excluding bedrock)shall be proof-
rolled with a heavy piece of construction equipment in the presence of the soils testing laboratory
representative and the Engineer. If the existing subgrade soils are determined to be unsuitable,
direction will be provided by the Engineer regarding removal and replacement with suitable
materials. If Contractor believes that such direction would increase Contractor's cost and would
thereby entitle Contractor to a change in Contract Cost,Contractor shall notify the Engineer in
accordance with the applicable article(s)in the Contract Documents pertaining to changes in the
work. _
E. Over-excavation beyond the limits and depths required by the Contract Documents shall be
replaced,at no additional cost to the Owner,using lean concrete,structural fill,or other approved _
material as determined by the Engineer.
3.04 GENERAL FILLING AND BACKFILLING PROCEDURES
A. Fill and backfill materials shall be placed in lifts to suit the specified compaction requirements to
the lines and grades required,making allowances for settlement and placement of cover materials
(i.e.,topsoil,sod,etc.). Soft spots or uncompacted areas shall be corrected.
B. Fill and backfill materials shall not be placed on frozen surfaces,or surfaces covered by snow or
ice. Fill and backfill material shall be free of snow,ice,and frozen earth.
C. Compaction in confined areas(including areas within 5-ft of structure walls)and in areas where
the use of large equipment is impractical,shall be accomplished by hand operated vibratory
equipment or mechanical tampers. Lift thickness shall not exceed 4-in(measured before
compaction)when hand operated equipment is used.
D. Fill and backfill shall not be placed and compacted when the materials are too wet to properly
compact.
3.05 STRUCTURAL FILL AND BACKFILL PROCEDURES
A. Fill placed adjacent to structure walls shall be select fill(non-expansive earth fill)unless
otherwise noted on the Drawings.All structure watertightness tests and
VC0515S02.200 02200-6 90/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Excavation and Backfill For Structures
daunpproofmg/waterproofing shall be completed prior to placing fill or backfill around structures
except as noted in Section 01680. Place and compact fill in even lifts of 8-in(measured before
compaction)uniformly around the structure. Structural fill shall be placed in even lifts of 4-in
for those areas within 5-feet adjacent to structures.
B. Common fill may be used in areas beyond those designated above unless shown or specified
otherwise. Common fill shall be placed in even lifts having a maximum thickness of 8-in
(measured before compaction).
C. The backfill surface shall slope away from the structures on a gradient of 1.5 to 3 percent,such
that surface water does not pond adjacent to the structure within the backfill zone. Top soil and
seeding shall be accomplished to help prevent drying a cracking of the backfill surface. The
slope shall be maintained on a 1.5 to 3 percent gradient after topsoil is placed.
3.06 COMPACTION REQUIREMENTS
A. Beneath building slabs and slabs on grade(except sidewalks): Compact each layer of fill to a
minimum of 98 percent Standard Proctor Density at or near its optimum moisture content(minus
2 to plus 5 percent).
B. Adjacent to structures: Compact each layer of fill to a minimum of 95 Percent Standard Proctor
Density at or near its optimum moisture content(minus 2 to plus 5 percent),except that fill
placed within 5-ft of structure walls shall be compacted to between 95 and 100 percent of
Standard Proctor Density.
C. Roads,paved areas, and roadway embankments: Compact each layer of fill to a minimum of
98 percent Standard Proctor Density at or near its optimum moisture content(minus 2 to plus 5
percent).
D. Sidewalks: Compact the top 6-in of existing subgrade(and each layer of fill if applicable)to a
minimum of 95 percent Standard Proctor Density at or near its optimum moisture content(minus
2 to plus 5 percent).
E. Embankments(except under roadways), lawn,or unimproved areas: Compact each layer of fill
to a minimum of 95 percent Standard Proctor Density at or near its optimum moisture content
(minus 2 to plus 5 percent).
F. Common fill shall be compacted to a minimum of 95 percent Standard Proctor Density at a
moisture content of minus 2 to plus 5 percentage points relative to optimum moisture content.
G. Each lift of the common fill embankment material shall be compacted by sheepsfoot roller,
multiple-wheel pneumatic tired roller or other means acceptable to the Engineer. Each layer
shall be compacted only after the material has been placed,mixed and evenly spread.
Compaction shall be accomplished while the material is at the specified moisture content.
Rolling of each layer shall be continuous over its entire area and the roller shall make sufficient
trips to insure that the desired density has been obtained.
G. Free-draining coarse fill materials shall be compacted using a minimum of four passes with a
vibratory compactor,where a Standard Proctor Density cannot be reasonably established.
VC0515SO2.200 02200-7 4/25/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Excavation and Backfill For Structures
H. Field density tests(including moisture content)shall be taken as each lift of fill material is
placed. The Contractor shall perform a minimum of one field density test per lift for each 2500
square feet of compacted area. For small critical areas,the Contractor shall perform a minimum
of one field density test per lift for each 1000 square feet of compacted area. A minimum of two
density tests should be taken on each lift. Testing reports shall be provided to the Engineer for
review and approval.
3.07 EXCAVATION AND BACKFILL REQUIREMENTS AT STRUCTURES
A. Box DDD Junction Structure: Apply compaction grouting as required by the drawings and as
specified. Dewater as required and excavate to the required depths. Place structural select fill
adjacent to walls as shown on the drawings and as specified.
B. Box ED-2 Turning Structure:Dewater as required and excavate to the required depths. Backfill
Stockpile materials excavated from the levee for use as backfill,separating topsoil from
embankment material. Backfill adjacent to structures using excavated embankment material
compacted as specified herein. Place topsoil on the finished surface to match adjacent levee
materials.
C. Box ED-3 Siphon Structure:Apply compaction grouting as required by the drawings and as
specified. Dewater as required and excavate to the required depths. Place structural select fill
adjacent to walls as shown on the drawings and as specified.
D. Box EEE:Dewater as required and excavate to the required depth. Backfill adjacent to structure
using excavated material,compacted as specified herein. Place topsoil on the finished surface to
match adjacent materials.
3.08 EMBANKMENT FILL PROCEDURES
A. Embankment materials shall be placed on a properly prepared subgrade as specified in Section -
02100.
B. Prior to placing embankment fill materials,all organic materials(including peat and loam)and
loose inorganic silt material(loess)shall be removed from areas beneath the embankments. If
the subgrade slopes are excessive,the subgrade shall be stepped to produce a stable,horizontal
surface for the placement of embankment materials. The existing subgrade shall then be
scarified to a depth of 8-in and recompacted.
C. Embankment fill shall consist of common fill material and shall be placed and compacted in even
lifts of 8-in(measured before compaction).
D. Rock may be used in embankment fill only with prior,written approval of the Engineer.
E. Embankment fill for structures,pavements and flatwork within the top 10 feet shall be non
expansive earth fill material and shall have the properties as indicated in Section 02230. _
Embankment fill for structures,pavement,and flatwork below 10 feet shall be general earth fill
and shall have the properties as indicated in Section 02230.
VC0515S02.200 02200-8 9/25/07
City of Fort Worth
- village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Excavation and Backfill For Structures
- F. General embankments more than 5 feet outside the limits of structures and general site grading
within the top 1 foot where no slopes or deep fills are involved shall be general earth fill and shall
have the properties as indicated in Section 02230.
3.09 IMPERVIOUS CLAY FILL
A. Impervious clay fill shall be placed in controlled,even lifts having a maximum thickness
(measured before compaction)of 8-in. Compaction shall be sufficient to attain a permeability of
less than 1 x 1 V cm/sec,but no less than the compactive effort to obtain 95 percent Standard
Proctor Density.
B. Moisture content of impervious clay fill to be compacted shall be maintained at or near its
optimum moisture content(optimum to plus 5 percent).
3.10 DISPOSAL OF UNSUITABLE,WASTE,AND/OR SURPLUS EXCAVATED MATERIAL
A. Unsuitable,waste,and surplus excavated material shall be removed and disposed of offsite in a
manner acceptable to the Engineer. Organic material, such as vegetation,tree root systems and
brush,pavement, broken concrete and similar construction wastes shall be disposed of off-site at
a landfill licensed by the State of Texas to accept such wastes.
B. Unsuitable waste and surplus material to be disposed of off-site may be temporarily stockpiled in
an area within the limits of construction that does not disrupt construction activities,create any
nuisances or safety hazards,or otherwise restrict access to the work site and is acceptable to the
Engineer. Remove the stockpiled material from the project site and dispose of it if requested to
do so by the Engineer.
C. Excavated material containing chlordane shall be handled as indicated in Specification Section
01011.
3.11 GRADING
` A. Grading shall be performed to the lines and grades shown on the Drawings plus or minus 10
percent. All objectionable material encountered within the limits indicated shall be removed and
disposed of. Subgrades shall be completely and continuously drained and dewatered throughout
the grading process. Install temporary drains,drainage ditches,etc.,to intercept or divert surface
water that may affect the execution or condition of grading work.
B. If at the time of grading it is not possible to place any material in its proper section of the work, it
shall be stockpiled in approved areas for later use. No extra payment will be made for the
stockpiling or double handling of excavated material.
C. Stones or rock fragments larger than 4-in in their greatest dimensions will not be permitted
within the top 6-in of the finished grade of fills and embankments.
D. In cut areas,all loose or protruding rocks in slopes shall be removed to line or finished grade of
the slope. All cut and fill slopes shall be uniformly dressed to the slope,cross section,and
alignment shown on the Drawings unless otherwise directed by the Engineer.
VC0515so2.200 02200-9 925/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Protect
Excavation and Backfill For Structures
E. General site grading below 1 foot where no slopes or deep fills are involved shall be common fill _
material and shall consist of any soil materials which have a minimum of 85 percent passing the
No.4 sieve and which are free of organics or other deleterious materials.
END OF SECTION
VC0515SO2.200 02200-10 9125/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Granular Fill Materials
SECTION 02230
GRANULAR FILL MATERIALS
PART 1: GENERAL
1.01 DESCRIPTION
A. Granular fill materials are specified in this Section,but their use for fill and backfill,pipe bedding,
replacement of unsuitable material,crushed stone base,cushion in bedrock excavation,pavement
base,foundation support and similar uses are specified in detail elsewhere. The Engineer may
order the use of fill materials for purposes other than those specified in other Sections if, in his
opinion,such use is advisable.
1.02 RELATED WORK
A. Excavation and Backfill for Structures is included in Section 02200.
B. Trenching,backfilling and compaction is included in Section 02221.
C. Concrete fill is included in Section 03300.
1.03 SUBMITTALS
A. Samples. Submit 50-pound samples of fill materials for observation and testing when requested
by the Engineer.
B. Test Reports. For each fill material proposed for incorporation into the work or reuse,submit the
following test results in accordance with Section 0 13 00.
1. Gradation test in accordance with ASTM D422.
2. Moisture density test in accordance with ASTM D-698.
3. Moisture density test in accordance with ASTM D-1557.
4. Maximum index density of soils with ASTM D-4253.
5. Minimum index density of soils with ASTM D-4254.
6. Atterberg limits(liquid limit,plastic limit and plasticity index)in accordance with ASTM
D4318.
7. Unified Soil Classification System identity in accordance with ASTM D2487.
VC0515So2.230 02230-1 9t25n007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Granular Fill Materials
PART 2: PRODUCTS -
2.01 MATERIALS
A. All materials noted herein except a common embankment/fill shall have a maximum of one
percent(0.5%)expansion when testing is performed on sample remolded to 95 percent of
maximum ASTM D 698 dry density at two percent below optimum moisture under a 100 pounds _
per square foot(psf)surcharge.
B. Common fill shall consist of silty clay,sandy clay,or clayey sand material free of organic material,
loam,wood,trash,and other objectionable material which may be compressible or which cannot
be compacted properly which have a minimum of 85 percent passing the No.4 sieve. Common
fill shall not contain stones larger than 4-inches in any dimension,broken concrete,masonry,
rubble,asphalt pavement,or other similar materials. It shall have physical properties,as approved
by the Engineer,such that it can be readily spread and compacted.
C. Non-expansive earth fill and have a maximum of 0.5 percent expansion under a maximum seating
pressure of 2 psi,and consist of hard,granular material free from organic materials,trench loam
and clay, uniformly graded,containing no stone having any dimension greater than 3/4-inch,and
having a minimum of 35 percent fines by weight passing the No.200 sieve and a minimum of 85
percent passing the No.4 sieve. The material shall classify as SC, SM or SP according to the
United Soil Classifications System and shall have a Plasticity index between 8 and 20,and a liquid
limit less than 35 percent. -
F. Flowable fill shall consist of a low-cement content ready-mix material with high flow properties.
The mix shall consist of approximately one part Protland cement to three parts flyash,by weight r
with sufficient amounts of aggregate,high air generator or foaming agent,and water to produce a
28-day 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 7 days. The material shall have
an initial set time of 24 hours or less. The flowable fill shall provide full support to pipelines,
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 power excavation equipment. The Contractor shall be required to submit an appropriate mix
design along with laboratory test results on the flowable fill prior to beginning work.
G. General earth fill material shall consist of soil material 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 from organics or other deleterious material.
H. Low permeability earth fill shall consist of soil materials classified as CH or CL in accordance
with ASTM D-2487. The materials 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 D-4221. 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.
I. Gravel Backfill shall consist of hard,durable,particles of proper size and gradation,free from
sand, loam,clay,excess fines and deleterious materials. The size of the particles shall be
VC0515So2.230 02230-2 9n5rz007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Granular Fill Materials
uniformly graded such that not less than 100 percent of the particles will pass a 1/2-inch sieve,98-
100 percent will pass the 3/8-inch sieve, 15-60 percent passing the No.4 sieve and 0-5 percent
will pass a No. 10 sieve.
J. Coarse Gravel Backfill shall consist of hard,durable particles of proper size and gradation,free
from sand, loam,clay,excess fines and deleterious materials. The size of the particles shall be
uniformly graded such that not less than 100 percent of the particles will pass a 12-inch sieve, 100
to 90 percent will pass a 1-inch sieve,90 to 40 percent will pass a:-inch sieve,60 to 15 percent
will pass a 2-inch sieve and 5 to 0 percent will pass a No.4 sieve.
K. Sand Backfill shall consist of bank run sand with 50-100 percent passing the No.4 sieve and not
more than 15 percent passing the No. 200 sieve.
L. ASTM D2321 Class 1 bedding material shall consist of crushed angular,graded stone,with size
range of r/.-inch to 1 %z-inch.
Y M. Class 2 bedding material shall consist of washed and screened gravel and natural sands or sands
manufactured by crushing stones complying with the requirements of ASTM C33,except that the
gradation shall be as follows:
Sieve Size Square Opening Percent Passing
%s inch 100
3/8 inch 95-100
No.4 80-95
No. 8 65-85
No. 16 50-75
No.30 25-60
Class 2 bedding material shall have not more than 45 percent passing any sieve and retained on the
next consecutive sieve of those shown above,and its fineness modules,as defined in ASTM C 125,
shall not be less than 2.3 nor more than 3.1.
N. 3 x 5 Hard Stone shall consist of hard,durable particles of proper size and gradation,free from
sand clay,excess fines and deleterious materials. The size of the particles shall be uniformly
graded such that 100 percent of the particles will pass a 5-inch sieve, 100 to 80 percent will pass a
4-sieve, 70 to 40 percent will pass a 3-inch sieve,20 to 0 percent will pass a 2-inch sieve,and 5 to
0 percent will pass a%cinch sieve.
PART 3: EXECUTION(NOT USED)
END OF SECTION
VC0515So2.230 02230-3 9/25/2007
City of Fort Worth
Village Leek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Sedimentation and Erosion Control
SECTION 02270
SEDIMENTATION AND EROSION CONTROL
PART 1: GENERAL
1.01 SCOPE OF WORK
A. Furnish all labor,materials,equipment and incidentals necessary to perform all installation,
maintenance,removal and area cleanup related to sedimentation control work as shown on the
Drawings and as specified herein. The work shall include,but not necessarily be limited to;
installation of temporary access ways and staging areas, silt fences, sediment removal and
disposal,device maintenance,removal of temporary devices,temporary mulching,erosion control
blankets and final cleanup.
1.02 RELATED WORK
A. Granular fill materials are included in Section 02230.
B. Loaming,Hydroseeding and Erosion Control is included in Section 02490.
C. Earthwork is included in Section 02200.
D. Construction Temporary Controls are included in Section 01510.
E. Storm water pollution prevention plan requirements are included in Section 01110.
1.03 SUBMITTALS
A. Within 10 days after award of Contract,the Contractor shall submit to the Engineer for approval,
technical product literature for all commercial products to be used for sedimentation and erosion
control.
1.04 QUALITY ASSURANCE
A. The Contractor shall be responsible for the timely installation and maintenance of all
sedimentation control devices necessary to prevent the movement of sediment from the
construction site to off site areas or into the stream system via surface runoff or underground
drainage systems. Measures in addition to those shown on the Drawings necessary to prevent the
movement of sediment off site shall be installed,maintained,removed,and cleaned up at the
expense of the Contractor. No additional charges to the Owner will be considered.
PART 2: PRODUCTS
_ 2.01 MATERIALS
A. Crushed stone for stabilized construction entrances shall be 3 x 5 Hard Stone per Specification
Section 02230.
VC0515So2.270 02270-1 925/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Sedimentation and Erosion Control
B. Silt Fence
1. Posts shall be painted or galvanized steel Tee posts a minimum of 5 feet in length,with a
minimum weight of 1.3 pounds per foot with self-fastening tabs and a 5-in by 4-in(nominal)
steel anchor plate at bottom. Posts and anchor plates shall conform to ASTM A702.
2. Welded wire fabric shall be 2-in by 4-in mesh of 12 gauge by 12 gauge steel wire.
3. Silt fence fabric shall be a woven,polypropylene,ultraviolet resistant material such as Mirafi
1 OOX as manufactured by Mirafi,Inc.,Charlotte,NC,or approved equal.
4. Tie wires for securing silt fence fabric to wire mesh shall be light gauge metal clips(hog
rings),or 1/32-in diameter soft aluminum wire.
5. Prefabricated commercial silt fence may be substituted for built-in-field fence. Pre-fabricated
silt fence shall be"Envirofence"as manufactured by Mirafi Inc.,Charlotte,NC,or approved
equal.
C. Erosion control blanket shall be installed as shown on the Drawings and as specified under
Specification Section 02272.
PART 3: EXECUTION
3.01 INSTALLATION
A. Silt Fence
1. Silt fences shall be positioned as indicated on the Drawings and as necessary to prevent off
site movement of sediment produced by construction activities as directed by the Engineer.
2. Dig trench approximately 6-in wide and 6-in deep along proposed fence lines.
3. Drive metal-stakes, 8 feet on center(maximum)at back edge of trenches. Stakes shall be
driven 2 feet(minimum)into ground.
4. Hang 2 by 4 woven wire mesh on posts,setting bottom of wire in bottom of trench. Secure
wire to posts with self-fastening tabs. _.
5. Hang filter fabric on wire carrying to bottom of trench with about 12-in of fabric laid across
bottom of trench. Stretch fabric fairly taut along fence length and secure with tie wires 12-in T
O.C.both ways. The silt fence shall be a minimum of 24 inches high.
6. Backfill trench with excavated material and tamp.
7. Install pre-fabricated silt fence according to manufacturers instructions.
VC0515S02.270 02270-2 9/25/07
City of Fort worth
- Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Sedimentation and Erosion Control
B. Erosion control blankets shall be installed as shown on the Drawings and as directed by the
Engineer in accordance with manufacturer's instructions. The area to be covered shall be properly
- prepared,fertilized and seeded before the blanket is applied. When the blanket is unrolled,the
netting shall be on top and the fibers in contact with the soil over the entire area. The blankets
shall be applied in the direction of water flow and stapled. Side overlaps shall be 4-in minimum.
The staples shall be made of wire,0.091-inch in diameter or greater, "U"shaped with legs
10-inches in length and a 12-inch crown. The staples shall be driven vertically into the ground,
spaced approximately two linear feet apart,on each side and one row in the center alternately
spaced between each side. Adjoining blankets shall not be overlapped and shall utilize a common
row of staples to attach.
3.02 MAINTENANCE AND INSPECTIONS
A. Inspections
1. Contractor shall make a visual inspection of all sedimentation control devices once per week
and promptly after every rainstorm. If such inspection reveals that additional measures are
needed to prevent movement of sediment to offsite areas,Contractor shall promptly install
additional devices as needed. Sediment controls in need of maintenance shall be repaired
promptly.
B. Device Maintenance
1. Silt Fences
a. Remove accumulated sediment once it builds up to one-half of the height of the fabric.
b. Replace damaged fabric,or patch with a 2-ft minimum overlap.
c. Make other repairs as necessary to ensure that the fence is filtering all runoff directed to
the fence.
3.03 REMOVAL AND FINAL CLEANUP
A. Once the site has been fully stabilized against erosion,remove sediment control devices and all
accumulated silt. Dispose of silt and waste materials in proper manner. Regrade all areas
disturbed during this process and stabilize against erosion with surfacing materials as specified
and as shown on the Drawings.
END OF SECTION
VC0515S02170 02270-3 925/07
City of Fort Worth
Village Creels Wastewater Treatment Plant
Trinity River Parallel Siphon Project
RjprV
SECTION 02271
RIPRAP
PART 1 GENERAL
T 1.01 SCOPE OF WORK
A. Furnish all tools,labor,materials,equipment and incidentals required and place stone bedding
and riprap material and appurtenances as shown on the Drawings and as specified herein.
1.02 RELATED WORK
` A. Earth excavation and backfill is included in Section 02221.
B. Granular fill materials are included in Section 02230.
1.03 REFERENCE STANDARDS
- A. American Society for Testing and Materials(ASTM)
1. ASTM C-88 Soundness of Aggregates By Use of Sodium Sulfate or Magnesium
_ Sulfate
2. ASTM C-127 Specific Gravity and Absorption of Coarse Aggregates
3. ASTM C-136 Sieve Analysis of Fine and Coarse Aggregates
B. Where reference is made to one of the above standards,the revision in effect at the time of bid
opening shall apply.
PART 2 PRODUCTS
2.01 MATERIALS
A. The geotextile shall be furnished as specified in specification section 02272.
B. Bedding material shall be crushed stone obtained from approved sources. Bedding material shall
conform to the requirements of Class 1 Aggregate Fill in accordance with specification section
02230,except the bedding gradations shall be as shown on the drawings.
C. The gradation of the bedding material shall be as shown on the drawings when tested in
accordance with ASTM C-136. The material shall not be skip graded,scalped of certain sizes or
have other irregularities which would be detrimental to the proper functioning of the bedding.
Acceptance of bedding material shall be based on in-place gradations at the Engineer's option.
D. Stone for ripmp shall be obtained from approved sources. The stone riprap and crushed stone
bedding shall conform to the material for riprap requirements of Class 1 —Aggregate Fill in
accordance with specification section 02230,except that the riprap and bedding gradations shall
be as shown on the drawings. The ratio of the largest dimension to the smallest dimension shall
not exceed 2 for individual stones.
VC0515so2.271 02271-1 9125/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Riprap
E. Riprap shall have a minimum bulk specific gravity(saturated surface dry)of one hundred sixty-
five(165)pounds per solid cubic foot when tested in accordance with ASTM C-127.
F. Acceptance of riprap material shall be based upon in-place gradations at the Engineer's option.
G. Riprap used for channel and slope protection shall be hard,durable,angular in shape,resistant to
weathering and may be naturally occurring particles or fragments of natural stone. Control of Y
gradation shall be by visible inspection. Rounded stones,boulders,sandstone,or similar soft
stone or relatively thin slabs will not be acceptable. Stone shall be free from overburden,spoil,
shale and organic material.
PART 3 EXECUTION
3.01 SUBGRADE PREPARATION
A. Areas on which bedding and riprap are to be placed shall be trimmed and dressed to conform to
cross sections shown on the drawings within an allowable tolerance as specified in the earthwork
specifications or as shown on the drawings. Where such areas are below the allowable minus
tolerance limit they shall be brought to grade compacted earth fill as specified in the earthwork
specifications or by filling with bedding material.
3.02 GEOTEXTILE
A. The geotextile shall be installed at the locations shown on the drawings and in accordance with
specification section 02272.
3.03 BEDDING PLACEMENT
A. Bedding material shall be spread uniformly on the prepared surface,in a satisfactory manner,to
the slope lines and grades indicated on the drawings or as requested by the Engineer. Placing of
material by dumping from top of slope or by other methods which will tend to segregate particle
sizes within the bedding blanket is not acceptable. The material shall be placed such that the
geotextile is not damaged or moved. Any damage to the prepared surface or geotextile during
placing of the blanket shall be repaired before proceeding with the work. Compaction of the
blanket will not be required but it shall be finished to present a reasonably even surface free from
mounds or windrows.
3.04 RIPRAP PLACEMENT
A. Stone for riprap shall be placed on the bedding blanket in such a manner as to produce a
reasonably well-graded mass of rock within minimal practicable percentage of voids,and shall be
constructed within the specified tolerance to the lines and grades shown on the drawings or
specified herein. A tolerance of plus 6 inches or minus zero inches from the slope lines and
grades shown on the drawings shall be allowed in the finished surface of the riprap. Riprap shall
be placed to its full coarse thickness at one operation and in such a manner as to avoid displacing
the bedding material. The larger stones shall be well distributed and the entire mass of stones in
their final position shall conform to the specified gradation.
B. The finished riprap shall be free from objectionable pockets of small stones and clusters of larger
stones. Placing riprap in layers is not acceptable. Placing riprap by dumping from top of slope,
dumping into chutes,or by similar methods likely to cause segregation of various sizes is not
VC0515SO2.271 02271-2 90/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Riprap
acceptable. All riprap material shall be uniformly placed with a clam-shell,orange-peel bucket,
skip or similar approved device which will contain the riprap to its final destination. The bucket
shall not be opened until it has been lowered to within a maximum of 1-foot above the slope on
which the material is being placed. The desired distribution of the various sizes of stones
throughout the mass shall be obtained by selective loading of the material at the quarry or other
source;by controlling dumping of successive loads during final placing,or by other methods of
placement which will produce the specified results. Rearranging of individual stones by
mechanical equipment or by hand will be required to the extent necessary to obtain a reasonably
well graded distribution of stone sizes as specified. The Contractor shall maintain the riprap
protection until accepted and any material displaced by any cause shall be replaced to the lines
and grades shown on the drawings. Any contamination of the riprap or bedding with soil or other
debris shall be thoroughly cleaned,including removing and replacing as necessary to completely
remove the soil or debris.
C. The Contractor shall obtain and pay for the services of a certified commercial scuba diver
experienced in underwater construction for placement of any riprap that will be placed under 4-
feet or more depth of water to assure that the geotextile,bedding,and riprap are placed in
accordance with the drawings and specifications. The diver shall use an underwater video
camera with an on-shore monitor to demonstrate compliance of the geotextile,bedding,and
riprap with the drawings and specifications.
END OF SECTION
VCos l sso2.271 02271-3 9rz5/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Geotextile—Erosion Control
SECTION 02272
GEOTEXTILE—EROSION CONTROL
PART 1 GENERAL
1.01 SCOPE OF WORK
A. Furnish labor,materials, equipment and incidentals necessary to install geotextile fabric. Use the
geotextile in erosion control applications under bedding stone or riprap along channels, shores,
and waterways,and under slope protection along embankment cut or fill slopes as recommended.
The geotextile shall provide a permeable layer of media,while retaining the soil matrix. The
work shall include the installation and all other related work as shown on the Drawings and as
specified herein.
1.02 RELATED WORK
A. Site preparation is included in Section 02100.
B. Earthwork for structures is included in Section 02200.
C. Trenching,backfilling,and compaction is included in Section 02221.
D. Sedimentation and Erosion Control is included in Section 02270.
- 1.03 QUALITY ASSURANCE
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 value(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:
Average Roll Minimum Value
Physical Properties (Weakest Principle Direction)*
Grab Tensile Strength
ASTM D-4632(tbs.) 200
Elongation at Failure*
ASTM D-4632(%) 50
Mullen Burst Strength
ASTM D-3786(psi) 320
VC0515S02.272 02272-1 9252007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Geotextile—Erosion Control
Water Flow Rate -
(gaUmin/fl.)ASTM D-4491 100
AOS(095)mm,ASTM D-4751 0.210-0.149 -
(No. 70 to No. 100 Sieve)
Trapezoid Tear Strength*
ASTM D-4533 (lbs.) 60
Permeability—k _
(cm/sec)ASTM D-4491 0.1
Puncture Resistance _
ASTM D-4833 (lbs.) 80
B. Packing and Identification Requirements
1. Provide geotextile in rolls wrapped with protective covering to protect the fabric from mud,
dirt,dust,and debris. The fabric shall be free from defects or flaws which significantly
affect its physical properties. Label each roll of fabric in the shipment with a number or -
symbol to identify that production run.
C. Sampling and Compliance Requirements T
l. A competent laboratory shall be maintained by the producer of the fabric at the point of
manufacture to insure quality control in accordance with ASTM testing procedures. The
laboratory shall maintain records of its quality control results and provide a manufacturer's
certificate upon request to the Engineer prior to shipment. The certificate shall include:
a. Name of manufacturer
b. Chemical composition
c. Product description
d. Statement of compliance to specification requirements
e. Signature of legally authorized official attesting to the information required
1.04 REFERENCE STANDARDS
A. American Society for Testing and Materials(ASTM)
1. ASTM D4632—Standard Test Methods for Grab Breaking Load and Elongation of
Geotextiles
2. ASTM D-3786—Standard Test Methods for Hydraulic Bursting Strength of Textile Fabrics-
Diaphragm Bursting Strength Tester Method
3. ASTM D-4491 —Standard Test Methods for Water Permeability of Geotextiles by
Permittivity
4. ASTM D-4751 —Standard Test Method for Determining Apparent Opening Size of
Geotextile
VC0515SO2.272 02272-2 9nsn007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Geotextile—Erosion Control
5. ASTM D-4533—Standard Test Method for Trapezoid Tearing Strength of Geotextiles
6. ASTM D-4833—Standard Test Method for Index Puncture Resistance of Geotextiles,
Geomembranes,and Related Products
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 PROJECT/SITE REQUIREMENTS
A. Fabric Protection
1. The subgrade shall be inspected and approved by the Engineer prior to installation of the
fabric. The subgrade shall be maintained in a smooth,uniform and compacted condition
during the installation of the fabric.
2. No mechanical equipment shall be driven directly on top of the fabric.
3. The fabric shall be stored in such a way that it is protected from prolonged exposure to
ultraviolet radiation.
PART 2 PRODUCTS
2.01 MATERIAL
A. Nonwoven Geotextile
1. The fabric shall be a nonwoven fabric consisting of continuous chain polymer filaments or
yarns of polyester,formed into a stable network by needle punching. Polypropylene fabrics
will not be allowed since the specific gravity is less than 1 and the material will float in
water even when saturated. The fabric shall be nonbiodegradable,resistant to ultraviolet
light exposure, insect and rodent resistant.
2. Nonwoven geotextile fabric shall be Mirafi 180N;Trevira 1127,or equal.
B. General
1. No fabric shall be covered until inspected and approved by the Engineer. Fabric surfaces
shall be covered with soil materials shown on Drawings.
2. Soil cover materials shall be as specified in Section 02200.
3. Comply with the requirements of Paragraphs 1.05 and 3.05 of this Section for fabric
protection during soil cover placement.
PART 3 EXECUTION
3.01 SUBGRADE PREPARATION
A. General
VC0515So2.272 02272-3 9/25/2007
City of Fort Worth
village Creek Wastewater Treatment Plant -
Trinity River Parallel Siphon Project
Geotextile—Erosion Control
1. Preparation of the subgrade is specified in Section 02200.
2. Prior to ordering fabric material,submit,for the Engineer's approval,the manufacturer's
name and fabric type,the engineering properties of the fabric as determined by
manufacturer's tests,a sample of the proposed fabric type and the manufacturer's installation
recommendations.
3. The earth subgrade shall be maintained in a smooth,uniform and compacted condition
during installation of the fabric.
3.02 FILTER FABRIC INSTALLATION
A. The fabric shall be installed as shown on the Drawings and in accordance with the manufacturer's
recommendations. Overlaps,when necessary,shall be a minimum of 36 inches. Use securing
pins(sod pins)to insure proper anchoring of the fabric,with securing pins spaced at maximum 5-
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 1 r/a-inches. The pin
length shall not be less than 18 inches. U-shaped pins or staples will not be allowed as a
substitute for the sod pins.
3.03 SOIL COVER
A. Placement of Soil Cover Over Fabric
1. The cover shall be placed with mechanical equipment;however,no mechanical equipment
shall be allowed directly on top of the fabric material. Equipment-shall be driven on _
pre-deposited material.
2. Soil cover shall be brought in with earth-carrying equipment,deposited on the previously
spread soil cover,then pushed onto the uncovered portion of the fabric with graders or
bulldozers. This operation shall be repeated until the total area is covered.
3. Soil cover for the side slopes of the fabric shall be placed at the bottom and pushed up so as
to reduce any tension on the fabric. Avoid overstressing the soil by utilizing the equipment
in spreading and dumping that exerts only moderate pressures on the soil. Severe rutting at
the time of placement is an identification of overstressing the soil. Such soil overstressing -
must be avoided. Increasing aggregate depths and reducing loads are two methods of
reducing pressure on the soil. Fill any ruts which develop during spreading or compacting
with additional aggregate rather than blading from surrounding areas.
4. Damage to the fabric occurring during the placement of soil cover shall be repaired
immediately at no additional expense to the Owner.
5. Cover material shall be placed as soon as possible to protect materials from ultraviolet
degradation and temperature fluctuations.
3.04 DISPOSAL OF WASTE MATERIAL
A. On completion of installation,dispose of all trash,waste fabric and equipment used in connection
with the work herein and shall leave the premises in a neat and acceptable manner,as approved
by the Engineer.
vc0515So2.272 02272-4 925n007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Geotextile—Erosion Control
3.05 FINAL INSPECTION
A. Upon completion of the work,the fabric installation shall be subjected to a fmal inspection. All
work in the system therein being inspected shall be complete,clean and ready for use. All work
shall meet the requirements as to line,grade,cleanliness and workmanship,as determined by the
Engineer.
B. All discrepancies shall be noted and repaired at no additional expense to the Owner. Final
acceptance of the system shall be contingent upon the approval of the Engineer.
END OF SECTION
VC0515S02172 02272-5 9/25/2007
City of Fort Worth
- Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Compaction Grouting for Soft or Loose Subgrades
SECTION 02335
COMPACTION GROUTING FOR SOFT OR LOOSE SUBGRADES
PART1 GENERAL
1.01 SCOPE OF WORK
A. The work specified in this Section includes developing and implementing a compaction grouting
program for soft, loose,or otherwise unstable subgrades as shown on the drawings,or specified
herein. The purpose of the compaction grouting is to stabilize and densify the soft or unstable
subgrade areas to provide support for embankments and structures. Compaction grouting shall
not be relied upon for support of excavation.
B. This specification shall be considered as a performance specification and the compaction grouting
requirements defined in this specification are minimum requirements. Additional compaction
grouting requirements, including but not limited to closer grout hole spacing and/or multiple
passes of the grouting equipment,shall be provided by the Contractor at no additional cost if
required to achieve the soil improvement criteria outlined in paragraph 3.04 B of this
specification.
C. The work shall include the following:
1. Developing a plan using compaction grouting methods to stabilize the soils through which
the structures and pipeline will be excavated.
2. Installation of grout injection holes and performing compaction grouting operations as
required.
3. Restoration of the streets, sidewalks, landscaping,utilities,and structures which are affected
by the compaction grouting operations to the original condition before the start of the work.
4. Compaction grouting will extend to top of shale and below the ground water table in soft
loose sand. Refer to geotechnical report for location of shale and approximate elevation
ground water table throughout the project site.
1.02 RELATED WORK
A. Site Preparation is included in Section 02100.
B. Dewatering and Drainage is included in Section 02140.
C. Excavation&Backfill for Structures is included in Section 02200.
D. Trenching,Backfilling and Compaction is included in Section 02221.
VC0515S02.335 02335-1 9252007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Compaction Grouting for Soft or Loose Subgrades
1.03 SUBMITTALS
A. Submit, in accordance with Section 01300,the following:
1. Qualifications: Submit the compaction grout subcontractor,grouting superintendent,
grouting foreman and Grouting Expert qualifications in conformance with this specification.
Submit qualifications for at least one alternate grouting superintendent and foreman. _
2. Shop Drawings: Submit the following shop drawings at least 15 to 20 days before beginning
excavation that requires compaction grouting. All drawings and calculations submitted to
satisfy requirements listed below shall be prepared by the Contractor's Grouting Expert or
an experienced grouting specialist employed by the compaction grouting subcontractor.
Submittal shall include the following:
a. Detailed compaction grouting work plans for the area to be stabilized with compaction
grout,describing the grouting approach,the grout to be used,grout hole and injection
point locations and arrangements,grouting equipment, injection procedures and -
sequences,proposed injection pressures,probe drilling,recording equipment,data
reporting methods,work sequences,schedules,and any other information necessary to
demonstrate compliance with the specified purpose of this grouting work. Also show -
grout target volumes at each proposed grout injection point. Indicate cure time
required for grouted soil to obtain required strength prior to work.
b. Schedule of the compaction grouting operations including mobilization,drilling times,
and actual grouting durations.
c. Descriptions of all plant,equipment,appliances,and materials.
e. Drilling methods,locations and details of grout pipes and other necessary elements for _
compaction grouting.
f. Proposed acceptable mix design on the grout material for review and approval by the
Engineer.
g. Certified laboratory testing results documenting the required strength of soil samples
injected with the proposed grout mix,at least 15 to 20 days prior to beginning grouting w
operations.
B. Report and Records:Maintain and submit the following grouting records on a daily basis. -
1. Probe drilling records and results.
2. Accurate and timely records of all compaction grouting. These records shall include grout
pipe locations and.depths,grout mix, injection date and time, injection points, injection
pressure and rate, injection volumes,and injection point locations.
3. Display data in an acceptable chart-type graphical format that facilitates rapid visual
evaluation of the results of the work.
VC0515S02.335 02335-2 MM007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Compaction Grouting for Soft or Loose Subgrades
4. Results of mix records and all field quality control procedures.
1.04 DEFINITIONS
A. Compaction Grouting:A grouting technique using the controlled injection,through grout pipes,
of a compaction grout,with the objective of solidifying the surrounding soil into a cohesive
mass. The grout consists of a combination of Portland cement,fine aggregate,fly ash and water.
B. Specialty Subcontractor: A subcontractor specializing in the type of work specified herein and
also satisfying the requirements listed herein.
1.05 QUALITY ASSURANCE
A. Personnel Qualifications:Established to the Engineer's satisfaction that the grouting plan
development and the on-the-job supervision of all compaction grouting will be under the
direction of a grouting superintendent and grouting foreman with at least three years recent
experience performing similar compaction grouting work.
B. Testing: Provide at the site,all necessary quality control testing apparatus and all other devices
required to conduct compaction material acceptance tests,proportioning tests,and grout quality
tests for proper quality control of the work. Quality control tests shall include but not limited to
compression testing of grout cylinders,slump testing of grout,and observation of the grouting
operations.
The Contractor shall curtail operations in the vicinity of the tests during testing,or obtaining
samples for testing.
C. Compaction Grouting Expert: The compaction grouting subcontractor,who is prequalified,
based upon adequate and successful experience on at least five previous compaction grouting
projects in the United States of similar scope and magnitude as required for this project.
1.06 DELIVERY, STORAGE AND HANDLING
A. All compaction grouting components shall be delivered,stored,and handled so as to prevent
leakage or breakage of storage containers and to comply with manufacturer's recommendations.
PART 2 PRODUCTS
2.01 MATERIALS
A. General: Structural compaction grout shall be composed of Portland cement,fine aggregate,fly
ash,and water. The design compaction grout mix shall be such that,when injected in medium
dense sand,the unconfined compressive strength of the grout mixture shall average between 750
and 1500 psi at 28 days. The injected grout shall not adversely affect surrounding groundwater
quality. Acrylamide-base grouts will not be permitted.
B. Portland cement:Portland cement shall be Type I or Type II in accordance with ASTM C150.
VC0515S02.335 02335-3 925t2OO7
City of Fort Worth
Village Greek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Compaction Grouting for Soft or Loose Subgrades
C. Fine aggregate: Fine aggregate shall consist of natural siliceous material,with hard durable
particles conforming to ASTM C144,aggregate for masonry mortar. The fine aggregate shall
have a minimum of 10 percent and a maximum of 30 percent passing the No.200 sieve.
D. Water: Potable and free of impurities.
2.02 EQUIPMENT _
A. General: All compaction grouting equipment shall be of a type and capacity suitable for
accomplishing the work as planned. The equipment shall be maintained in an operating
condition as recommended by the manufacturer. At least one days worth of grouting materials
shall be stored in tanks readily available for the work.
B. The grouting equipment shall be capable of producing a minimum pressure of 1,000 psi,but a
lower pressure may be required to prevent heaving of the ground surface.
C. Grout Mixer: The grout mixers shall be capable of complete and uniform mixing of the materials
used and shall be of sufficient capacity to continuously feed the pumping unit under all planned
pumping rates.
D. Pumps:The grout plant shall be capable of continuously supplying,proportioning,mixing,and
pumping the grout with a set time between 2 and 50 minutes. Batch-type systems will not be
permitted.
1. Each main pump shall be equipped with recording,positive displacement meters that will
accurately measure the volumes pumped. Meters shall also be provided at the injection
point and on each material line prior to the mixing"Y". The meters shall be constructed of
materials that are non-corrodible for the intended products and shall operate independently
of the viscosity of the metered fluid. Meter accuracy shall be checked at least twice daily. _
2. Proportioning pumps shall be capable of developing at least 150 psi and shall be readily
controllable at pumping rates between 0.5 and 10.0 gallons per minute. The pumping unit
shall be capable of varying the rate of pumping while maintaining constant component
ratios.
E. Piping and Accessories:The pumping unit shall be equipped with piping,hoses or both,of
adequate capacity to carry the base grout to the point of mixing.
1. A sampling valve shall be placed beyond the point of mixing and the baffling chamber,and -
shall be easily accessible for sampling mixed grout.
3. A water flushing connection or valve shall be placed on the piping to facilitate flushing the
grout system from the mixing hose and baffle between grouting sessions.
4. Pressure gages,with appropriate gauge protectors,shall be supplied on each grout pump
and at the collar of the grout injection pipe. At least one functional backup pressure gauge
shall be maintained at the site at all times.
VC0515SO2.335 023354 MR2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Compaction Grouting for Soft or Loose Subgrades
PART 3 EXECUTION
3.01 GENERAL
A. Notify the Engineer at least one week in advance of starting any compaction grouting operations.
B. Contractor Responsibilities:Before bidding,examine existing conditions along all the siphon
system alignment to assure knowledge of access,obstructions,and other conditions concerning
the compaction grouting process.
C. Design and implement a compaction grouting program to minimize groundwater inflows and
stabilize the soil in the area of construction,as indicated on the Drawings.
D. Structure and pipeline excavation shall not proceed until the minimum zone of stabilized soil
achieves the specified strength.
E. Maintain records showing time,injection point pressures,grout quantities injected, and
observations for each grout injection point. Maintain mix records showing time and quantities for
each batch.
3.02 INSTALLATION OF GROUT HOLES
A. Grout injection holes shall be pre-drilled through the existing overburden soils and shall
penetrate the sand layers the full depth and terminate at the top of shale. Grout injection holes
shall be a maximum of 6 inches in diameter and drilled on a maximum grid pattern of 5 feet,or
less as required for the particular subgrade conditions. The holes shall be drilled vertically to the
prescribed depth. Grout casing pipes shall be installed in the injection holes as required.
B. In any areas where the overburden soils are less than 5 feet thick over the top of the specified
compaction grout top elevation,additional earth fill shall be placed over the area to provide a
minimum 5-foot thick soil cover over the compaction grout top elevation.
3.03 COMPACTION GROUTING
A. The Contractor shall inject the low-slump grout under sufficient pressure to compact the soft and
unstable subgrade and fill all voids,but maintain pressure sufficiently low to prevent excessive
heaving of the ground surface.
B. The Contractor shall continuously monitor the grout pressure with accurate gauges. The grout
shall be injected on a continuous basis through out the depth of the hole,with the casing being
withdrawn in increments of 12 inches or less as the grouting operation progresses.
C. The Contractor shall continue grouting until pressures indicate that compaction of adjacent soft or
unstable subgrade areas have been adequately compacted and stabilized,and grout has appeared
in adjacent injection holes. The full depth of the overburden soils and sand layers shall be
compaction grouted,with the exception of the top 5 feet,which will be required for sealing off
the packers to temporarily plug the annular space between the grout hole and the grout pipes,to
prevent grout from escaping at the surface in the borehole being grouted.
VC0515S02.335 02335-5 9252007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Compaction Grouting for Soft or Loose Subgrades
D. The Contractor shall continuously monitor the adjacent ground surface with laser levels or similar -
equipment during grouting to detect any heave movement. In the event of significant heave
movement,grouting shall be halted until grout has reached initial set in the affected area.
3.04 FIELD QUALITY CONTROL ~
A. Excavation through grouted areas shall not commence until 7 days after the compaction grouting
work has been completed in accordance with approved submittals.
B. The Owner shall arrange and pay for services of an independent geotechnical engineering firm to
perform drilling and field testing of the sand stratum in the compaction grouting zones following
completion of grouting by the Contractor. The sand strata shall be tested by performing Standard
Penetration Tests(SPT)in the sand stratum at maximum 5-foot vertical intervals from the top of
the sand stratum to the top of shale. The SPT shall be performed at selected locations in borings -
drilled near the center of the grout hole spacing,and shall be performed in general accordance
with ASTM D 1586. The'W'values from the SPT shall have an average value of at least 15;
with no individual'W'value less than 10. Any zones that do not meet these criteria shall have -
additional compaction grouting passes performed by the Contractor as necessary to meet
acceptance criteria at no additional cost to the Owner.
C. Monitoring: Perform surface settlement and heave monitoring during grout injection. Maintain
an approved communications system between the ground settlements and heave monitoring crew
and the grouting crew. Injection procedures shall be adjusted as needed to limit surface heave to _
less than 1-in in paved and landscaped areas and less than 1/4-in at structures.
D. Modify compaction grouting procedures at no additional cost to the Owner if subsequent
excavations indicates insufficient compaction grout penetration or if field quality control
procedures indicate inadequate consolidation of the soils.
3.04 CLEANUP AND RESTORATION
A. Cleanup and restore all the streets,driveways,sidewalks, landscaping,utilities,and structures
which are affected by the work,to at least their existing condition before the start of the work.
B. Replace or repair all utilities,streets,pavements, sidewalks,landscaping,and all surface and
underground facilities which are affected by the work under this Section, as approved by the
Engineer.
END OF SECTION
VC0515So2.335 02335-6 9252007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Loaming,Hydroseeding and Erosion Control
SECTION 02490
LOAMING,HYDROSEEDING AND EROSION CONTROL
PART 1:GENERAL
1.01 SCOPE OF WORK
A. Furnish all labor,materials,equipment and incidentals required,provide erosion control and
place topsoil,finish grade,apply fertilizer,hydraulically apply seed and mulch and maintain all
seeded areas as shown on the Drawings and as specified herein, including all areas disturbed by
the Contractor.
1.02 RELATED WORK
A. Site preparation including clearing,grubbing and stripping is included in Section 02100.
B. Trenching,Backfilling and Compaction is included in Section 02221.
C. Sedimentation and Erosion Control is included in Section 02270.
1.03 SUBMITTALS
A. Samples of all materials shall be submitted for inspection and acceptance upon Engineer's
request.
PART 2:PRODUCTS
2.01 MATERIALS
_ A. Topsoil shall be fertile,friable,natural topsoil typical of topsoil of the locality and shall be
obtained from a well drained site that is free of flooding. The material locally referred to as sandy
loam will not be acc2pt1ble. It shall be without admixture of subsoil or slag and free of stones,
lumps,plants or their roots,sticks,clay,peat and other extraneous matter and shall not be
delivered to the site or used while in a frozen or muddy condition. Topsoil as delivered to the site
or stockpiled shall have pH between 6.0 and 7.0 and shall contain not less than 3 percent organic
matter as determined by loss of ignition of moisture-free samples dried at 100 degrees Celsius.
The topsoil shall meet the following mechanical analysis:
Percentage Finer
1-in screen opening 100
No. 10 mesh 95- 100
No.270 mesh 35 -75
0.002 mm* 5-25
a *Clay size fraction determined by pipette or hydrometer analysis.
VC0515So2.490 02490-1 925n007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Loaming,Hydroseeding and Erosion Control
At least ten days prior to anticipated start of topsoiling operations a twenty-five(25)pound
sample of topsoil material shall be delivered to the Engineer for testing and approval. Based on
tests performed by the Engineer,the topsoil shall be identified as acceptable,acceptable with
certain fertilizer applications,or unacceptable. If the topsoil is found acceptable,the fertilizer -
requirements will be as specified or as recommended by the Engineer. If the topsoil is found
unacceptable,the Contractor shall be responsible for identifying another source of topsoil and
shall incur all expenses associated with testing additional samples. All topsoil incorporated into
the site work shall match the sample provided to the Engineer for testing. Topsoil stockpiled
under other Sections of this Division may be used subject to the testing and approval outlined
above. Contractor will be responsible for screening stockpiled topsoil and providing additional
topsoil as required at his own expense.
B. Fertilizer shall be commercial mixed free flowing granules or pelleted fertilizer, 10-20-10
(N-P2O5-K2O)grade for lawn and naturalized areas. Fertilizer shall be delivered to the site in
original unopened containers each showing the manufacturer's guaranteed analysis conforming to
applicable state fertilizer laws.At least 40 percent of the nitrogen in the fertilizer used shall be in
slowly available(organic)form.
C. Seed shall be labeled in accordance with USDA Rules and Regulations under the Federal Seed
Act and applicable State seed laws. Seed shall be furnished in sealed bags or containers bearing
the date of the last germination,which date shall be within a period of 6 months prior to
commencement of planting operations. Seed shall be from same or previous year's crop;each
variety of seed shall have a purity of not less than 85 percent,a percentage of germination of not
less than 90 percent,shall have a weed content of not more than 1 percent, and contain no
noxious weeds.
D. The seed shall be furnished and delivered premixed. A manufacturer's certificate of compliance
to the specified mixes shall be submitted by the manufacturers for each seed type. These
certificates shall include the guaranteed percentages of purity,weed content and germination of
the seed and also the net weight and date of shipment. No seed may be sown until the Contractor
has submitted the certificates.
E. Seed shall be delivered in sealed containers bearing the dealer's guaranteed analysis.
F. Mulch shall be a specially processed cellulose fiber containing no growth or germination-
inhibiting factors. It shall be manufactured in such a manner that after addition and agitation in -
slurry tanks with water,the fibers in the material become uniformly suspended to form a
homogeneous slurry. When sprayed on the ground,the material shall allow absorption and
percolation of moisture. Each package of the cellulose fiber shall be marked by the manufacturer
to show the air dry weight content and not contain in excess of 10 percent moisture.
G. Erosion control blanket installed in all drainage swales and ditches as directed by the Engineer
shall be AMXCO Curlex Blanket as manufactured by American Excelsior Company,Arlington,
TX.
VC0515S02.490 02490-2 9/25/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Loaming,Hydroseeding and Erosion Control
PART 3: EXECUTION
3.01 APPLICATION
A. Unless otherwise shown on the Drawings,topsoil shall be placed to a minimum compacted depth
of 6-in and seed applied on all disturbed areas of the site not covered with structures,pavement,
or existing woodland.
B. For all areas to'be seeded:
1. Fertilizer(10-20-10)shall be applied at the rate of thirty pounds per 1,000 square feet or as
determined by the soil test,whichever is greater.
2. Seed shall be applied at the rates described below.
Planting Season Grass Application Rate
March through August Bermuda(hulled) 8 Ibs/acre
September through Februarys') Rye 35 Ibs/acre
September through Februarys') Bermuda(unhulled) 12 Ibs/acre
Both rye and bermuda required if planted September through February.
b. All planting shall be done between the dates specified except as specifically authorized
in writing. If planting is authorized to be done outside the dates specified the seed shall
be planted with the addition of winter fescue(Kentucky 31)at a rate of 100 lb.per acre.
3. Fiber mulch shall be applied at the rate of 40 pounds per 1,000 square feet.
C. The application of fertilizer may be performed hydraulically in one operation with hydroseeding
and fiber mulching. The Contractor is responsible for cleaning all structures and paved areas of
unwanted deposits of the hydroseeded mixture.
3.02 INSTALLATION
A. Previously established grades,as shown on Drawings shall be maintained in a true and even
condition.
B. Subgrade shall be prepared by tilling prior to placement of topsoil to obtain a more satisfactory
bond between the two layers. Tillage operations shall be across the slope. Tillage shall not take
place on slopes steeper than 2 horizontal to 1 vertical or where tillage equipment cannot be
operated. Tillage shall be accomplished by discing or harrowing to a depth of 9-in parallel to
contours. Tillage shall not be performed when the subgrade is frozen,excessively wet,extremely
dry or in other conditions which would not permit tillage. The subgrade shall be raked and all
rubbish, sticks,roots and stones larger than 2-in shall be removed. Subgrade surfaces shall be
raked or otherwise loosened immediately prior to being covered with topsoil.
vc051 ss02.490 02490-3 9252007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Loaning,Hydroseeding and Erosion Control
C. Topsoil shall be placed over approved areas to a depth sufficiently greater than required so that
after natural settlement and light rolling,the complete work will conform to the lines,grades and
elevations indicated.No topsoil shall be spread in water or while frozen or muddy.
D. After topsoil has been spread,it shall be carefully prepared by scarifying or harrowing and hand
raking. All stiff clods,lumps,roots,litter and other foreign material shall be removed from the
topsoiled area and disposed of by the Contractor. The areas shall also be free of smaller stones, in
excessive quantities,as determined by the Engineer. The whole surface shall then be rolled with
a hand roller weighing not more than 100 pounds per foot of width. During the rolling, all
depressions caused by settlement or rolling shall be filled with additional topsoil and the surface _
shall be regraded and rolled until a smooth and even finished grade is created.
E. Seeding,mulching and conditioning shall only be performed during those periods within the
seasons which are normal for such work as determined by the weather and locally accepted
practice,as approved by the Engineer. The Contractor shall hydroseed only on a calm day.
F. Seeding shall be done within ten days following soil preparation. Seed shall be applied
hydraulically at the rates and percentages indicated. The spraying equipment and mixture shall
be so designed that when the mixture is sprayed over an area,the grass seed and mulch shall be
equal in quantity to the specified rates. Prior to the start of work,the Contractor shall furnish the
Engineer with a certified statement as to the number of pounds of materials to be used per 100
gallons of water. This statement shall also specify the number of square feet of seeding that can
be covered with the quantity of solution in the Contractor's hydroseeder. Upon completion of
seeding operations,the Contractor shall furnish the Engineer with a certified statement on the
actual quantity of solution applied.
G. In order to prevent unnecessary erosion of newly topsoiled and graded slopes and unnecessary
siltation of drainageways,the Contractor shall conduct seeding and mulching as soon as he has
satisfactorily completed a unit or portion of the project. When protection of newly topsoiled and _
graded areas is necessary at a time which is outside of the normal seeding season,the Contractor
shall protect those areas by whatever means necessary as approved by the Engineer and shall be
responsible for prevention of siltation in the areas beyond the limit of work.
H. Erosion control blankets shall be installed in all drainage swales and ditches and on slopes
exceeding 15%as directed by the Engineer in accordance with manufacturer's instructions.The
area to be covered shall be properly prepared,fertilized and seeded before the blanket is applied.
When the blanket is unrolled,the netting shall be on top and the fibers in contact with the soil
over the entire area. The blankets shall be applied in the direction of water flow,and stapled.
Blankets shall be placed a minimum of three rows(of four foot)wide(total 12-ft width)within
the drainage swale/ditch and stapled together in accordance with manufacturer's instructions.
Side overlaps shall be 4-in.minimum. The staples shall be made of wire, .091-in. in diameter or
greater, "U" shaped with legs 10-in.in length and a 12-in.crown. The staples shall be driven
vertically into the ground,spaced approximately two linear feet apart on each side,and one row
in the center alternately spaced between each side.
I. When newly graded subgrade areas cannot be topsoiled and seeded because of season or weather
conditions and will remain exposed for more than 30 days,the Contractor shall protect those
areas against erosion and washouts by whatever means necessary such as straw applied with a tar
tack,wood chips or by other measures approved by the Engineer. Prior to application of topsoil,
VC0515S02.490 02490-4 9/25/2007
City of Fort Worth
— Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Loaming,Hydroseeding and Erosion Control
- any such materials applied for erosion control shall be thoroughly incorporated into the subgrade
by discing. Fertilizer shall be applied prior to spreading of topsoil.
J. On slopes,the Contractor shall provide against washouts by an approved method. Any washout
which occurs shall be regraded and reseeded at the Contractor's expense until a good sod is
established.
3.03 MAINTENANCE,AND PROVISIONAL ACCEPTANCE
A. The Contractor shall keep all seeded areas watered,lawn areas mowed and in good condition,
reseeding all seeded areas if and when necessary until a good,healthy, uniform growth is
established over the entire area seeded and shall maintain all seeded areas in an approved
condition until provisional acceptance.
B. The Engineer will inspect all work for provisional acceptance upon the written request of the
Contractor received at least ten days before the anticipated date of inspection.
C. A satisfactory stand will be defined as a section of turf of 10,000 square feet or larger that has:
1. No bare spots larger than three square feet.
2. No more than ten percent of total area with bare spots larger than one square foot.
3. Not more than fifteen percent of total area with bare spots larger than 6-in square.
D. The inspection by the Engineer will determine whether additional seeding shall be conducted in
any area.
E. After all necessary corrective work and clean-up has been completed,the Engineer will certify in
writing the provisional acceptance of the seeded areas.
3.04 GUARANTEE PERIOD AND FINAL ACCEPTANCE
A. All seeded areas shall be guaranteed by the Contractor for not less than one full year from the
time of acceptance.
B. At the end of the guarantee period,inspection will be made by the Engineer upon written request
submitted by the Contractor at least ten days before the anticipated date. Seeded areas not
demonstrating satisfactory stands as outlined above,as determined by the Engineer, shall be
renovated,reseeded and maintained until meeting all requirements as specified herein.
C. After all necessary corrective work has been completed,the Engineer shall certify in writing the
final acceptance of the seeded areas.
END OF SECTION
VC0515S02.490 02490-5 MM007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Concrete Pressure Pipe and Fittings
SECTION 02613
CONCRETE PRESSURE PIPE AND FITTINGS
PART 1 GENERAL
1.01 SCOPE OF WORK
A. Furnish all labor,materials,tools,equipment and incidentals necessary to install,ready for
operation and test buried concrete pressure pipe and fittings,rubber gaskets,mortar for inside
joints for pipe 24-in diameter and larger and for outside joints of all pipe as shown on the
Drawings and as specified herein.
B. Concrete piping for this project shall be prestressed concrete cylinder pipe(embedded type per
AWWA C301).
C. The 96-inch concrete piping for this project shall be lined with anchored plastic lining as specified
in Section 06640. It shall be the Contractors responsibility to coordinate with the pipe
manufacturer and the anchored plastic lining manufacturer to provide the finished plastic lined
concrete piping product.
1.02 RELATED WORK
A. Trenching safety requirements are included in Section 01013.
B. Testing of pipelines is included in Section 01666.
B. Trenching,backfilling and compacting are included in Section 02221.
C. Granular fill materials are included in Section 02230.
D. Anchored concrete lining for concrete pipe is included in Section 06640.
1.03 SUBNIITTALS
A. Submit shop drawings to the Engineer for review in accordance with Section 01300,showing all
details of reinforcement, concrete and joint dimensions for all pipe and fittings. Submit a
tabulated laying schedule which references stationing and invert elevations as shown on the
Drawings as well as all fittings,bevels,restrained joints,outlets,tees,bends,adapters,closures
and specials,along with the manufacturer's drawings and specifications indicating complete details
of all items. The laying schedule shall show pipe class,class coding,station limits and transition
stations for various pipe classes. The above shall be submitted to the Engineer for approval before
manufacture and shipment. The locations of all pipes shall conform to the locations indicated on
the Drawings. Pipe shall not be supplied from inventory.
B. Submit anticipated production and delivery schedule.
C. Design Data.
1. Submit all design data in accordance with AWWA C304 for prestressed concrete cylinder
pipe.
2. Submit design calculations for the pipe under all test pressure conditions, sealed by a
Licensed Texas Professional Engineer.
D. Test Reports
VC0515S02613 02613-1 925/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Concrete Pressure Pipe and Fittings
1. Shop test results as applicable per AWWA C301-92.
2. Field pressure/leakage tests.
E. Certificates
1. Prior to shipment of pipe,submit certified affidavit of compliance stating that the pipe for
this Contract was manufactured,inspected and tested in accordance with the AWWA
standards specified herein.
1.04 QUALIFICATIONS
A. The materials specified herein are intended to be standard types of prestressed concrete cylinder
pipe and fittings for use in transporting raw wastewater. _
B. All prestressed concrete cylinder pipe and fittings shall be furnished by reputable manufacturers
with a minimum of ten years of experience in manufacturing concrete cylinder pipe 24-in diameter
and larger. The pipe and fittings shall be manufactured and installed in accordance with industry
standards and methods and shall comply in all respects with requirements of these specifications
and with the latest edition of all referenced standards and specifications.
1.05 REFERENCE STANDARDS
A. The AWWA Standard and Design Standard for Prestressed Concrete Cylinder Pipe,for Water and
Other Liquids(AWWA C301, latest revision and AWWA C304)are made a part of these -
Specifications. Documents referenced in AWWA C301, Section 1.3 form a part of AWWA C301
to the extent specified therein.
B. Other standards applicable to the work specified herein are,but not limited to,the following:
1. AWWA C200-Steel Water Pipe 6-in and Larger
2. AWWA C301 -Prestressed Concrete Pressure Pipe, Steel-Cylinder Type,for Water and
Other Liquids
3. AWWA C600-Installation of Ductile-Iron Water Mains and Their Appurtenances
4. AWWA M-9-Concrete Pressure Pipe
5. AWWA M-11 -Steel Pipe Guide for Design and Installation
6. AWWA C304-Design for Prestressed Concrete Cylinder Pipe
C. American Association of State Highway and Transportation Officials(AASHTO)
D. Where reference is made to one of the above standards,the revision in effect at the time of bid
opening shall apply.
1.06 QUALITY ASSURANCE
A. Prestressed concrete cylinder pipe manufacturer shall be certified under the ACPPA Quality
Assurance Program for meeting the requirements of AWWA C301-92.
The Owner reserves the right to provide,at Owner's expense,the services of an independent
testing agency to verify testing of the pipe.
VC0515SO2613 02613-2 9/25/2007
City of Fort Worth
" Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Concrete Pressure Pipe and Fittings
B. Inspection of the pipe and fittings will be made by the Engineer upon delivery at the site. The
pipe shall be subject to rejection at any time on account of failure to meet any of the specification
requirements,even though the pipe may have been accepted as satisfactory at the place of
manufacture. Pipe rejected after delivery shall be marked for identification and shall be removed
from the job at once,unless otherwise approved by the Engineer.
C. Shop Welding: Manual-welding operators shall be qualified under Section IX of the ANSI/ASME
Boiler and Pressure Vessel Code to weld P-No.l steels,or ANSUAWS D1.1, Structural Welding
Code-Steel,or under ANSUAWS D1.3, Structural Welding Code-Sheet Steel. Contractor to
provide a copy of welder certification to Engineer prior to starting work.
PART 2 PRODUCTS
2.01 MATERIALS
A. Unless otherwise specified,the design,materials and workmanship for pipe shall conform to the
requirements of AWWA C301 for Prestressed Concrete Pressure Pipe, Steel-Cylinder Type,for
Water and Other Liquids. Core and coating thickness for pipe shall be as specified in AWWA
C301.
B. Concrete pressure pipe and fittings shall be manufactured by Hanson Concrete Products,Inc.;or
approved equal.
C. Design Conditions
1. Pipe shall be designed in accordance with the AWWA C304-92 Design Standard,using the
following design conditions;these conditions shall also be used in designing fittings that
include a reinforced concrete exterior coating of the steel cylinder:
a. External Loading
1) The earthload shall be taken as the greater of the following:
(a) Depth from existing ground level to top of pipe as shown on plans,or
(b) Six feet minimum in all cases.
2) Earthloads(deadloads)shall be computed as outlined by the"Concrete Pipe Design
Manual"and the"Concrete Pipe Handbook",American Concrete Pipe Association,
latest editions. Trench width is assumed to be that giving the maximum load on the
pipe(transition width)for the following parameters:
(a) Soil Density= 130 pounds per cubic foot
(b) KuN=0.130
3) Live loads shall be calculated as:
(a) Pipe in Open Unpaved Areas:AASHTO HS-20
(b) Pipe in Streets and other Paved Areas:AASHTO HS-20 for two trucks passing
(c) Pipe within railroad right-of-way: Coopers E-80.
VC0515S02613 02613-3 925/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant -
Trinity River Parallel Siphon Project
Concrete Pressure Pipe and Fittings
(d) Both HS-20 and E-80 loads shall be computed in accordance with the -
"Concrete Pipe Design Manual" and the"Concrete Pipe Handbook".
b. Internal Loading
1) Internal design pressure shall be the design working pressure as defined below,or
otherwise indicated in the specifications.
2) Surge pressure allowance shall be 100 percent of design pressure.
3) Test pressure shall be 150 percent of design pressure.
2. Design working pressure(Pw)for pumped process piping shall be 75 psig.
3. Design working pressure(Pw)for gravity flow plant piping shall be 25 psig.
4. Restrained pipe shall be designed to withstand the thrust forces on the pipe. Thrust forces
shall be calculated based on 150 percent of maximum anticipated pressure,which would
normally be pump shutoff head for pumped process piping.
D. Fittings
1. Steel thickness of all fittings shall be designed with a maximum deflection of two percent of
the internal diameter for the external loading condition specified in Paragraph 2.01.of this
Section. In addition,under the internal loading conditions described in Section 2.01. of this
specification,the thickness shall be determined in accordance with Chapter 8 of AWWA
Manual M9.
2. Fabrication of the fittings shall be as per the applicable standard and AWWA Manual M9.
3. Interior and exterior concrete/mortar coating shall be as per the applicable standard. -
E. The date of manufacture or a serial niimber traceable to the date of manufacture and the mark or
trademark of the manufacturer shall be clearly marked by stencil with waterproof paint at the bell
end of the pipe barrel. Pipe shall not be shipped until the compressive strength of the concrete is a
minimum of 4,500 psi,or 7 days after manufacture,and/or repair,whichever is the longer.
Unsatisfactory or damaged pipe will be either permanently rejected or returned for minor repairs.
Pits,blisters,rough spots,minor breakage,and other imperfections may be repaired,subject to the
approval of the Engineer,after demonstration by the manufacturer that strong and permanent
repairs result. Repairs shall be carefully inspected before final approval. Cement mortar used for
repairs shall have a minimum compressive strength of 3,000 psi at the end of 7 days and 4500 psi
at the end of 28 days,when tested in cylinders stored in the standard manner. Epoxy mortar may
be utilized for repairs subject to the approval of the Engineer. Major breakage or spalling from
interior of pipe shall be reason for the rejection of pipe. Pipe may be repaired under unloaded
conditions(removal of prestressing wire). New prestressing wire may be applied when the
compressive strength as determined by cylinder testing equals or exceeds the strength required for
prestressing as stated in AWWA C301.
F. Cement shall be Type I or 11 and shall be in accordance with ASTM C150.
G. The pipe core shall be manufactured by the centrifugal or vertically cast process.
VC0515SO2613 026134 9/25/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Concrete Pressure Pipe and Fittings
H. Mortar coatings shall consist of one part cement to a maximum of 2-1/2 parts fine aggregate,by
weight. Rebound,not to exceed one fourth of the total mix weight may be used,provided the
rebound is treated as fine aggregate.
I. Bell and spigot joint rings shall be steel, self-centering type,and otherwise as specified in AWWA
C301.
J. The rubber gaskets shall be in accordance with AWWA C301.
K. Bell and spigot wall fittings shall be equal to those manufactured by Hanson Concrete Products,
Inc. Wall fittings shall be supplied with adequate bracing to keep them round and true during
transportation and construction.
L. Restrained joints, installed as specified in Paragraphs 3.02.I and J,shall be the field welded,clamp
type or snap ring type as manufactured by Hanson Concrete Products,Inc.;or approved equal.
M. Radii for curved sections as specified on the Drawings may be produced by joint deflection up to
75 percent of that recommended by the manufacturer. Deflections required which are in excess of
those recommendations shall be produced by beveling one or both ends of the pipe.
N. Bends and connecting transition pieces shall be fabricated to the degree of curvature required.
O. All concrete pressure pipe and fittings installed on this project shall have an anchored plastic
lining per Section 06640.
PART 3 EXECUTION
3.01 GENERAL
A. Care shall be taken during loading,transporting,and unloading to prevent injury to the pipes,
fittings,or coatings. Pipe or fittings shall not be dropped. All pipe and fittings shall be thoroughly
cleaned before laying,shall be kept clean until they are used in the work,and when laid shall
conform to the lines and grades shown on the Drawings.
B. All pipe and fittings shall be subjected to a careful inspection and mortar coating disbonding and
soundness test by tapping with a hammer prior to installation.
C. If any defective pipe is discovered after it has been laid it shall be removed and replaced with a
sound pipe in a satisfactory manner.
D. Regulate and control equipment and construction operations such that the loading on the pipe does
not exceed the loads for which the pipe is designed and manufactured. For prestressed concrete
_ cylinder pipe,pipe found to have longitudinal cracks from construction equipment or other loading
shall be removed from the line and replaced with sound pipe and closures as required.
E. The method of jointing the pipe shall be in strict accordance with the manufacturer's instructions.
Arrange for the manufacturer to supervise the installation of at least the first three standard joints
and the first restrained joint.
3.02 INSTALLING CONCRETE PRESSURE PIPE
A. Concrete pressure pipe and fittings shall be installed in accordance with requirements of AWWA
M9,Concrete Pressure Pipe,except as otherwise provided herein. A firm,even bearing
throughout the length of the pipe shall be provided by providing bedding material as shown on the
Drawings and specified in Section 02221. BLOCKING WILL NOT BE PERMITTED.
VC0515S02613 02613-5 MV2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Concrete Pressure Pipe and Fittings
B. All concrete pressure pipe shall have a minimum of three feet of cover. Pipe shall be laid such
that the invert elevations shown on the Drawings are not changed without the Engineer's approval.
C. The pipe interior shall be maintained dry and broom clean throughout the construction period.
D. Gasket,gasket groove and bell shall be cleaned and lubricated with a vegetable lubricant furnished
by the pipe manufacturer. The lubricant shall be approved for use in potable water,shall have an
NSF certification and shall be harmless to the rubber gasket. Pipe shall be laid with bell ends
looking ahead. As soon as the tongue is centered in the groove of the previously laid pipe,it shall
be forced home with approved automatic equipment. After the gasket is compressed,verify the
position of the gasket with a feeler gage provided by the pipe manufacturer.
E. Place a cloth diaper approved by the pipe manufacturer around each exterior joint recess and
fasten it in place with either wire or steel strapping stitched into its edges. Mix a 1:2 mortar grout
of sufficient liquid consistency to flow easily and pour it into the joint recess beneath the cloth
band. To assist the flow and to assure complete filling of the entire recess completely around the
pipe,rod the joint recess with a stiff-wire curved to the radius of the pipe. Close the joint recess at
the top with a stiffer mix of the same mortar.
F. Pack interior joints of pipe 30-in in diameter and larger with mortar after backfilling is completed.
Mortar grout shall be employed,consisting of one part by volume of Portland cement, 1-1/2 parts
by volume of well graded coarse concrete sand meeting the requirements of ASTM C33 and
sufficient water to make a stiff mortar suitable for overhead work. The mixture shall have a dry,
crumbly consistency and shall be pushed into place and troweled to make a smooth joint.
G. All pipe shall be sound and clean before laying. When laying is not in progress, including -
lunchtime,the open ends of the pipe shall be closed by watertight plug or other approved means.
Good alignment shall be preserved in laying. The deflections at joints shall not exceed 75 percent
of that recommended by the manufacturer. Fittings,in addition to those shown on the Drawings,
shall be provided at no additional cost to the Owner,if required,in crossing utilities or other
obstructions that may be encountered upon opening the trench.
H. Have on hand a sufficient supply of assorted short pipe lengths,adaptors,and any other fittings
necessary to prevent delays in pipe layings.
I. Concrete pressure piping shall be provided with restrained joints as required. Pressure pipe shall
be defined as piping on the discharge side of a pump. Pipes under static head from structures shall
not be considered pressure pipe. The minimum number of restrained joints for pressure piping for
resisting forces at fittings and changes in direction of pipe shall be determined from the length of
restrained pipe on each side of fittings and changes in direction necessary to develop adequate
resisting friction with the soil. Contractor shall submit a list of restrained joint lengths required
before and after pressure pipe fittings(bends and tees)to the Engineer for approval. Joint restraint
shall be per AWWA Manual M9 guidelines,using a friction coefficient of 0.25 between the soil
and the pipe and a soil bulk density of 130 lbs/cu.ft.
J. For piping under static head from structures,restrained joints shall be used as required for a static
pressure of 25 psig. Joint restraint for piping under static head shall be as set forth in Paragraph
2.0 U.
3.03 CONNECTIONS WITH EXISTING PIPES
A. Connections to existing pipes shall be made using suitable joints and fittings for the conditions
encountered. Each connection with an existing pipe shall be made at the time and under
conditions which will least interfere with operation of existing system. Connections with buried
VC0515SO2613 02613-6 MY2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Concrete Pressure Pipe and Fittings
existing flanges shall require removal of grout from the flanges. Remove concrete thrust blocking
when encountered for connections to the existing pipes.
B. Facilities shall be provided for proper dewatering and for disposal of all water removed from the
dewatered lines and excavations without damage to adjacent property.
C. Existing gates,valves,stop logs may leak when in the closed position. Contractor shall provide
whatever means and equipment is necessary to control water during construction.
3.04 CLEANING
A. At the conclusion of the Work,the Contractor shall thoroughly clean all of the new pipelines by
flushing with water or other means to remove all dirt,stones,pieces of wood or other material
which may have entered during the construction period. Debris cleaned from the lines shall be
removed from the pipeline. If,after this cleaning,obstructions remain,they shall be removed.
B. After the pipelines are cleaned and if the groundwater level is above the pipe,or following a
heavy rain,the Representatives of Owner will examine the pipe for leaks. If defective pipes or
joints are discovered at this time,they shall be repaired or replaced by the Contractor.
3.05 TESTING
A. All piping shall be tested in accordance with Section 01666. The Contractor shall install
necessary taps on the existing lines for filling the new lines for hydrostatic testing. Furnish and
install internal test plugs on each line for hydrostatic testing. Furnish and install manways for
removal of test plugs.
END OF SECTION
VC0515S02613 02613-7 9252007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Connections To And Work On The Existing System
SECTION 02658
CONNECTIONS TO AND WORK ON THE EXISTING SYSTEM
PART 1: GENERAL
1.01 SCOPE OF WORK
A. The Contractor is responsible for all connections to existing systems,cutting, fitting and patching,
including attendant excavation and backfill,required to complete the work.
B. The Contractor shall supply all materials,equipment and labor required to maintain flow in existing
piping,handle existing flows, construct and maintain all temporary connections and diversions and
construct the permanent connections to the new system as shown on the Drawings and as directed by
the Engineer.
C. The Contractor shall supply all materials,equipment and labor required for plugging existing piping,
all work on existing manholes(including all work and materials required to reshape existing manhole
inverts with concrete and connecting new sewers to existing manholes) and all additional work
required.
D. Should damage of any kind occur to the existing piping,the Contractor shall at his/her own expense,
as part of the work under this Item,make repairs to the satisfaction of the Engineer.
E. The Contractor shall coordinate before connection is performed, verify and provide for any pipe
restraint that may be required for the new connection. Perform all cutting,fitting or patching of the
Work that may be required to make the several parts thereof join in accordance with the Contract
Documents. Perform restoration with competent workmen skilled in the trade.
F. The Contractor shall notify the Engineer immediately of any discrepancies in elevations of existing
piping and manholes between those shown on the Drawings and those established during construction
in order that the Engineer can make the necessary modifications.
1.02 RELATED WORK
A. Summary of work is included in Section 0 10 10.
B. Construction scheduling and sequencing are included in Section 01040.
C. Temporary Facilities is included in Section 0 15 00.
D. Trenching, backfilling and compaction are included in Section 02221.
E. Concrete is specified in Section 03300.
1.03 SUBMITTALS
A. Submit a written request to the ENGINEER will in advance of executing any cutting or alteration
which affects:
VC0515So2.658 02658-1 925/07
City of Fort Worth
Village Creek Wastewater Treatment Plant -
Trinity River Parallel Siphon Project
Connections To And Work On The Existing System
1. Work of the OWNER or any separate contractor.
2. Structural value or integrity of any element of the project or work.
3. Integrity or effectiveness of weather-exposed or moisture-resistant elements or systems.
4. Efficiency,operational life,maintenance or safety of operational elements. _
5. Visual qualities of sight-exposed elements.
B. Include in request:
1. Identification of the work.
2. Description of affected work.
3. The necessity for cutting,alteration or excavation.
4. Effect on work of the OWNER or any separate contract, or on structural or weatherproof
integrity of work.
5. Description of proposed work:
a. Scope of cutting,patching,alteration,or excavation. _
b. Trades who will execute the work.
c. Products proposed to be used.
d. Extend of refinishing to be done.
6. Alternatives to cutting and patching.
7. Cost proposal,when applicable.
8. Written permission of any separate contractor whose work will be affected.
C. Submit written notice to the ENGINEER designating the date and the time the work will be
uncovered.
1.04 SCHEDULING OF SHUTDOWN
A. If any connections, replacement, or other work requiring the shutdown of an existing facility is _
necessary, the Contractor shall schedule such work at times when the impact on the OWNER's
normal operation is minimal. Overtime,night and weekend work without additional compensation
from the OWNER,may be required to make these connection,especially if the connections are made
at times other than those specified. The connection of new or existing pipelines is prohibited from
starting until the CONTRACTOR assures that the system can receive the new flow.
B. Perform cut-ins into lines at a time approved in writing by the OWNER.
VC0515So2.658 02658-2 925/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Connections To And Work On The Existing System
C. Submit a request for each diversion necessary during construction to the OWNER and ENGINEER
sufficiently in advance of any required diversion. Identify in the request,the gates,bypass piping,
bypass pumping or any other means which the CONTRACTOR proposes to use in order to provide
- effective shutdown of the system. Include in a connection and shutdown schedule details of shutdown
time and duration. No connections or construction where shutdown of or damage to,existing utilities
shall commence prior to OWNER approval of connection and shutdown plan and schedule.
PART 2: PRODUCTS (NOT USED)
PART 3: EXECUTION
3.01 INSPECTION
A. Inspect existing conditions,including elements subject to damage or to movement during cutting and
patching.
B. After uncovering work, inspect conditions affecting installation of products, or performance of the
work.
C. Report unsatisfactory or questionable conditions to the ENGINEER in writing;do not proceed with
work until the ENGINEER has provided further instructions.
3.02 PREPARATION
A. Provide adequate temporary support as necessary to assure structural value or integrity of affected
portion of work.
B. Provide devices and methods to protect other portions of project from damage.
,. C. Provide protection from elements for that portion of the project that may be exposed by cutting and
patching work,and maintain excavations free from water.
D. Cut and remove all materials to the extent shown or as required to complete the work. Remove
materials in a careful manner with no damage to adjacent facilities. Remove materials that are not
salvageable from the site.
3.03 PERFORMANCE
A. Execute cutting and demolition by methods that will prevent damage to other work,and will provide
proper surfaces to receive installation of repairs.
B. Execute excavating and backfilliing by methods which will prevent settlement or damage to other
work.
_ C. Restore work, which has been cut or removed; install new products to provide completed work in
accordance with requirements of the contract documents.
D. Refinish entire surfaces as necessary to provide an even finish to match adjacent finishes:
1. for continuous surfaces,refinish to nearest intersection.
vc0515So2.658 02658-3 925ro7
City of Fort Worth
Village Creek Wastewater Treatment Plant -
Trinity River Parallel Siphon Project
Connections To And Work On The Existing System
2. for an assembly,refinish entire unit.
3.04 HANDLING FLOWS
A. The Contractor shall provide all labor,equipment and materials necessary to maintain existing flows,
including temporary diversions that may be required.
B. All procedures for maintaining flows must meet the approval of the Engineer. The Contractor shall
submit to the Engineer for approval,a detailed written plan of all methods of flow maintenance ten
days in advance of flow interruption. _
END OF SECTION
VC0515So2.658 0265 8-4 925/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Siphon Cleaning and Inspection
SECTION 02765
SIPHON CLEANING AND INSPECTION
PART 1: GENERAL
1.01 SCOPE OF WORK
A. Furnish all labor,materials,equipment,supervision,and incidentals required to clean, inspect and
internally televise the two(2)60-inch siphons in accordance with these specifications.
B. The scope of work to be completed is defined by the drawings and these specifications. Any part,
appurtenance,or miscellaneous item of work which is reasonably implied or normally required to
make the installation satisfactorily and completely operable,even if not specifically required by the
drawings and/or specifications,shall be provided by the Contractor at no additional cost.
C. Comply with applicable building codes and environmental requirements
1. Comply with city,state,and national codes as a minimum or the requirements of these
documents if more stringent than codes.
2. Comply with city,state,and national environmental requirements.
D. The work to be provided under this Contract is not necessarily limited to the foregoing
descriptions. Accordingly,the Contractor shall thoroughly study the drawings,the specifications
to fully understand the extent of the work.
E. Work shall include the labor,materials,and equipment necessary to perform the cleaning of the
two(2)60-inch siphons. The required section of pipe must be free of roots, grease,and all debris.
All depository material and/or debris must be removed from pipe section and disposed of at City
authorized disposal location as identified in Part D—Special Conditions. The City shall pay
disposal costs. Provide City with trip tickets for debris disposal. Work shall include all
dewatering,flow control,plugging,etc.,necessary to regulate the flow within the pipe section in
order to properly clean the pipe.
F. Contractor shall be allowed to bypass pump only after exhausting all options,including flow
through plugs and other flow control measures and work during low-flow periods. Flow control
measures and work during low flow periods will receive no direct compensation,but will be
considered incidental to the unit price to clean the 60-inch siphons.
G. Contractor shall be required to set up and bypass pump around work area as required in order to
perform the work. It is the intent of the Owner that the cleaning be performed when wastewater
flow is 1/3 or less of pipe flow.
1.02 RELATED WORK
A. Summary of work is included in Section 01010.
B. Construction sequencing is included in Section 01040.
VC0515So2.765 02765-1 9/25ro7
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Siphon Cleaning and Inspection
C. Temporary Facilities is included in Section 01500.
D. Trenching,backfilling and compaction are included in Section 02221.
E. Concrete is specified in Section 03300.
1.03 SUBMITTALS
A. Submit written notice to the ENGINEER designating the date and the time the work will be
uncovered.
B. Submit to the Engineer a detailed plan for tracking the amount of debris removed as part of this
project.
C. Submit Contractor's TCEQ Liquid Waste Hauler paperwork to the City.
1.04 SCHEDULING OF SHUTDOWN ~
A. Submit a request for each diversion necessary during construction to the OWNER and ENGINEER
sufficiently in advance of any required diversion. Identify in the request,the gates,bypass piping, -
bypass pumping or any other means which the CONTRACTOR proposes to use in order to provide
effective shutdown of the system. Include in a connection and shutdown schedule details of shutdown
time and duration. No connections or construction where shutdown of,or damage to,existing utilities _
shall commence prior to OWNER approval of connection and shutdown plan and schedule.
B. If any connections, replacement, or other work requiring the shutdown of an existing facility is _
necessary,the Contractor shall schedule such work at times when the impact on the O WNER's normal
operation,is minimal. Overtime,night and weekend work without additional compensation from the
OWNER,may be required to make the connections,especially if the connections are made at times
other than those specified. The connection of new or existing pipelines is prohibited from starting '
until the CONTRACTOR assures that the system can receive the new flow.
PART 2: PRODUCTS
2.01 CLEANING EQUIPMENT
A. The City of Fort Worth Water Department Pre-Treatment Division must inspect all equipment used by
the CONTRACTOR for cleaning of sewer lines or capturing and transporting debris and material
removed from the sewer collection system.Contact Marlene Gates at(817)871-8427 for scheduling of -
inspection of equipment.Information regarding City of Fort Worth vehicle permits and certifications
can be found in Appendix A, Permits and Forms. All costs associated with local permits and
certifications of vehicles are the responsibility of the CONTRACTOR. All vehicles used on this
project must also be certified by the TCEQ and proof of this certification must be provided to the City.
Refer to Part D Special Conditions,Item D-47 Permitting and Additional Insurance Requirements for
more information.
1. HIGH-VELOCITY JET(HYDROCLEANING)EQUIPMENT: All high-velocity sewer
cleaning equipment shall be constructed for ease and safety of operation. The
CONTRACTOR shall have a selection of two or more high-velocity nozzles.The nozzles -
shall be capable of producing a scouring action from 10 to 60 degrees in all size lines
VC0515So2.765 02765-2 9125/07
City of Fort Worth
village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Siphon Cleaning and Inspection
designated to be cleaned.The equipment shall carry its own water tank,auxiliary engines,
pumps,and hydraulically driven hose reel.
- 2. HYDRAULICALLY PROPELLED EQUIPMENT:The equipment used shall be of a
movable dam type and be constructed in such a way that a portion of the dam may be
collapsed at any time during the cleaning operation to protect against flooding of the sewer.
The movable dam shall be equal in diameter to the pipe being cleaned and shall provide a
flexible scraper around the outer periphery to ensure removal of grease.If sewer cleaning
balls or other equipment that cannot be collapsed are used,special precautions to prevent
flooding of the sewers and public or private property shall be taken by the CONTRACTOR.
Damages or claims resulting from backups and flooding shall be the responsibility of the
CONTRACTOR.
3. MECHANICALLY POWERED EQUIPMENT:Bucket and/or winch machines shall be in
pairs with sufficient power to perform the work in an efficient manner.Machines will be belt
operated or have an overload device.Machines with direct drive that could cause damage to
the pipe will not be allowed.A power rodding machine shall be either sectional or
continuous rod type capable of holding a minimum of 750 feet of rod. The rod shall be
specifically heat-treated steel. To ensure safe operation the machine shall be fully enclosed
and have an automatic safety clutch or relief valve.Mechanically powered equipment shall
only be used when authorized by the ENGINEER and shall be done only when other
cleaning methods are shown to be ineffective.
2.02 TELEVISION INSPECTION EQUIPMENT
A. The television camera used for the inspection shall be one specifically designed and constructed for
such inspection. Lighting for the camera shall be suitable to allow a clear picture of the entire
periphery of the pipe.The camera shall be operative in 100%humidity conditions.The camera lens
shall have not less than a 65-degree viewing angle and shall have either automatic or remote focus and
iris controls.The camera shall be capable of spanning 3 60 degrees in the vertical axis and 270 degrees
on the horizontal axis.The camera shall be equipped with at least 1,500 LF of camera cable and have
pan and tilt capabilities to allow up close and right-angled inspections of defects and other significant
observations. The camera,television monitor, and other components of the video system shall be
capable of producing picture quality in color to the satisfaction of the OWNER's Representative and if
unsatisfactory,no payment shall be made.
2.02 BYPASS PUMPING EQUIPMENT
A. Contractor shall be responsible for all equipment for bypass pumping operations, including pumps,
piping,diesel generators,valves,plugs,etc.
PART 3: EXECUTION
3.01 SEWER LINE AND SIPHON CLEANING
A. General Sewer Line Cleaning
Sewer line cleaning shall be performed with hydraulically propelled high-velocity jets, and/or
mechanical powered equipment. Equipment shall be based on field conditions such as access to
vc0515So2.765 02765-3 W25ro7
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Siphon Cleaning and Inspection
manholes, type and quantity of debris to be removed, size of sewer, and depth of flow. Selected
equipment shall be capable of cleaning spans of sewer main up to 1,500 linear feet.
Hydraulic or mechanical means shall be used to remove all dirt, grease, rocks, sand, and other
materials and obstructions from the sewer lines within the area of the point repair. The
CONTRACTOR shall provide a mechanism to prevent debris from moving downstream from the line
segment being cleaned. The method of cleaning for each segment shall be based on site conditions
and shall be approved by the ENGINEER. The equipment and methods selected shall be satisfactory
to the ENGINEER.
B. Root Removal
Roots shall be removed in within the cleaning limits and shall be considered part of sewer cleaning
procedures. Special attention should be given during the cleaning operations to ensure complete
removal of roots from the joints. Chemical means of root control or removal MAY NOT be used on
this.project.
C. Grease Removal
Grease shall be removed within the cleaning limits and shall be considered part of sewer cleaning
procedures. Special attention should be given during the cleaning operations to ensure the complete
removal of grease from the top of the pipe.Procedures may include the use of mechanical equipment
such as rodding machines, bucket machines and winches using root cutters and porcupines, and
equipment such as high velocity jet cleaners,and hot water. Chemical means of grease removal using
and EPA approved chemical degreasers MAY NOT be used on this project without prior authorization
from the City.
D. Debris Removal
All debris resulting from the cleaning operations shall be removed and transported by the
CONTRACTOR to locations designated by the City at the end of each work day. Under NO
circumstances will the CONTRACTOR be allowed to accumulate debris at the work site beyond the
stated time. Reference Part D, Special Conditions,subparagraph D-47"Permitting and Additional -'
Insurance Requirements"for more information about the collection,handling,transport and disposal
of the debris.All solid or semi-solid debris shall be removed and transported by the CONTRACTOR
to the Cold Springs Processing Facility located at 1300 Cold Springs Road,Fort Worth,Texas 76102.The contact person for Cold Springs Processing is Gary Beavers,who can be reached at(817)332-
4939. The CONTRACTOR's cleaning equipment shall have permits in accordance with all applicable
Federal,State and Local regulations. The City,at its own expenses,will dispose the debris generated _
from this project.
CONTRACTOR shall provide the City and the ENGINEER with a detailed plan for tracking the _
amount of debris removed as part of this project. The City will supply trip-ticket books to be used by
the CONTRACTOR. One copy of each ticket will be supplied to the designated disposal site, the
CONTRACTOR will keep one, two copies will be given to the City, and one to the ENGINEER. _
Tickets will be filed on a work order basis to all parties by the CONTRACTOR,including the permit
numbers for vehicles used on the project daily. The CONTRACTOR shall also be required to submit
its own TCEQ Liquid Waste Hauler paperwork to the City.
VC0515S02.765 02765-4 925/07
City of Fort Worth
- Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Siphon Cleaning and Inspection
E. Vault and Manhole Cleaning
Walls shall be wasted using a high pressure jet capable of 1,500 psi. Debris from the vault or manhole
shall be vacuumed and disposed of in the same manner as debris removed from sewer main cleaning.
F. Cleaning Precautions
During sewer cleaning operations, satisfactory precautions shall be taken in the use of cleaning
equipment.When hydraulically propelled cleaning tools(that depend upon water pressure to provide
their cleaning force)or tools that retard the flow in the sewer line are used,precautions shall be taken
by the CONTRACTOR to ensure that the water pressure created does not damage or cause flooding of
public or private property being served by the sewer.
When additional water from fire hydrants is necessary to avoid delays in normal work procedures,the
water shall be conserved and not used unnecessarily. No fire hydrant shall be obstructed in case of a
fire in the area served by the hydrant or as restricted by the OWNER. The CONTRACTOR shall use
a backflow prevention device mounted on the fire hydrant in cases were the fire hose connected to the
cleaning equipment is. considered susceptible to contamination, regardless of the backflow
configuration on the cleaning equipment. The CONTRACTOR shall be responsible for any damage
caused by his actions during this project.
G. Remediation of Backups into Buildings
Backups into buildings that occur during cleaning,inspecting,plugging or bypass pumping activities
require immediate remediation using the services of a local firm specializing in cleaning and
disinfecting residences and businesses.The firm used by the CONTRACTOR shall be approved prior
to issuance ofthe Notice-to-Proceed,and shall provide a protocol that will be implemented for various
scenarios that may occur.
Upon discovery that a backup has occurred,the CONTRACTOR will immediately notify the Water
Department Field Representative who will investigate the incident.The CONTRACTOR shall dry up
the spill immediately and dispatch the cleaning service to professionally clean and disinfect the area.
The cleaning service firm shall be at the customer site within three hours of notification of backup
occurrence, or otherwise scheduled by customer. All communication will be through the Water
Department Field Representative(Kirit Patel)at(817)994-5610(cell phone).
Documentation of the remediation services provided shall be given the Water Department Field
Representative. Should customer refuse the remediation services,CONTRACTOR shall provide a
business card and contact name should customer want to schedule remediation at a later date. Refusal
of remediation services shall be documented by the CONTRACTOR and provided to the Water
Department Field Representative.
3.02 TELEVISION INSPECTION
A. General
Contractor shall be required to reveal and document sewer line conditions and/or cleaning results.
The CONTRACTOR shall warrant to the OWNER any and all claims from infringement of patents
and shall save harmless the OWNER and his Representative from loss on account thereof.
VC0515S02.765 02765-5 925/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Siphon Cleaning and Inspection
After cleaning pipe segment, pipe shall be visually inspected by means of a closed circuit color
television camera. The purpose of the television inspection work shall be to ensure that the sewer
main cleaning completed by the CONTRACTOR meets the intent of these contract documents.
B. Television Inspection Procedures
The camera shall be moved through the line segment from the upstream manhole at a moderate rate, _
stopping when necessary to permit proper audio and written documentation of cleanliness of the pipe
and any visible defects.In no case will the television camera be pulled at a speed greater than 30 feet
per minute.Manual winches,power winches,TV cable,powered rewinds,or other devices that do
not obstruct the camera view and do not interfere with proper documentation of the sewer conditions
shall be used to move the camera through the sewer line
C. Maximum Allowable Flow Depth -
When sewer line depth of flow at the upstream manhole of the line segment being worked is above
the maximum allowable for television inspection or as specified bythe ENGINEER,the flow shall be -
reduced to the level specified below by the operation of pumps,temporary plugging or blocking of
the flow or by pumping and bypassing of the flow as specified.Depth of flow shall not exceed 1/3 of
the pipe diameter. _
D. Television Inspection Documentation
1. TELEVISION INSPECTION LOGS:Location records of the sewer mains inspected and
repaired shall be kept and maintained by the CONTRACTOR digitally in a compatible
computer system compatible with WinCan Version 7.16 or as approved by the OWNER. _
These location records shall clearly show the stationing location in relation to the upstream.
Observations shall be recorded by the CONTRACTOR in an approved digital delivery
format such as a removable hard drive,CD ROM or DVD disks and submitted to the
ENGINEER. NO VHS TAPE RECORDINGS ARE REQUIRED NOR ACCEPTED AS A
FINAL DELIVERABLE UNDER THIS CONTRACT. Hard copies of the inspection
reports shall be bound and submitted to the OWNER with the digital data. The digital
information shall contain multiple video inspection records and files that store each line
segment as a unique digital record. Combining multiple segments on one form or digital
record is not permitted.
The CONTRACTOR shall provide a digital video file in a MPG or AVI format of the
inspection and repair area. These digital video files must include intelligible audio
description in English of each observation,including the location of the line segment at the
same time that the inspection is performed. As a minimum,the video file shall display
manhole numbers and footage at all times.
2. DIGITAL VIDEO RECORDINGS:The purpose of digitally recording shall be to supply a
visual and audio record of all line segments that are televised. The digital video playback
speed shall be at the same speed that it was recorded. Slow motion or stop-motion playback
features may be supplied at the option of the CONTRACTOR.Title of the video record
shall remain with the OWNER.The CONTRACTOR shall have all digital video and
necessary playback equipment readily accessible for review by the ENGINEER during the
project. Each digital video file and digital associated log sheets and/or field forms using free
shareware shall be submitted to the ENGINEER for review no later than seven days after the
VC0515S02.765 02765-6 9125/07
City of Fort Worth
- Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Siphon Cleaning and Inspection
- completion of the tape. The digital video file,including the audio portion,shall be a
deliverable and will be required for completion of the work for each segment televised. The
digital video files(recorded on the approved digital storage media)shall be indexed with the
line segment and labeled appropriately on the disc.
All TV Inspection information in a digital format shall be ODBC compliant and compatible
with WinCan version 7.16. Pictures,video and reports may be turned in via hard copy,CD-
Rom,removable hard drive or DVD Data disk. If directed,the CONTRACTOR shall
provide free(shareware)software capable of viewing images in WinCan version 7.16.
Video recordings shall be processed by CONTRACTOR and delivered to the ENGINEER
after completion of CCTV inspection for review. A line segment shall be considered
complete for payment once the video has been delivered to the OWNER,and reviewed and
accepted. The OWNER will review all videos within five(5)working days from delivery
from the CONTRACTOR.
3.04 HANDLING FLOWS
A. The Contractor shall provide all labor,equipment and materials necessary to maintain existing flows,
- including temporary diversions that may be required.
All procedures for maintaining flows must meet the approval of the Engineer. The Contractor shall
- submit to the Engineer for approval,a detailed written plan of all methods of flow maintenance ten
days in advance of flow interruption.
B. Bypass Pumping
1. Pumping and bypassing of sewer lines shall not be allowed without prior approval by the
Owner. The CONTRACTOR shall bypass the sewage around the section or sections of
sewer to be cleaned,if necessary. The bypass shall be made by plugging the existing
upstream manhole and pumping the sewage into a downstream manhole or adjacent system
or through another method as may be approved by the Owner. 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
environment.
2. When pumping and bypassing is required to avoid potential backups or surcharging,the
CONTRACTOR shall supply all necessary pumps,conduits,and other equipment to divert
the flow of wastewater around the manhole section in which work is to be performed. The
bypass system shall be of sufficient capacity to handle existing flow plus additional flow that
may occur during rainfall events.The CONTRACTOR will be responsible for furnishing the
necessary labor and supervision to set up,operate, and maintain the pumping and bypassing
system.If pumping is required on a 24-hour basis,engines and motors shall be equipped in a
manner to keep noise to a minimum.
3. Bypass pumping shall be measured and paid per setup for individual size pumps,and on an
hourly basis for pump operation.
VC0515S02.765 02765-7 9R5/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Siphon Cleaning and Inspection
C. Flow Control
When flow in a sewer line is plugged,blocked,or bypassed,sufficient precautions must be taken to
protect the sewer lines from damage that might result from sewer surcharging. Under no
circumstances will overflows be permitted by the CONTRACTOR. Further precautions must be
taken to ensure that sewer flow control operations do not cause flooding or damage to public or
private property being served by the sewers involved.The CONTRACTOR shall be solely liable for _
damages due to backups, overflows or system bypasses that result from the CONTRACTOR's
negligent work activities related to this project.
D. Blocking and/or Plugging
Plugging or blocking of sewer line shall not be allowed without pre approval by the ENGINEER.If
approved by the ENGINEER a sewer line plug shall be inserted into the line upstream of the section
being worked.The plug shall be so designed that all or any portion of the sewage can be released.
3.05 MEASUREMENT AND PAYMENT
A. Debris Disposal
The Contractor is responsible for collecting and transporting debris to the Cold Springs Processing
Facility. The cost of collecting and transporting the debris is subsidiary to the various diameter sewer
main cleaning unit price bid. The actual cost of the debris disposal will be paid by the City directly
to Cold Springs Processing.
B. Sewer Main Cleaning
Sewer main cleaning shall be paid at the unit price bid per linear foot of each pipe for actual pipe
cleaned. Measurement of the actual number of feet cleaned shall be made from center of manhole
to center of manhole. When a partial line segment is cleaned, measurement shall be made from
center of manhole to termination point of actual cleaning as validated by post-cleaning CCTV
inspections. Cleaning of manholes and vaults shall be considered incidental to the unit price bid per
linear foot of the connecting pipe.
C. Sewer Main Television Inspection
Acceptance of sewer main, manhole, and vault cleaning shall be made upon the successful
completion of cleaning and shall be to the satisfaction of the Engineer. Internal CCTV inspection
shall be used to determine if the cleaning is satisfactory. If CCTV inspection shows the cleaning to _
be unsatisfactory,the Contractor shall be required to re-clean and CCTV the line segment until the
cleaning is shown to be satisfactory,at no additional cost to the city. Final acceptance of manholes
and vaults shall be made by the Engineer based on visual inspection of the structure.
D. Locating Manholes with Signal Transmitting Device
Work shall be paid at the unit price per manhole located using signal transmitting device. Price shall
include cost to run transmitting device via television crawler or jetter hose to the manhole location.
Owner shall be required to authorize all work,and shall only pay if manhole is located.
VC0515S02.765 02765-8 9t25d07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Siphon Cleaning and Inspection
E. Bypass Pumping
Pumping and bypass pumping of sewer flow shall be paid for at the unit price bid per set up of
pumps and discharge lines,based on the size of the pumps. In addition,Contractor shall be paid at
the unit price bid per hour or pump operation.
F. Flow Control,Blocking,Plugging,Dewatering
Flow control,blocking,plugging,dewatering,the use of flow through plugs,and other various means
_ to reduce the sewer flow during cleaning and inspection periods shall receive no direct compensation
but will be considered incidental to the unit price bid for cleaning sanitary sewer mains.
END OF SECTION
VC0515S02.765 02765-9 9/25/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Chain Link Fence
- SECTION 02830
CHAIN LINK FENCE
PART 1 GENERAL
1.01 SCOPE OF WORK
A. Furnish all labor,materials,equipment and incidentals necessary and install the chain link fence
as shown on the Drawings and as specified herein.
1.02 RELATED WORK
A. Excavation and Backfill for Structures and trenching,backfilling and compaction are included in
Sections 02200 and 02221.
1.03 SUBMITTALS
A. Submit to the Engineer, in accordance with Section 0 13 00,shop drawings showing layout and
details of construction and erection of fence and accessories required.
1.04 REFERENCE STANDARDS
A. American Society for Testing and Materials(ASTM)
1. ASTM A53 -Standard Specification for Pipe,Steel,Black and Hot-Dipped,Zinc-Coated,
Welded and Seamless.
2. ASTM A121 -Standard Specification for Zinc-Coated(Galvanized)Steel Barbed Wire.
3. ASTM A123 -Standard Specification for Zinc(Hot-Dip Galvanized)Coatings on Iron and
Steel Products.
4. ASTM A153 -Standard Specification for Zinc Coating(Hot-Dip)on Iron and Steel
Hardware.
5. ASTM A392-Standard Specification for Zinc-Coated Steel Chain-Link Fence Fabric.
6. ASTM A641 -Standard Specification for Zinc-Coated(Galvanized)Carbon Steel Wire.
7. ASTM F668-Standard Specification for Poly(Vinyl Chloride)(PVC)-Coated Steel Chain
Link Fence Fabric.
B. Federal Specification
1. Federal Specification RR F-191AD-Fencing,Wire and Post,Metal(Chain-Link Fence
Fabric).
2. Federal Specification RR-F-191/21)-Fencing,Wire and Post,Metal(Chain-Link Fence
Gates).
VC0515S02.830 9/25/2007
02830-1
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Chain Link Fence
3. Federal Specification RR F-191/3D-Fencing,Wire and Post,Metal(Chain-Link Fence
Posts,Top Rails and Braces).
4. Federal Specification RR-F-191AD-Fencing,Wire and Post,Metal(Chain-Link Fence
Accessories).
5. Federal Specification RR-F-191K/GEN-Fencing,Wire and Post Metal(and Gates,Chain- ,
Link Fence Fabric and Accessories).
C. Where reference is made to one of the above standards,the revision in effect at the time of bid
opening shall apply.
PART 2 PRODUCTS
2.01 MATERIALS
A. General
1. The chain link fencing and accessories shall conform to Federal Specification
RR-F-191K/GEN and its associated detail specifications noted below.
B. Fabric
1. The chain link fabric shall conform to Federal Specification RR F-191/1D. The chain link
fabric shall be Type I. The fabric shall be 9 gauge core wire,woven in a 2-in mesh and be
hot dipped galvanized after weaving,and be in accordance with ASTM A392. The height
of fabric shall be 72-in. Top and bottom salvages shall have a twisted barbed finish,barbs
to be formed by cutting wire on a bias. Fabric shall be fastened to intermediate posts with
No. 6 aluminum fabric wire spaced approximately 15-in apart and to top rail with 9 gauge
wires spaced approximately 18-in apart. The fabric shall be securely fastened to all terminal
and gate posts with 1/4-in by 3/4-in stretcher bars with No. 11 gauge pressed steel bands
spaced approximately 12-in apart. Stretcher bars for security fencing shall be 3/8-in by
3/16-in. All bands,wires and tension bars shall conform to Federal Specification -
RR-F-191/4D.
C. Posts,Rails and Braces
1. Posts,rails and braces shall conform to Federal Specification RR F-191/3D and be
fabricated of Class I(round steel sections),Grade A(hot-dipped galvanized),seamless steel —
pipe, in accordance with ASTM A53 (Schedule 40),and be of the following sizes:
a. Comer and Terminal Posts: SP3 (2.375-in o.d.)
b. Line Posts: SP2(1.900-in o.d.)
c. Gate Posts: SP4(2.875-in o.d.)
d. Rails and Braces: SP1 (1.66-in o.d.)
e. Spacing of posts shall not exceed 10-ft.
VC0515S02.830 9/25/2007 y
02830-2
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Chain I3nk Fence
D. Gate
1. Gate and hardware shall conform to Federal Specification RR-F-191/2D. Gate shall be
constructed of Class I,Grade A seamless steel pipe,size SPI,plus additional intermediate
members when required and meeting the requirements of RR-F-191/3D. Gate frame shall
be of welded construction or shall be assembled using fittings. When fittings are used as the
construction method for the gate frame,the frame shall be fitted with 3/8-in minimum
diameter adjustable length truss rods,meeting the requirements of Federal Specification RR-
F-191/4D. When frame is welded,all welding shall be done prior to galvanizing. Gate
fabric shall be of the type,mesh gauge,color and salvage as that specified above for fabric.
Install fabric with stretcher bars at vertical edges and tie wires at top and bottom edges.
Attach stretcher bars to gate frame at not more than 12-in o.c. On gates with barbed wire,
extend end members 1-ft above the top horizontal member of the gate frame. Attach three
strands of barbed wire,uniformly spaced,to end members with bands,clips or eyebolts.
2. Gate Hardware
a. Hinges,latches, stops and keepers shall be hot-dipped galvanized in accordance with
ASTM A153.
b. Hinges shall be pressed steel or malleable iron,sized to suit gate,non-lift-off type and
offset to permit 180 degree gate opening. Provide one pair of hinges for each leaf(up to
- 12-ft high).
c. Latch shall be forked type to permit operation from either side of gate. Provide padlock
eye as integral part of latch.
d. Keeper shall automatically engage the gate leaf and hold it in the open position until
manually released.
E. Accessories
- 1. Accessories shall conform to Federal Specification RR F-191/4D, shall be hot-dipped
galvanized in accordance with ASTM A123 or A153. In addition to wire ties and clips,
brace bands,tension bands and bars,tension wire and truss rods(all of which are described
hereinbefore),accessories shall include the following:
a. Caps for all exposed ends of posts.
b. Top rail and brace ends or other suitable means of connection.
c. Top rail sleeves to allow for expansion and contraction of the top rail.
d. Bottom tension wire shall be 7 gauge galvanized steel wire. Fabric shall be attached to
tension wire with 11 gauge galvanized steel hog rings spaced no more than 24-in on
center.
VC0515S02.830 9MM07
02830-3
City of Fort Worth
Village Creek Wastewater Treatment Plant -
Trinity River Parallel Siphon Project
Chain Link Fence
e. Barbed wire,conforming to ASTM A121, shall consist of two 12-1/2 gauge twisted line
wires with 14 gauge round aluminum wire barbs,having 4 points and spaced 3-in on
center. Line wire shall have a PVC coating of at least 0.007-in thick,with color to
match fabric.
£ Barbed wire support arms shall be single arm,for three strands of barbed wire and be at
an angle of 45 degrees,with the top strand of barbed wire being 12-in above and 12-in _
out from the fence line.
PART 3 EXECUTION _
3.01 INSTALLATION
A. Set all posts to depth of 3-ft unless otherwise shown on the Drawings.After setting and plumbing
posts,fill holes with 2,500 psi concrete as specified in Section 03300.Crown top surface of
concrete to shed water.Brace all terminal posts horizontally with sections used for top rail. The
top rail shall extend through all line posts to form a continuous brace from end to end of each
stretch of fence,be securely fastened at the end of each run and have joints made with expansion
sleeve couplings not less than 6-in long.
END OF SECTION
VC0515S02.830 9/252007
02830-4
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Miscellaneous Work and Cleanup
- SECTION 02901
MISCELLANEOUS WORK AND CLEANUP
PART 1 GENERAL
1.01 SCOPE OF WORK
A. This Section includes miscellaneous operations that are not specified in detail as separate items but
can be sufficiently described as to the kind and extent of work involved. The Contractor shall furnish
all labor,materials,equipment and incidentals to complete the work under this Section. All work shall
be completed in a workmanlike manner by competent workmen in full compliance with all applicable
sections of these Specifications.
B. The work of this Section includes,but is not limited to,the following related requirements:
- 1. Crossing utilities.
2. Relocation of existing water lines,low pressure gas lines,telephone lines,electric lines,cable TV
- lines,conduits,manholes,inlets and storm drains as necessary,where indicated on the Drawings.
3. Cleaning up.
4. Incidental work.
PART 2 PRODUCTS
2.01 MATERIALS
+ A. Materials required for this Section shall be of at least the same type and quality as materials that are to
be restored. Where possible,the Contractor shall reuse existing materials that are removed and then
replaced,with the exception of paving.
PART 3 EXECUTION
3.01 CROSSING UTILITIES
A. This item shall include any extra work required in crossing culverts, water courses, drains, water
mains, and other utilities, including all sheeting and bracing, extra excavation and backfill, or any
other work required for the crossing,whether or not shown on the Drawings.
3.02 RELOCATIONS OF EXISTING GAS LINES,TELEPHONE LINES,ELECTRIC LINES,CABLE
TV LINES AND STORM DRAINS.
A. The Contractor shall notify the proper authority of the utility involved when relocation of these lines
is required. The Contractor shall coordinate all work by the utility so that the progress of construction
will not be hampered.
VC051 sso2.90I 02901-1 9/25/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Prgject
Miscellaneous Work and Cleanup
3.03 CLEANING UP
A. The Contractor shall remove all construction material,excess excavation,buildings,equipment and
other debris remaining on the job as a result of construction operations and shall render the site of the
work in a neat and orderly condition.
3.04 INCIDENTAL WORK
A. Do all incidental work not otherwise specified,but obviously necessary for the proper completion of
the contract as specified and as shown on the Drawings.
END OF SECTION
VC0515S02.901 02901 2 9n512007
DIVISION 3
CONCRETE
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
SECTION 03100
CONCRETE FORMWORK
PART 1 -GENERAL
1.01 DESCRIPTION
A. Scope:
1. CONTRACTOR shall provide all labor,materials,equipment and incidentals as shown,
specified and required to furnish and install concrete formwork. The Work also includes:
a. Providing openings in formwork to accommodate the Work under this and other
Sections and building into the formwork all items such as sleeves, anchor bolts, inserts
and all other items to be embedded in concrete for which placement is not specifically
provided under other Sections.
B. Coordination:
1. Review installation procedures under other Sections and coordinate the installation of
items that must be installed with the formwork.
2. Coordinate formwork specifications herein with the requirements for finished surfaces
specified in Section 03300,Cast-In-Place Concrete.
C. Related Sections:
1. Section 03200,Concrete Reinforcement.
2. Section 03251,Concrete Joints.
3. Section 03300,Cast-In-Place Concrete.
1.02 QUALITY ASSURANCE
A. CONTRACTOR shall examine the substratum and the conditions under which concrete
formwork is to be performed, and notify the ENGINEER, in writing, of unsatisfactory
conditions. Do not proceed with the Work until unsatisfactory conditions have been corrected in
a manner acceptable to the ENGINEER.
B. Reference Standards: Comply with applicable provisions and recommendations of the following,
except as otherwise shown or specified. Where conflicts may occur between the reference
standards,the more restrictive provisions shall apply.
1. ACI 117, Standard Tolerances for Concrete Construction and Materials.
T 2. ACI 301, Standard Specifications for Structural Concrete.
3. ACI 318/318R,Building Code Requirements for Reinforced Concrete.
VC0515S03.100 03100-1 9/24/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant "
Trinity River Parallel Siphon Project
4. ACI 347,Guide for Concrete Formwork.
5. ASTM C 805,Test Method for Rebound Number of Hardened Concrete.
6. US Product Standard,PS-1-83 for Construction and Industrial Plywood.
C. Allowable Tolerances:
1. Construct formwork to provide completed concrete surfaces complying with tolerances T
specified in ACI 347,Chapter 3.3,except as otherwise specified.
2. Architectural Finish Formwork: Offset at panel joints: 1/8-inch. R
D. CONTRACTOR shall install all formwork and accessories for all facilities in accordance with
manufacturers' instructions.
E. When high range water reducer (superplasticizer) is used in concrete mix, forms shall be
designed for full hydrostatic pressure in accordance with ACI 347.
F. Make joints in forms watertight.
G. Limit panel deflection to 1/360th of each component span to achieve tolerances specified.
1.03 SUBMITTALS -
A. Shop Drawings:
1. Submit for approval the following:
a. Taper tie installation,removal, and hole repair materials and procedures. —
2. Submit for information purposes the following:
a. Copies of manufacturer's data and-installation instructions for proprietary materials,
including form coatings,manufactured form systems,ties and accessories.
1.04 PRODUCT DELIVERY, STORAGE AND HANDLING
A. On delivery to job site, place materials in area protected from weather, in accordance with
manufacturers' recommendations.
B. Store materials above ground on framework or blocking. Cover wood for forms and other
accessory materials with protective waterproof covering. Provide for adequate air circulation or
ventilation. Store materials in accordance with the manufacturers' recommendations.
C. Handle materials to prevent damage in accordance with the manufacturers'recommendations. !
VC0515S03.100 03100-2 9/24/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
1.05 QUALIFICATIONS
A. Formwork Designer: Formwork, falsework, and shoring design shall be by an engineer licensed
in the state of Texas.
PART 2-PRODUCTS
2.01 FORM MATERIALS
A. Forms for Smooth Finish Concrete:
1. Unless otherwise shown or specified, construct formwork for smooth concrete surfaces with
plywood, metal, metal-framed plywood-faced, or other panel type materials acceptable to
ENGINEER,to provide continuous, straight, smooth as-cast surfaces with no wood grain or
other surface texture imparted by the formwork. Furnish in largest practical sizes to
minimize number of joints and to conform to joint system shown or specified. Provide form
material with sufficient thickness to withstand pressure of newly placed concrete without
bow or deflection.
B. Forms for Standard Finish Concrete:
1. Form concrete surfaces designated to have a standard formed finish with plywood, lumber,
metal, or other acceptable material. Provide lumber that is dressed on at least two edges and
one side.
C. Cylindrical Columns and Supports:
1. Form round-section members with paper or fiber tubes, constructed of laminated plies using
water-resistant type adhesive with wax-impregnated exterior for weather and moisture
protection. Provide units with sufficient wall thickness to resist loads imposed by wet
concrete without deformation.
a. Provide manufacturer's seamless units to minimize spiral gaps or seams.
} 2. Fiberglass or steel forms may be used for cylindrical columns,if approved by ENGINEER.
D. Form Ties:
1. Provide factory-fabricated, removable or snapoff metal form ties, designed to prevent form
deflection, and to prevent spalling of concrete surfaces upon removal. Materials used for
tying forms will be subject to approval of ENGINEER.
2. Unless otherwise shown on the Drawings, provide ties so that portion remaining within
concrete after removal of exterior parts is at least 1.5-inch from the outer concrete surface.
Unless otherwise shown, provide form ties that will leave a hole no larger than Much
diameter in the concrete surface.
3. Ties for exterior walls, below grade walls, and walls subject to hydrostatic pressure shall
have waterstops.
VC0515S03.100 03100-3 9/24/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
4. All ties shall leave a uniform,circular hole when forms are removed. '
5. Provide stainless steel form ties for exposed tie hole locations. When used, tiebreak back 4
point shall be at least 1-inch from outer concrete surface.
6. Wire ties are not acceptable.
E. Form Release Agent:
1. Material: Release agent shall not bond with, stain, or adversely affect concrete surfaces,
and shall not impair subsequent treatments of concrete surfaces when applied to forms or
form liners. A ready-to-use water based material formulated to reduce or eliminate surface l
imperfections, containing no mineral oil or organic solvents. Environmentally safe,meeting
local,state,and federal regulations and can be used in potable water facilities.
2. Manufacturers and Products:
a. Master Builders,Inc.;Rheofinish. -
b. Cresset Chemical Company; Crete-Lease 20-VOC.
2.02 DESIGN OF FORMWORK
A. Design, erect, support, brace and maintain formwork so that it shall safely support vertical and
lateral loads that might be applied, until such loads can be supported by the concrete structure.
Carry vertical and lateral loads to ground by formwork system or in place construction that has
attained adequate strength for this purpose. Construct formwork so that concrete members and
structures are of correct size,shape,alignment, elevation,and position.
B. Design forms and falsework to include values of live load, dead load, weight of moving 4
equipment operated on formwork, concrete mix, height of concrete drop, vibrator frequency,
ambient temperature, foundation pressures, stresses, lateral stability, and other factors pertinent
to safety of structure during construction.
C. Provide shores and struts with positive means of adjustment capable of taking up formwork
settlement during concrete placing operations, using wedges or jacks or a combination thereof.
Provide trussed supports when adequate foundations for shores and-struts cannot be secured.
D. Support form facing materials by structural members spaced sufficiently close to prevent beyond
tolerance deflection, in accordance with ACI 117. Fit forms placed in successive units for
continuous surfaces to accurate alignment, free from irregularities and within allowable
tolerances. For long span members without intermediate supports,provide camber in formwork
as required for anticipated deflections resulting from weight and pressure of fresh concrete and -
construction loads.
E. Design formwork to be readily removable without impact, shock,or damage to concrete surfaces
and adjacent materials.
VC0515S03.100 03100-4 9/24n=
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
F. Provide formwork sufficiently tight to prevent leakage of cement paste during concrete
placement. Solidly butt joints and provide backup material at joints as required to prevent
leakage and fins.
G. Provide side forms at footings.Do not place concrete directly against excavation.
PART 3 -EXECUTION
3.01 INSPECTION
A. CONTRACTOR shall examine the substrate and the conditions under which Work is to be
performed and notify ENGINEER, in writing, of unsatisfactory conditions. Do not proceed with
the Work until unsatisfactory conditions have been corrected in a manner acceptable to
ENGINEER.
` 3.02 FORM CONSTRUCTION
A. Construct forms complying with the requirements of ACI 347; to the exact sizes, shapes, lines
' and dimensions shown; as required to obtain accurate alignment, location and grades; to
tolerances specified; and to obtain level and plumb work in finish structures. Provide for
openings, offsets,keyways,recesses, moldings,rustication,reglets, chamfers,blocking, screeds,
bulkheads, anchorages and inserts, and other features required. Use selected materials to obtain
required finishes. Finish shall be as determined by approved mock-up or sample panel, if
specified.
B. Fabricate forms for easy removal without damaging concrete surfaces. Provide crush plates or
wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for
inclined surfaces where the slope is too steep to place concrete with bottom forms only. Kerf
wood inserts for forming keyways, reglets, recesses, and the like, to prevent swelling and assure
ease of removal.
C. Provide temporary openings where interior area of formwork is inaccessible for cleanout, for
inspection before concrete placement, and for placement of concrete. Brace temporary closures
and set tightly to forms to prevent loss of cement paste. Locate temporary openings on forms in
locations as inconspicuous as possible, consistent with requirements of the Work. Form
intersecting planes of openings to provide true, clean-cut comers,with edge grain of plywood not
exposed as form for concrete.
D. Falsework:
1. Erect falsework and support, brace and maintain it to safely support vertical, lateral and
asymmetrical loads applied until such loads can be supported by in-place concrete
structures. Construct falsework so that adjustments can be made for take-up and settlement.
2. Provide wedges,jacks or camber strips to facilitate vertical adjustments. Carefully inspect
falsework and formwork during and after concrete placement operations to determine
y. abnormal deflection or sign of failure; make necessary adjustments to produce finished
Work of required dimensions.
VC0515S03.100 03100-5 9/24/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
D. Forms for Smooth Finish Concrete: ~
1. Do not use metal cover plates for patching holes or defects in forms.
2. Provide shatp, clean comers at intersecting planes, without visible edges or offsets. Back
joints with extra studs or girts to maintain true, square intersections.
3. Use extra studs, walers and bracing to prevent bowing of forms between studs and to avoid
bowed appearance in concrete. Do not use narrow strips of form material that will produce _
bow.
4. Assemble forms so they may be readily removed without damage to exposed concrete
surfaces.
5. Form molding shapes, recesses, rustication joints and projections with smooth-finish
materials,and install in forms with sealed joints to prevent displacement.
F. Comer Treatment:
1. Form exposed comers of beams,walls, foundations, bases and columns to produce smooth,
solid,unbroken lines,except as otherwise shown. Exposed comers shall be chamfered.
2. Form chamfers with 3/4-inch by 3/4-inch strips,unless otherwise shown,accurately formed
and surfaced to produce uniformly straight lines and tight edge joints. Extend terminal
edges to required limit and miter chamfer strips at changes in direction.
3. Reentrant and unexposed comers may be formed either square or chamfered.
G. Joints:
1. Refer to Section 03251, Concrete Joints, of these Specifications for treatment of joints.
Locate as shown on the Drawings and specified.
H. Openings and Built-In Work:
1. Provide openings in concrete formwork shown or required by other Sections. Refer to
Paragraph 1.1.B.,above,for the requirements of coordination.
2. Accurately place and securely support items to be built into forms.
I. Sealing Formwork: -
1. All formwork joints shall be tight fitting or otherwise sealed to prevent loss of cement paste.
2. All formwork, which rests against concrete surfaces, shall be provided with a compressible
gasket material between the concrete and edge of form to fill any irregularities and create a
tight seal.
VC0515S03.100 03100-6 9/24/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
J. Cleaning and Tightening:
1. Thoroughly clean forms and adjacent surfaces to receive concrete. Remove chips, wood,
sawdust, dirt or other debris just before concrete is to be placed. Retighten forms
immediately after concrete placement, as required to eliminate cement paste leaks.
3.03 FORM COATINGS
A. Coat form contact surfaces with a non-staining form-coating compound before reinforcement is
- placed. Do not allow excess form coating material to accumulate in the forms or to come into
contact with surfaces which will be bonded to fresh concrete. Apply in compliance with
manufacturer's instructions.
B. Coat steel forms with a non-staining, rust-preventative form oil or otherwise protect against
rusting. Rust-stained steel formwork is not'acceptable.
3.04 INSTALLATION OF EMBEDDED ITEMS
F A. Set and build into the formwork,anchorage devices,and other embedded items,shown,specified
or required by other Sections. Refer to Paragraph 1.1.B., above, for the requirements of
coordination.Use necessary setting drawings,diagrams,instructions,and directions.
B. Edge Forms and Screeds Strips for Slabs:
1. Set edge forms or bulkheads and intermediate screed strips for slabs to obtain required
elevations and contours in the finished slab surface. Provide and secure units to support
screeds.
3.05 FIELD QUALITY CONTROL
A. Before concrete placement, CONTRACTOR shall check the formwork, including tolerances,
lines,ties,tie cones, and form coatings. CONTRACTOR shall make corrections and adjustments
to ensure proper size and location of concrete members and stability of forming systems.
B. During concrete placement CONTRACTOR shall check formwork and related supports to ensure
that forms are not displaced and that completed Work shall be within specified tolerances.
C. If CONTRACTOR finds that forms are unsatisfactory-in any way, either before or during placing
of concrete, placement of concrete shall be postponed or stopped until the defects have been
corrected, and reviewed by ENGINEER.
- 3.06 REMOVAL OF FORMS
A. Conform to the requirements of ACI 301, Section 2 and ACI 347, Chapter 3.7, except as
specified below.
VC0515S03.100 03100-7 9/24/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Temperature(F)
Over 95°F 70°F-95°F 60OF-70OF 50OF-60OF Below 50°F
a. Walls 1 day 1 day 2 days 3 days Do not remove
b. Columns 2 days 1 day 3 days 4 days forms until site- -
c. Beam Soffits 7 days 4 days 5 days 6 days cured test cylinder
d. Slabs 5 in. 7 days 5 days 6 days 7 days develops 75%of
thick or less 28-day strength.
e.• Slabs over 7 days 6 days 7 days 7 days
5 in.thick
1. Removal of Forms and Supports: Continue curing in accordance with Section 03300, Cast-
In-Place Concrete.
B. Form facing material shall remain in place a minimum of four days after concrete placement; —
unless otherwise approved by ENGINEER.
C. Results of suitable control tests of field-cured specimens may be used as evidence that the
concrete has attained sufficient strength and that supporting forms and shoring may be removed
prior to the periods indicated herein.
D. The time for removal of all forms will be subject.to ENGINEER'S approval.
3.07 PERMANENT SHORES
A. Provide permanent shores as defined in ACI 347.
B. Reshores shall not be permitted.
3.08 RE USE OF FORMS
A. Clean and repair surfaces of forms to be re used in the Work. Split, frayed, delaminated or
otherwise damaged form facing material will not be acceptable. Apply new form coating
compound material to concrete contact surfaces as specified for new formwork. T
B. When forms are extended for successive concrete placement, thoroughly clean-surfaces, remove
fins and laitance, and tighten forms-to close all joints. Align and secure joints to avoid offsets.
Do not use "patched" forms for exposed concrete surfaces. Form surfaces shall be subject to
ENGINEER'S approval.
END OF SECTION
VC0515S03.100 03100-8 9/24/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
- SECTION 03200
CONCRETE REINFORCEMENT
PART 1 -GENERAL
1.01 DESCRIPTION
A. Scope:
1. CONTRACTOR shall provide all labor,materials,equipment and incidentals as shown,specified
and required to furnish and install concrete reinforcement.
2. The extent of concrete reinforcement as shown in the Drawings.
3. The Work includes fabrication and placement of reinforcement including bars,ties and supports,
and welded wire fabric for concrete and encasements.
B. Related Sections:
1. Section 03300,Cast-in-Place Concrete.
1.02 QUALITY ASSURANCE
A. Reference Standards: Comply with applicable provisions and recommendations of the following,
except as otherwise shown or specified:
1. ASTM A82, Specification for Steel Wire,Plain,for Concrete Reinforcement.
2. ASTM A184, Specification for Fabricated Deformed Steel Bar Mats for Concrete
Reinforcement.
3. ASTM A185,Specification.for Steel Welded Wire Fabric,Plain,for Concrete Reinforcement.
4. ASTM A496, Specification for Steel Wire,Deformed,for Concrete Reinforcement.
5. ASTM A497, Specification for Steel Welded Wire Fabric, Deformed, for Concrete
Reinforcement.
6. ASTM A615, Specification for Deformed and Plain -Billet-Steel Bars for Concrete
Reinforcement.
7. ASTM A706, Specification for Low-Alloy Steel Deformed Bars for Concrete Reinforcement.
8. ASTM A775, Specification for Epoxy-Coated Reinforcing Steel Bars.
9. ACI 315,Manual of Standard Practice for Detailing Reinforced Concrete Structures.
10. ACI 318,Building Code Requirements for Structural Concrete.
VCOS 15SO3.200 03200-1 9/24/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
11. ACI 350,Code Requirements for Environmental Engineering Concrete,Structures.
12 ACI SP66,Detailing Manual.
13. CRSI 1MSP,Concrete Reinforcing Steel Institute(CRSI)Manual of Standard Practice.
B. Allowable Placing Tolerances: Comply with ACI 318,Chapter 7-Details of Reinforcement except T
where otherwise shown in the Drawings.
1.03 SUBMITTALS
A. Shop Drawings: Submit for approval the following:
1. Manufacturer's specifications and installation instructions for all materials and reinforcement
accessories:
2. Drawings for fabrication,bending,and placement of concrete reinforcement. Comply with ACI
315,Parts A and B. Show bar schedules,stirrup spacing,diagrams of bent bars,arrangements
and assemblies,as required for the fabrication and placement of concrete reinforcement unless -
otherwise noted.'Splices shall be kept to a minimum. Splices in regions of maximum tension
stresses shall be avoided whenever possible.
3. Drawings detailing the location of all construction and expansion joints as required under Section
03251,Concrete Joints,shall be submitted and approved before Shop Drawings for reinforcing
steel are submitted.
B. Certificates:
l. Submit one copy of steel producer's certificates of mill analysis.
1.04 DELIVERY,HANDLING AND STORAGE
A. Deliver concrete reinforcement materials to the site bundled, tagged and marked. Use metal tags
indicating bar size, lengths, and other information corresponding to markings shown on placement
diagrams.
B. Store concrete reinforcement material at the site to prevent damage and accumulation of dirt or
excessive rust. Store on heavy wood blocking so that no part of it will come in contact with the -
ground.
PART 2-PRODUCTS -
2.01 MATERIALS
A. Reinforcing Bars:ASTM A 615, and as follows:
1. Provide Grade 60 for all bars,unless indicated otherwise.Provide epoxy coated bars for Additive
Alternate No. 1 as described in the bid form.
VC0515S03.200 03200-2 9/24/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
B. Mechanical Couplers: Reinforcement bars may be spliced with a mechanical connection only when
approved by the ENGINEER. This connection shall be a full mechanical connection which shall
develop in tension or compression,as required,at least 125 percent of specified yield strength(fy)of
the bar in accordance with ACI 318.
C. Steel Wire: ASTM A 82.
D. Welded Smooth Wire Fabric: ASTM A 185.
1. Furnish in flat sheets,not rolls.
E. Supports for Reinforcement:Bolsters,chairs,spacers,and other devices for spacing,supporting and
fastening reinforcement in place.
1. Use wire bar type supports complying with CRSI "Manual of Standard Practice"
recommendations, except as specified below. Do.not use wood,brick, or other unacceptable
materials.
2. For slabs on grade,use precast concrete blocks,4-inch square in plan,with embedded tie wire as
specified by CRSI,"Manual of Standard Practice." The precast concrete blocks shall have the
same or higher compressive strength as specified for the concrete in which they are located.
t 3. For all concrete surfaces, where legs of supports are in contact with forms,provide supports
complying with CRSI"Manual of Standard Practice" as follows:
_ a. At formed surfaces in contact with soil,weather,or liquid or located above liquid,supports
shall be CRSI Class 1 for maximum protection. The plastic coating on the legs shall extend
at least 1/2-inch upward from the form surface.
b. At interior dry surfaces(not located above liquid),supports shall be either Class 1 or Class
2 for moderate protection.
- c. At formed surfaces with an architectural finish,use stainless steel protected legs(Type B).
4. Over waterproofing membranes,use precast concrete chairs.
F. Drilled Dowels
1. Adhesive material for drilled dowels shall be a two-part epoxy adhesive.The resin shall be a high
modulus, moisture insensitive type. The adhesive shall be packaged in a cartridge type
dispensing system with a mixing nozzle.The resin shall be formulated to maintain its bond and
integrity under continuous submergence by water.The adhesive anchoring systems shall have an
ultimate capacity in excess of 125 percent of the yield strength of the reinforcing steel at an
embedment of 12 bar diameters.
2. Adhesive systems shall be:
a. HUT RE-500,manufactured by Hilti Corporation.
VC0515S03.200 03200-3 9/242007
City of Fort Worth
Village Creek Wastewater Treatment Plant '
Trinity River Parallel Siphon Project
2.02 FABRICATION _
A. General: Fabricate reinforcing bars to conform to required shapes and dimensions,with fabrication
tolerances complying with CRSI,"Manual of Standard Practice". In case of fabricating errors,do not
re-bend or straighten reinforcement in a manner that will injure or weaken the material.
B. Unacceptable Materials: Reinforcement with any of the following defects will not be permitted in the
Work:
1. Bar lengths,bends,and other dimensions exceeding specified fabrication tolerances.
2. Bends or kinks not shown on approved Shop Drawings.
3. Bars with reduced cross-section due to excessive rusting or other cause.
PART 3 -EXECUTION
3.01 INSPECTION
A. CONTRACTOR shall examine the substrate and the conditions under which concrete reinforcement is
to be placed,and notify ENGINEER,in writing,of unsatisfactory conditions. Do not proceed with the
Work until unsatisfactory conditions have been corrected in a manner acceptable to ENGINEER.
3.02 INSTALLATION
A. Comply with the applicable recommendations of specified codes and standards,and CRSI,"Manual of -
Standard Practice",for details and methods of reinforcement placement and supports.
B. Clean reinforcement to remove loose rust and mill scale,earth,ice,and other materials which reduce
or destroy bond with concrete.
C. Position, support, and secure reinforcement against displacement during formwork construction or
concrete placement operations. Locate and support reinforcing by metal chairs, runners, bolsters,
spacers and hangers,as required.
1. Place reinforcement to obtain the minimum concrete coverages as shown and as specified in
ACI 350. Arrange,space,and securely tie bars and bar supports together with 16 gage wire to
hold reinforcement accurately in position during concrete placement operations. Set wire ties so that twisted ends are directed away from exposed concrete surfaces.
2. Prior to placement of concrete, CONTRACTOR shall demonstrate to ENGINEER that the _
specified cover of reinforcement has been attained,by using a surveying level or string line.
3. Reinforcing steel shall not be secured to forms with wire,nails or other ferrous metal. Metal w
supports subject to corrosion shall not touch formed or exposed concrete surfaces.
D. Install welded wire fabric in as long lengths as practical.Lap adjoining pieces at least one full mesh
and lace splices with 16-gage wire. Do not make end laps midway between supporting beams, or
VC0515S03.200 03200-4 9242007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
directly over beams of continuous structures.Offset end laps in adjacent widths to prevent continuous
laps.
E. Provide sufficient numbers of supports of strength required to carry reinforcement. Do not place
reinforcing bars more than 2-inches beyond the last leg of any continuous bar support. Do not use
supports as bases for runways for concrete conveying equipment and similar construction loads.
a F. Lap Splices:
1. Provide standard reinforcement splices by lapping ends,placing bars in contact,and tying tightly
with wire. Comply with requirements shown on the Drawings for minimum lap of spliced bars.
G. Mechanical Couplers:
1. Mechanical butt splices shall be in accordance with the recommendation of the manufacturer of
the mechanical splicing device. Butt splices shall develop 125 percent of the specified minimum
yield tensile strength of the spliced bars or of the smaller bar in transition splices. Bars shall be
flame dried before butt splicing. Adequate j igs and clamps or other devices shall be provided to
support,align,and hold the longitudinal centerline of the bars to be butt spliced in a straight line.
H. Welded Splices
1. Welded splicing of reinforcing is not permitted. Welding of crossing bars(tack welding) for
assembly of reinforcement is prohibited.
L Drilled Dowels
1. Drilled dowels shall be reinforcing dowels set in a resin adhesive in a hole drilled into hardened
concrete.
2. Holes shall be drilled to the adhesive anchor system manufacturer's recommended diameter and
depth to develop the required pullout resistance but shall not be greater in diameter than 1/4-inch
more than the nominal bar diameter nor less than 12 times the nominal bar diameter in depth
unless otherwise shown in the Drawings.
3. The hole shall be drilled by methods which do not interfere with the proper bonding of the resin.
Only masonry type drill bits shall be used.
4. Existing reinforcing steel in the vicinity of proposed holes shall be located prior to drilling. The
location of holes to be drilled shall be adjusted to avoid drilling through or nicking any existing
reinforcing bars only after approval by the ENGINEER.
5. The hole shall be brushed (non-metallic bristle brush only) and blown clean with clean, dry
compressed air to remove all dust and loose particles.
6. Resin shall be injected into the hole through the injection system-mixing nozzle (and any
necessary extension tubes) placed to the bottom of the hole. The discharge end shall be
withdrawn as resin is placed but kept immersed to prevent formation of air pockets. The hole
shall be filled to a depth that ensures that excess material is expelled from the hole during dowel
placement.
VC0515St13.200 03200-5 9/24/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
7. Dowels shall be twisted during insertion into the partially filled hole so as to guarantee full
wetting of the bar surface with resin.The bar shall be inserted slowly enough to avoid developing
air pockets.
3.03 INSPECTION OF REINFORCEMENT
A. Concrete shall not be placed until the reinforcing steel is inspected and permission for placing concrete
is granted by the OWNER. All concrete placed in violation of this provision will be rejected.
B. Formwork for walls and other vertical members will not be closed up until the reinforcing steel is
inspected and permission for placing concrete is granted by the OWNER. All concrete placed in
violation of this provision will be rejected.
C. Testing of Drilled Dowels:The OWNER shall employ a testing agency to perform field quality control
testing of the drilled dowel installation.After completion of the manufacturer's recommended curing
period and prior to placement of connecting reinforcing,ten percent of drilled dowels installed shall be —
proof tested for pullout. The drilled dowels shall be tensioned to 75 percent of the specified yield
strength. Where dowels are located less than six bar diameters from the edge'of concrete, the
ENGINEER will determine the tensile load required for the test. If any dowels fail, all installed
dowels shall be tested. Dowels that fail shall be reinstalled and retested at CONTRACTOR'S
expense.
END OF SECTION
VC0515S03.200 03200-6 9/24/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trmity"River Parallel Siphon Project
SECTION 03251
CONCRETE JOINTS
PART1 -GENERAL
1.01 DESCRIPTION
A. Scope:
1. CONTRACTOR shall provide all labor,materials,equipment and incidentals as shown,specified
and required to furnish and install concrete joints.
2. The types of concrete joints required include the following:
a. Construction joints.
b. Control joints.
c. Isolation joints.
d. Waterstops.
B. General: All joints subject to hydrostatic pressure or in contact with soil,except non-water bearing
slabs-on-grade, shall be provided with continuous waterstop.
C. Related Sections:
1. Section 03100,Concrete Formwork.
2. Section 03200,Concrete Reinforcement.
3. Section 03300,Cast-In-Place Concrete.
4. Division 7, Calking and Sealants.
1.02 QUALITY ASSURANCE
t A. Qualifications: Water stop manufacturer shall demonstrate 5 years,minimum,continuous successful
experience in production of PVC water stops.
B. Reference Standards: Comply with applicable provisions and recommendations of the following,
except as otherwise shown or specified:
1. ACI 301, Standard Specifications for Structural Concrete.
2. ASTM C 920, Standard Specification for Elastomeric Joint Sealants.
3. ASTM D 412, Test Methods for Vulcanized Rubber and Thermoplastic Rubbers and
Thermoplastic Elastomers-Tension.
VC0515So3.251 03251-1 9n4n007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
4. ASTM D 624, Test Method for Tear Strength of Conventional Vulcanized Rubber and
Thermoplastic Elastomers.
5. ASTM D 1752,Standard Specification for Preformed Sponge Rubber and Cork Expansion Joint
Fillers for Concrete Paving and Structural Construction.
6. ASTM D 2240,Test Method for Rubber Property—Durometer Hardness. {
7. CRD-0572,U.S.Army Corps of Engineers Specifications for Polyvinyl-Chloride Waterstop.
C. All manufactured items shall be installed in accordance with manufacturer's instructions.
1.03 SUBMITTALS —
A. Shop Drawings: Submit for approval the following:
1. Manufacturer's specifications and installation instructions for all materials required.
2. Layout of all construction,contraction and control joint locations prior to the submittal of steel —
reinforcement Shop Drawings.
1.04 PRODUCT DELIVERY, STORAGE AND HANDLING _
A. All materials used for joints in concrete shall be stored on platforms or in enclosures and covered to
prevent contact with the ground and exposure to the weather and direct sunlight. Storage and handling _
requirements of the manufacturer shall also be followed.
PART 2-PRODUCTS '
2.01 WATERSTOPS
A. Polyvinyl Chloride:
1. Material Requirements: —
a. Waterstops shall be extruded from an elastomeric polyvinyl chloride compound containing
the plasticizers,resins,stabilizers,and other materials necessary to meet the requirements of —
these Specifications and the requirements of CRD-0572. No reclaimed or scrap material
shall be used.
b. Tensile strength of finished waterstop: 1400 psi,minimum.
c. Ultimate elongation of finished waterstop: 280 percent,minimum.
d. Minimum thickness shall be 3/8-inch.
e. Waterstops shall be provided with a minimum of seven ribs equally spaced at each end on
each side. The first rib shall be at the edge. Ribs shall be a minimum of 1/8-inch in height.
VC0515S03.251 03251-2 9(2412007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
2. Construction Joints: Waterstops shall be centerbulb ribbed type and 9-inches minimum in width,
unless shown otherwise. The centerbulb shall have a minimum outside diameter of 7/8-inch.
3. Product and Manufacturer: Provide one of the following:
a. Greenstreak,Inc.
b. Vinylex Corp.
2.02 HYDROPHILIC WATERSTOP MATERIALS
A. General Material Properties
1. Hydrophilic waterstop materials shall be bentonite-free and shall expand by a minimum of 80
percent of dry volume in the presence of water to form a watertight j oint seal without damaging
the concrete in which it is cast. Provide only where indicated in the Contract Documents.
2. The material shall be composed of resins and polymers which absorb water and cause an increase
in volume in a completely reversible and repeatable process. The-waterstop material shall be
- dimensionally stable after repeated wet-dry cycles with no deterioration of swelling potential.
3. Select materials which are recommended by the manufacturer for the type of liquid to be
contained.
B. Hydrophilic Rubber Waterstop
1. The minimum cross sectional dimensions shall be 3/16-inch by 3/4-inch.
2. Product and Manufacturer: Provide one of the following:
a. Duroseal Gasket,by BBZ USA,Inc.
b. Adeka Ultraseal MC-2010M,by Asahi Denka Kogyo K.K.
c. SiakSwell S,by the Sika Corporation.
C. Hydrophilic Sealant:
1. The hydrophilic sealant shall adhere firmly to concrete, metal, and PVC in dry or damp
condition. When cured it shall be elastic indefinitely.
_ 2. Product and Manufacturer: Provide one of the following:
a. Duroseal Paste,by BBZ USA,Inc.
b. Adeka Ultraseal P-201,by Asahi Denka Kogyo K.K.
D. Hydrophilic Injection Resin
VC0515S03.251 03251-3 9242007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
1. Hydrophilic injection resin shall be acrylate-ester based. The viscosity shall be less than 50 cps.
The resin shall be water soluble in its uncured state,solvent free,and non-water reactive. In the
cured state it shall form a solid hydrophilic flexible material which is resistant to permanent
water pressure and shall not attack bitumen,joint sealants,or concrete. _
2. Product and Manufacturer: Provide one of the following:
a. Duroseal Inject 1K/2K,by BBZ USA,Inc.
b. Sika Injection 29,by Sika Corporation.
c. Or approved equal.
2.03 PREFORMED ISOLATION JOINT FILLER
A. Provide preformed joint filler complying with ASTM D 1751,asphaltic fiberboard as manufactured by
W.R.Meadows.
2.04 CONCRETE CONSTRUCTION JOINT ROUGHENER
A. Provide a water-soluble non-flammable,surface-retardant roughener.
B. Product and Manufacturer: Provide one of the following:
1. Rugasol-S,as manufactured by Sika Corporation for horizontal joints only.
2. Concrete Surface Retarder-Formula S, as manufactured by Euclid Chemical Company, for Y
horizontal joints only.
3. Concrete Surface Retarder-Formula F, as manufactured by Euclid Chemical Company, for —
vertical joints only.
2.05 EPDXY BONDING AGENT T
A. Provide a two-component epoxy-resin bonding agent.
B. Product and Manufacturer: Provide one of the following:
1. Sikadur 32 Hi-Mod LPL,as manufactured by Sika Corporation. —
2. Eucopoxy LPL,as manufactured by the Euclid Chemical Company.
2.06 EPDXY-CEMENT BONDING AGENT
A. Provide a three component epoxy resin-cement blended formulated as a bonding agent.
B. Product and Manufacturer: Provide one of the following:
1. Sika Armatec 110 EpoCem, as manufactured by Sika Corporation.
VC0515S03.251 03251-4 9/24/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
2. Corr-Bond,as manufactured by the Euclid Chemical Company.
2.07 NEOPRENE BEARING PADS
A. Product and Manufacturer: Provide one of the following:
1. 65 Durometer, Sheet Neoprene No. 1200,as manufactured by Williams Products Company.
2. Or approved equal.
2.08 JOINT SEALANT
A. Sealant used in joints and other locations where required and which will be subject to being
submerged by water for any period of time shall be a two part polyurethane type sealant meeting the
requirements of ASTM C 920, Type M, Class 25. The sealant shall be specially formulated for
continuous submerged conditions. The manufacturer's recommended primer must be used with the
sealant.
B. The sealant shall meet the following requirements(measured at 73 degrees F and 50 percent RH):
1. Ultimate hardness(ASTM D 2240,Type A, Shore): 20 to 45.
_ 2. Tensile strength(ASTM D 412): 200 psi,minimum.
3. Ultimate elongation(ASTM D 412):400 percent,minimum.
4. Tear strength(ASTM D 624,die C): 75 pounds per inch of thickness,minimum.
5. Color: light gray.
C. Product and Manufacturer: Provide one of the following:
1. Permapol RC-270 Reservoir Sealant, as manufactured by Products Research and Chemical
Corporation.
2. Sikaflex-2c,as manufactured by Sika Corporation.
3. Or approved equal.
2.09 SEALANT ACCESSORIES
A. Backer Rod: Backer rod shall be an extruded closed-cell polyethylene foam rod. The material shall be
compatible with the sealant material used and shall have a tensile strength of not less than 40 psi and a
compression deflection of approximately 25 percent at 8 psi. The rod shall be 1/8-inch larger in
diameter than the joint width at joints less than 3/4-inch wide and 1/4-inch larger in diameter at joints
3/4-inch and wider.
B. Bond Breaker Tape:Bond breaker shall be polyethylene or TFE-fluorocarbon self adhesive tape,as
recommended by the manufacturer.
VC0515S03.251 03251-5 9/24/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
PART 3 -EXECUTION
3.01 INSPECTION
A. CONTRACTOR shall examine the substrate and the conditions under which Work is to be performed
and notify ENGINEER,in writing,of unsatisfactory conditions. Do not proceed with the Work until
unsatisfactory conditions have been corrected in a manner acceptable to ENGINEER.
3.02 CONSTRUCTION JOINTS
A. Comply with the requirements of ACI 301 and as specified below.
B. Locate and install construction joints as shown on the Drawings. Additional construction joints shall `
be located as follows:
1. In walls locate vertical joints at a spacing of 40 feet maximum and approximately 12 feet from -
comers.
2. In foundation slabs and slabs on grade locate joints at a spacing of approximately40 feet. Place -
concrete in a strip pattern,unless otherwise indicated on the Drawings.
3. In mats and structural slabs and beams,at a spacing of approximately 40 feet. Locate joints in r
compliance with ACI 301,unless otherwise indicated on the Drawings.
4. Provide other additional construction joints as required to satisfactorily complete all Work
CONTRACTOR shall obtain approval from the ENGINEER for all joint locations.
C. Horizontal Joints:
1. Roughen concrete at the interface of construction joints by abrasive blasting,hydroblasting,or
the use of surface retardants and water jets to expose the aggregate and remove accumulated
concrete on projecting rebar immediately subsequent to form stripping, unless otherwise
approved by ENGINEER. Immediately before placing fresh concrete, thoroughly clean the
existing contact surface using a stiff brush or other tools and a stream of water under pressure.
The surface shall be clean and wet,but free from pools of water at the moment the fresh concrete is placed.
2. Remove laitance,waste mortar,or any other substance which may prevent complete adhesion.
Where joint roughening was performed more than seven days prior to concrete placement or
where dirt or other bond reducing contaminants are on the surface, additional light abrasive
blasting or hydroblasting shall be done to remove laitance and all bond reducing materials just n
prior to concrete placement.
3. Place a 2-inch thick coat of mortar, one part sand, and one part cement with water added to a _
flowable consistency or a 4-inch layer of Construction Joint Grout,as specified in Section 03600,
Grout, over the contact surface of the old concrete. Place fresh concrete before the mortar or
grout has attained its initial set. If the concrete mix has the slump increased to at least 6-inches
by addition of a high range water reducer,the placement of mortar or grout may be omitted.
VC0515S03.251 03251-6 9/242007
City of Fort Worth
village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
D. Vertical Joints:
1. Apply roughener to the form in a thin,even film by brush,spray or roller in accordance with the
manufacturer's instructions. After roughener is dry,concrete may be placed.
2. When concrete has been placed,remove joint surface forms as early as is necessary to allow for
removal of the surface retarded concrete. Forms covering member surfaces shall remain in place
as required by Section 03100, Concrete Formwork. Wash loosened material off with high-
pressure water spray to obtain roughened surface subject to approval by ENGINEER.
Alternately, the surface shall be roughened by abrasive blasting or hydroblasting to expose
aggregate. The outer 1-inch of each side of the joint face shall be masked and protected from the
blasting to avoid damage to the member surface.
3.03 CONTROL JOINTS
A. Control joints shall be provided in non-water bearing slabs on grade only where specifically shown. A
groove,with a depth of at least 25 percent of the member thickness,shall be formed or saw-cut in the
concrete. This groove shall be filled with joint sealant material as specified in Division 7.
_ B. Where the control joint is formed by sawcutting,the cut shall be made immediately after the concrete
has set enough to support the saw and be cut without being damaged. The concrete shall be kept
continually moist until the cutting operation is complete.
y C. Control joints may be formed with a tool or by insertion of a joint forming strip. After the concrete
has gained its design strength,the upper portion of the joint forming strip shall be removed and the
void filled with sealant.
3.04 ISOLATION JOINTS
A. Wherever a sidewalk or other slab on grade abuts a concrete structure and is not shown doweled into
that structure,an isolation joint shall be provided. Such joint shall be formed by a 1/2-inch joint filler
with the upper 1/2-inch of the joint filled with sealant.
3.05 WATERSTOPS
A. General:
1. Comply with the requirements of ACI 301 and as specified below. All joints shall be made in
accordance with manufacturer's instructions.
2. Obtain ENGINEER'S approval for waterstop locations not shown on the Drawings.
3. Provide polyvinyl.chloride waterstops in all joints in concrete which are intended to retain liquid
or are located below grade up to an elevation at least 12-inches above grade or to an elevation at
least 12-inches above overflow liquid level in tanks,whichever is higher,except where otherwise
shown on the Drawings or noted.
VC0515S03.251 03251-7 9/24/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
B. Polyvinyl Chloride Waterstop:
1. Tie waterstop to reinforcement, at a maximum spacing of 18-inches, so that it is securely and
rigidly supported in the proper position during concrete placement. Continuously inspect
waterstops during concrete placement to ensure their proper positioning.
2. Splices in waterstops shall be performed by heat sealing the adjacent waterstop sections in
accordance with the manufacturer's printed recommendations. It is required that: ti
a. The material shall not be damaged by heat sealing.
b. The splices shall have a tensile strength of not less than 60 percent of the unspliced
materials tensile strength.
c. The continuity of the waterstop ribs and of its tubular center axis shall be maintained.
3. Only butt type joints of the ends of two identical waterstop sections shall be allowed to be made -
while the material is in the forms.
4. All joints with waterstops involving more than two ends to be jointed together, and all joints
which involve an angle cut,alignment change,or the joining of two dissimilar waterstop sections
shall be prefabricated by CONTRACTOR or manufacturer prior to placement in the forms,
allowing not less than 24-inch long strips of waterstop material beyond the joint. Upon being _
inspected and approved,such prefabricated waterstop joint assemblies shall be installed in the
forms and the ends of the 24-inch strips shall be butt welded to the straight run portions of
waterstop in place in the forms.
5. Where a centerbulb waterstop intersects and is jointed with a non-centerbulb waterstop, care
shall be taken to seal the end of the centerbulb,using additional PVC material,if required.
6. The symmetrical halves of the waterstops shall be equally divided between the concrete
placements at the joints and centered within the joint width,unless shown otherwise. Centerbulb
waterstops shall be placed so that the centerbulb is centered on the joint.
7. When any waterstop is installed in the forms or is embedded in the first concrete placement and
the waterstop remains exposed to the atmosphere for more than four days,suitable precautions
shall be taken to shade and protect the exposed waterstop from direct rays of the sun during the
entire exposure and until the exposed portion of the waterstop is embedded in concrete.
8. Waterstop placed in joints intended for future concrete placement shall be protected from direct
rays of the sun by temporary means until a permanent cover is installed so that the waterstop is
not exposed to the direct rays of the sun for more than a total of four days. _
C. Hydrophilic Rubber Waterstop and Sealant
1. Where a hydrophilic rubber waterstop or sealant is called for in the Contract Documents, or
where approved by the ENGINEER,it shall be installed with the manufacturer's instructions and
recommendations;except,as modified herein.
VC051ss03.2551 03251-8 9/24/2007
City of Fort Worth
i Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
2. When requested by the ENGINEER,the manufacturer shall provide technical assistance in the
field.
3. The waterstop or sealant shall be located as near as possible to the center of the joint and it shall
be continuous around the entire joint. The minimum distance from the edge of the waterstop to
the face of the member shall be 3-inches.
4. Where a hydrophilic rubber waterstop is used in combination with PVC waterstop, the
hydrophilic rubber waterstop shall overlap the PVC waterstop for a minimum of 6-inches. The
contact surface between the hydrophilic rubber waterstop and the PVC waterstop shall be filled
with hydrophilic sealant.
5. Where wet curing methods are used,hydrophilic rubber waterstop and sealant shall be applied
after curing water is removed and just prior to the closing up of the forms for the concrete
placement. Hydrophilic rubber waterstop and sealant shall be protected from the direct rays of
the sun and from becoming wet prior to concrete placement. If the material does become wet and
expands,it shall be allowed to dry until it has returned to its original cross sectional dimensions
before concrete is placed.
6. The hydrophilic rubber waterstop shall be installed in a bed of hydrophilic sealant, before
skinning.and curing begins,so that any irregularities in the concrete surface are completely filled
and the waterstop is bonded to the sealant. After the sealant has cured, concrete nails, with
washers of a diameter equal to the waterstop width,shall be placed to secure the waterstop to the
concrete at a maximum spacing of 18-inches.
7. Prior to installation of hydrophilic sealant, the concrete surface shall be wire brushed or sand
y blasted toremove any laitancd or other materials that may interfere with the bonding. Surfaces of
metal or PVC to receive sealant shall be cleaned of paint and any material that may interfere with
bond. When sealant alone is shown on the Contract Documents,it shall be placed in a built up
bead which has a triangular cross section with each side of the triangle.at least 3/4- inch in
length,unless indicated otherwise. Concrete shall not be placed until the sealant has cured as
recommended by the manufacturer.
3.06 BONDING AGENT
A. Use epoxy bonding agent for bonding of fresh concrete to concrete that has been in place for at least
60 days or to existing concrete.
B. Use epoxy-cement bonding agent for the following:
1. Bonding toppings and concrete fill to concrete that has been in place for at least 60 days or to
existing concrete.
2. For all locations where bonding agent is required and concrete cannot be placed within the open
time period of epoxy bonding agent.
C. Use a cement-water slurry as a bonding agent for toppings and concrete fill to new concrete. The
cement water slurry shall be worked into the surface with a stiff bristle broom and concrete shall be
placed before the cement-water slurry dries.
VC0515S03251 03251-9 9/24/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
D. Handle and store bonding agent in compliance with the manufacturer's printed instructions,including _
safety precautions.
E. Mix the bonding agent in complete accordance with the instructions of the manufacturer. _
F. Before placing fresh concrete,thoroughly roughen and clean hardened concrete surfaces and coat with
bonding agent not less than 1/1 6-inch thick. Place fresh concrete while the bonding agent is still tacky _
(within its open time), without removing the in-place bonding agent coat, and as directed by the
manufacturer.
3.07 SEALANT INSTALLATION
A. Sealants shall be installed according to the manufacturer's recommendations for sealant which is to be
subjected to continuous submerged conditions and the following requirements. Prior to sealant
installation, CONTRACTOR shall arrange to have a representative of the sealant manufacturer
instruct the crew doing the Work as to the proper methods of surface preparation, mixing, and
application of the sealant.
B. Surfaces to receive sealant shall be cleaned of all materials which could interfere with proper bonding.
Concrete surfaces shall have all fins or other defects removed or repaired and shall receive a light
abrasive blasting prior to priming and sealant application. All surfaces to receive sealant shall be
completely dry.
C. Spaces to receive sealant shall be filled with joint filler as shown. Where not shown,the space shall
be filled with joint filler or a backer rod so that the depth of sealant does not exceed the width of the
space. Where the bottom of the space to receive sealant is formed by a material other than backer rod,
a bond breaker tape shall be placed. The maximum sealant depth,at middle of the joint width,shall
be 1/2-inch.
D. The primer and sealant used shall be supplied by the same manufacturer. No sealant shall be placed
without the use of a primer.
E. Self-leveling sealants shall only be used in joints with a slope less than 0.5 percent and where -
maximum and minimum sealant depths can be maintained. Non-sag sealant shall be used at all other
locations and may be used instead of self-leveling sealant. All non-sag sealant shall be tooled to a
uniform concave surface before skinning and curing begins.
F. Sealant material shall be conditioned to be within the optimum temperature range recommended by
the manufacturer for installation for a minimum of 16 hours prior to installation. Installation shall
proceed only when the substrate is at a temperature recommended by the manufacturer. Sealant shall
not be placed if there is a threat of imminent rainfall.CONTRACTOR shall submit a letter certifying
that the applied sealants were installed in accordance with the manufacturer's recommendations, _
including temperature,relative humidity,etc.
G. All joints to receive sealant shall be inspected by the ENGINEER prior to sealant placement.
H. All sealant shall achieve final cure at least seven days before the structure is filled with water.
I. Any sealant which,after the manufacturer's recommended curing time for the job conditions,fails to
fully and properly cure shall be completely removed. The surfaces to receive sealant shall be
VC0515S03.251 03251-10 9/24/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
completely cleaned of all traces of the improperly cured sealant and primer. The specified sealant
shall then be reinstalled. All costs of such removal,surface treatment,and reinstallation shall be at the
expense of CONTRACTOR.
3.09 BEARING PAD INSTALLATION
A. Neoprene Bearing Pad: Install with water insensitive adhesive in accordance with manufacturer's
instructions.
END OF SECTION
VC0515So3.251 03251-11 9n42007
City of Fort Worth
Village Creels Wastewater Treatment Plant
Trinity River Siphon Project
- SECTION 03300
CAST-IN-PLACE CONCRETE
PART1 -GENERAL
_ 1.01 DESCRIPTION
A. Scope:
1. Provide all labor, materials, equipment and incidentals as shown, specified and required to
famish and install cast-in-place concrete.
2. The Work includes providing concrete consisting of portland cement,fine and coarse aggregate,
water,and approved admixtures;combined,mixed,transported,placed,finished and cured. The
Work also includes:
a. Providing openings in concrete to accommodate the Work under this and other Sections and
building into the concrete all items such as sleeves, frames, anchor bolts, inserts and all
- other items to be embedded.
B. Coordination:
1. Review installation procedures under other Sections and coordinate the installation of items that
must be installed in the concrete.
C. Classifications of Concrete:
1. Type"1"concrete shall be steel reinforced and includes the following:
a. All concrete,unless indicated otherwise.
2. Type "2" concrete shall be placed without forms or with simple forms, with reinforcing as
specified,and includes the following:
a. Concrete fill within structures.
b. Duct banks.
c. Unreinforced encasements.
d. Curbs and gutters.
e. •Sidewalks.
f. Thrust blocks.
_ 3. Type "3" concrete shall be unreinforced and used where required as concrete fill under
foundations,filling abandoned piping and wherever"lean"concrete is required on the Drawings.
VCos 15S03.300 03300-1 9/24/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Siphon Project
D. Related Sections:
1. Section 03100,Concrete Formwork.
2. Section 03200,Concrete Reinforcement.
3. Section 03251,Concrete Joints. !
4. Section 03600,Grout.
5. Section 06641,Polyvinyl Chloride Liner for Concrete
1.02 QUALITY ASSURANCE T
A. Qualifications:
1. Mix Designer: Licensed professional engineer registered in the state of Texas.
2. Batch Plant: Currently certified by the National Ready Mixed Concrete Association. T
B. Reference Standards: Comply with the applicable provisions and recommendations of the following,
except as otherwise shown or specified. _
1. ACI 214,Recommended Practice for Evaluation of Strength Test Results of Concrete.
2. ACI 301,Specifications for Structural Concrete(includes ASTM Standards referred to herein).
3. ACI 304,Guide for Measuring,Mixing,Transporting and Placing Concrete.
4: ACI 305,Hot Weather Concreting.
5. ACI 306,Cold Weather Concreting.
6. ACI 309,Guide for Consolidation of Concrete.
7. ACI 311,Guide for Concrete Inspection.
8. ACI 318,Building Code Requirements for Structural Concrete.
9. ACI 350,Code Requirements for Environmental Engineering Concrete Structures
10. ANSI/NSF 61,Drinking Water System Components-Health Effects.
11. AASHTO M 182,Burlap Cloth Made From Jute or Kenaf.
12. AASHTO TP 23, Proposed Standard Method of Test for Water Content of Freshly Mixed
Concrete Using Microwave Oven Drying.
13. ASTM C 31,Practice for Making and Curing Concrete Test Specimens in the Field.
VC0515S03.300 03300-2 924/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Siphon Project
14. ASTM C 33, Specification for Concrete Aggregates.
15. ASTM C 39,Test Method for Compressive Strength of Cylindrical Concrete Specimens.
16. ASTM C 42, Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of
Concrete
17. ASTM C 94, Specification for Ready-Mixed Concrete.
18. ,ASTM C109,Test Method for Compressive Strength of Hydraulic Cement Mortars.
19. ASTM C 143,Test Method for Slump of Hydraulic-Cement Concrete.
20. ASTM C 150, Specification for Portland Cement.
21. ASTM C 157, Test Method for Length Change of Hardened Hydraulic-Cement Mortar and
- Concrete.
22. ASTM C 171, Specification for Sheet Materials for Curing Concrete.
23. ASTM C 172,Practice for Sampling Freshly Mixed Concrete.
24. ASTM C 231,Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method.
25. ASTM C 260, Specification for Air-Entraining Admixtures for Concrete.
26. ASTM C 309, Specification for Liquid Membrane-Forming Compounds for Curing Concrete.
27. ASTM C 330, Specification for Lightweight Aggregates for Structural Concrete.
28. ASTM C 494, Specification for Chemical Admixtures for Concrete.
29. ASTM C 882,Test Method for Bond Strength of Epoxy-Resin Systems Used with Concrete by
Slant Shear.
30. ASTM E 154, Test Methods for Water Vapor Retarders Used in Contact with Earth Under
Concrete Slabs,on Walls,or as Ground Cover.
31. ASTM E 329,Specification for Agencies Engaged in the Testing and/or Inspection of Materials
Used for Construction.
C. Concrete Testing Service:
1. CONTRACTOR shall employ,at its own expense,testing laboratories experienced in design and
testing of concrete materials and mixes to perform material evaluation tests and to design
concrete mixes. The same laboratory shall not be employed to both design concrete mixes and
provide field testing.
a. Testing agency shall meet the requirements of ASTM E 329.
VC0515S03.300 03300-3 9/14=07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Siphon Project
b. . Selection of a testing laboratory is subject to OWNER'S approval. -
2. Materials and installed Work may require testing and retesting, as directed by ENGINEER, at _
any time during the progress of the Work. Allow free access to material stockpiles and facilities
at all times. Tests not specifically indicated to be done at OWNER'S expense, including the
retesting of rejected materials and installed Work,shall be done at CONTRACTOR'S expense. _
D. Qualifications of Water-Reducing Admixture Manufacturer:
1. Water-reducing admixtures shall be manufactured under strict quality control in facilities
operated under a quality assurance program.At the OWNER'S request,CONTRACTOR shall
furnish copy of manufacturer's quality assurance handbook to document the existence of the
program. Manufacturer shall maintain a concrete testing laboratory that has been approved by T
the Cement and Concrete Reference Laboratory at the Bureau of Standards,Washington,D.C.
2. Provide a qualified concrete technician employed by the admixture manufacturer to assist in -
proportioning the concrete for optimum use of the admixture. The concrete technician shall
advise on proper addition of the admixture to the concrete and on adjustment of the concrete mix
proportions to meet changing jobsite conditions.
E. Laboratory Trial Batch:
1. Each concrete mix design specified shall be verified by a laboratory trial batch,unless indicated
otherwise.
2. Each trial batch shall include the following testing:
a. Aggregate gradation for fine and coarse aggregates.
b. Slump.
c. Air content.
d. Compressive strength based on three cylinders each tested at seven days and at 28 days.
e. Shrinkage test as specified herein for Type"1"concrete mix designs.
3. Each trial batch shall provide the following information:
a. Project identification name and number.
b. Date of report.
c. Complete identification of aggregate source of supply.
d. Tests of aggregates for compliance with specified requirements.
e. Scale weight of each aggregate.
vc0515so3.300 03300-4 9/24t2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Siphon Project
.. f. Absorbed water in each aggregate.
g. Brand,type and composition of cement.
h. Brand,type and amount of each admixture.
i. Amounts of water used in trial mixes.
j. Proportions of each material per cubic yard.
k. Gross weight and yield per cubic yard of trial mixtures.
1. Measured slump.
in. Measured air content.
n. Compressive strength developed at seven days and 28 days, from not less than three test
cylinders cast for each seven day and 28 day test, and for each design mix.
P. Shrinkage test results where required and as specified herein.
4. The requirement for a trial batch may be waived if the required test information has been
_ provided in a previous laboratory trial batch run on the identical mix design within the previous
two years. The same brand,type,and source of all materials must have been used.
F. Shrinkage Test:
1. Drying shrinkage tests will be made for the trial batch as specified herein.
2. Drying shrinkage specimens shall be 4-inch by 4-inch by 11-inch prisms with an effective gage
length of 10-inches,fabricated,cured,dried and measured in accordance with the requirements
of ASTM C 157 modified as follows:specimens shall be removed from molds at an age of 23±1
hours after trial batchidg, shall be placed immediately in water at 70°F t3°F for at least 30
minutes, and shall be measured within 30 minutes thereafter to determine original length and
then submerged in saturated lime water at 73°F f3°F. Measurement to determine expansion
expressed as a percentage of original length shall be made at age seven days. This length at age
seven days shall be the base length for drying shrinkage calculations ("0" days drying age).
Specimens then shall be stored immediately in a humidity control room maintained at 73°F f3°F
and 50 percent ±4 percent relative humidity for the remainder of the test. Measurements to
determine shrinkage expressed as percentage of base length shall be made and reported
separately for 7, 14,21,and 28 days of drying after seven days of moist curing.
3. The drying shrinkage deformation of each specimen shall be computed as the difference between
the base length(at"0"days drying age)and the length after drying at each test age. The average
drying shrinkage deformation of the specimens shall be computed to the nearest 0.0001-inch at
each test age. If the drying shrinkage of any specimen departs from the average of that test age
by more than 0.0004-inch,the results obtained from that specimen shall be disregarded. Results
of the shrinkage test shall be reported to the nearest 0.001 percent of shrinkage. Compression
test specimens shall be taken in each case from the same concrete used for preparing drying
VC0515S03.300 03300-5 9/24/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant -
Trinity River Siphon Project
shrinkage specimens. These tests shall be considered a part of the normal compression tests for _
the project. Allowable shrinkage limitations shall be as specified in Part 2,herein.
1.03 SUB=ALS
A. Shop Drawings: Submit for approval the following:
1. Manufacturer's specifications with application and installation instructions for proprietary
materials and items,including admixtures and bonding agents.
2. List-of concrete materials and concrete mix designs proposed for use.Include the results of all T
tests performed to qualify the materials and to establish the mix designs.
3. The following information, if ready-mixed concrete is used. `
a. Physical capacity of mixing plant.
b. Trucking facilities available.
c. Estimated average amount that can be produced and delivered to the site during a normal
eight hour day,excluding the output to other customers.
4. Manufacturer's Certificate of Compliance: T
a. Portland Cement.
b. Admixtures.
c. Aggregates.
d. Bonding Agent.
e. Bond Breakers.
f. Patching Materials.
g. Admixtures: Manufacturers' Certificate of Proper Installation.
B. Laboratory Test Reports: Submit copies of laboratory test reports for concrete cylinders,materials and —
mix design tests.ENGINEER'S review will be for general information only.Production of concrete to
comply with specified requirements is the responsibility of CONTRACTOR.
C. Submit notarized certification of conformance to referenced standards when requested by
ENGINEER.
D. Delivery Tickets: Furnish to ENGINEER copies of all delivery tickets for each load of concrete
delivered to the site.Provide items of information as specified in ASTM C 94, Section 16.1.
E. Administrative Submittals: Concrete Coordination Meeting Minutes.
VC0515S03.300 03300-6 9R42007
City of Fort Worth
} Village Creek Wastewater Treatment Plant
Trinity River Siphon Project
.� 1.04 PRODUCT DELIVERY, STORAGE AND HANDLING
A. All materials used for concrete must be kept clean and free from all foreign matter during
_ transportation and handling and kept separate until measured and placed in the mixer. Bins or
platforms having hard clean surfaces shall be provided for storage. Suitable means shall be taken
during hauling, piling and handling to ensure that segregation of the coarse and fine aggregate
particles does not occur and the grading is not affected.
1.05 CONCRETE COORDINATION MEETING
A. A Concrete Coordination Meeting shall be held to review the detailed requirements of
CONTRACTOR'S proposed concrete design mixes,to determine the procedures for producing proper
concrete construction,and to clarify the roles of the parties involved.
B. All parties involved in the concrete Work shall attend the conference,including but not limited to the
following:
1. CONTRACTOR'S representative.
2. Testing laboratory representative.
3. Concrete subcontractor.
4. Reinforcing steel subcontractor.
r 5. Concrete supplier.
6. Admixture manufacturer's representative.
7. OWNER and ENGINEER.
C. The Concrete Coordination Meeting shall be held at a mutually agreed upon time and place. The
OWNER shall be notified no less than five days prior to the date of the Concrete Coordination
Meeting.
PART 2-PRODUCTS
2.01 CEMENTITIOUS MATERIALS
A. Cement:
1. Portland cement,ASTM C 150,Type I/II.
2. Use portland cement made by a well-known acceptable manufacturer and produced by not more
than one plant. Alternate cement sources may be used provided that a mix design has been
accepted and a trial batch verifying performance has been made.
3. Do not use cement which has deteriorated because of improper storage or handling.
VC0515S03.300 03300-7 9/24/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Siphon Project
2.02 AGGREGATES
A. General:
1. Aggregates shall conform to the requirements of ASTM C 33 and as herein specified. j
2. 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.
B. Fine Aggregate: Clean, sharp, natural sand free from loam, clay, lumps, or other deleterious
substances.
1. Dune sand,bank run sand and manufactured sand are not acceptable.
C. Coarse Aggregate: Clean,uncoated,processed aggregate containing no clay,mud,loam,or foreign
matter, as follows:
1. Crushed stone,processed from natural rock or stone.
2. Washed gravel,either natural or crushed. Use of slag and pit or bank run gravel is not permitted.
2.03 WATER
A. Water used in the production and curing of concrete shall be clean and free from injurious amounts of
oils,acids,alkalis,organic materials or other substances that maybe deleterious to concrete or steel.
2.04 CONCRETE ADMIXTURES
A. Provide admixtures produced by established reputable manufacturers,and use in compliance with the
manufacturer's printed instructions. All admixtures shall be compatible and by a single manufacturer
capable of providing qualified field service representation. Admixtures shall not contain thiocyanates
nor more than 0.05 percent chloride ion,and shall be non-toxic in the concrete mix after 30 days. Do
not use admixtures that have not been incorporated and tested in the accepted mixes,unless otherwise —
authorized in writing by ENGINEER-
B. Air-Entraining Admixtures: ASTM C 260.
1. Acceptable Manufacturer:
a. Sika Corporation.
b. BASF.
c. W.R Grace&Company.
C. Water-Reducing Admixture: ASTM C 494,Type A.
1. Proportion all Type "1" and Type "2" concrete with non-air entraining, normal setting,
water-reducing,aqueous solution of a modification of the salt of polyhydroxylated organic acids.
The admixture shall not contain any lignin,nitrates or chlorides added during manufacture.
VC0515S03.300 03300-8 MV2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River-Siphon Project
2. Acceptable Manufacturer:
a. Euclid Chemical Company.
b. BASF.
- c. W.R. Grace&Company.
d. Sika Corporation.
D. High Range Water-Reducing Admixture(HRWR): ASTM C 494,Type F/G.
1. High range water-reducer shall be used in classifications of concrete,where specified,and shall
be permitted, at CONTRACTOR'S option, in all other classifications of concrete. It shall be
added to concrete in compliance with the manufacturer's printed instructions. The specific
admixture formulation shall be as recommended by the manufacturer for the project conditions.
Provide one of the following:
- a. Sika Corporation.
b. BASF.
+ c. W.R. Grace&Company.
d. Euclid Chemical Company.
E. Set-Control Admixtures: ASTM C 494,as follows:
1. Type B,Retarding.
2.- Type C,Accelerating.
3. Type D,Water-reducing and Retarding.
- 4. Type E,Water-reducing and Accelerating.
5. Type F,Water-reducing,high range admixtures.
6. Type G,Water-reducing,high range,and retarding admixtures.
F. Calcium Chloride: Calcium chloride shall not be used.
G. Shrinkage Reducing Admixture
1. A shrinkage reducing admixture shall be permitted to be used in the mix design where necessary
to meet specified shrinkage limitations provided that specified strength requirements are met and
there is no reduction in sulfate resistance and no increase in permeability.
2. Shrinkage reducing admixtures shall be one of the following:
VC0515S03.300 03300-9 9/24/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Siphon Project
a. Eclipse,as manufactured by Grace Construction Products.
b. Tetraguard AS20,as manufactured by Master Builders,Inc.
c. Or approved equal.
H. If super plasticizers are used in mix designs,the mix shall be slumped at jobsite prior to addition of -
plasticizer.
2.05 PROPORTIONING AND DESIGN OF MIXES
A. Prepare concrete design mixes subject to the following recommendations and limitations. The
CONTRACTOR'S supplier shall be responsible for the final mix design characteristics: -
Classification Coarse Minimum Maximum Minimum -
Aggregate Cement W/C Ratio Air Compressive
Size A Size B (lbs/cy) Slump' (%) Strength' (psi)
Type 1 1" - 564 0.40 3"-5" 4-7 5,000 Type 2 1" - 460 0.50 3"-5" 4-7 3,500
Type 3 Any C33 -------------No Requirements---------—------ 12,000
1 Coarse aggregate size numbers refer to ASTM C 33.
2 The slumps listed are prior to the addition of high range water reducer(super plasticizer)
3 Mix designs shall be made for all but Type"3",which does not require a trial batch,so that the
compressive strength achieved for the laboratory trial batches will be no less than 125 percent of
the specified design strength. This is to assure meeting the design strength for all concrete
batched during the project. -
4 The quantity of water to be used in the determination of the water-cementitious materials ratio
shall include free water on aggregates in excess of SSD and the water portion of admixtures.
B. Use an independent testing facility acceptable to ENGINEER for preparing and reporting proposed
mix designs.
1. The testing facility shall not be the same as used for field quality control testing.
C. Submit written reports of laboratory trial batch test results for proposed mixes of concrete to _
ENGINEER at least 15 days prior to start of Work. Do not begin concrete production until mixes
have been approved by ENGINEER.
D. Adjustment to Concrete Mixes: Mix design adjustments maybe requested by CONTRACTOR when
characteristics of materials,job conditions,weather,test results,or other`circumstances warrant;at no
additional cost to the OWNER and as accepted by ENGINEER.Laboratory test data for revised mix
designs and strength results must be submitted to and accepted by ENGINEER before using the -'
revised mixes.
E. Admixtures: R
VC0515S03.300 03300-10 9/24/2007
_ City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Siphon Project
1. Use air-entraining admixture in all concrete, unless otherwise shown or specified. Add
air-entraining admixture at the manufacturer's prescribed rate to result in concrete at the point-of
placement having air content within the prescribed limits.
2. Water reducing or high-range water reducing admixtures shall be used in all Type"1"concrete.
3. Use amounts of admixtures as recommended by the manufacturer for climatic conditions
prevailing at the time of placing. Adjust quantities and types of admixtures as required to
maintain quality control.
F. Slump Limits with High Range Water Reducer
1. Slump shall not exceed 3-inches prior to adding high range water-reducer and shall not exceed 9
inches,measured at point of placement,after adding high range water reducer.
G. Shrinkage Limitation
1. The maximum concrete shrinkage for specimens cast in the laboratory from the trial batch,as
measured at 21-day drying age or at 28-day drying age shall be 0.039 percent or 0.045 percent,
- respectively. CONTRACTOR shall only use a mix design for construction that has first met the
trial batch shrinkage requirements. Shrinkage limitations apply only to Type"l"concretes.
- 2. If the trial batch results fail to meet the shrinkage limitation, the mix shall be redesigned to
reduce shrinkage.Alternately,CONTRACTOR may use a higher shrinkage mix when acceptable
to the ENGINEER provided that the amount of shrinkage reinforcement in the structures is
increased as determined by the ENGINEER to resist the higher levels of shrinkage stresses. The
additional reinforcing shall be provided at CONTRACTOR'S expense.
2.06 BONDING AGENT
A. Provide epoxy and epoxy-cement bonding agents as specified in Section 03251,Concrete Joints.
2.07 CONCRETE CURING MATERIALS
A. Absorptive Cover: Burlap cloth made from jute or kenaf, weighing approximately 10 ounces per
square yard and complying with AASHTO M 182,Class 3.
B. Curing Mats:Curing mats shall be heavy carpets or cotton mats,quilted at 4-inches on center. Curing
mats shall weigh a minimum of 12 ounces per square yard when dry.
C. Moisture Retaining Cover: One of the following,complying with ASTM C 171.
1. Waterproof paper.
2. Polyethylene film.
3. White burlap-polyethylene sheet.
D. Curing Compound: ASTM C 309 Type 1-D(water retention requirements):
1. Product and Manufacturer: Provide one of the following:
VC0515S03.300 03300-11 9/24/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Siphon Project
a. Super Aqua Cure VOX,as manufactured by The Euclid Chemical Company.
b. Seal tight 1100,as manufactured by W.R.Meadows,Incorporated.
c. MasterKure, as manufactured by BASF.
d. Or equal.
2. Curing compound must be applied by roller or power sprayer.
2.08 FINISHING AIDS
A. Evaporation Retardant:
1. Product and Manufacturer: Provide one of the following:
a. Confilm,as manufactured by BASF.
b. Eucobar, as manufactured by Euclid Chemical Company.
C. SikaFilm by Sika Corporation.
2.09 CRACK INJECTION MATERIALS
A. Epoxy.
1. Epoxy for injection shall be a low viscosity,high modulus moisture insensitive type.
2. Products and Manufacturers: Provide one of the following:
a. Sikadur 35, Hi-Mod L.V. and Sikadur 31, Hi-Mod Gel, as manufactured by Sika
Corporation.
b. Eucopoxy Injection Resin, as manufactured by The Euclid Chemical Company. T
B. Hydrophilic Resin
1. Hydrophilic resin shall be an acrylic-ester based resin with a maximum viscosity of 50 cps. It
shall cure into a flexible rubber-like material that has the potential for unrestrained increase in
volume in excess of 100 percent in the presence of water.
2. Products and Manufacturers: Provide one of the following:
a. Duroseal Inject,as manufactured by BBZ USA,Inc.
b. Sika Injection 29,by Sika Corporation.
C. Or approved equal.
2.10 CONCRETE REPAIR MATERIALS
A. Concrete repair mortar for repair of defects in new structures shall be a prepackaged polymer modified
cementitious repair mortar with the following minimum properties. Refer to Section 03930 for
rehabilitation of existing structures.
VC0515S03.300 03300-12 9/24/2007
City of Fort Worth
- Village Creek Wastewater Treatment Plant
Trinity River Siphon Project
1. Compressive strength at one day. 2000 psi(ASTM C 109).
2. Compressive strength at 28 days: 6000 psi(ASTM C 109).
3. Bond strength at 28 days: 1800 psi(ASTM C 882 modified).
B. Concrete repair mortar shall be:
1. SikaTop 122 Plus, SikaTop 123 Plus or SikaTop 111 Plus manufactured by the Sika
Corporation. The formulation, among those listed,recommended by the manufacturer for the
specific application conditions shall be used.
2. Emaco S88-CA or S66-CR, manufactured by Master Builders Inc. The formulation, among
those listed,recommended by the manufacturer for the specific application conditions shall be
used.
3. Verticoat,Verticoat Supreme,or Euco SR-VO,manufactured by the Euclid Chemical Company.
The formulation, among those listed, recommended by the manufacturer for the specific
application conditions shall be used.
C. Cement Mortar: Cement mortar shall consist of a mix of one part cement to 1 1/2 parts sand with
sufficient water to form a trowelable consistency. Minimum compressive strength at 28 days shall be
4000 psi. Where required to match the color of adjacent concrete surfaces, white portland cement
shall be blended with standard portland cement so that,when dry,the patching mortar shall match the
color of the surrounding concrete.
2.11 MOISTURE BARRIER
A. Moisture Barrier-ASTM E 154:
1. Provide moisture barrier cover over prepared base material where shown on the Drawings.Use
polyethylene membrane not less than 10 mils thick,lapping at least 9-inches at joints.
2.12 COMPATIBILITY
A. CONTRACTOR shall coordinate the requirements of all specified materials with the proposed mix
design to ensure compatibility between the products.
PART 3 -EXECUTION
3.01 INSPECTION
A. 'CONTRACTOR shall examine the substrate and the conditions under which Work is to be performed
and notify ENGINEER,in writing,of unsatisfactory conditions.Do not proceed with the Work until
unsatisfactory conditions have been corrected in a manner acceptable to ENGINEER.
3.02 CONCRETE MIXING
VC0515S03.300 03300-13 9l24/2007
City bf Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Siphon Project
A. General:
1. Concrete may be produced at batch plants or it may be produced by the ready-mixed process.
Batch plants shall comply with the recommendations of ACI 304, and shall have sufficient
capacity to produce concrete of the qualities specified, in quantities required to meet the
construction schedule. All plant facilities are subject to testing laboratory inspection and
acceptance of ENGINEER.
2. Mixing:
a. Mix concrete with an approved rotating type batch machine,except where hand mixing of
very small quantities may be permitted.
b. Remove hardened accumulations of cement and concrete frequently from drum and blades
to assure acceptable mixing action.
c. Replace mixer blades when they have lost ten percent of their original height. -
d. Use quantities such that a whole number of bags of cement is required,unless otherwise
permitted.
B. Ready-Mix Concrete:
1. Comply with the requirements of ASTM C 94, and as herein specified. Proposed changes in
mixing procedures, other than herein specified, must be accepted by ENGINEER before
implementation.
a. Plant equipment and facilities: Conform to National Ready-Mix Concrete Association
"Plant and Delivery Equipment Specification".
b. Mix concrete in revolving type truck mixers that are in good condition and which produce
thoroughly mixed concrete of the specified consistency and strength.
c. Do not exceed the proper capacity of the mixer.
d. Mix concrete for a minimum of two minutes after arrival at the job site,or as recommended by the mixer manufacturer.
e. Mix at proper speed until concrete is discharged. _
f. Maintain adequate facilities at the job site for continuous delivery of concrete at the
required rates. _
g. Provide access to the mixing plant for ENGINEER at all times.
C. Maintain equipment in proper operating condition,with drums cleaned before charging each batch.
Schedule rates of delivery in order to prevent delay of placing the concrete after mixing,or holding
dry-mixed materials too long in the mixer before the addition of water and admixtures.
3.03 TRANSPORTING CONCRETE
VC0515so3.300 03300-14 9/24n007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Siphon Project
A. Transport and place concrete not more than 90 minutes after water has been added to the dry
ingredients.
B. Take care to avoid spilling and separation of the mixture during transportation.
C. Do not place concrete in which the ingredients have been separated.
D. Do not retemper partially set concrete.
E. Use suitable and approved equipment for transporting concrete from mixer to forms.
3.04 PREPARATION FOR CONCRETING
A. All reinforcement,installation of waterstop and positioning of embedded items shall be inspected and
approved by the OWNER a minimum of four hours prior to concrete placement.
B. Subgrade surfaces shall.be thoroughly wetted by sprinkling,prior to the placing of any concrete,and
these surfaces shall be kept moist by frequent sprinkling up to the time of placing concrete thereon.
- The surface shall be free from standing water,mud,and debris at the time of placing concrete.
C. All reinforcing steel and embedded items shall be completely cleaned of mortar, loose rust, form
release compounds, dirt, or any other substance which would interfere with proper bonding with
concrete. Protective coatings on embedded aluminum items shall continuously cover the surface to be
in contact with concrete. Any defects in the coating shall be repaired.
i D. No concrete shall be placed in any structure until all water entering the space to be filled with concrete
has been properly cut off or has been diverted by pipes,or other means,and carried out of the forms,
clear of the work.*No concrete shall be deposited underwater nor shall CONTRACTOR allow still
water to rise on any concrete until the concrete has attained its initial set.Water shall not be permitted
to flow over the surface of any concrete in such manner and at such velocity as will injure the surface
finish of the concrete.Pumping or other necessary dewatering operations for removing ground water,
if required,will be subject to the review of the ENGINEER.
E. Joint surfaces shall be prepared as required by Section 03251, Concrete Joints.
3.05 CONCRETE PLACEMENT
A. General: Place concrete continuously so that no concrete will be placed on concrete that has hardened
sufficiently to cause the formation of seams or planes of weakness within the section. If a section
cannot be placed continuously,provide construction joints as specified in Section 03251, Concrete
_ Joints. Deposit concrete as nearly as practical in its final location to avoid segregation due to
rehandling or flowing. Do not subject concrete to any procedure which will cause segregation.
_ 1. Screed concrete that is to receive other construction to the proper level to avoid excessive
skimming or grouting.
2. Do not use concrete which becomes non-plastic and unworkable,or does not meet the required
quality control limits, or which has been contaminated by foreign materials. Do not use
VC0515S03.300 03300-15 9n412007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Siphon Project
retempered concrete. Remove rejected concrete from the job site and dispose of it in an
acceptable location.
3. Do not place concrete until all forms,bracing,reinforcement,and embedded items are in final
and secure position.
4. Unless otherwise approved,place concrete only when ENGINEER is present.
5. Allow a minimum of three days before placing concrete against a slab or wall already in place.
B. Bonding for Next Concrete Pour:
1. Prepare for bonding of fresh concrete to new concrete that has set but is not fully cured, as
follows:
a. Thoroughly wet the surface,but allow no free standing water.
b. For horizontal surfaces place a 2-inch layer of mortar,one part sand and one part cement with water added to a flowable consistency,or a 6-inch layer of Construction Joint Grout,as
specified in Section 03600,Grout, over the hardened concrete surface.
c. Place fresh concrete before the mortar/grout has attained its initial set.
d. If a high range water reducer is used to increase the concrete slump to at least 6-inches,the _
mortar/grout layer may be omitted.
2. Bonding of fresh concrete to fully-cured hardened existing concrete shall be accomplished by
using a bonding agent as specified in Section 03251,Concrete Joints.
C. Concrete Conveying:
1. Handle concrete from the point of delivery and transfer to the concrete conveying equipment and
to the locations of final deposit as rapidly as practical by methods that will prevent segregation
and loss of concrete mix materials.
2. Provide mechanical equipment for conveying concrete to ensure a continuous flow of concrete at
the delivery end. Provide runways for wheeled concrete conveying equipment from the concrete
delivery point to the locations of final deposit. Keep interior surfaces of conveying equipment, -
including chutes,free of hardened concrete,debris,water,ice and other deleterious materials.
3. Do not use chutes for distributing concrete,unless approved in writing by ENGINEER
a. Provide sketches showing methods by which chutes will be employed when requesting such
approval. _
b. Design chutes,if permitted,with proper slopes and supports to permit efficient handling of
the concrete.
4. Pumping concrete is permitted,however do not use aluminum pipe for conveying.
D. Placing Concrete into Forms: T
VC0515So3.300 03300-16 9/24R007
City of Fort Worth
Village Creels Wastewater Treatment Plant
Trinity River Siphon Project
1. Deposit concrete in forms in horizontal layers not deeper than 18-inches and in a manner to avoid
inclined construction joints. Where placement consists of several layers,place concrete at such a
rate that concrete that is being integrated with fresh concrete is still plastic.
- 2. Do not permit concrete to free fall within the form from a distance exceeding four feet. Where
high range water reducer is used to extend slump to at least 6-inches,the maximum free fall of
concrete may be increased to six feet. If a 12-inch thick layer of construction joint grout, as
specified in Section 03251, Concrete Joints, is placed on the horizontal joint, concrete with
slump extended by a high range water reducer may free fall up to eight feet in walls that are 24-
inches and thicker. Use"elephant trunks"to prevent free fall and excessive splashing on forms
and reinforcement. Free falls in excess of four feet shall be discontinued if there is any evidence
of segregation.
- 3. Remove temporary spreaders in forms when concrete placing has reached the elevation of such
spreaders.
4. Consolidate concrete placed in forms by mechanical vibrating equipment supplemented by
hand-spading,rodding or tamping. Use equipment and procedures for consolidation of concrete
in accordance with the applicable recommended practices of ACI 309. Vibration of forms and
reinforcing will not be permitted,unless otherwise accepted by ENGINEER.
5. Where height of concrete placement in walls exceeds 14 feet, temporary windows shall be
installed in the formwork to facilitate vibration. The windows shall be properly closed when the
height of concrete approaches the windows. Location,size,and spacing of the windows shall be
determined by CONTRACTOR to suit equipment used.
6. Do not use vibrators to transport concrete inside of forms. Insert and withdraw vibrators
vertically at uniformly spaced locations not farther than the visible effectiveness of the machine.
Place vibrators to rapidly penetrate the layer of concrete and at least 6-inches into the preceding
layer. Do not insert vibrators into lower layers of concrete that have begun to set. At each
insertion, limit the duration of vibration to the time necessary to consolidate the concrete and
complete embedment of reinforcement and other embedded items without causing segregation of
the mix.
7. Do not place concrete in beam and slab forms until the concrete previously placed in columns
and walls is no longer plastic.
8. Force concrete under pipes, sleeves,openings and inserts from one side until visible from the
other side to prevent voids.
E. Placing Concrete Slabs:
1. Deposit and consolidate concrete slabs in a continuous operation, within the limits of
construction joints,until the placing of a panel or section is completed.
2. Consolidate concrete during placing operations using mechanical vibrating equipment,so that
concrete is thoroughly worked around reinforcement and other embedded items and into comers.
3. Consolidate concrete placed in beams and girders of supported slabs,and against bulkheads of
slabs on ground,as specified for formed concrete structures.
VC0515So3.300 03300-17 M4/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant '
Trinity River Siphon Project
4. Bring slab surfaces to the correct level. Smooth the surface,leaving it free of humps or hollows. -
Do not sprinkle water on the plastic surface. Do not disturb the slab surfaces prior to beginning
finishing operations.
5. Where slabs are placed in conditions of high temperature or wind that could lead to formation of
plastic shrinkage cracks, an evaporation retardant shall be applied in accordance with the
manufacturer's recommendations,when required by the ENGINEER. T
F. Quality of Concrete Work:
1. Make all concrete solid, compact and smooth,and free of laitance,cracks and cold joints.
2. All concrete for liquid retaining structures, and all concrete in contact with earth, water, or
exposed directly to the elements shall be watertight.
3. Cut out and properly replace to the extent directed by ENGINEER,or repair to the satisfaction of
ENGINEER, surfaces which contain cracks or voids, are unduly rough, or are in any way
defective. Thin patches or plastering shall not be acceptable.
4. All leaks through concrete that exhibit any flowing water,and cracks,holes or other defective
concrete in areas of potential leakage,shall be repaired and made watertight by CONTRACTOR.
5. Repair,removal,and replacement of defective concrete as directed by ENGINEER shall be at no
additional cost to the OWNER.
G. Cold Weather Placing: T
1. Protect all concrete Work from physical damage or reduced strength that could be caused by
frost,freezing actions,or low temperatures,in compliance with the requirements of ACI 306 and
as herein specified.
2. When the air temperature has fallen to or maybe expected to fall below 40T,provide adequate —
means to maintain the temperature,in the area where concrete is being placed,at between 50T
and 70°F for at least seven days after placing.Provide temporary housings or coverings including
tarpaulins or plastic film. Maintain the heat and protection, if necessary, to ensure that the —
ambient temperature does not fall more than 30°F in the 24 hours following the seven-day
period. Avoid rapid dry-out of concrete due to overheating, and avoid thermal shock due to
sudden cooling or heating.
3. When air temperature has fallen to or is expected to fall below 40°F,uniformly heat all water and
aggregates before mixing as required to obtain a concrete mixture temperature of not less than _
55T and not more than 85°F at point of placement.
4. Do not use salt and other materials containing antifreeze agents or chemical accelerators, or _
set-control admixtures,unless approved by ENGINEER,in mix designs.
H. Hot Weather Placing:
VC0515S03.300 03300-18 9/24t2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Siphon Project
1. When hot weather conditions exist that would seriously impair the quality and strength of
concrete,place concrete in compliance with ACI 305 and as herein specified.
2. When ambient air temperature is at or above 90T,cool ingredients before mixing to maintain
concrete temperature at time of placement below 90°F when the air temperature is rising and
below 85°F when the air temperature is falling. Mixing water may be chilled, or chopped ice
may be used to control the concrete temperature provided the water equivalent of the ice is
calculated in the total amount of mixing water. In addition,the reduction in time from addition
of mix water to placement or the use of a set retarding admixture may be required.
3. Cover reinforcing steel with water-soaked burlap if it becomes too hot, so that the steel
temperature will not.exceed the ambient air temperature immediately before embedment in
concrete.
4. Wet forms thoroughly before placing concrete.
- 5. Do not place concrete at a temperature so as to cause difficulty from loss of slump,flash set,or
cold joints.
6. Do not use set-control admixtures,unless approved by ENGINEER in mix designs.
7. Obtain ENGINEER'S approval of other methods and materials proposed for use.
3.06 FINISH OF FORMED SURFACES
A. Standard Form Finish:
1. Standard form finish shall be basically smooth and even but shall be permitted to have texture
imparted by the form material used. Defects shall be repaired as specified herein.
2. Use standard form finish for the following:
a. Exterior vertical surfaces from the foundation up to one foot below grade.
b. Vertical surfaces not exposed to view.
c. Other areas shown.
B. Smooth Form Finish:
1. Produce smooth form finish by selecting form materials that will impart a smooth,hard,uniform
texture. Arrange panels in an orderly and symmetrical manner with a minimum of seams.
Repair and patch defective areas as specified herein.
2. Use smooth form finish for the following:
a. Exterior surfaces that are exposed to view.
VC0515S03.300 03300-19 9/24n007
City of Fort Worth
Village Creek Wastewater Treatment Plant -
Trinity River Siphon Project
b. Surfaces that are to be covered with a coating material. The material may be applied
directly to the concrete or may be a covering bonded to the concrete such as waterproofing,
dampproofing,painting or other similar system.
c. Interior vertical surfaces of liquid containers. w
d. Interior and exterior exposed beams and undersides of slabs.
e. Surfaces to receive a smooth rubbed or grout cleaned finish.
f. Other areas shown. T
C. Smooth Rubbed Finish:
1. Provide smooth,Class A,rubbed finish to concrete surfaces,which have received smooth form
finish and where all defects have been repaired,as follows:
a. Rubbing of concrete surfaces not later than the day after form removal.
b. Moistening of concrete surfaces and rubbing with carborundum brick or other abrasive until -
a uniform color and texture is produced. Do not apply cement grout other than that created
by the rubbing process.
2. Except where surfaces have been previously covered as specified above,use smooth,Class A, T
rubbed finish for the following:
a. Interior exposed walls and other vertical surfaces.
b. Exterior exposed walls and other vertical surfaces down to one foot below grade.
c. Interior and exterior horizontal surfaces,except exterior exposed slabs and steps.
d. Edges of concrete pipe supports,equipment bases and other miscellaneous concrete bases and supports.
D. Related Unformed Surfaces: -
1. At tops of walls,horizontal offsets,and similar unformed surfaces occurring adjacent to formed
surfaces, strike off smooth and finish with a texture matching the adjacent formed surfaces. -
Continue the final surface treatment of formed surfaces uniformly across the adjacent unformed
surfaces,unless otherwise shown.
3.07 SLAB FINISHES
A. Float Finish:
1. After placing concrete slabs, do not work the surface further until ready for floating. Begin
floating when the surface water has disappeared or when the concrete has stiffened sufficiently. _
Check and level the surface plane to a tolerance not exceeding 1/4-inch in ten feet when tested
with a ten foot straightedge placed on the surface at not less than two different angles. Cut down
VC0515903.300 03300-20 9/24/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Siphon Project
high spots and fill all low spots. Uniformly slope surfaces to drains. Immediately after leveling,
refloat the surface to a uniform,smooth,granular texture.
2. Use float finish for the following:
a. Exterior below grade horizontal surfaces.
B. Non-Slip Broom Finish:
_ 1. Immediately after float finishing, slightly roughen the concrete surface by brooming in the
direction perpendicular to the main traffic route. Use fine fiber-bristle broom,unless otherwise
directed by the ENGINEER. Coordinate the required final finish with ENGINEER before
application.
2. Use Non-Slip Broom Finish for the following:
a. Exterior exposed horizontal surfaces subject to light foot traffic.
b. Concrete steps and ramps.
c. Horizontal surfaces which will receive a grout topping or a concrete equipment base slab.
_ 3.08 CONCRETE CURING AND PROTECTION
A. General:
1. Protect freshly placed concrete from premature drying and excessive cold or hot temperature,and
maintain without drying at a relatively constant temperature for the period of time necessary for
hydration of the cement and proper hardening of the concrete.
2. Start initial curing after placing and finishing concrete as soon as free moisture has disappeared
from the concrete surface. Keep continuously moist for not less than 72 hours.
3. Begin final curing procedures immediately following initial curing and before the concrete has
dried. Continue final curing for at least seven days and in accordance with ACI 301 procedures
- for a total curing period, initial plus final, of at least ten days. For concrete sections over 30-
inches thick,continue final curing for an additional seven days,minimum.Avoid rapid drying at
the end of the final curing period.
B. Curing Methods:
1. Water retaining and below grade structures shall be moist cured by the addition of water to
maintain the surface in a continually wet condition. Other concrete shall be cured by moist
curing, by moisture retaining cover curing, or by the use of curing compound. Use curing
compound at water retaining and below grade structures only in cold weather and only when
permitted by ENGINEER
a. For curing,use water that is free of impurities that could etch or discolor exposed,natural
concrete surfaces.
VC0515S03.300 03300-21 9/24/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Siphon Project
2. Provide moisture curing by any of the following methods: _
a. Keeping the surface of the concrete continuously wet by covering with water.
b. Continuous water-fog spray. -
c. Covering the concrete surface with curing mats,thoroughly saturating the mats with water,
and keeping the mats continuously wet with sprinklers or porous hoses. Place curing mats
so as to provide coverage of the concrete surfaces and edges,with a 4-inch lap over adjacent
mats. If necessary,the curing cover shall be weighted to maintain contact with the concrete
surface.
d. At the end of the curing period apply one coat of curing compound,unless concrete surface
is to receive a topping or coating or application is waived by the ENGINEER. `
3. Provide moisture retaining cover curing as follows:
a. Cover the concrete surfaces with the specified moisture retaining cover for curing concrete,
placed in the widest practical width with sides and ends lapped at least 3-inches and sealed
by waterproof tape or adhesive. Immediately repair any holes or tears during the curing
period using cover material and waterproof tape.
4. Provide liquid curing compound as follows:
a. Apply the specified curing compound to all concrete surfaces when permitted by
ENGINEER. Slabs to receive terrazzo floors, chemical resistant heavy duty concrete T
topping or ceramic tile, shall not be cured with liquid curing compound, but shall be
moisture cured. The compounds shall be applied immediately after final finishing in a
continuous operation by power spray equipment in accordance with the manufacturer's
directions. Recoat areas that are subjected to heavy rainfall within three hours after initial
application. Maintain the continuity of the coating and repair damage to the coat during the
entire curing period.
b. When curing compound is authorized for application to water retaining or below grade
members, it shall be applied at the manufacturer's recommended coverage rate and then
applied again at the same rate to provide twice the recommended coverage. -
c. At the end of the curing period,curing compound shall be removed where required by the
ENGINEER. -
C. Curing Formed Surfaces:
1. Cure formed concrete surfaces,including the undersides of girders,beams,supported slabs and R
other similar surfaces by moist curing with the forms in place unloosened for the full curing
period or until forms are removed. Where wood forms are kept in place,water shall be added to
keep the forms wet. If forms are removed, continue curing by methods specified above, as
applicable.
D. Curing Unformed Surfaces:
VC0515S03.300 03300-22 924/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Siphon Project
1. Initially cure unformed surfaces,such as slabs,floor topping,and other flat surfaces by using the
appropriate method specified above.
2. Final cure unformed surfaces,unless otherwise specified,by utilizing methods specified above,
as applicable.
E. Temperature of Concrete During Curing:
1. When the atmospheric temperature is 40°F and below, maintain the concrete temperature
between 50°F and 70°F continuously throughout the curing period. When necessary, make
arrangement before concrete placing for heating,covering,insulation or housing as required to
maintain the specified temperature and moisture conditions continuously for the concrete curing
period. Provide cold weather protection complying with the requirements of ACI 306.
2. When the atmospheric temperature is 80°F and above,or during other climatic conditions which
will cause too rapid drying of the concrete, make arrangements before the start of concrete
placing for the installation of wind breaks or shading, and for fog spraying,wet sprinkling, or
moisture retaining covering. Protect the concrete continuously for the concrete curing period.
Provide hot weather protection complying with the requirements of ACI 305,unless otherwise
- specified.
3. Maintain concrete temperature as uniformly as possible, and protect from rapid atmospheric
temperature changes.Avoid temperature changes in concrete which exceed 5°F in any one hour
and 50°F in any 24 hour period.
F. Protection from Mechanical Injury.
1. During the curing period,protect concrete from damaging mechanical disturbances including
load stresses, heavy shock, excessive vibration, and from damage caused by rain or flowing
water. Protect all finished concrete surfaces from damage by subsequent construction operations.
3.09 FIELD QUALITY CONTROL
A. The OWNER shall employ a testing laboratory to perform field quality control testing. ENGINEER
will direct the number of tests and cylinders required. CONTRACTOR shall make standard
compression test cylinders and entrained air tests as specified below,under the direct inspection by
ENGINEER. CONTRACTOR shall also provide all labor, material and equipment required
including,scale,glass tray,cones,rods,molds,air tester,thermometer,curing in a heated storage box,
and ,all other incidentals required. Above will be subject to approval by ENGINEER.
CONTRACTOR shall furnish all necessary storage and curing, and transportation required by the
testing.
B. Quality Control Testing During Construction:
1. Perform sampling and testing for field quality control during the placement of concrete, as
follows:
a. Sampling Fresh Concrete: ASTM C 172.
VC0515S03.300 03300-23 9I2442007
City of Fort Werth
Village Creek Wastewater Treatment Plant
Trinity River Siphon Project
b. Slump: ASTM C 143; one test for each concrete load at point of discharge; and one for _
each set of compressive strength test specimens.
c. Air Content: ASTM C 231; one for every other concrete load at point of discharge, or
when required by an indication of change.
d. Compressive Strength Tests: ASTM C 39; one set of compression cylinders for each 50 _
cubic yards or fraction thereof, of each mix design placed in any one day; one specimen
tested at seven days, and three specimens tested at 28 days.
1) Adjust mix if test results are unsatisfactory and resubmit for ENGINEER'S approval.
2) Concrete that does not meet the strength requirements is subject to rejection and
removal from the Work, or to other such corrective measures as directed by -
ENGINEER,at the expense of CONTRACTOR.
e. Compression Test Specimens: ASTM C 31; make one set of four standard cylinders for each compressive strength test,unless otherwise directed.
1) Cast,store and cure specimens as specified in ASTM C 31. _
f. Water Cementitious Materials Ratio: Perform one test from each sample from which
compression test specimens are taken in accordance with AASHTO TP 23. _
g. Concrete Temperature: Test hourly when air temperature is 40°F and below, and when
80°F and above; and each time a set of compression test specimens is made.
2. The testing laboratory shall submit certified copies of test results directly to ENGINEER and
CONTRACTOR within 24 hours after tests are made.
3. The Concrete Mix Supplier shall be given written procedures and.notice to observe initial
cylinder sample retrieval and testing procedures such,that testing procedures utilized are agreed
to by the Concrete Supplier and the Testing Laboratory.
C. Evaluation of Quality Control Tests:
1. Do not use concrete delivered to the final point of placement, which has slump or total air
content outside the specified values.
2. When water content testing indicates water-cementitious materials ratio to exceed specified
requirements by more than 0.02,remaining batches needed to complete the concrete placement
shall have water content decreased in the mix and water reducing admixture dosage increased as
needed to bring the subsequently batched concrete within the specified water-cementitious
materials ratio. Additional testing shall be done to verify compliance with the specified water-
cementitious materials ratio. Concrete production for further concrete placements shall not
resume until CONTRACTOR has identified the cause of the excess water in the mix and revised
batching procedures and/or adjustments to mix design needed to bring water-cementitious
materials ratio into conformance with specified requirements have been accepted by the
ENGINEER. '
VC0515S03.300 03300-24 9/24/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Siphon Project
3. Compressive strength tests for laboratory-cured cylinders will be considered satisfactory if the
averages of all sets of three consecutive compressive strength tests results equal or exceed the 28
day design compressive strength of the type or class of concrete;and,no individual strength test
falls below the required compressive strength by more than 500 psi.
a. Where questionable field conditions may exist during placing concrete or immediately
thereafter, strength tests of specimens cured under field conditions will be required by
ENGINEER to check the adequacy of curing and protecting of the concrete placed.
Specimens shall be molded at the same time and from the same samples as the laboratory
cured specimens.
1) Provide improved means and procedures for protecting concrete when the 28 day
compressive strength of field-cured cylinders is less than 85 percent of companion
laboratory-cured cylinders.
2) When laboratory-cured cylinder strengths are appreciably higher than the minimum
required compressive strength, field-cured cylinder strengths need not exceed the
minimum required compressive strength by more than 500 psi even though the 85
percent criterion is not met.
3) If individual tests of laboratory-cured specimens produce strengths more than 500 psi
below the required minimum compressive strength,or if tests of field-cured cylinders
indicate deficiencies in protection and curing,provide additional measures to assure
that the load-bearing capacity of the structure is not jeopardized. If the likelihood of
low-strength concrete is confirmed and computations indicate the load-bearing
capacity may have been significantly reduced,tests of cores drilled from the area in
question will be required at CONTRACTOR'S expense.
b. If the compressive strength tests fail to meet the minimum requirements specified, the
concrete represented by such tests will be considered deficient in strength and subject to
replacement,reconstruction or to other action approved by ENGINEER.
D. Testing Concrete Structure for Strength:
1. When there is evidence that the strength of the in-place concrete does not meet specification
requirements, CONTRACTOR shall employ at its expense the services of a concrete testing
service to take cores drilled from hardened concrete for compressive strength determination.
Tests shall comply with the requirements of ASTM C 42 and the following:
a. Take at least three representative cores from each member or suspect area at locations
directed by ENGINEER.
b. Strength of concrete for each series of cores will be considered satisfactory if their average
compressive strength is at least 85 percent and no single core is less than 75 percent of the
_ 28 day required compressive strength.
c. Report test results to ENGINEER,in writing,on the same day that tests are made. Include
in test reports,the Project identification name and number,date,name of CONTRACTOR,
name of concrete testing service, location of test core in the structure, type or class of
concrete represented by core sample,nominal maximum size aggregate,design compressive
VC0515S03.300 03300-25 9n412007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Siphon Project
strength,compression breaking strength and type of break(corrected for length-diameter _
ratio),direction of applied load to core with respect to horizontal plane of the concrete as
placed,and the moisture condition of the core at time of testing.
2. Fill core holes solid with non-shrink,high strength grout,and finish to match adjacent concrete ti
surfaces.
3. Conduct static load test and evaluations complying with the requirements of ACI 318 if the
results of the core tests are unsatisfactory,or if core tests are impractical to obtain,as directed by
ENGINEER
3.10 MISCELLANEOUS CONCRETE ITEMS
A. Temporary Openings
1. Openings in concrete walls and/or slabs required for passage of Work or installation of
equipment and not shown on the Drawings shall be provided, but only with approval of the
ENGINEER.
2. All temporary openings made in concrete shall be provided with waterstop in below grade or —
water retaining members. Continuity of required reinforcement shall be provided in a manner
acceptable to the ENGINEER.
3. Temporary openings left in concrete structures shall be filled with concrete after the Work
causing the need for the opening is in place,unless otherwise shown or directed. Mix,place and
cure concrete as specified herein, to blend with in-place construction. Provide all other _
miscellaneous doncrete filling shown or required to complete the Work.
B. Equipment Bases:
1. Unless specifically shown otherwise,provide concrete bases for all pumps and other equipment.
CONTRACTOR shall coordinate and construct bases to the dimensions shown,or as required to
meet manufacturers;requirements and Drawing elevations. Where no specific elevations are
shown,bases shall be 6-inches thick and extend 3-inches outside the metal equipment base or
supports.Bases shall have smooth trowel finish.
2.' Include all concrete equipment base work not specifically included under other Sections.
3. In general,place bases up to 1-inch below the metal base. Properly shim equipment to grade and
fill 1-inch void with non-shrink grout as specified in Section 03600,Grout.
C. Curbs:
1. Provide monolithic finish to interior curbs by stripping forms while concrete is still green and
steel-troweling surfaces to a hard, dense finish with comers, intersections, and terminations _
slightly rounded.
2. Exterior curbs shall have rubbed finish for vertical surfaces and a broomed finish for top
surfaces.
VC05 i sso3.300 03 300-26 9/242007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Siphon Project
3.11 CONCRETE REPAIRS
A. Repair of Formed Surfaces:
1. The following defects shall be repaired in all types of formed finishes:
a. Spalls, air bubbles, rock pockets, form depressions, and other defects that are more than
1/4-inch in depth.
b. Holes from tie rods and other form tie systems.
c. Fins,offsets and other projections that extend more than 1/4-inch beyond the designated
member surface.
d. Structural cracks,as defined by the ENGINEER.
e. Non-structural cracks, as defined by the ENGINEER, which are greater than 0.010-inch
wide. In water retaining members,elevated slabs subject to rainfall and washdown, and
below grade members, any crack that shows any amount of leakage. Where it is not
possible to verify that a crack is not leaking,it shall be repaired.
2. The following defects shall be repaired in smooth finish surfaces, in addition to those listed
above:
a. Spalls,air bubbles;rock pockets,form depressions,and other defects which extend to more
_ than 1/2-inch in width in any direction,no matter how deep.
b. Spalls, air bubbles, rock pockets, form depressions, and other defects of any size that
exceed three in number in a 12-inch square or 12 in number in a three foot square.
c. Fins,offsets and other projections shall be completely removed and smoothed.
d. Scratches and gouges in the surface.
e. Texture and color irregularities. At water retaining surfaces,texture and color irregularities
need not be repaired when greater than 12-inches below the minimum normal operating
water surface,except where such defects are indicative of reduced durability.
3. Where a smooth rubbed or grout cleaned finish is specified,minor surface defects repairable by
the finishing process need not be repaired prior to the finish application,when approved by the
ENGINEER.
B. Method of Repair of Formed Surfaces:
1. Repair and patch defective areas with cement mortar or concrete repair mortar immediately after
removal of forms and as directed by ENGINEER. Repairs made to water bearing and buried
surfaces shall be made with repair mortar only. Repairs of form tie holes on water bearing or
buried surfaces shall be made with non-shrink grout as specified in Section 03600,Grout.
VC0515S03.300 03300-27 9/242007
City of Fort Worth
Village Creek Wastewater Treatment Plant -
Trinity River Siphon Project
2. Cut out honeycomb, rock pockets, voids, and holes left by tie rods and bolts, down to solid _
concrete but,in no case,to a depth of less than 1-inch for cement mortar and 1/2-inch for repair
mortar. Make edges of cuts perpendicular to the concrete surface. Before placing the cement
mortar,thoroughly clean and brush-coat the area to be patched with the specified bonding agent. }
Where concrete repair mortar is used,bonding agent shall be optional and the surface prepared
and mortar placed per manufacturers recommendations.
a. Repairs at exposed-to-view surfaces shall match the color of surrounding concrete,except {
color matching is not required for the interior surfaces of liquid containers up to one foot
below liquid level. CONTRACTOR shall impart texture to repaired surfaces to match
texture of existing adjacent surfaces. Provide test areas at inconspicuous locations to verify
mixture,texture and color match before proceeding with the patching. Compact mortar in
place and strike off slightly higher than the surrounding surface.
3. Structural cracks shall be pressure grouted using an injectable epoxy using a pumped pressure
system. Apply in accordance with the manufacturer's directions and recommendations.
4. Non-structural cracks shall be pressure grouted using hydrophilic resin. Apply in accordance
with the manufacturer's directions and recommendations.
5. Determination of the crack type shall be made by the ENGINEER.
6. Fill holes extending through concrete by means of a plunger-type gun or other suitable device
from the least exposed face,using a flush stop held at the exposed face to ensure completely
filling. At below grade and water retaining members, fill holes with concrete repair mortar
except use a color matched cement mortar for the outer 2-inches at exposed to view surfaces.
7. Where powerwashing and/or scrubbing is not adequate,abrasive blast exposed-to-view surfaces
that require removal of stains, grout accumulations, sealing compounds, and other substances
marring the surfaces. Use sand finer than No. 30 and air pressure from 15 to 25 psi.
C. Repair of Unformed Surfaces:
1. Test unformed surfaces,such as monolithic slabs,for smoothness and to verify surface plane to
the tolerances specified for each surface and finish. Correct low and high areas as herein
specified. -
2. Test unformed surfaces sloped to drain for trueness of slope,in addition to smoothness,using a
template having the required slope. Correct high and low areas as herein specified.
3. Repair finish of unformed surfaces that contain defects that adversely affect the durability of the
concrete. Surface defects include crazing,cracks in excess of 0.01-inch wide,spalling,popouts,
honeycomb,rock pockets,and other objectionable conditions.
4. Repair structural cracks in all structures and non-structural cracks in water-holding structures. In
water-holding structures,where the dry face of the concrete member can be observed,cracks that
show any rate of water flow shall be repaired. Whge the dry face of the member cannot be
observed,all cracks shall be repaired.
D. Methods of Repair of Unformed Surfaces:
VC0515S03.300 03300-28 9/24/2007
City of Fort Worth
Y. Village Creek Wastewater Treatment Plant
Trinity River Siphon Project
1. Correct high areas in unformed surfaces by grinding,after the concrete has cured sufficiently so
that repairs can be made without damage to adjacent areas.
2. Correct low areas in unformed surfaces during, or immediately after completion of surface
finishing operations by cutting out the low areas and replacing with fresh concrete. Finish
repaired areas to blend into adjacent concrete. Where the concrete has already set and repairs are
required,sawcut around the perimeter of the area to be repaired to a 1/2-inch depth and remove
concrete so that the minimum thickness of the repair is 1/2-inch. Apply specified concrete repair
mortar in accordance with the manufacturer's directions and recommendations.
3. Repair defective areas,except random cracks and single holes not exceeding 1-inch diameter,by
cutting out and replacing with fresh concrete. Remove defective areas to sound concrete with
clean,square cuts,and expose reinforcing steel with at least 3/4-inch clearance all around. The
minimum thickness of the repair shall be 1.5-inches. Dampen all concrete surfaces in contact
with patching concrete and brush with the specified bonding agent. Place patching concrete
while the bonding agent is still tacky. Mix patching concrete of the same materials and
proportions to provide concrete of the same classification as the original adjacent concrete.
Place,compact and finish as required to blend with adjacent finished concrete. Cure in the same
manner as adjacent concrete.
4. Repair isolated random non-structural cracks(in members which are not below grade or water
retaining),and single holes not over 1-inch diameter,by the dry-pack method. Groove the top of
cracks,and cut out holes to sound concrete and clean of dust,dirt and loose particles. Dampen
all cleaned concrete surfaces and brush with the specified bonding agent. Place dry pack before
the cement grout takes its initial set. Mix dry pack, consisting of one part portland cement to
v 2-1/2 parts fine aggregate passing a No. 16 mesh sieve,using only enough water as required for
handling and placing. Compact dry-pack mixture in place and finish to match adjacent concrete.
Keep patched areas continuously moist for not less than 72 hours.
5. Structural cracks shall be pressure grouted using an injectable epoxy. Apply in accordance with
the manufacturer's directions and recommendations.
6. Non-structural cracks in below grade and water retaining structures shall be pressure grouted
using hydrophilic resin. Apply in accordance with the manufacturer's directions and
_ recommendations.
7. Determination of the crack type shall be made by the ENGINEER.
8. Assure that surface is acceptable for flooring material to be installed in accordance with
manufacturer's recommendations.
E. Other Methods of Repair:
1. Repair methods not specified above may be used if approved by ENGINEER.
END OF SECTION
+ VC0515S03.300 03300-29 9242007
City of Fort worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
SECTION 03600
GROUT
PART GENERAL
1.01 SCOPE OF WORK
A. Furnish all labor,materials,equipment,and incidentals required,and install grout complete as
shown on the Drawings and as specified herein.
1.02 RELATED WORK
A. Concrete Formwork is included in Section 03100.
B. Concrete Reinforcement is included in Section 03200.
C. Concrete Joints and Joint Accessories are included in Section 03251.
D. Cast-in-Place Concrete is included in Section 03300.
F. Miscellaneous Metals are included in Section 05501.
1.03 SUBMITTALS
A. Submit to the Engineer, in accordance with Section 01300,shop drawings and product data
showing materials of construction and details of indtallation for:
1. Commercially manufactured nonshrink-cementitious grout. The submittal shall include
catalog cuts,technical data,storage requirements,product life,working time after mixing,
temperature considerations,conformity'to required ASTM standards and Material Safety
+ Data Sheet.
2. Commercially manufactured nonshrink epoxy grout. The submittal shall include catalog
cuts,technical data,storage requirements,product life,working time after mixing,
temperature considerations,conformity to required ASTM standards and Material Safety
Data Sheet.
3. Cement grout. The submittal shall include the type and brand of the cement,the gradation
of the fine aggregate,product data on any proposed admixtures,and the proposed mix of
the grout.
4. Concrete grout. The submittal shall include data as required for concrete as delineated in
Section 03300 and for fiber reinforcement as delineated in Section 03200. This includes
the mix design,constituent quantities per cubic yard and the water/cement ratio.
a B. Samples
VC0515S03.600 03600-1 9f24f2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
1. Samples of commercially manufactured grout products when requested by the Engineer.
2. Aggregates for use in concrete grout when requested by the Engineer.
C. Laboratory Test Reports
1. Submit laboratory test data as required under Section 03300 for concrete to be used as
concrete grout.
D. Certifications
1. Certify that commercially manufactured grout products and concrete grout admixtures are
suitable for use in contact with potable water after 30 days curing.
E. Qualifications
1. Grout manufacturers shall submit documentation that they have at least 10 years
experience in the production and use of the proposed grouts that they will supply.
1.04 REFERENCE STANDARDS
A. American Society for Testing and Materials(ASTM)
1. ASTM C33 -Standard Specification for Concrete Aggregates
2. ASTM C150-Standard Specification for Portland Cement _
3. ASTM C531 -Standard Test Method for Linear Shrinkage and Coefficient of Thermal
Expansion of Chemical-Resistant Mortars,Grouts,Monolithic Surfacings,and Polymer
Concretes
4. ASTM C579-Standard Test Method for Compressive Strength of Chemical-Resistant
Mortars, Grouts,Monolithic Surfacings,and Polymer Concretes
5. ASTM C827-Standard Test Method for Change in Height at Early Ages of Cylindrical
Specimens from Cementitious Mixtures —
6. ASTM C1107-Standard Specification for Packaged Dry,Hydraulic-Cement Grout
(Nonshrink) —
7. ASTM D695 -Standard Test Method for Compressive Properties of Rigid Plastics
B. U.S.Army Corps of Engineers Standard(CRD)
1. CRD C-621 -Corps of Engineers Specification for Nonshrink Grout
C. Where reference is made to one of the above standards,the revision in effect at the time of bid
opening shall apply. T
VC0515So3.600 03600-2 saaa007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
_ 1.05 QUALITY ASSURANCE
A. Qualifications
1. Grout manufacturer shall have a minimum of 10 years experience in the production and
use of the type of grout proposed for the work.
B. Services of Manufacturer's Representative
1. A qualified field technician of the nonshrink grout manufacturer,specifically trained in the
installation of the products, shall attend the pre-installation conference and shall be present
for the initial installation of each type of nonshrink grout Additional services shall also
be provided,as required,to correct installation problems.
C. Field Testing
1. All field testing and inspection services required shall be provided by the Owner. The
Contractor shall assist in the sampling of materials and shall provide any ladders,
platforms,etc.,for access to the work. The methods of testing shall comply in detail with
the applicable ASTM standards.
2. The field testing of concrete grout shall be as specified for concrete in Section 03300.
~ 1.06 DELIVERY,STORAGE,AND HANDLING
A. Deliver materials to the jobsite in original,unopened packages,clearly labeled with the
manufacturer's name,product identification,batch numbers,and printed instructions.
B. Store materials in full compliance with the manufacturer's recommendations. Total storage
- time from date of manufacture to date of installation shall be limited to 6 months or the
manufacturer's recommended storage time,whichever is less.
C. Material that becomes damp or otherwise unacceptable shall be immediately removed from the
site and replaced with acceptable material at no additional expense to the OWNER.
D. Nonshrink cement-based grouts shall be delivered as preblended,prepackaged mixes requiring
only the addition of water.
t E. Nonshrink epoxy grouts shall be delivered as premeasured,prepackaged,three component
systems requiring only blending as directed by the manufacturer.
1.07 DEFINITIONS
A. Nonshrink Grout: A commercially manufactured product that does not shrink in either the
plastic or hardened state,is dimensionally stable in the hardened state,and bonds to a clean
base plate.
VC0515S03.600 03600-3 924/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
PART 2 PRODUCTS
2.01 GENERAL
A. The use of a manufacturer's name and product or catalog number is for the purpose of
establishing the standard of quality desired.
B. Like materials shall be the products of one manufacturer or supplier in order to provide
standardization of appearance.
2.02 MATERIALS
A. Nonshrink Cementitious Grout
1. Nonshrink cementitious grouts shall meet or exceed the requirements of ASTM C1107,
Grades B or C and CRD C-621. Grouts shall be portland cement based, contain a pre-
proportioned blend of selected aggregates and shrinkage compensating agents,and shall —
require only the addition of water. Nonshrink cementitious grouts shall not contain
expansive cement or metallic particles. The grouts shall exhibit no shrinkage when tested
in conformity with ASTM C827.
a. General purpose nonshrink cementitious grout shall conform to the standards stated
above and shall be SikaGrout 212 by Sika Corp.; Set Grout by BASF.;Euco NS by
The Euclid Chemical Co.;NBEC Grout by U.S. Grout Corp..
b. Flowable(Precision)nonshrink cementitious grout shall conform to the standards
stated above and shall be Masterflow 928 by Master Builders,Inc.;Hi-Flow Grout by T
the Euclid Chemical Co.; SikaGrout 212 by Sika Corp.;Five Star Grout by U.S. Grout
Corp..
B. Nonshrink Epoxy Grout
1. Nonshrink epoxy-based grout shall be a pre-proportioned,three component, 100 percent
solids system consisting of epoxy resin,hardener,and blended aggregate. It shall have a
compressive strength of 14,000 psi in 7 days when tested in conformity with ASTM D695
and have a maximum thermal expansion of 30 x 10-6 when tested in conformity with —
ASTM C531. The grout shall be Ceilcote 648 CP by Master Builders Inc.;Five Star
Epoxy Grout by U.S. Grout Corp.; Sikadur 42 Grout-Pak by Sika Corp.;High Strength
Epoxy Grout by the Euclid Chemical Co.. _
C. Cement Grout
1. Cement grouts shall be a mixture of one part pordand cement conforming to ASTM C150, -
Types I,II,or III and 1 to 2 parts sand conforming to ASTM C33 with sufficient water to
place the grout. The water content shall be sufficient to impart workability to the grout
but not to the degree that it will allow the grout to flow.
D. Concrete Grout
VC0515S03.600 03600-4 9242007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
1. Concrete grout shall conform to the requirements of Section 03300 except as specified
herein. It shall be proportioned with cement,pozzalan,coarse and fine aggregates,water,
water reducer,and air entraining agent to produce a mix having an average strength of
2,900 psi at 28 days, or 2,500 psi nominal strength. Coarse aggregate size shall be 1/2-in
maximum. Slump should not exceed 5-in and should be as low as practical yet still retain
sufficient workability.
2. Synthetic reinforcing fibers as specified in Section 03200 shall be added to the concrete
grout mix at the rate of 1.5-lb of fibers per cubic yard of grout. Fibers shall be added from
the manufacturer's premeasured bags and according to the manufacturer's
recommendations in a manner that will ensure complete dispersion of the fiber bundles as
single monofilaments within the concrete grout.
E. Water
1. Potable water,free from injurious amounts of oil,acid,alkali,organic matter,or other
deleterious substances.
PART 3 EXECUTION
3.01 PREPARATION
A. Grout shall be placed over cured concrete that has attained its full design strength,unless
otherwise approved by the ENGINEER.
r B. Concrete surfaces to receive grout shall be clean and sound;free of ice,frost,dirt, grease,oil,
curing compounds,laitance and paints;and free of all loose material or foreign matter that
may effect the bond or performance of the grout.
C. Roughen concrete surfaces by chipping, sandblasting, or other mechanical means to ensure
bond of the grout to the concrete. Remove loose or broken concrete. Irregular voids or
projecting coarse aggregate need not be removed if they are sound,free of laitance,and firmly
embedded into the parent concrete.
1. Air compressors used to clean surfaces in contact with grout shall be the oilless type or
equipped with an oil trap in the air line to prevent oil from being blown onto the surface.
D. Remove all loose rust,oil,or other deleterious substances from metal embedments or bottom
of baseplates prior to the installation of the grout.
E. Concrete surfaces shall be washed clean and then kept moist for at least 24 hours prior to the
placement of cementitious or cement grout. Saturation may be achieved by covering the
concrete with saturated burlap bags,use of a soaker hose,flooding the surface,or other
method acceptable to the Engineer. Upon completion of the 24-hour period,visible water
shall be removed from the surface prior to grouting. The use of an adhesive bonding agent in
lieu of surface saturation shall only be used when approved by the Engineer for each specific
location of grout installation.
VC0515S03.600 03600-5 9/24/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
F. Epoxy-based grouts do not require the saturation of the concrete substrate. Surfaces in contact _
with epoxy grout shall be completely dry before grouting.
G. Construct grout forms or other leakproof containment as required. Forms shall be lined or _
coated with release agents recommended by the grout manufacturer. Forms shall be of
adequate strength,securely anchored in place,and shored to resist the forces imposed by the
grout and its placement.
1. Forms for epoxy grout shall be designed to allow the formation of a hydraulic head and
shall have chamfer strips built into forms.
H. Level and align the structural or equipment bearing plates in accordance with the structural
requirements and the recommendations of the equipment manufacturer.
I. Equipment shall be supported during alignment and installation of grout by shims,wedges,
blocks,or other approved means. The shims,wedges,and blocking devices shall be prevented
from bonding to the grout by appropriate bond breaking coatings and removed after grouting —
unless otherwise approved by the ENGINEEER.
3.02 INSTALLATION-GENERAL
A. Mix,apply, and cure products in strict compliance with the manufacturer's recommendations
and this Section.
B. Have sufficient manpower and equipment available for rapid and continuous mixing and
placing. Keep all necessary tools and materials ready and close at hand.
C. Maintain temperatures of the foundation plate,supporting concrete,and grout between 40 and
90 degrees F during grouting and for at least 24 hours thereafter,or as recommended by the
grout manufacturer,whichever is longer. Take precautions to minimise differential heating or
cooling of baseplates and grout during the curing period.
D. Take special precautions for hot weather or cold weather grouting as recommended by the -
manufacturer when ambient temperatures and/or the temperature of the materials in contact
with the grout are outside of the 60 and 90 degrees F range.
E. Install grout in a manner that will preserve the isolation between the elements on either side of
the joint where grout is placed in the vicinity of an expansion or control joint.
F. Reflect all existing underlying expansion,control,and construction joints through the grout.
3.03 INSTALLATION-CEMENT GROUTS AND NONSHRINK CEMENTITIOUS GROUTS
A. Mix in accordance with manufacturer's recommendations. Do not add cement, sand,pea
gravel, or admixtures without prior approval by the ENGINEER. y
B. Avoid mixing by hand. Mixing in a mortar mixer(with moving blades)is recommended. Pre-
wet the mixer and empty excess water. Add premeasured amount of water for mixing,
followed by the grout. Begin with the minimum amount of water recommended by the
VC0515S03.600 03600-6 944/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
manufacturer and then add the minimum additional water required to obtain workability. Do
not exceed the manufacturer's maximum recommended water content.
C. Placements greater than 3-in in depth shall include the addition of clean,washed pea gravel to
the grout mix when approved by the manufacturer. Comply with the manufacturer's
recommendations for the size and amount of aggregate to be added.
D. Place grout into the designated areas in a manner that will avoid segregation or entrapment of
air. Do not vibrate grout to release air or to consolidate the material. Placement should
proceed in a manner that will ensure the filling of all spaces and provide full contact between
the grout and adjoining surfaces. Provide grout holes as necessary.
E. Place grout rapidly and continuously to avoid cold joints. Do not place cement grouts in
layers. Do not add additional water to the mix(retemper)after initial stiffening.
F. Just before the grout reaches its final set,cut back the grout to the substrate at a 45-degree
angle from the lower edge of bearing plate unless otherwise approved by the Engineer. Finish
this surface with a wood float(brush)finish.
G. Begin curing immediately after form removal,cutback,and fmishing. Keep grout moist and
within its recommended placement temperature range for at least 24 hours after placement or
longer if recommended by the manufacturer. Saturate the grout surface by use of wet burlap,
soaker hoses,ponding,or other approved means. Provide sunshades as necessary. If drying
winds inhibit the ability of a given curing method to keep grout moist,erect wind breaks until
wind is no longer a problem or curing is finished.
3.04 INSTALLATION- NONSIJ RINK EPDXY GROUTS
A. Mix in accordance with the procedures recommended by the manufacturer. Do not vary the
ratio of components or add solvent to change the consistency of the grout mix. Do not
overmix. Mix full batches only to maintain proper proportions of resin,hardener,and
aggregate.
B. Monitor ambient weather conditions and contact the grout manufacturer for special placement
procedures to be used for temperatures below 60 or above 90 degrees F.
C. Place grout into the designated areas in a manner that will avoid trapping air. Placement
methods shall ensure the filling of all spaces and provide full contact between the grout and
adjoining surfaces. Provide grout holes as necessary.
D. Minimize"shoulder"length(extension of grout horizontally beyond base plate). In no case
shall the shoulder length of the grout be greater than the grout thickness.
E. Finish grout by puddling to cover all aggregate and provide a smooth finish. Break bubbles
and smooth the top surface of the grout in conformity with the manufacturer's
recommendations.
- VC0515S03.600 03600-7 9/24/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
F. Epoxy grouts are self-curing and do not require the application of water. Maintain the formed
grout within its recommended placement temperature range for at least 24 hours after placing,
or longer if recommended by the manufacturer.
3.05 INSTALLATION-CONCRETE GROUT
A. Installation over existing concrete.
1. Roughen the existing concrete surface as described in paragraph 3.01C.
2. Clean concrete surface such that it is free of ice,frost,dirt, grease,oil,laitance, and free of
all loose material or foreign matter that may affect the bond or performance of the grout.
3. Saturate the concrete surface for at least 24 hours with clean water prior to placement of
concrete grout.
4. Remove any excess and standing water. Substrate shall be saturated surface dry with no -
standing water.
5. Apply a bonding agent in accordance with the manufacturer's recommendations. Bonding
agent shall be Armatec 110 by the Sika Corporation,or equal.
6. Place concrete grout. _
B. Installation over newly constructed underlying concrete.
1. Screed underlying concrete to the grade shown on the Drawings. Provide the surface with
a broomed finish,aligned to drain. Protect and keep the surface clean until placement of
concrete grout.
2. Remove the debris and clean the surface by sweeping and vacuuming of all dirt and other
foreign materials. Wash the surface using a strong jet of water. Flushing of debris into
plant drain lines will not be permitted.
3. Saturate the concrete surface for at least 24 hours prior to placement of the concrete grout.
Saturation may be maintained by ponding,by the use of soaker hoses,or by other -
methods acceptable to the Engineer. Remove excess water just prior to placement of the
concrete grout. Place a cement slurry immediately ahead of the concrete grout so that the
slurry is moist when the grout is placed. Work the slurry over the surface with a broom
until it is coated with approximately 1/16-in to 1/8-in thick cement paste. (A bonding
grout composed of 1 part portland cement, 1.5 parts fine sand,an approved bonding
admixture and water,mixed to achieve the consistency of thick paint,may be substituted t
for the cement slurry.)
C. Provide grout control joints as indicated on the Drawings. _
D. Finish and cure the concrete grout as specified for cast-in-place concrete.
VC0515S03.600 03600-8 9/242007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
3.06 SCHEDULE
A. The following list indicates where the particular types of grout are to be used:
1. General purpose nonshrink cementitious grout: Use at all locations where nonshrink grout
is called for on the plans except for base plates greater in area than 3-ft wide by 3-ft long
and except for the setting of anchor rods,anchor bolts, or reinforcing steel in concrete.
Use for structural column baseplates.
2. Flowable nonshrink cementitious grout: Use under all base plates greater in area than
3-ft by 3-ft. Use at all locations indicated to receive flowable nonshrink grout by the
Drawings. The Contractor,at his/her option and convenience,may also substitute
flowable nonshrink grout for general purpose nonshrink cementitious grout.
3. Nonshrink epoxy grout: Use for the setting of anchor rods,anchor bolts and reinforcing
steel in concrete, and for all locations specifically indicated to receive epoxy grout.
4. Cement grout: Cement grout may be used for grouting of incidental base plates for
structural and miscellaneous steel such as post base plates for platforms,base plates for
beams,etc. It shall not be used when nonshrink grout is specifically called for on the
Drawings or for grouting of primary structural steel members such as columns and girders.
5. Concrete grout: Use for construction joints.
END OF SECTION
VC0515S03.600 03600-9 9R4R007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Siphon Project
SECTION 03740
MODIFICATIONS TO EXISTING CONCRETE
PART 1 GENERAL
1.01 SCOPE OF WORK
A. Furnish all labor,materials,equipment,and incidentals required and cut,remove,repair, or
otherwise modify parts of existing concrete structures or appurtenances as shown on the
Drawings and as specified herein. Work under this Section shall also include bonding new
concrete to existing concrete.
1.02 RELATED WORK
A. Section 01045 -Demolition and Modifications.
B. Section 03100-Concrete Formwork.
_ C. Section 03200-Concrete Reinforcement.
D. Section 03251 -Concrete Joints and Joint Accessories.
T E. Section 03300-Cast-in-Place Concrete.
F. Section 03600-Grout.
G. Section 03930—Concrete Repair and Rehabilitation.
G. Section 05500-Miscellaneous Metal Fabrications.
H. Section 07900-Joint Sealers.
1.03 SUBMITTALS
A. Submit to the Engineer,in accordance with Section 01300,and the detailed methods of
demolition to be used at each location.
B. Submit manufacturer's technical literature on all product brands proposed for use to the Engineer
for review. The submittal shall include the manufacturer's installation and/or application
instructions.
+ C. When substitutions for acceptable brands of materials specified herein are proposed,submit
brochures and technical data of the proposed substitutions to the Engineer for approval before
delivery to the project.
1.04 REFERENCE STANDARDS
A. American Society for Testing and Materials(ASTM)
VC0515S03.740 03740-1 12/2/022
City of Fort Worth
Village Creek Wastewater Treatment Plant -
Trinity River Siphon Project
1. ASTM C881 -Standard Specification for Epoxy-Resin-Base Bonding Systems for Concrete
2. ASTM C882-Standard Test Method for-Bond Strength of Epoxy-Resin Systems Used with _
Concrete by Slant Sheer
3. ASTM D570-Standard Test Method for Water Absorption of Plastics
4. ASTM D638 -Standard Test Method for Tensile Properties of Plastics
5. ASTM D695 -Standard Test Method for Compressive Properties of Rigid Plastics
6. ASTM D732-Standard Test Method for Shear Strength of Plastics by Punch Tool
7. ASTM D790- Standard Test Methods for Flexural Properties of Unreinforced and
Reinforced Plastics and Electrical Insulating Materials
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 QUALITY ASSURANCE
A. No existing structure or concrete shall be shifted,cut,removed,or otherwise altered until _
authorization is given by the Engineer or where directed in the Drawings.
B. When removing materials or portions of existing structures and when making openings in
existing structures, all precautions shall be taken and all necessary barriers, shoring and bracing,
and other protective devices shall be erected to prevent damage to the structures beyond the limits
necessary for-the new work,protect personnel,control dust,and to prevent damage to the
structures or contents by falling or flying debris. Unless otherwise permitted, shown,or
specified,line drilling will be required in cutting existing concrete.
C. Manufacturer Qualifications: The manufacturer of the specified products shall have a minimum —
of 10 years experience in the manufacture of such products and shall have an ongoing program of
training,certifying,and technically supporting the Contractor's personnel.
1.06 DELIVERY, STORAGE,AND HANDLING
A. Deliver the specified products in original,unopened containers with the manufacturer's name, -
labels,product identification,and batch numbers.
B. Store and condition the specified product as recommended by the manufacturer.
PART 2 PRODUCTS
2.01 MATERIALS -
A. General
vc0515So3.740 03740-2 12/2/02
City of Fort Worth
4 Village Creek Wastewater Treatment Plant
Trinity River Siphon Project
1. Materials shall comply with this Section and any state or local regulations.
B. Epoxy Bonding Agent
1. General
a. Provide epoxy bonding agent as specified in Section 03251.
C. Epoxy Paste
1. General
a. Epoxy Paste shall be a two-component,solvent-free,asbestos free,moisture insensitive
— epoxy resin material used to bond dissimilar materials to concrete such as setting railing
posts,dowels,anchor bolts,and all-threads into hardened concrete and shall comply
with the requirements of ASTM C881,Type I,Grade 3,and the additional requirements
specified herein.
2. Material
a. Properties of the cured material:
_ 1. Compressive Properties(ASTM D695): 10,000 psi minimum at 28 days
2. Tensile Strength(ASTM D638): 3,000 psi minimum at 14 days. Elongation at
Break-0.3 percent minimum
3. Flexural Strength(ASTM D790-Modulus of Rupture): 3,700 psi minimum at
14 days
4. Shear Strength(ASTM D732): 2,800 psi minimum at 14 days
5. Water Absorption(ASTM D570): 1.0 percent maximum at 7 days
6. Bond Strength(ASTM C882): 2,000 psi at 14 days moist cure
7. Color: Concrete grey
3. Approved manufacturer's include:
a. Overhead applications: Sikadur Hi-mod LV 31, Sika Corporation,Lyndhurst,New
Jersey; Concresive 1438,Master Builders,Inc.,Cleveland,Ohio;or W.R.Meadows.
b. Sikadur Hi-mod LV 32, Sika Corporation,Lyndhurst,New Jersey;Concresive 1438,
Master Builders,Inc.,Cleveland,Ohio;or W.R.Meadows.
D. Non-Shrink Precision Cement Grout,Non-Shrink Cement Grout,and Non-Shrink Epoxy Grout
are included in Section 03600, Grout.
vcosissos.�ao 03740-3 12/IJ02
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Siphon Project
E. Repair Mortars: See Section 03930.
PART 3 EXECUTION
3.01 GENERAL
A. Cut,repair,reuse,demolish,excavate,or otherwise modify parts of the existing structures or T
appurtenances,as indicated on the Drawings,specified herein,or necessary to permit completion
of the Work. Finishes,joints,reinforcements,sealants,etc.,are specified in respective Sections.
All work shall comply with other requirements of this of Section and as shown on the Drawings.
B. All commercial products specified in this Section shall be stored,mixed,and applied in strict
compliance with the manufacturer's recommendations.
C. In all cases where concrete is repaired in the vicinity of an expansion joint or control joint the
repairs shall be made to preserve the isolation between components on either side of the joint.
D. When drilling holes for dowelstbolts at new or existing concrete,drilling shall stop if rebar is
encountered. As approved by the Engineer,the hole location shall be relocated to avoid rebar.
Rebar shall not be cut without prior approval by the Engineer. Where possible,rebar locations
shall be identified prior to drilling so that drilled hole locations may be adjusted to avoid rebar
interference.
3.02 CONCRETE REMOVAL
A. Concrete designated to be removed to specific limits as shown on the Drawings or directed by the
Engineer, shall be done by line drilling at limits followed by chipping or jack-hammering as
appropriate in areas where concrete is to be taken out. Remove concrete in such a manner that
surrounding concrete or existing reinforcing to be left in place and existing in place equipment is
not damaged.
B. Where existing reinforcing is exposed due to saw cutting/core drilling and no new material is to
be placed on the sawcut surface,a coating or surface treatment of epoxy paste shall be applied to
the entire cut surface to a thickness of 1/2-in.Rebar shall be drilled and grinded to establish
minimum cover requirements prior to application of the surface treatment as detailed in the
Drawings.
C. In all cases where the joint between new concrete or grout and existing concrete will be exposed
in the finished work,except as otherwise shown or specified,the joint shall be grooved and —
grouted after the new concrete placement has fully cured as directed in the Drawings.
D. Concrete specified to be left in place that is damaged shall be repaired by approved means to the
satisfaction of the Engineer.
E. The Engineer may from time to time direct the Contractor to make additional repairs to existing T
concrete. These repairs shall be made as specified or by such other methods as may be
appropriate.
VC0515S03.740 03740-4 12nM `
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Siphon Project
F. All demolished concrete and other demolished materials shall be removed offsite by the
Contractor.
T 3.03 CONNECTION SURFACE PREPARATION
A. Connection surfaces shall be prepared as specified below for concrete areas requiring patching,
repairs or modifications as shown on the Drawings,specified herein, or as directed by the
Engineer.
B. Remove all deteriorated materials,dirt, oil, grease, and all other bond inhibiting materials from
the surface by dry mechanical means,i.e., sandblasting,grinding,etc.,as approved by the
Engineer. Be sure the areas are not less than 1/2-in in depth. Irregular voids or surface stones
need not be removed if they are sound,free of laitance, and firmly embedded into parent
concrete, subject to final inspection.
C. If reinforcing steel is exposed, it must be mechanically cleaned to remove all contaminants,rust,
— etc.,as approved by the Engineer. If any portion of the diameter of the reinforcing steel is
exposed,chip out behind the steel. The distance chipped behind the steel shall be a minimum of
1-in. Reinforcing to be saved shall not be damaged during the demolition operation.
D. Reinforcing from existing demolished concrete that is shown to be incorporated in new concrete
shall be cleaned by mechanical means to remove all loose material and products of corrosion
before proceeding with the repair. It shall be cut,bent,or lapped to new reinforcing as shown on
the Drawings and provided with 1-in minimum cover all around.
_ E. The following are specific concrete surface preparation"methods"to be used where called for on
the Drawings,specified herein, or as directed by the Engineer.Adhesive doweling shall be in
accordance with Section 03200.
a.. Method A: After the existing concrete surface at connection has been roughened and
cleaned,thoroughly moisten the existing surface with water. Brush on a 1/1 6-in layer of
cement and water mixed to the consistency of a heavy paste. Immediately after application
of cement paste,place new concrete or grout mixture as detailed on the Drawings.
b. Method B: After the existing concrete surface has been roughened and cleaned,apply
epoxy bonding agent at connection surface. The field preparation and application of the
epoxy bonding agent shall comply strictly with the manufacturer's recommendations. Place
new concrete or grout mixture to limits shown on the Drawings within time constraints
- recommended by the manufacturer to ensure bond.
c. Where no method is specified or indicated,Method B shall be used.
3.04 GROUTING
A. Grouting shall be as specified in Section 03600.
END OF SECTION
} VC0515S03.740 03740-5 12/M2
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Siphon Project
SECTION 03930
CONCRETE REPAIR AND REHABILITATION
PART 1 GENERAL
1.01 DESCRIPTION
A. Scope:
1. CONTRACTOR shall provide all labor,materials,equipment and incidentals as shown,
specified and required to repair or rehabilitate all existing concrete members and surfaces
identified in the Contract Documents.
2. . CONTRACTOR shall repair all damage to new concrete construction as specified herein,
except that where such repairs are specified in Section 03300,Cast-in-Place Concrete.
B. Coordination:
= 1. Review installation procedures under other Sections and coordinate the installation of
items that must be included with the repair and rehabilitation of concrete.
C. Related Sections:
1. Section 01600,Deliver, Storage and Handling.
2. Section 02050,Demolition and Modifications.
3. Section 03300,Cast-in-Place Concrete.
4. Section 03740,Modifications To Existing Concrete.
1.02 QUALITY ASSURANCE:
A. Reference Standards: Comply with the applicable provisions and recommendations of the
following,except as otherwise shown or specified:
1. ASTM C 109,Test Method for Compressive Strength of Hydraulic Cement Mortars.
2. ASTM C 157,Test Method for Length Change of Hardened Cement Mortar and Concrete.
�. 3. ASTM C 882,Test Method for Bond Strength of Epoxy-Resin Systems Used with
Concrete.
4. ASTM D 412,Test Methods for Vulcanized and Thermoplastic Rubbers and Thermoplastic
Elastomers-Tension.
5. ASTM D 624,Test Method for Tear Strength of Conventional Vulcanized Rubber and
- Thermoplastic Elastomers.
6. ASTM D 903,Test Method for Peel or Stripping Strength of Adhesive Bonds.
VC0515S03.930 03930-1 1?!=
City of Fort Worth
Village Creek Wastewater Treatment Plant T
Trinity River Siphon Project
7. ASTM G 109,Test Method for Determining the Effects of Chemical Admixtures on the
Corrosion of Embedded Steel Reinforcement in Concrete Exposed to Chloride
Environments.
8. A185, Standard Specification for Steel Welded Wire Fabric,Plain,for Concrete
Reinforcement.
9. C596, Standard Test Method for Drying Shrinkage of Mortar Containing Portland Cement.
10. C882, Standard Test Method for Bond Strength of Epoxy-Resin Systems Used with
Concrete by Slant Shear.
B. Construction Tolerances: Construction tolerances shall be as specified in Section 03300 and
03100 except as specified herein and elsewhere in the Contract Documents.
C. Mockups:For each type of mortar system application,prepare an area of at least 10-feet by 10-
feet by an average thickness required for the project.Mockup may be part of the work and if
accepted can be left in place as part of the work.Any unacceptable in-place mockups shall be
replaced at Contractor's expense. -
E. Repair mortar manufacturer's representative shall provide 5(five)project site visits during
construction at the following intervals:
1. At the start of construction to review the project scope and discuss preparation and
application of the repair materials.
2. During initial surface preparation for field review of the surface preparation and its
conformance to manufacturer requirements.
3. During initial repair application for field review of proper mixing and application of the
repair material. Also during the initial curing period for field review of proper curing
procedures.
4. Two additional site visits as requested by the Engineer or Owner.
1.03 SUBMITTALS
A. Shop Drawings: Submit for approval the following:
1. CONTRACTOR shall submit the following:
a. Repair mortar manufacturer's product information and recommended placement
procedures for all repair materials.
b. Submit letter from the repair mortar manufacturer stating that the specified coating or
liner systems are compatible with the proposed repair materials.
c. Repair mortar manufacturer's recommended fabric size for mesh reinforcement.
d. Written description of equipment proposed for hydrodemolition surface preparation.
VC0515S03.930 03930-2 12r1J02
City of Fort Worth
- Village Creek Wastewater Treatment Plant
Trinity River Siphon Project
e. Statements of Qualifications:
1) Shotcrete Nozzleman.
f Mortar system manufacturer's proposed modified test procedures for ASTM C109 and
ASTM C882 test methods.
g. Independent testing laboratory test report.
2. CONTRACTOR shall submit Shop Drawings,when requested by ENGINEER,to show all
methods for supporting existing structures,pipes,etc.,during demolition and repair
activities.
3. CONTRACTOR shall submit schedule of activities and flow diversion and shutdown
requirements of existing facilities to be repaired. Coordinate shutdown and flow diversion
requirements with required cure time of the repair mortars specified herein and the coatings
and liners specified in Section 09800 and 09902.
1.04 PRODUCT DELIVERY,HANDLING AND STORAGE
A. Delivery of Materials:
1. Conform to the requirements of Section 01600 and supplementary requirements below.
_ 2. Deliver all materials to the job site in original,new and unopened packages and containers
bearing manufacturer's name and label, and the following information.
a. Name or title of material.
b. Manufacturer's stock number and date of manufacture.
- c. Manufacturer's name.
B. Storage of Materials:
1. Conform to the requirements of Section 01600 and supplementary requirements below.
2. Store only acceptable project materials on project site.
3. Store in a suitable location approved by ENGINEER. Keep area clean and accessible.
4. Restrict storage to repair materials and related equipment.
5. Comply with health and fire regulations including the Occupational Safety and Health
Act of 1970.
C. Handling of Materials:
1. Conform to the requirements of Section 01600 and supplementary requirements below.
VC0515S03.930 03930-3 12/2/02
City of Fort Worth _
Village Creek Wastewater Treatment Plant
Trinity River Siphon Project
2. Handle materials carefully to prevent inclusion of foreign materials.
3. Do not open containers or mix components until necessary preparatory Work has been
completed and application Work will start immediately.
D. Repair material quantities are provided in the project bid form.Locations and size of repairs are
generally indicated in the Structural Drawings.The actual size and extents of repairs will be _
determined during construction.The Engineer or Owner may choose to apply the quantities
provided in the bid form to different areas within the specified structures not necessarily
identified in the Drawings without additional expense to the Owner.Unit prices established in
the Contract shall be based on the quantities provided and used as the unit cost for price addition
or deduction to actual quantities utilized either above or below the quantities provided.The
amount of actual quantities used will be determined during construction by an official count of
repair material containerstbags used.The Contractor is responsible for maintaining the used
bags for final count with the Owner field representative.
PART 2 PRODUCTS
2.01 REPAIR MORTAR
A. Trowel Grade Repair Mortar: Repair mortar shall be a prepackaged cementitious based product
specifically formulated for the repair of deteriorated or damaged concrete. The repair mortar
shall be a two-component polymer-modified,portland cement, fast setting,non-sag mortar.The
repair mortar shall have the following properties:
1. Minimum Compressive Strength(ASTM C-109)
a. at 1 day: 4,500 psi
b. at 7 day: 8,000 psi
C. at 28 day: 10,000 psi
2. Minimum Flexural Strength(ASTM C-293)at 28 days: 1,100 psi
3. Minimum Slant Shear Bond Strength(ASTM C-882)at 28-days:4,500 psi
B. Low Pressure Spray Mortar: Repair mortar shall be a prepackaged cementitious based product
specifically formulated for the repair of concrete deterioration. The repair mortar shall be a one- _
component cementitious, silica fume enhanced,fiber-reinforced,high-strength, shrinkage
compensated repair mortar.The repair mortar shall have the following properties:
1. Minimum Compressive Strength(ASTM C-109)
a. at 1 day: 4,500 psi
b. at 7 day: 8,000 psi
C. at 28 day: 10,000 psi
2. Minimum Flexural Strength(ASTM C-348)at 28 days: 1,100 psi
VC0515S03.930 03930-4 12/2/02
City of Fort Worth
a Village Creek Wastewater Treatment Plant
Trinity River Siphon Project
3. Minimum Slant Shear Bond Strength(ASTM C-882)at 28-days: 4,500 psi
B. Where the least dimension of the placement in width or thickness,exceeds 4-inches,the repair
mortar shall be extended by addition of aggregate as recommended by the manufacturer.
C. Product and Manufacturer:Provide one of the following:
1. Trowel Grade:
a. SikaRepair 224 Plus as manufactured by Sika Corporation.
b. EMACO S88CI as manufactured by BASF.
2. Low Pressure Spray Applied:
a. SikaRepair 224 Plus as manufactured by Sika Corporation.
b. EMACO S88CI as manufactured by BASF.
D. Alternate repair methods and materials will only be considered with written request by the
Contractor and written approval provided by the Engineer during the bid period.
E. The repair system including mortars,bonding agents and inhibitors must come from the same
manufacturer. Contractor shall verify compatibility of the repair system with the specified
coating/liner system prior to product data submittals.
F. All repair mortar finishes shall be smooth trowel finish.Additional preparation of the finished
surface shall be performed to accommodate the protective coating system surface preparation
requirements.
2.02 PRESSURE INJECTED CRACK REPAIR
A. Hydrophilic Polyurethane Grout
1. Polyurethane grout shall be an acrylic-ester based resin with a maximum viscosity of 50
cps.It shall cure into a flexible rubber-like material that has the potential for unrestrained
increase in volume in excess of 100 percent in the presence of water.
2. Products and Manufacturers: Provide one of the following:
a. Duroseal Inject, as manufactured by BBZ USA,Inc.
b. SikaFix HH,by Sika Corporation.
c. Sealfoam by Deneef Construction Chemicals.
B. Pressure Injected Epoxy
1. Epoxy shall be two component 100%solids,moisture tolerant low-viscosity epoxy resin
adhesive.
2. Provide one of the following products:
a. Sikadur 35 by the Sika Corporation. '
VC0515S03.930 03930-5 12l2/02
City of Fort Worth
Village Creek Wastewater Treatment Plant -
Trinity River Siphon Project
b. Concresive Standard LVI by MasterBuilders.
2.03 EXISTING REBAR REPAIR -
A. The exposed reinforcing repair system shall consist of application of a protective bonding agent.
B. Protective Bonding Agent:
1. Protective bonding agent shall be applied directly to the clean exposed steel and shall be a _
polymer-modified,cementitious bonding agent formulated to provide corrosion protection.
Provide manufacturer recommended application thickness.
2. Product and Manufacturer: Provide one of the following:
a. Sika Armatec 110,2 coats of 20 mil as manufactured by Sika Corporation.
b. Emaco P22,2 coats of 40 mil as manufactured by BASF.
2.04 WATER
A. Clean and free from oil,acid,alkali,organic matter,chlorides or other deleterious substances,
meeting federal drinking water standards.
2.05 ACCESSORIES
A. Mesh Reinforcement: Welded wire fabric with spacing of wires,and wire size in accordance
with ASTM Al85 and ASTM A82,and mortar system manufacturer's recommendations.
Minimum mesh size and spacing shall be 6x6—W6xW6.
B. Tie Wire: 16-gauge galvanized.
C. Mesh Anchors: -
1. Stainless steel Type 304 tie wire anchors.
2. .Manufacturer and Product:Hilti Fastening Systems;HKT-14.
D. Finishing Aid Manufacturer and Product: Master Builders Inc.,Cleveland, OH; CONFILM.
PART 3 EXECUTION
3.01 INSPECTION
A. CONTRACTOR shall examine areas and conditions under which repair Work is to.be installed
and notify ENGINEER,in writing,of conditions detrimental to proper and timely completion of
Work. Do not proceed with Work until unsatisfactory conditions have been corrected in a
manner acceptable to ENGINEER.
3.02 GENERAL
VC0515S03.930 03930-6 12/2/02
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Siphon Project
A. Surface Preparation:
1. The entire area to be repaired shall have all laitance,foreign material,and unsound concrete
removed by chipping,abrasive blasting or hydroblasting. The surface shall be further
roughened to a minimum amplitude of 3/16-inch or as recommended by the manufacturer
where larger amplitude is required. Where repair mortar is used,any additional surface
preparation steps recommended by the manufacturer shall be performed.
2. Where repair mortars are applied and a bonding agent is not required by the repair material
manufacturer,or where the repair mortar manufacturer recommends wet or saturated
surface dry condition,water shall be delivered to the surface continuously for a minimum
of four hours. Where large surface areas are to be repaired,fog spray nozzles mounted on
stands shall be provided in sufficient numbers such that the entire surface to be repaired is
in contact with the fog spray cloud. The concrete shall be prevented from drying until after
the repair operation is completed. Unrepaired surfaces shall be rewetted by water spray on
at least a daily basis. Should more than four days elapse without rewetting the unrepaired
surfaces,the original saturating procedure shall be repeated. All standing water in areas to
be repaired shall be removed prior to placement of repair material. Means to remove
excess water from the structure shall be provided.
3. Where the repair material manufacturer recommends the use of a bonding agent,the
recommendations of both the repair material and bonding agent manufacturers shall be
followed.
B. Care shall be taken to fully consolidate the repair material,completely filling all portions of the
area to be filled.
C. The repair surface shall be brought into alignment with the adjacent existing surfaces to provide
_ a uniform,even surface. The repair surface shall match adjacent existing surfaces in texture and
shall receive any coatings or surface treatments which had been provided for the existing surface
or as specified.
D. Curing:
1. Curing of repair mortar and non-shrink grout shall be according to the manufacturer's
recommendations except that the minimum cure period shall be three days.
2. Curing of other materials shall be according to Section 03300,Cast-in-Place Concrete.
3.03 TREATMENT OF SURFACE DEFECTS
A. Surface defects are depressions in a concrete surface which do not extend all the way through
the member. The depressions can result from the removal of an embedded item,the removal of
an intersecting concrete member,physical damage,unrepaired rock pockets created during
original placement,or spalls from corroded reinforcing steel or other embeds.
B. Preparation:
1. All loose,damaged concrete shall be removed by chipping to sound material.
VC0515S03.930 03930-7 12/=
City of Fort Worth
Village Creek Wastewater Treatment Plant T
Trinity River Siphon Project
2. Where existing reinforcing bars are exposed,concrete shall be removed to minimum of f-
inch all around the bars. If the existing bars are cut through, cracked,or the cross sectional
area is reduced by corrosion by more than 25 percent,the ENGINEER shall be notified
immediately for review.
3. The perimeter of the damaged area shall be score cut to a minimum depth of 0.5-inch and a
maximum depth to not cut any existing reinforcing steel. Existing concrete shall be ,
chipped up to the score line so that the minimum thickness of repair mortar is 0.5-inch.
C. Repair Material:
1. Repair of surface defects shall be made only with repair mortar specified in this Section.
D. All miscellaneous projections,embedded metal projections,anchorages and other items not -
intended to remain as part of the functioning structure shall be removed to 2-inches below the
final concrete surface.Apply bonding agent to the item prior to repair mortar application.
3.04 PATCHING OF HOLES IN CONCRETE
A. For holes larger than 12-inches,refer to the Drawings for reinforcement details.
3.05 PATCHING OF LINED HOLES
A. This Section applies to those openings which have embedded material over all or a portion of
the inside edge.Unless indicated to remain in place on the Drawings or by the ENGINEER,
such embedded materials shall be removed and the remaining hole repaired as specified above.
The requirements for repairing holes in concrete specified above shall apply as modified herein.
B. Where embedded material is allowed to remain,it shall be trimmed back a minimum of 2-inches
from the concrete surface. The embedded material shall be roughened or abraded to promote
good bonding to the repair material. Any substance that interferes with good bonding shall be
completely removed.
C. Any embedded item that is not securely and permanently anchored into the concrete shall be
completely removed.
D. Embedded items which are larger than 12-inches in their least dimension shall be completely
removed,unless they are composed of a metal to which reinforcing steel can be welded. Where
reinforcement is required,it shall be welded to the embedded metal.
E. The following additional requirements apply to concrete members which are in contact with
water or soil.
1. Lined openings,which are less than 4-inches in their least dimension, shall be filled with
epoxy grout.
2. Lined openings which are greater than 4-inches,but less than 12-inches in their least
dimension,shall be coated with an epoxy bonding agent prior to being filled with Class I
non-shrink grout.
VC0515S03.930 03930-8 12/2/02
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Siphon Project
3. Lined openings which are greater than 12-inches in their least dimension shall be coated
with an epoxy bonding agent and shall have a hydrophilic rubber waterstop or bead of
hydrophilic sealant installed to the interior of the opening at the wall centerline,as required
by Section 03251,prior to being filled with any approved repair material.
_ 3.06 REPAIR OF DETERIORATED CONCRETE
A. This Section pertains to concrete which has been damaged due to corrosion of reinforcing steel,
physical damage due to abrasion, and damage due to chemical attack. The only material
acceptable for surface repair is repair mortar as specified herein. Where the repaired surface is
to be subsequently covered with a liner material,the finishing details shall be coordinated with
the requirements of installing the liner material.
B. Surface Preparation:
1. All loose,broken, softened,deteriorated and contaminated concrete shall be removed by
abrasive blasting and chipping down to sound,uncontaminated concrete.
- 2 When the removal of deteriorated concrete is completed, CONTRACTOR shall notify the
ENGINEER,in writing.Two weeks shall be scheduled for the ENGINEER to inspect the
surface,perform testing for acid contamination,determine if additional concrete must be
removed,and to develop any special repair details that may be required. Should it be
determined that additional concrete must be removed to reach sound,uncontaminated
material,another two week period shall be scheduled for further evaluation after the end of
the additional removal.
3. Additional surface preparation shall follow the recommendations of the repair mortar
manufacturer.
4. Isolated areas of exposed reinforcing bars shall be treated as required for repair of
surface defects. If extensive areas of reinforcement are uncovered after removal of
deteriorated concrete,repair methods shall be as specified.
C. Installation of Mesh Reinforcement:
1. For large area spray applied repairs,provide mesh reinforcement when mortar application is
more than 3 inches deep and when existing reinforcement is not exposed.
2. Install mesh anchors in accordance with mesh manufacturer's instructions.
3. Fasten reinforcement to mesh anchors with tie wire.
4. Lap reinforcement a minimum of one mesh spacing and secure with tie wire at intervals no
less than 12 inches.
D. Repair Mortar Placement:
1. The procedures recommended by the manufacturer for the mixing and placement of the
repair mortar shall be followed.
VC0515S03.930 03930-9 12/2/02
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Siphon Project
2. After the initial mixing of the repair mortar, additional water shall not be added to change
the consistency should the mix begin to stiffen.
3. Repair mortar shall be placed to a minimum thickness as recommended by the _
manufacturer,but not less than 0.50-inch. Where removal of deteriorated concrete results
in a repair thickness of less than 0.5-inch to return to original concrete surface location in
isolated areas totaling less than ten percent of the total'repair area,additional concrete shall
be removed to obtain the 0.5-inch thickness. Where the area with repair thickness of less
than 0.5-inch exceeds ten percent of the total repair area,notify the ENGINEER. In any
case,repair mortar shall be added so that the minimum cover over existing reinforcing steel
is 2-inches. CONTRACTOR shall not place repair mortar so as to create locally raised
areas. Where there is a transition with wall surfaces which are not in need of repair,the
repair mortar shall not be feathered at the transition. A score line shall be sawcut to not
less than the minimum repair mortar depth and concrete chipped out to it to form the
transition. Care shall be taken to not cut or otherwise damage any reinforcing steel.
4. The repair mortar shall be placed to an even,uniform plane to restore the member or
surface to its original plane. Tolerance for being out of plane shall be such that the gap
between a 12-inch straight edge and the repair mortar surface does not exceed 0.125-inch
and the gap between a 48-inch straight edge and the repair mortar surface does not exceed
0.25-inch. This shall apply to straight edges placed in any orientation at any location.
E. Finishing:
1. The repair mortar shall receive a smooth, steel trowel finish.Additional surface preparation
of the finished surface will be required to accommodate the protective coating surface
preparation requirements.
2. When completed,there shall be no sharp edges. All exterior corners,such as at
penetrations, shall be made with a 1-inch radius. All interior comers shall be square except
comers to receive PVC lining shall be made with a 2-inch repair mortar fillet.
F. Curing:
1. Curing shall be performed as recommended by the repair mortar manufacturer,except that
the cure period shall be at least 7 days and shall be by means of a continuous fog spray. If
the manufacturer recommends the use of a curing compound,no material shall be used that
would interfere with the bond of the protective coating system or adhesive used for placing
PVC lining,where required.Do not membrane cure.
2. Cure intermediate mortar layers,or lifts, in accordance with the repair mortar manufacturer
recommendations.
3.07 EXISTING REBAR REPAIR
A. Areas where specified surface preparation exposes the existing embedded reinforcing,apply the
protective bonding agent directly to the reinforcing per manufacturers recommended thickness
and application rates after proper cleaning of the reinforcement. Contractor shall coordinate the
work such that repair mortar applications occur within the manufacturer specified period for the -
bonding agent.
VC0515S03.930 03930-10 12/2/02
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Siphon Project
B. For repair mortar application refer to Paragraph 3.06.
3.08 CRACK REPAIR
A. All structural cracks shall be repaired with a pressure injected epoxy application.Follow
manufacturer instructions for surface preparation and application.The Engineer shall identify
structural cracks to be repaired during construction.
B. Concrete-cracks identified by the Engineer as being non-structural may be injected with a
pressure injected hydrophilic resin or polyurethane grout.
C. All cracks shall be assumed to receive a pressure injected epoxy repair unless identified in the
field by the Engineer during construction as being a non-structural crack.
3.09 FIELD QUALITY CONTROL
A. OWNER shall employ a testing laboratory to perform field quality control testing.OWNER will
direct the number of tests and specimens required. CONTRACTOR shall make standard
compression test specimens as specified below,under the direct inspection by OWNER
representative. CONTRACTOR shall furnish all necessary assistance required by testing
agency. CONTRACTOR shall also provide all labor,material and equipment required
including rods,molds,thermometer, curing in a heated storage box,and all other incidentals
required. Above will be subject to approval by ENGINEER. CONTRACTOR shall famish all
necessary storage,curing,-and transportation required by the testing.
B. Field tests of repair mortar:
1. Compression test specimens will be taken during construction from the first placement of
each type of mortar,and at intervals thereafter as selected by the ENGINEER to ensure
continued compliance with these specifications. The specimens will be made by the
OWNER or its representative.
- 2. Compression tests and fabrication of specimens for repair mortar will be performed as
specified in ASTM C 109. A set of three specimens will be made for each test. Tests shall
be made at 7 days,28 days,and additional time periods as appropriate.
3. All material, already placed,which fails to meet the requirements of these specifications, is
subject to removal and replacement at the cost of CONTRACTOR.
4. CONTRACTOR shall be responsible for the cost of any additional tests and investigation
on Work performed which does not conform to the requirements of the specifications.
CONTRACTOR shall supply all materials necessary for fabricating the test specimens.
5. Perform adhesion bond test on the repair mortar'after it is installed and fully cured in
accordance with the International Concrete Repair Institute"Guide to Using In-Situ Pull-
Off Tests to Evaluate Bond of Concrete Surface Materials",and ACI 503R.Number and
location of tests shall be determined by the OWNER.
END OF SECTION
VC0515So3.930 03930-11 12/2/02
DIVISION 5
METALS
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
SECTION 05051
CONCRETE ANCHORAGES
PART 1 -GENERAL
1.01 DESCRIPTION
_ A. Scope:
1. CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown on
the Drawings, specified, and required to furnish and install anchor bolts and concrete inserts.
} B. This Section includes all anchor bolts and inserts required for the Work,but not specified under
other Sections.
C. The types of Work using the anchor bolts, toggles and inserts include, but are not limited to the
following:
1. Rails.
2. Stop logs.
3. Hangers and brackets.
4. Equipment.
5. Piping.
` 6. Grating and floor plate.
7. Electrical,Plumbing and HVAC Work.
8. Metal,wood and plastic fabrications.
D. Related Sections:
1. Section 05501,Miscellaneous Metal Fabrications.
2. Section 06500,Fiberglass Reinforced Structural Plastics.
1.02 QUALITY ASSURANCE
A. Reference Standards: Comply with the applicable provisions and recommendations of the
following,except as otherwise shown and specified.
1. ASTM A 36, Specification for Carbon Structural Steel.
2. ASTM A 123, Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel
Products.
3. ASTM A 153, Specification for Zinc Coating(Hot-Dip)on Iron and Steel Hardware.
VC0515So5.051 05051-1 9/24/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
4. ASTM A 307, Specification for Carbon Steel Bolts and Studs,60,000 psi Tensile Strength.
5. ASTM A 484, Specification for General Requirements for Stainless and Heat-Resisting
Steel Bars,Billets and Forgings.
6. ASTM A 525, Specification for General Requirements for Steel Sheet, Zinc-Coated
(Galvanized)by the Hot-Dip Process.
7. ASTM A 536, Specification for Ductile Iron Castings.
8. ASTM A 570, Specification for Steel, Sheet and Strip, Carbon, Hot-Rolled, Structural
Quality.
9. ASTM B 633, Specification for.Electrodeposited Coatings of Zinc on Iron and Steel.
10 ASTM F 593, Stainless Steel Bolts;Hex Cap Screws,and Studs.
11. Federal Specification FF-S-325 for Concrete Expansion Anchors.
12. Federal Specifications WW-H-171E for Malleable Iron.
13. ICBO,International Conference of Building Officials.
14. International Building Code.
B. Inserts shall be ICBO,UL or FM approved.
1.03 SUBMITTALS
A. Shop Drawings: Submit for approval the following:
1. Setting drawings and templates for location and installation of anchorage devices cast with
concrete.
2. Copies of manufacturer's specifications, load tables, dimension diagrams and installation
instructions for the devices.
3. Copies of ICBO, UL or FM Reports certifying load carrying capacities and installation
requirements for the anchorage devices.
PART 2-PRODUCTS
2.01 DESIGN CRITERIA
A. When the size, length or load carrying capacity of an anchor bolt or concrete insert is not shown
on the Drawings,provide the following:
1. For anchor bolts (cast-in-place), provide the size, length and capacity required to carry the
design load based on the values and requirements given in the International Building Code.
VC0515S05.051 05051-2 9/24/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
2. For concrete anchors (adhesive types) and concrete inserts, provide the size, length, type,
and capacity required to carry the design load based on the values and requirements given in
the ICBO Evaluation Report, or similar certifications by UL or FM;for the anchor to be
used. Alternately the capacity may be based on independent testing lab capacities for
tension and shear strength using a minimum safety factor of four. Consideration of reduced
capacity due to spacing and edge distance shall be made.
B. Determine design loads as follows:
1. For.equipment anchors, use the design load recommended by the equipment manufacturer
and approved by ENGINEER.
2. For pipe hangers and supports, use one half of the total weight of. pipe, fittings, and water
contained in pipe,plus the full weight of valves and accessories located between the hanger
or support in question.
3. Allowances for vibration are included in the safety factor specified above.
4. Concrete anchors shall develop ultimate shear and pull-out loads of not less than the
following values in 4,000 psi concrete:
Bolt Diameter Min. Shear Min.Pull-Out Load
Inches (Pounds) Pounds
1/2 5,000 7,600
5/8 8,000 12,000
3/4 11,500 17,000
7/8 15,700 20,400
1 20,500 28,400
2.02 APPLICATION
A. Where a concrete anchor is shown on the Drawings,install anchor bolt unless noted otherwise.
B. Anchor Bolts(cast-in-place):
1. Where an anchor bolt is indicated, only a cast-in-place anchor bolt shall be used, unless
another anchor type is accepted by the ENGINEER.
2. Provide anchor bolts as shown on the Drawings or as required to secure structural steel to
concrete.
C. Adhesive Anchors:
1. Use where shown on the Drawings.
2. Use where subject to vibration or where buried or submerged.
3. Use for pipe supports.
4. Use in concrete.
5. Shall not be used in ceilings.
VC0515So5.051 05051-3 9/24/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
6. Shall not be used for pipe hangers.
D. Concrete Inserts:
1. Use for pipe hangers and tension supports.
2.03 MATERIALS
A. Anchor Bolts:
1. Provide stainless steel bolts and hardware complying with ASTM F 593, AISI Type 316
headed or non-headed .type with nitronic 60 stainless steel nuts and locknuts, unless
otherwise indicated.
2. For equipment, provide anchor bolts, which meet the equipment manufacturer's —
recommendations for size,material,and strength.Anchors shall be Type 316 stainless steel.
3. Provide anchor bolts as shown on the Drawings or as required to secure structural steel to r
concrete or masonry.
4. Locate and accurately set the anchor bolts using templates or.other devices as required.
5. Protect threads and shank from damage during installation of equipment and structural steel.
6. Comply with manufacturer's required embedment length and necessary anchor bolt
projection.
B. Adhesive Anchors:
1. Provide stainless steel adhesive anchors complying with ASTM F 593, AISI Type 316 with
nitronic 60 stainless steel nuts and lockouts.
2. Anchors shall be of the size required for the concrete strength specified.
3. Adhesive anchors shall consist of threaded rods or bolts anchored with an adhesive system
into hardened concrete or grout-filled masonry. The adhesive system shall use a two-
component adhesive mix and shall be injected with a static mixing nozzle following
manufacturer's instructions. The embedment depth of the rod/bolt shall provide a minimum
allowable bond strength that is equal to the allowable tensile capacity of the rod/bolt,unless
noted otherwise on the Drawings.
4. Product and Manufacturer:
a. M HY-150 Injection Adhesive Anchor System,as manufactured by Hilti.
b. Acrylic Tie,as manufactured by Simpson.
c. No substitutes will be considered.
D. Concrete Inserts: -
1. For piping, grating, floor plate and masonry lintels,provide malleable iron inserts. Comply
with Federal Specification WW-H-171E (Type 18). Provide those recommended by the
manufacturer for the required loading.
2. Finish shall be black.
VC0515S05.051 05051-4 9R4R007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
3. Product and Manufacturer: Provide inserts by one of the following:
a. Figure 282,as manufactured by ITT Grinnell.
b. No. 380, as manufactured by Hohmann and Barnard,Incorporated.
E. Powder activated fasteners and other types of bolts and fasteners not specified herein shall not be
used,unless approved by ENGINEER.
F. Expansion anchors will not be allowed.
PART 3 -EXECUTION
3.01 INSPECTION
A. CONTRACTOR shall examine areas and conditions under which anchor bolts, toggle bolts and
concrete insert Work is to be installed, and notify ENGINEER, in writing, of conditions
detrimental to proper and timely completion of Work. Do not proceed with Work until
unsatisfactory conditions have been corrected in a manner acceptable to ENGINEER.
3.02 INSTALLATION
A. Assure that embedded items are protected from damage and are not filled in with concrete.
B. Use concrete inserts for pipe hangers and supports for the pipe size and loading recommended by
the insert manufacturer.
C. For the adhesive anchors and adhesive material, CONTRACTOR shall comply with the
manufacturer's installation instructions on the hole diameter and depth required to fully develop
the tensile strength of the adhesive anchor or reinforcing bar. CONTRACTOR shall properly
clean out the hole utilizing a wire brush and compressed air to remove all loose material from the
hole,prior to installing adhesive capsules or material.Refer to the Drawings for details.
D. Use torque wrench for all anchor installations and torque to manufacturer recommendations.
3.03 CLEANING
A. After embedding concrete is placed,remove protection and clean bolts and inserts.
3.04 FIELD QUALITY CONTROL
A. OWNER shall employ a testing laboratory to perform field quality testing of installed anchors.
Field engineer or OWNER inspector is to determine the level of testing which is required for the
various types of adhesive anchors and anchor bolts. A minimum of ten percent of the adhesive
anchors are to be tested to 60 percent of the ultimate tensile capacity of the adhesive as published
in the manufacturer's catalogue.
B. If failure of any of the adhesive anchors occurs, CONTRACTOR will be required to pay for the
costs involved in testing the remaining 90 percent.
C. CONTRACTOR shall correct improper workmanship, remove and replace, or correct as directed
by the ENGINEER, all adhesive anchors found unacceptable or deficient,at no additional cost to
the OWNER.
VC0515So5.051 05051-5 9/24/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant -
Trinity River Parallel Siphon Project
D. CONTRACTOR shall pay for all corrections and subsequent tests-required to confirm the -
integrity of the adhesive anchor.
E. The independent testing and inspection agency shall complete a report on each area. The report
should summarize the observations made by the inspector and be submitted to ENGINEER.
F. Provide access for the testing agency to places where Work is being produced so that required
inspection and testing can be accomplished.
END OF SECTION —
VC0515So5.051 05051-6 9/24/2007 R
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
SECTION 05501
MISCELLANEOUS METAL FABRICATIONS
PART 1 -GENERAL
1.01 DESCRIPTION
A. Scope:
1. CONTRACTOR shall provide all labor,materials,equipment and incidentals as shown on the
Drawings,specified and required to furnish miscellaneous metal fabrications,including surface
preparation and shop priming.
B. The extent of miscellaneous metal fabrications Work is shown on the Drawings and includes items
fabricated from iron,steel and aluminum shapes,plates,bars,castings and extrusions,which are not a
part of the structural steel or other metal systems covered by other Sections of these Specifications.
C. The types of miscellaneous metal items include,but are not limited to the following:
1. Embedded metals and frames.
2. Bollards.
D. Related Sections:
1. Section 05051,Concrete Anchorages.
y 2. Section 09902,Field Painting.
1.02 QUALITY ASSURANCE
A. Reference Standards: Comply with the applicable provisions and recommendations of the following,
except as otherwise shown and specified:
1. ASTM A 36, Specification for Carbon Structural Steel.
2. ASTM A 153, Specification for Zinc Coating(Hot-Dip)on Iron and Steel Hardware.
3. ASTM A 240,Specification for Heat-Resisting Chromium and Chromium Nickel Stainless Steel
Plate, Sheet and Strip for Pressure Vessels.
4. ASTM A 276, Stainless and Heat-Resisting Steel Bars and Shapes.
5. ASTM A 320, Specification for Alloy Steel Bolting Material for Low Temperature Service.
6. ASTM B 209, Specification for Aluminum and Aluminum-Alloy Sheet and Plate.
7. ASTM B 211, Specification for.Aluminum and Aluminum-Alloy Bars,Rods and Wire.
8. ASTM B 221,Specification for Aluminum-Alloy Extruded Bars,Rods,Wire,Shapes and Tubes.
9. AWS D1.1, Structural Welding Code.
+ VC0515S05.501 05501-1 W242007
City of Fort Worth
Village Creek Wastewater Treatment Plant -
Trinity River Parallel Siphon Project
10. NAAMM,Metal Finishes Manual.
11. OSHA.
B. Field Measurements:
1. Take field measurements where required prior to preparation of Shop Drawings and fabrication
to ensure proper fitting of the Work.
C. Shop Assembly:
1. Preassemble items in the shop to the greatest extent possible,so as to minimize field splicing and
assembly of units at the project site. Disassemble units only to the extent necessary for shipping and handling limitations. Clearly mark units for reassembly and coordinated installation.
1.03 SUBMITTALS
A. Shop Drawings: Submit for approval the following:
1. Fabrication and erection details of all assemblies of miscellaneous metal Work Include plans,
elevations, and details of sections and connections. Show anchorage and accessory items.
Include setting drawings and templates for location and installation of miscellaneous metal items _
and anchorage devices.
2. Copies of manufacturer's specifications, load tables, dimension diagrams, anchor details, and
installation instructions for products to be used in miscellaneous metal Work
PART 2-PRODUCTS
2.01 MATERIALS -
A. Steel Plates, Shapes and Bars: ASTM A 36.
B. Aluminum:
1. Alloy and Temper: Provide alloy and temper as shown on the Drawings or specified, or as
otherwise recommended by the aluminum producer or finisher.
2. Extruded Shapes and Tubes: ASTM B 221.
3. Plate and Sheet: ASTM B 209.
4. Bars,Rods and Wire: ASTM B 211.
C. Stainless Steel Plates, Sheets and Bars: ASTM A 240 or A 276, Type 304L or Type 316 stainless
steel.
1. Submerged or intermittently submerged: Type 316 stainless steel.
VC0515So5.501 05501-2 9/24/2007
.r City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
2. Non-submerged: Type 304L stainless steel unless otherwise noted in the Drawings to be Type
316.
-- D. Stainless Steel Fasteners and Fittings: ASTM A 320.
E. Zinc Coated Hardware: ASTM A 153.
F. Surface Preparation and Shop Priming: All steel shall be primed in the shop. Surface preparation and
shop priming requirements are included herein,but are specified in Section 09902.
2.02 MISCELLANEOUS METAL ITEMS
A. Bollards: Provide 8-inch diameter,Schedule 40 black steel pipe,4-feet-0-inches above grade,4-feet-
0-inches below grade. Fill with concrete and mound top. Bollards shall be primed in the shop.
Surface preparation and painting shall conform to the requirements of Section 09902.
y B. Miscellaneous Framing and Supports:
1. Provide miscellaneous metal framing and supports,which are not a part of the structural steel
framework and are required to complete the Work.
2. Fabricate miscellaneous units to the sizes,shapes and profiles shown on the Drawings or,if not
shown on the Drawings,of the required dimensions to receive adjacent grating,plates,hatches,
or other work to be retained by the framing. Except as otherwise shown on the Drawings,
fabricate from structural shapes, plates, and bars, of all welded construction using mitered
comers,welded brackets and splice plates and a minimum number of joints for field connection.
Cut,drill and tap units to receive hardware and similar items to be anchored to the Work.
3. Equip units with integrally welded anchors for casting into concrete or building. Furnish inserts
if units must be installed after concrete is placed.
y a. Except as otherwise shown on the Drawings, space anchors, 18-inches on centers, and
provide units the equivalent of 1-1/4 by 1/4 by 8-inch strips.
b. Use Type 316 stainless steel frames and supports unless indicated otherwise in the
w Drawings.
C. Fasteners and Fittings: Provide Type 316 stainless'steel unless otherwise shown on the Drawings or
specified.
D. Surface Preparation and Shop Priming: All miscellaneous metal fabrications shall be primed in the
shop. Surface preparation and shop priming requirements are included herein,but are specified in
Section 09902.
PART 3 -EXECUTION
-- 3.01 INSTALLATION
VC0515So5.501 05501-3 9a42007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
A. Set miscellaneous metal fabrications accurately in location,alignment and elevation,plumb,level,true _
and free of rack,measured'from established lines and levels. Brace temporarily or anchor temporarily
in formwork where fabrications are to be built into concrete,masonry or similar construction.
B. Anchor securely as shown on the Drawings or as required for the intended use, using concealed
anchors wherever possible.
C. Fit exposed connections accurately together to form tight hairline joints. Weld steel connections,
which are not to be left as exposed joints, but cannot be shop welded because of shipping size
limitations. Grind steel joints smooth and touch up shop paint coat. Do not weld,cut or abrade the
surfaces of exterior units,which have been hot-dip galvanized after fabrication,and are intended for
bolted or screwed field connections.
END OF SECTION
VC0515So5.501 05501-4 9rz42007
DIVISION 6
WOOD AND PLASTICS
City of Fort Worth
- Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
SECTION 06500
FIBERGLASS REINFORCED STRUCTURAL PLASTICS
PART1 GENERAL
1.01 SCOPE OF WORK
A. Furnish all labor,materials, equipment,and incidentals necessary to install the fiberglass
reinforced plastic products as shown on the contract drawings and specified herein.
B. Fiberglass reinforced plastic shall be known as FRP throughout this Section.
C. The work of this Section includes but is not necessarily limited to:
_ 1. FRP covered gratings.
2. FRP guardrail systems.
1.02 RELATED WORK
A. Miscellaneous Metals are included in Section 05501.
1.03 SUBMITTALS
A. Submit for approval, in accordance with Section 01300,complete shop drawings of all FRP
gratings and related FRP components as specified herein. Include material strength and test data,
physical properties,dimensions, chemical resistance test data,and material composition. Show
panel and framing member layouts and complete installation and connection details.
B. For grating,submit the manufacturer's published literature,including structural design data and
load/deflection tables.
C. For concrete anchor systems, see Section 05051.
D. Submit two 12-in square samples of covered grating for approval of color,quality,and style of
grating.
E. Submit installation manuals and procedures applicable to the products to be installed under this
Section.
1.04 REFERENCE STANDARDS
A. American Society for Testing and Materials(ASTM)
1. ASTM D2584-Standard Test Method for Ignition Loss of Cured Reinforced Resins
2. ASTM E84-Test Method for Surface Burning Characteristics of Building Materials
3. ASTM D638 -Standard Test Method for Tensile Properties of Plastics.
VC0515S06.500 06500-1 9/24/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
4. ASTM D790-Standard Test Methods for Flexural Properties of Unreinforced and -
Reinforced Plastics and Electrical Insulating Materials.
5. ASTM D792-Standard Test Methods for Density and Specific Gravity(Relative Density)
of Plastics by Displacement.
1.05 PERFORMANCE REQUIREMENTS
A. FRP grating shall be capable of supporting a uniform live load of 200 psf or a 3004b
concentrated load,applied independently,at the given span.
B. Grating deflection shall not exceed 1/4-in under a uniform live load of 100-psf for spans up to
48-in and 3/8-in for spans exceeding 48-in.
C. FRP grating shall be constructed to provide complete wetting of the glass by the resin and
providing for chemical resistance. Fiberglass reinforcement shall be continuous roving or
continuous strand mat. Resin shall include an ultraviolet(UV)inhibitor,and the grating shall be
protected with a synthetic surfacing veil for UV light resistance. Fiberglass shall have a flame
spread rating of 25 or less when tested per ASTM E84.All exposed surfaces shall be smooth and
true to form.
D. All FRP materials shall be resistant to chemicals and solutions typically encountered at
wastewater treatment-plants. The FRP manufacturer shall confirm the selected resins and FRP
materials for the proposed applications. Submit for review and approval,technical data and/or
test results confirming the chemical resistance of the FRP materials.
E. The work of this Section shall be coordinated with the work of other Sections.Verify at the site
dimensions and work of other trades adjoining items of work in this section before fabrication
and installation of items specified herein.
1.06 DELIVERY AND STORAGE
A. Deliver and store materials in conformance with the manufacturer's recommendations.
B. Store all items free from contact with soil and water. Store adhesives,resins, and related
materials in dry, indoor,temperature controlled storage facilities.
PART 2 PRODUCTS
2.01 MATERIALS
A. FRP covered grating shall be a molded polyester grating with an integrally molded,nonporous,
nonslip surface. Glass content shall be between 25 and 35 percent as determined by
ASTM D2584. Minimum depth of grating shall be 1-1/2-in or as specified in the Drawings.
Material color shall be yellow unless otherwise approved or noted. Molded covered grating shall
be Chemdeck Covered Grating using Chemgrate FS-25 resin,.as manufactured by Fibergrate
Composite Structures,Inc.,Addison,Texas; or equal.
VC0515S06.500 06500-2 9/24/07 '
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
B. FRP guardrail systems shall comply with the following:
1. Tensile Strength: 30,000 psi per ASTM D638
2. Tensile Strength(full section in bending): 20,000 psi at 75 degrees F
3. Modulus of Elasticity 2,300,000 psi at 75 degrees F and 1,800,000 psi at 125 degrees F.
4. Barcol Hardness—50
5. Water Absorption—0.75 percent(by weight)—ASTM D349
6. Specific Gravity— 1.66—ASTM D792
C. FRP Guardrail/Handrail Systems shall also comply with the following:
1. FRP handrailing shall be Duradek Handrail System by AFC Inc., similar by Imco or
engineering approved equal. System shall withstand a 250 lbs load applied at any point,in
any direction to the top rail with a maximum deflection of L/360. System shall also
withstand a separate lateral loading of 50 pounds per linear foot applied to the top rail.
Manufacturer shall submit fabrication drawings and calculations sealed by a registered
engineer licensed in the state of Texas.
2. System shall be composed of 2-in square FRP tubes; solid FRP connector plugs snugly
fitting the inside dimensions of tubes; solid 0.49-in diameter FRP connector rods;and
flattened corrugated 0.125-in thick,4-in high,FRP kickplates with 0.5-in deep corrugations
and stainless steel drive rivets for fastening to posts. Provide FRP sleeves for removable
connections to concrete and provide FRP baseplate assemblies with stainless steel fasteners
for wall connections and for slab connections where shown. Provide approved epoxy
cement for all tube,plug and rod connections and epoxy grout for post connections set in
concrete.
3. Fabricate with continuous posts and top rail,with intermediate rails cut between posts.
Miter comers and direction changes neatly. Provide for rail expansion as required with
internal plugs cemented one side and square,resin sealed,tube ends. Provide for kickplate
expansion as detailed.Note areas not to have kickplate as shown in the Drawings.
4. Use adhesive anchors for post mounting.Provide miscellaneous bolts,nuts and washers as
_ required. Anchor size shall be a minimum 3/8"diameter. Provide all fastener components
in Type 316/316L stainless steel.
D. Stainless steel components shall be in accordance with Section 05501.
PART 3 EXECUTION
3.01 FABRICATION
A. All supplied FRP products shall be designed and fabricated by a single manufacturer and shall
conform to the manufacturers published standards.
VC0515S06.500 06500-3 9/24/07
City of Fort Worth
Village Creek Wastewater Treatment Plant -
Trinity River Parallel Siphon Project
3.02 INSTALLATION
A. All FRP products shall be installed in accordance with the recommendations of the FRP
manufacturer.
B. All FRP shall be installed securely and shall be level,plumb,and true to line. Fasten grating to
supports at a maximum spacing of 2-ft on center and with a minimum of four clips per grating
panel. All metal fasteners and connectors shall be Type 316 stainless steel.
C. All cut surfaces shall be coated and sealed with a resin sealant of equivalent corrosion resistance.
END OF SECTION
VC0515S06.500 06500-4 9/24/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Anchored Plastic Lining For Concrete Structures And Pipe
SECTION 06640
ANCHORED PLASTIC LINING FOR CONCRETE STRUCTURES AND PIPE
PART1 GENERAL
1.01 SCOPE OF WORK
A. Furnish all labor,materials,equipment,and incidentals required for installation of premolded
self-anchoring plastic sheet linings,to be applied to the surfaces of cast-in-place reinforced
concrete structures and pre-cast manufactured concrete pipe where noted on the Drawings.
B. The Contractor shall be responsible for obtaining the services of a qualified and authorized
technical representative of the lining system manufacturer,to perform the duties as specified
herein.
C. Anchored plastic lining shall be installed at new interior concrete surfaces of structures and
concrete pipes where noted on the Drawings, including application at the following structures:
1. Box DDD Junction Structure
- 2. Box ED2 Turning Structure
3. Box ED3 Siphon Structure
4. Concrete Pipes
1.02 RELATED WORK
A. Concrete and concrete accessories are included in Division 3.
B. Concrete pressure pipe and fittings are included in Section 02613.
1.03 SUBMITTALS
A. Submit shop drawings and product data,in accordance with Section 01300,covering each of the
materials to be furnished and the installation instructions and details for the lining system.
Include manufacturer's recommended details of attachment of the linings to the forms,sealing or
welding of the butt and corner joints,lining terminations,and terminations at metal embedments.
B. Submit the name,summary of experience,and manufacturer's certification of the manufacturer's
technical representative to be assigned to this project.
C. Submit experience records and training certification for each applicator of the lining system.
D. Submit certification upon completion of installation that the lining has been tested and is free of
pinholes and holidays.
VC0515S06.640 06640-1 9t26107
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Anchored Plastic Lining For Concrete Structures And Pipe
E. Submit warranty certificate providing the warranty as specified herein. ,
1.04 QUALITY ASSURANCE
A. The anchored plastic lining system shall be the Amer-Plate T-Lock System as manufactured by
Ameron Protective Linings Division. No substitutions will be permitted without prior written
approval by the Engineer.
B. The accepted plastic sheet manufacturer's standard printed specifications covering the installation
of the lining in concrete structures and pipe shall be considered as being incorporated herein and
all work for and in connection with said plastic lining installation shall be strictly in accordance
therewith. Such manufacturer's specifications shall include and cover application of sheets to
concrete forms, including preparation of forms,joint welding,and removal of forms;
miscellaneous requirements covering transportation,handling,storing,and inspection;and
necessary precautions with respect to ventilation and protection of workmen.
C. All work performed in connection with the installation of lining system,including the
preparation of surfaces and the sealing and welding of joints,shall be performed by the
manufacturer of the lining system or by a firm or individual who has been trained and certified
by the lining system manufacturer. _
D. The Contractor shall provide the services of a qualified technical representative of the lining
system manufacturer to review the project,the materials,and the procedures to be used,prior to
installation;to certify each individual installing the lining;to direct and approve all lining
installation. The manufacturer's representative shall be available for consultation during
installation of the lining system and shall inspect the completed installation. Additionally,the
manufacturer's representative shall be onsite at least 2 days during the first week of welding of
lining joints.
1.05 SYSTEM DESCRIPTION
A. The lining system shall consist of a polyvinyl chloride(PVC)membrane that is anchored to the
concrete in accordance with the lining system manufacturer's standard installation procedures,
unless otherwise noted. The lining shall be free of pinholes and holidays.
B. The lining system shall protect the concrete from damage when exposed to hydrogen sulfide,grit
abrasion, and municipal wastewater and sludge from domestic and industrial sources. The lining
shall be resistant to degradation due to exposure to ultraviolet light. The lining shall withstand
exposure to atmospheric conditions and shall provide protection from the following:
Chemical Solution Concentration
Sulfuric acid 20 percent*
Sodium hydroxide 5 percent
Ammonium hydroxide 5 percent*
Nitric acid 1 percent*
Ferric chloride 1 percent
Soap 0.1 percent
Detergent(linear alkyl benzyl sulfonate or LAS) 0.1 percent
Bacteriological Biochemical oxygen demand(BOD)not
VC0515S06.640 06640-2 9/26/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Anchored Plastic Lining For Concrete Structures And Pipe
Chemical Solution Concentration
less than 700 parts per million(ppm)
*Volumetric percentages of concentrated reagents
1.06 DELIVERY, STORAGE,AND HANDLING
A. The material shall be delivered to the job in original unopened containers with labels intact.
Lining system components shall be protected against direct sunlight,freezing, or excessive heat.
Materials shall be stored in accordance with the labels on each material container and per the
manufacturer's recommendations. Material temperatures shall be between 70 degrees F and
90 degrees F immediately prior to application.
B. Lining for concrete pipe shall be installed at the factory with the joints being sealed and tested in
the field:
1.07 WARRANTY
A. The lining system shall be warranted against defects in materials and in lining performance for a
period of 2 years from the date of final acceptance by the Owner. Any defects found during the
warranty period shall be repaired by the lining applicator using approved methods, at no
additional cost to the Owner.
PART 2 PRODUCTS
2.01 MATERIALS
A. All liner plates famished shall be composed of chemically inert synthetic resin,pigments,and
plasticizers suitably compounded and processed;formed under pressure into permanently
flexible sheets;white in color,and shall conform to the following:
1. Premolded plastic sheet linings shall be Amer-Plate "T-Lock,"not less than 0.065-in thick,
as manufactured by Ameron,Protective Linings Division,Brea,California,or equal.
2. Welding strip shall be Amer-Plate"T-Lock"welding strip,or equal.
.B. Polyvinyl chloride resin shall constitute not less than 99 percent by weight of the resin used in
the formulation. Copolymer resins shall not be permitted.
_ C. Liner plates shall have locking extensions integrally molded or extruded with the sheets.
D. Termination strips and corner strips shall be in accordance with the manufacturer's standard
details.
PART 3 EXECUTION
3.01 INSTALLATION AT CONCRETE STRUCTURES
A. Plastic sheets shall be set and properly secured to the concrete contact faces of the forms that
form the surfaces to be lined. The sheets shall be placed with the smooth face next to the form
VC0515S06.640 06640-3 9/26/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Anchored Plastic lining For Concrete Structures And Pipe
and so that the line of tees on the back side of the sheets will be vertical in the walls. The sheets
shall be butt jointed without more than 1/4-in opening in any joint between adjacent sheets and
the sheets held in place with nails placed within 1/8-in of the edge of the sheets. After all sheets
are in place on the form being lined,the joints between sheets shall be sealed on the back side
with a 1-in wide welding strip heat-welded over the joints.
B. Termination strips shall be provided at all discontinuous edges of the sheets and wherever plastic
sheets adjoin surfaces which are not plastic lined,such as at metal embedments or pipe
penetrations,as required to prevent liquid penetration behind the liner. Manufacturer's standard
termination strips and corner strips shall be installed in accordance with the manufacturer's
recommendations.
C. Where possible,the form to be lined shall be set in place,the lining attached, and all lining joints
covered before the reinforcing steel is installed. The outer form shall then be set in place and the
form ties installed through the liner in the normal manner. The number of form ties used shall be
held to the minimum.
D. The lining installation and sealing shall be such that a continuous plastic lining is provided and
that entrance of concrete or mortar between the lining and the form is prevented.
E. Forms shall be removed in a careful manner and not before the concrete has attained sufficient
strength and has been properly cured. Finishing nails used to hold the liners in place on the
forms may pull out with the forms but if not,shall be removed afterwards. The small nail heads
should come through the plastic liner sheet easily.
F. After the forms have been removed,the exposed butt joints in the liner, including nail and form
tie holes,shall be sealed with welding strip,heat-welded over the areas involved. Sealing shall
be such that a continuous plastic lining is provided. Workmanship shall be neat and of the
highest quality.
G. Application of liner plate to concrete surfaces by means of adhesive shall be used only where
approved by the Engineer and shown on approved shop drawings and shall be performed in
accordance with the manufacturer's recommended procedures.
3.02 INSTALLATION AT CONCRETE PIPE
A. The entire interior surface of concrete pipe shall be sealed and protected with plastic lining in
accordance with the lining manufacturer's recommendations. Joints shall be kept at a minimum.
The plastic lining for each length of pipe shall consist of a single sheet of material. Where joints
occur between individual sheets or sections of plastic liner,they shall be continuously heat-
welded,either by lapping adjacent sheets or by using welding strips.
B. The plastic lining shall extend to the end of the interior concrete surface at both bell and spigot
ends of the pipe. To facilitate field welding,a 3-in minimum joint strip extension may be
molded integral with the plastic liner at the spigot end of the pipe. This joint strip shall have no
T-lock ribs on the back of the strip and is intended to lap over the lining of the adjacent pipe for
field welding. These joint extensions shall be made of the same material as used in the specified
T-lock liner plates. The joint strip shall overlap the liner plate of the adjoining pipe a minimum
VC0515S06.640 06640-4 9/26/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Anchored Plastic Lining For Concrete Structures And Pipe
of 1-in. All materials for field welding of joints shall be furnished by the lining material
manufacturer.
C. Care shall be taken in handling and transporting plastic lined pipe sections to prevent damage to
the liner. No interior hooks or other interior lifting device shall be used in handling the pipe;all
handling requiring lifting or suspension shall be done by using exterior slings. No pipe with
damaged lining will be accepted until and unless the damage has been repaired to the satisfaction
of the Engineer.
D. The joint between plastic lined pipe sections shall be prepared in the following manner before
welding the lining joints:
1. The inside joint shall be filled and carefully pointed with cement mortar for the full
circumference of the pipe. The mortar shall not,at any point,extend into the pipe beyond a
straight line connecting the surfaces of the adjacent pipe sections. Mortar shall be allowed
to cure for a minimum of 48 hours.
2. No lining joint shall be welded until after the trench has been backfilled. Pipe joints must
be dry before lining joints are made. All mortar and other foreign material shall be removed
from lining surfaces adjacent to the joint.
E. Field joints in the lining may be either of the following described types:
1. The joint shall be made with a separate 4-in wide joint strip and two 1-in wide welding
strips. The 4-in joint strip shall be centered over the joint,secured to the lining by approved
means,and continuously welded along each edge to the adjacent liner sheets. The width of
the space between the ends of the pipe lining material shall not exceed 2-in. The 4-in joint
strip shall overlap the lining in each pipe a minimum of 1-in.
2. Alternately,the joint shall be made with a lining extension shop-molded to the spigot end of
the pipe. The lining extension shall overlap the lining in the adjacent pipe a minimum of
1-in and shall be welded using a welding strip. The lining extension shall be protected from
damage during installation. Excessive tension and distortion in bending back the strip to
expose the pipe joint during laying and joint mortaring shall be avoided.
F. Where pipes penetrate lined concrete structures,the linings shall be continuously welded to each
other in accordance with the lining manufacturer's recommendations.
G. All welding of joints shall be in conformance with the recommendations of the lining
manufacturer.
3.03 TESTING AND REPAHUNG
A. Repairs
1. All repairs to damaged portions of the linings shall be made and all holes in the linings
sealed before final acceptance of the work in conformity with the lining manufacturer's
instructions and recommendations. The requirement for neat,high quality work is
emphasized.
VC0515S06.640 06640-5 926/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Anchored Plastic Lining For Concrete Structures And Pipe
B. Inspection and Testing _
1. After initial repairs have been completed,all surfaces shall be cleaned and prepared as
required to properly conduct the inspection and testing.
2. All surfaces covered with plastic lining shall be visually inspected by the manufacturer's
field representative and the Engineer. Upon approval,spark testing and pull testing shall be
performed as specified herein.
3. All inspection and testing shall be witnessed by the Engineer. Inspection and testing shall
be performed by individuals approved by the lining system manufacturer.
4. After the structures and/or pipe are installed and backfilled,all surfaces covered with plastic
lining,including welds, shall be tested with an electric holiday detector by trained personnel
provided by the Contractor and performed under the direction the Engineer's site inspector.
The voltage and specific methods of testing shall be as recommended by the manufacturer
of the lining material. In addition,all welds shall be physically tested by nondestructive _
probing. All detected defects,pinholes,and holidays shall be marked for repair.
5. Repair of defects and holidays. The lining applicator shall repair all defects,pinholes,and
holidays in the lining system as recommended by the lining system manufacturer and
approved by the Engineer.
6. Each welding strip and all patches shall be tested for strength. The welding strip shall
extend 2-in below the liner to provide a tab. The force shall be applied normal to the face of
the structure by means of a spring balance. Liner adjoining the welding strip shall be held
against the concrete during application of the force. The 10-lb pull shall be maintained if a
weld failure develops,until no further separation occurs. Defective welds shall be retested
after repairs have been made. Tabs shall be trimmed away neatly after the welding strip has
passed inspection. Inspection shall be made within 2 days after joint has been completed.
7. All lining surfaces shall receive a final cleaning in accordance with the lining
manufacturer's recommendations.
3.04 ON-SITE TRAINING
A. Travel and on-site requirements for Manufacturer's Representative.
1. One(1)trip with two(2)consecutive eight-hour days on site for training Owner's operating
and maintenance personnel.
END OF SECTION
vc0515So6.640 06640-6 9/26/07 -
DIVISION 7
THERMAL AND
MOISTURE PROTECTION
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Dampproofing
SECTION 07100
DAMPPROOFING
PART1 GENERAL
1.01 WORK INCLUDED
A. Furnish labor and materials,equipment,and incidentals necessary to dampproof all
masonry wall surfaces exposed to the exterior of the building. Masonry will be
dampproofed with transparent coating.
- B. Dampproofmg exterior surfaces of backup masonry at exterior masonry cavity walls.
C. Provide vapor barrier membrane at concrete slabs placed on grade.
1.02 QUALITY ASSURANCE [Not Used]
1.03 SUBMITTALS
Submittals shall be in accordance with Section 03100,SUBMITTALS, and shall include
manufacturer's product data sheets and specifications. Furnish complete color charts of
manufacturer's standard stain colors.
1.04 STANDARDS [Not Used}
1.05 DELIVERY AND STORAGE
Products shall be delivered to the site in original un-opened containers having
manufacturer's labels attached. Store in areas where temperature is maintained between
60 and 90 degrees F.
1.06 JOB CONDITIONS
A. Inspect surfaces prior to application of dampproof ng. Do not apply materials to
any surface that is found to be unacceptable. Surfaces shall be clean and dry.
Concrete shall be completely cured. Surfaces shall be free of dirt,dust,and other
contaminates.
B. Test a small portion of the wall surface for proper application. If necessary,
curing agents applied to concrete surfaces shall be removed by light sandblasting
or other approved means.
1.07 OPTIONS [Not Used]
1.08 GUARANTEES [Not Used]
VC0515S07.100 07100-1 9R52007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Dampproofing
PART 2 PRODUCTS
2.01 MATERIALS
A. TRANSPARENT DAMPPROOFING: A liquid compound formulated to seal
the surface of porous materials to prevent absorption of moisture and dirt and
which will not appreciably affect the uncoated color of the material on which it is
used. Material shall be Chemprobe Corp. "Prima-Pell",Pecom"KlereSeal", -
ProSoCo,Inc., "SureKlean"#201, "General Purpose",or equal.
B. STAIN DAMPPROOFING [Not Used] -
C. MASONRY DAMPPROOFING MASTIC: A non-asbestos fibered bituminous
mastic suitable for brush,trowel or spray application,conforming to Fed Spec
SS-A-694-D and ASTM D2823,such as Karnak#83,or equal.
PART 3 EXECUTION _
3.01 PREPARATION
A. Examine surfaces to receive dampproofing and ascertain that they are suitable for
the application of the materials. Before applying dampproofing to exterior
masonry surfaces,test the proposed product on the masonry sample constructed
as part of Section 04010,MASONRY. Test the proposed product on masonry
surface in an area that is obscured from general view. Engineer to approve
sample before beginning the application.
B. Protect adjacent surfaces from over-spray or dripping of dampproofing material
onto other surfaces: Protect dissimilar materials from spray by masking surfaces
while spraying operations are underway. _
3.02 INSTALLATION
A. TRANSPARENT DAMPPROOFING: At all exterior CMU surfaces,apply one
spray coat using spray in strict compliance with manufacturer's printed
instructions.
B. STAIN [Not Used}
C. MASONRY DAMPPROOFING: At Gravity Belt Thickener Building, inside -
surfaces of backup at exterior walls of masonry shall be dampproofed with two
coats of bitumen mastic such as Karnak#83,or equal. After backup has been
installed,including wire reinforcing,the entire outside surface of the backup will
be dampproofed with two coats of mastic,each applied by trowel,roller,or spray
in strict compliance with manufacturer's printed instructions.
VC0515so7.100 07100-2 MU2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Dampproofing
3.03 FIELD QUALITY CONTROL
The coating shall appear uniform in tone without splotches,streaks,or other variations in
tone when viewed from a distance of 10 feet or from ground level. Discolored surfaces
will be corrected to eliminate variations in tone.
END OF SECTION
VC0515SO7.100 07100-3 MU2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Dampproofing
SECTION 07100
DAMPPROOFING
PART1 GENERAL
1.01 WORK INCLUDED
A. Furnish labor and materials,equipment,and incidentals necessary to dampproof all
masonry wall surfaces exposed to the exterior of the building. Masonry will be
dampproofed with transparent coating.
- B. Dampproofing exterior surfaces of backup masonry at exterior masonry cavity walls.
C. Provide vapor barrier membrane at concrete slabs placed on grade.
1.02 QUALITY ASSURANCE [Not Used]
1.03 SUBMITTALS
Submittals shall be in accordance with Section 03100,SUBMITTALS,and shall include
manufacturer's product data sheets and specifications. Furnish complete color charts of
manufacturer's standard stain colors.
1.04 STANDARDS [Not Used}
1.05 DELIVERY AND STORAGE
Products shall be delivered to the site in original un-opened containers having
manufacturer's labels attached. Store in areas where temperature is maintained between
60 and 90 degrees F.
1.06 JOB CONDITIONS
A. Inspect surfaces prior to application of dampproofmg. Do not apply materials to
any surface that is found to be unacceptable. Surfaces shall be clean and dry.
Concrete shall be completely cured. Surfaces shall be free of dirt,dust,and other
contaminates.
B. Test a small portion of the wall surface for proper application. If necessary,
curing agents applied to concrete surfaces shall be removed by light sandblasting
or other approved means.
1.07 OPTIONS [Not Used]
1.08 GUARANTEES [Not Used]
VC0515SO7.100 07100-1 MM2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Dampproofing
PART 2 PRODUCTS _
2.01 MATERIALS
A. TRANSPARENT DAMPPROOFING: A liquid compound formulated to seal
the surface of porous materials to prevent absorption of moisture and dirt and
which will not appreciably affect the uncoated color of the material on which it is
used. Material shall be Chemprobe Corp. "Prima-Pell",Pecom"K1ereSeal",
ProSoCo,Inc., "SureKlean"#201, "General Purpose",or equal.
B. STAIN DAMPPROOFING [Not Used]
C. MASONRY DAMPPROOFING MASTIC: A non-asbestos fibered bituminous
mastic suitable for brush,trowel or spray application,conforming to Fed Spec
SS-A-694-D and ASTM D2823, such as Karnak#83,or equal.
PART 3 EXECUTION
3.01 PREPARATION
A. Examine surfaces to receive dampproofing and ascertain that they are suitable for
the application of the materials. Before applying dampproofing to exterior
masonry surfaces,test the proposed product on the masonry sample constructed
as part of Section 04010,MASONRY. Test the proposed product on masonry
surface in an area that is obscured from general view. Engineer to approve
sample before beginning the application.
B. Protect adjacent surfaces from over-spray or dripping of dampproofing material
onto other surfaces. Protect dissimilar materials from spray by masking surfaces
while spraying operations are underway.
3.02 INSTALLATION
A. TRANSPARENT DAMPPROOFING: At all exterior CMU surfaces,apply one
spray coat using spray in strict compliance with manufacturer's printed
instructions.
B. STAIN [Not Used}
C. MASONRY DAMPPROOFING: At Gravity Belt Thickener Building, inside -
surfaces of backup at exterior walls of masonry shall be dampproofed with two
coats of bitumen mastic such as Karnak#83,or equal. After backup has been
installed,including wire reinforcing,the entire outside surface of the backup will _
be dampproofed with two coats of mastic,each applied by trowel,roller,or spray
in strict compliance with manufacturer's printed instructions.
VC0515S07.100 07100-2 9r2512007 -
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Dampproofing
3.03 FIELD QUALITY CONTROL
The coating shall appear uniform in tone without splotches,streaks,or other variations in
tone when viewed from a distance of 10 feet or from ground level. Discolored surfaces
will be corrected to eliminate variations in tone.
END OF SECTION
VCos 15S07.100 07100-3 9/25f2007
City of Fort Worth
Village Creek Wastewater Treatment
Trinity River Parallel Siphon Project
Joint Sealers
- SECTION 07900
JOINT SEALERS
PART 1 GENERAL
1.01 SECTION INCLUDES
_ A. Sealants and joint backing.
1.02 REFERENCES
A. ASTM C 920-Standard Specification for Elastomeric Joint Sealants; 1998.
B. ASTM C 1193 -Standard Guide for Use of Joint Sealants; 1991 (Reapproved 1995).
C. ASTM D 1667- Standard Specification for Flexible Cellular Materials--Vinyl Chloride
Polymers and Copolymers(Closed-Cell Foam); 1997.
1.03 SUBMITTALS
A. See Section 01300-Administrative Requirements,for submittal procedures.
B. Product Data: Provide data indicating sealant chemical characteristics.
C. Samples: Submit two samples, 1/2 x 6 inch in size illustrating sealant colors for selection.
_ D. Manufacturer's Installation Instructions: Indicate special procedures.
1.04 QUALITY ASSURANCE
A. Maintain one copy of each referenced document covering installation requirements on site.
B. Manufacturer Qualifications: Company specializing in manufacturing the Products specified
in this section with minimum three years documented experience.
C. Applicator Qualifications: Company specializing in performing the work of this section with
minimum five years experience.
1.05 MOCK-UP
A. Construct mock-up with specified sealant types and with other components noted.
B. Locate where directed.
C. Mock-up may remain as part of the Work.
' VC0515S07.900 07900-1 0925/07
City of Fort Worth
Village Creek Wastewater Treatment
Trinity River Parallel Siphon Project
Joint Sealers
1.06 ENVIRONMENTAL REQUIREMENTS
A. Maintain temperature and humidity recommended by the sealant manufacturer during and after _
installation.
1.07 WARRANTY _
A. Correct defective work within a five year period after Date of Substantial Completion.
B. Warranty: Include coverage for installed sealants and accessories which fail to achieve -
airtight seal,exhibit loss of adhesion or cohesion,or do not cure.
PART 2 PRODUCTS
2.01 MANUFACTURERS
A. Silicone Sealants:
1. Bostik: www.bostik.com.
2. Dow Coming Corp: www.dowroming.com.
3. GE Plastics: www.g§plastics.com.
4. Sonnebom Building Products,ChemRex,Inc: www.clemrex.com. -
5. Tremco,Inc: www.tremcosealants.com.
B. Polyurethane Sealants:
1. Bostik: www.bostik.com. _
2. Pecora Corporation: www.pecora.com.
3. Sonnebom Building Products,ChemRex,Inc: www.chemrex.com.
4. Tremco,Inc: www.tremcosealants.com. _
C. Butyl Sealants:
1. Bostik: www.bostik.com.
2. Pecora Corporation: www.pecora.com.
3. Tremco,Inc: www.tremcosealants.com.
VC0515S07.900 07900-2 09/25/07
City of Fort Worth
Village Creek Wastewater Treatment
Trinity River Parallel Siphon Project
Joint Sealers
D. Preformed Compressible Foam Sealers:
1. Emseal Joint Systems,Ltd: www.emseal.com.
2. Sandell Manufacturing Company,Inc.
3. Polytite Manufacturing Corporation.
2.02 SEALANTS
A. General Purpose Exterior Sealant: Polyurethane;ASTM C 920,Grade NS,Class 25,Uses M,
G,and A; single component.
1. Color: Standard colors matching finished surfaces.
2. Applications: Use for:
a. Control,expansion,and soft joints in masonry.
b. Joints between concrete and other materials.
c. Joints between metal frames and other materials.
d. Other exterior joints for which no other sealant is indicated.
B. Exterior Metal Lap Joint Sealant: Butyl or polyisobutylene,nondrying,nonskinning,
noncuring.
1. Applications: Use for:
a. Concealed sealant bead in sheet metal work.
b. Concealed sealant bead in siding overlaps.
C. Bathtub/Tile Sealant: White silicone;ASTM C 920,Uses I,M and A; single component,
mildew resistant.
1. Applications: Use for:
a. Joints between plumbing fixtures and floor and wall surfaces.
D. Interior Floor Joint Sealant: Polyurethane,self-leveling;ASTM C 920,Grade P,Class 25,
Uses T,M and A;single or multi-component.
T 1. Approved by manufacturer for wide joints up to 1-1/2 inches.
_ 2. Color: Standard colors matching finished surfaces.
VC0515So7.900 07900-3 09/25/07
City of Fort Worth
Village Creek Wastewater Treatment
Trinity River Parallel Siphon Project
Joint Sealers
3. Applications: Use for: _
a. Expansion joints in floors.
E. Concrete Paving Joint Sealant: Polyurethane, self-leveling;ASTM C 920,Class 25,Uses T,I, T
M and A;single or multi-component.
1. Color: Gray.
2. Applications: Use for:
a. Joints in sidewalks and vehicular paving.
F. Nonsag Polyurethane Sealant: ASTM C 920,Grade NS,Class 25,Uses NT,I,M,A,G,O;
single component,chemical curing,non-staining,non bleeding,non-sagging type.
1. Color: Standard colors matching finished surfaces.
2. Movement Capability: Plus and minus 25 percent.
3. Service Temperature Range: -40 to 180 degrees F.
4. Shore A Hardness Range: 20 to 35. —
5. Applications: Use for:
a. Joints between precast wall panels.
G. Silicone Sealant: ASTM C 920,Grade NS,Class 25,Uses NT,A, G,M,O;single component, -
solvent curing, non-sagging,non-staining,fungus resistant,non-bleeding.
1. Color: Standard colors matching finished surfaces.
2. Movement Capability: Plus and minus 25 percent.
3. Service Temperature Range: -65 to 180 degrees F.
4. Shore A Hardness Range: 15 to 35.
5. Applications: Use for:
a. Between glass block and precast wall panels. T
2.03 ACCESSORIES
A. Primer: Non-staining type,recommended by sealant manufacturer to suit application.
B. Joint Cleaner: Non-corrosive and non-staining type,recommended by sealant manufacturer;
VC0515S07.900 07900-4 0925/07
City of Fort Worth
Village Creek Wastewater Treatment
Trinity River Parallel Siphon Project
Joint Sealers
compatible with joint forming materials.
C. Joint Backing: Round foam rod compatible with sealant;ASTM D 1667,closed cell PVC;
oversized 30 to 50 percent larger than joint width.
D. Bond Breaker: Pressure sensitive tape recommended by sealant manufacturer to suit
application.
PART 3 EXECUTION
3.01 EXAMINATION
A. Verify that substrate surfaces are ready to receive work.
B. Verify that joint backing and release tapes are compatible with sealant.
3.02 PREPARATION
A. Remove loose materials and foreign matter which might impair adhesion of sealant.
B. Clean and prime joints in accordance with manufacturer's instructions.
C. Perform preparation in accordance with manufacturer's instructions and ASTM C 1193.
D. Protect elements surrounding the work of this section from damage or disfigurement.
3.03 INSTALLATION
_ A. Perform work in accordance with sealant manufacturer's requirements for preparation of
surfaces and material installation instructions.
B. Perform installation in accordance with ASTM C 1193.
C. Measure joint dimensions and size joint backers to achieve the following,unless otherwise
indicated:
1. Width/depth ratio of 2:1.
2. Neck dimension no greater than 1/3 of the joint width.
3. Surface bond area on each side not less than 75 percent of joint width.
D. Install bond breaker where joint backing is not used.
E. Install sealant free of air pockets,foreign embedded matter,ridges,and sags.
F. Apply sealant within recommended application temperature ranges. Consult manufacturer
when sealant cannot be applied within these temperature ranges.
VC0515So7.900 07900-5 09/25/07
City of Fort Worth
Village Creek Wastewater Treatment
Trinity River Parallel Siphon Project
Joint Sealers
G. Tool joints concave.
H. Precompressed Foam Sealant: Do not stretch;avoid joints except at corners,ends,and _
intersections; install with face 1/8 to 1/4 inch below adjoining surface.
3.04 CLEANING
A. Clean adjacent soiled surfaces.
3.05 PROTECTION OF FINISHED WORK
A. Protect sealants until cured.
END OF.SECTION -
VC05 i 5So7.900 07900-6 09/25/07 -
S�HSIi�II�
6 NOISIAIQ
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Siphon Project
SECTION 09800
BONDED PLASTIC LINING FOR CONCRETE STRUCTURES (PVC)
PART 1 GENERAL
- 1.01 SCOPE OF WORK
A. Furnish all labor,materials,equipment,and incidentals required for installation of the bonded
- plastic sheet lining system,to be applied to the surfaces of existing concrete structures where
noted on the Drawings.
B. The Contractor shall be responsible for obtaining the services of a qualified and authorized
technical representative of the lining system manufacturer,to perform the duties as specified
herein.
C. Provide bonded connection between bonded plastic lining and anchored plastic lining
(Section 06640),where products intersect within a structure.
y D. Bonded plastic lining shall be installed at existing concrete surfaces where noted on the
Drawings,including application at the following structures:
1. Influent Box D,DD,E and EE.
1.02 RELATED WORK
A. Section 03740—Modifications to Existing Concrete.
B. Section 03930—Concrete Repair and Rehabilitation.
B. Section 06640-Anchored Plastic Lining for Concrete Structures and Pipe.
1.03 SUBMITTALS
A. Submit shop drawings and product data,in accordance with Section 01300,covering each of the
materials to be furnished and the installation instructions and details for the lining system.
Include manufacturer's recommended details at comers,lining terminations, seams,and metal
embedments.
B. Submit the name,summary of experience,and manufacturer's certification of the manufacturer's
technical representative to be assigned to this project.
C. Submit experience records and training certification for the lining installation contractor and each
applicator of the lining system.
D. Submit certification upon completion of installation that the lining has been tested and is free of
pinholes and holidays.
VC0515S09.800 09800-1 9/24/07
City of Fort Worth
Village Creek Wastewater Treatment Plant T
Trinity River Siphon Project
E. Submit warranty certificate providing the warranty as specified herein.
1.04 REFERENCE STANDARDS
A. American Society for Testing and Materials(ASTM)
1. ASTM C794-Standard Test Method for Adhesion-in-Peel of Elastomeric Joint Sealants
2. ASTM D4258-Standard Practice for Surface Cleaning Concrete for Coating
3. ASTM D4259-Standard Practice for Abrading Concrete -
4. ASTM D4285 -Standard Test Method for Indicating Oil or Water in Compressed Air
B. Steel Structures Painting Council(SSPC)
1. SSPC SP 5 -Surface Preparation Specification No. 5 White Metal Blast Cleaning
C. Where reference is made to one of the above standards,the revision in effect at the time of bid
opening shall apply. _
1.05 QUALITY ASSURANCE
A. The bonded lining system shall be one of the following:
1. The Arrow-Lock Sheet Lining System by Ameron International Protective Linings Products,
Brea,California.
2. The Linabond Vinylthane Mastic Co-Lining System as manufactured by Linabond,Inc.,
Sylmar,California. -
No substitutions will be permitted without prior written approval by the Engineer.
B. The manufacturer's standard printed instructions covering the installation of the lining system in
concrete structures shall be considered as being incorporated herein and all work for and in
connection with said lining system installation shall be in accordance therewith. Such
manufacturer's instructions shall include and cover required surface preparation,installation of
plastic lining and mastic to prepared surfaces,and testing of the installed lining system;
miscellaneous requirements covering transportation,handling,storing,and inspection;and
necessary precautions with respect to ventilation,protection of workers, and control of ambient
conditions. Where there is a discrepancy between the manufacturer's instructions and the
requirements specified herein,the more stringent requirement shall control,unless otherwise
approved in writing by the Engineer.
C. All work performed in connection with the installation of the lining system,including the
preparation of surfaces, shall be performed by an approved contractor using approved applicators
who have been trained and certified by the lining system manufacturer. Only trained and
certified workers shall perform work associated with the lining system.
VC0515S09.800 09800-2 924/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Siphon Project
D. The installation contractor shall have experience in installation of the specified lining system on
a minimum of at least three completed projects. The installation contractor shall be responsible
for all scaffolding, shoring,demolition,cleaning, surface blasting,repair,and application of the
liner system.
E. The Contractor shall provide the services of a qualified technical representative of the lining
system manufacturer to review the project,the materials,and the procedures to be used,prior to
surface preparation or repairs;to approve surface repairs and.surface preparation as they relate to
installation of the lining system;to certify each individual applying the lining;to direct and
approve all lining installation; and to provide the testing of the completed lining installation. As
- a minimum,the manufacturer's field representative shall be onsite during the first full day of
actual surface preparation,during the first 2 full days of actual lining installation, and during the
first 2 full days of welding of lining joints where welding is used,in addition to the specific
duties specified herein. The manufacturer's representative shall be available for consultation at
all times during lining installation. The field representative,shall be certified by the lining system
manufacturer as its qualified representative.
` 1.06 SYSTEM DESCRIPTION
_ A. The lining system shall consist of a polyvinyl chloride(PVC)membrane that is bonded to the
prepared concrete surface in accordance with the lining system manufacturer's standard
installation procedures,unless otherwise noted. The lining shall be free of pinholes and holidays.
B. The lining system shall protect the concrete from damage when exposed to hydrogen sulfide, grit
abrasion, and municipal wastewater and sludge from domestic and industrial sources. The lining
shall be resistant to degradation due to exposure to ultraviolet light. The lining shall withstand
exposure to atmospheric conditions and shall provide protection from the following:
Chemical Solution Concentration
'Sulfuric acid 20 percent*
Sodium hydroxide 5 percent
Ammonium hydroxide 5 percent*
Nitric acid 1 percent*
Ferric chloride 1 percent
Soap 0.1 percent
Detergent(linear alkyl benzyl sulfonate or LAS) 0.1 percent
Bacteriological Biochemical oxygen demand(BOD)not
less than 700 parts per million(ppm)
*Volumetric percentages of concentrated reagents
1.07 DELIVERY, STORAGE,AND HANDLING
A. The material shall be delivered to the job in original unopened containers with labels intact.
Lining system components shall be protected against direct sunlight,freezing,or excessive heat.
Materials shall be stored in accordance with the labels on each material container and per the
manufacturer's recommendations. Material temperatures shall be between 70 degrees F and
90 degrees F immediately prior to application.
— VC0515S09.800 09800-3 9/24/07
City of Fort Worth
Village Creek Wastewater Treatment Plant -
Trinity River Siphon Project
1.08 PROJECT/SITE REQUIREMENTS
A. The lining system and repair mortars shall be applied within the temperature and humidity
conditions as specified herein and as acceptable to the product manufacturer.
B. When necessary,the Contractor shall provide sufficient forced air ventilation prior to and during
the application and curing of repair mortars and the lining system to meet the environmental
conditions specified herein. Unless more restrictive requirements are recommended by the lining
system manufacturer, the lining system installation shall be performed in conformance with the
following:
1. Ambient air temperature during application shall be between 55 degrees F and 90 degrees F.
The ambient air temperature during curing shall be no lower than 45 degrees F.
2. Relative humidity shall not exceed 90 percent.
3. The substrate temperature at the time of application shall be no lower than 45 degrees F and
shall be at least 10 degrees F above the dew point temperature.
4. No dust generation shall be,allowed during the application of repair mortars or mastics.
C. The Contractor shall be responsible for meeting all federal, state,and local regulations,including
OSHA requirements for confined space entry where applicable.
1.09 WARRANTY
A. The lining system shall be warranted against defects in materials and in lining performance for a
period of 2 years from the date of final acceptance. Any defects found during the warranty
period shall be repaired by the lining applicator using approved methods,at no additional cost to
the Owner.
PART 2 PRODUCTS
2.01 MATERIALS
A. The following materials shall be used, subject to approval by the lining system manufacturer:
1. Surface preparation materials. Only materials that have been approved for use by the lining
system manufacturer.
2. Repair mortar. As specified in Section 03930.
3. Lining System
a. Arrow-Lock System
(1) Primer: "Arrow-Lock Master Primer,No. 5101."
(2) Adhesive Mastic: "Arrow-Lock Mastic,No. 9912"(epoxy gel mastic). —
VC0515S09.800 09800-4 9/24/07 —
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Siphon Project
(3) Plastic sheet liner: "Arrow-Lock Sheet Liner"(with a minimum sheet thickness of
65 mils and with integral locking extensions).
b. Linabond System
(1) Primer: "Linabond EP30-HS Epoxy/Urethane Primer."
- (2) Adhesive mastic: "Linabond Mastic"(elastomeric polyurethane mastic).
(3) Surface activator: "Linabond CLA-2 Surface Activator."
(4) Plastic sheet liner: "Linabond Vinylthane Liner"(thermoplastic extruded PVC
sheet,white,with a minimum thickness of 30 mils).
(5) Seam material: "Linabond Mastic Seam Material'(chemical-resistant
polyurethane).
(6) UV blocker: "Linabond No. 55 Aliphatic Top Coat"(liquid UV blocker).
Note: The average dry film thickness of the complete Linabond lining system shall not be
less than 150 mils.
B. Where compressed air is used in surface preparation or cleaning of surfaces,the compressed air
shall be free of oil and water. Check for oil and water in accordance with ASTM D4285.
PART 3 EXECUTION
3.01 SURFACE PREPARATION
A. The existing concrete and repair mortar surfaces shall be prepared as specified and as
recommended by the lining system manufacturer.
B. All surfaces to be lined shall be cleaned in accordance with ASTM D4258 using methods
approved by the lining system manufacturer. Oil and grease shall be completely removed before
mechanical cleaning is started.
C. All fins and other surface projections shall be removed from concrete surfaces to provide a flush
surface before application of lining.
D. All surfaces to be lined shall be abrasive blasted in accordance with ASTM D4259. Abrasive
blasting shall remove all deteriorated concrete down to a hard,gray concrete surface. Soundness
of prepared surfaces shall be checked by impacting with a hammer.
E. Any remaining defective surfaces and spalled areas shall be repaired in accordance with
Section 03930 and as directed by the lining system manufacturer's field representative. Surface
voids and "bug holes"in the finished surface shall be prepared and filled using repair mortar
during surface preparation work or using mastic as a filler material during lining installation, as
recommended by the lining system manufacturer and the filler manufacturer.
VC0515S09.800 09800-5 9/24/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Siphon Project
F. Where the surface profile exceeds 1/4-in in depth,the surface shall be repaired with repair mortar
as specified in Section 03930. Minimum thickness shall be as recommended by the repair mortar
manufacturer and as approved by the lining system manufacturer. Apply mortar as required to
avoid abrupt transitions in the surface profile.
G. Where reinforcing steel is exposed,the exposed steel shall be blast cleaned to a white metal
finish in accordance with SSPC SP 5 and as specified in Section 03930.
H. -A minimum of 1-in thickness of repair mortar shall be applied to surfaces where reinforcing steel
has been exposed.
I. Where surfaces have been repaired with repair mortar,the mortar shall be cured before lining
application may proceed,as recommended by the repair mortar manufacturer and approved by
the lining system manufacturer. The mortar shall have cured as approved by the lining system -
manufacturer,but no less than 3 days,prior to application of the lining system. The repair mortar
surface shall be"sweep blasted"to remove laitance and residue prior to lining installation.
J. All prepared surfaces shall be free from dirt,dust,sand,mud,oil,grease,rust,mill scale,and
other objectionable substances. Prior to application of the lining,the surfaces shall be thoroughly
cleaned by air blasting,or by washing,to remove all dust and residue. The lining shall be applied _.
only to surfaces that are surface-dry.
3.02 INSPECTION OF SURFACE PREPARATION
A. Provide access to the surface of the lining by leaving the installation scaffolding in place for the
duration of the inspection period.
B. Prior to beginning the lining work,the lining system manufacturer's field representative shall
thoroughly inspect all concrete surfaces to be lined. The field representative shall measure the
surface pH, surface moisture,and temperature of the prepared surfaces and shall recommend '
whether application of the lining shall proceed.
C. The pH of the concrete surface shall be between 7 and 11.
D. The lining system manufacturer's field representative shall check the concrete surfaces for
residual laitance by visual inspection,with magnification if necessary, and where applicable,by
primer application on suspect areas.
E. After inspecting and testing the concrete surfaces,the lining system manufacturer shall notify the _
Contractor and the Engineer, in writing,of any defects or discrepancies which will not allow the
work to be completed properly. Commencing of lining installation shall be construed as
acceptance of the surfaces and it shall be the responsibility of the lining applicator to correct any
defect appearing in the surfaces or the lining once the lining installation has begun.
3.03 INSTALLATION OF ARROW-LOCK SYSTEM
A. Mixing and thinning. Where material components are required to be mixed,they shall be mixed
to proper consistency and viscosity in accordance with the lining system manufacturer's
recommendations. Materials shall be thoroughly mixed for the duration recommended by the
manufacturer and shall be remixed periodically during use per manufacturer's recommendations.
VC0515So9.800 09800-6 9/24/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Siphon Project
In no case shall the wet film thickness of applied materials be reduced below the recommended
thickness. Thinning will not be permitted. Material containers shall be kept tightly closed except
while material is being withdrawn.
B. Primer. The primer shall be applied to the prepared concrete surface in accordance with the
lining system manufacturer's recommendations. The primer shall be allowed to become tacky
before the mastic is applied. Do not allow the primer to become contaminated by dust,moisture,
or other foreign substances prior to application of the mastic.
C. Adhesive mastic. The epoxy gel mastic shall be trowel applied to a uniform minimum thickness
of 5/16-in. The application of mastic shall not exceed that area which can be lined before set of
the mastic. Do not let the mastic become contaminated prior to application of the liner.
D. PVC Membrane. The PVC membrane shall be applied in accordance with the lining
manufacturer's recommendations. The sheet lining locking extensions shall be fully embedded
(1/44n)into the mastic. The arrow ribs shall be oriented vertically at vertical concrete surfaces.
E. Seams,terminations,and penetrations. Membrane sheets shall be sized and arranged so as to
minimize seams. The edges of the membrane shall be thoroughly sealed where they abut existing
metal and equipment parts and at exposed edges. The manufacturer's standard end termination
details shall be used where applicable. Use sawcut terminations where practical. All anchor bolt
or other penetrations through the liner shall be sealed per the liner manufacturer's instructions.
Liner joints shall be lapped and hot-air welded using a weld strip in accordance with a Type AL-
2 joint as specified by the lining system manufacturer.
F. Curing of lining system. The fmished lining shall be protected from damage during curing and
shall be cured as recommended by the lining system manufacturer. At least 36 hours of curing
time must elapse before the lined area can be returned to service.
3.04 INSTALLATION OF LINABOND SYSTEM
A. Mixing and thinning. Where material components are required to be mixed,they shall be mixed
- to proper consistency and viscosity in accordance with the lining system manufacturer's
recommendations. Materials shall be thoroughly mixed for the duration recommended by the
manufacturer and shall be remixed periodically during use per manufacturer's recommendations.
In no case shall the wet film thickness of applied materials be reduced below the recommended
thickness. Thinning will not be permitted. Material containers shall be kept tightly closed except
while material is being withdrawn.
B. Primer. The primer shall be applied to the prepared concrete surface in accordance with the
lining system manufacturer's recommendations. The primer shall be-allowed to become tack free
before the mastic is applied. Do not allow the primer to become contaminated by dust,moisture,
or other foreign substances prior to application of the mastic.
C. Surface activator. The surface activator shall be applied to the clean,dry PVC membrane and
shall be allowed to become tack free before placing the membrane against the mastic. Do not let
the activated membrane sheets become contaminated prior to installation. The top surface of any
sheet that will be lapped during installation shall be activated after the sheet is in place.
VC0515S09.800 09800-7 9/24/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Siphon Project
D. Adhesive mastic. The elastomeric polyurethane mastic shall be trowel applied over the entire
contact surface with a minimum film thickness of 120 mils,but no greater than 1/4-in in
thickness. The application of mastic shall not exceed that area which can be lined within a
3-hour time period: Do not let the mastic become contaminated prior to application of the liner,
E. PVC membrane. The PVC membrane shall be applied while the wetting ability of the mastic
base coat is at its optimum and within 3 hours after application of the mastic,unless otherwise
approved by the lining system manufacturer's field representative. The membrane shall provide a
complete seal of the concrete surfaces indicated on the Drawings. Premolded comers shall be
used at all interior and exterior comers and shall be fully lapped at least 3-in with the membrane.
Immediately after application,the membrane shall be thoroughly rolled to remove air inclusions
and to ensure complete adhesion to the mastic.
F. Seams,terminations, and penetrations. Membrane sheets shall be sized and arranged so as to -
minimize seams. For vertical seams,the membrane sheet shall be overlapped at least 4-in in the
direction of flow or moving equipment and shall be fully bonded in the mastic to the adjoining
membrane sheet. For horizontal seams,the upper membrane sheet shall overlap the membrane
sheet below it by 4-in. The edges of the membrane shall be thoroughly sealed where they abut
existing metal and equipment parts and at exposed edges. The manufacturer's standard end
termination details shall be used where applicable. Use sawcut terminations where practical. _
All anchor bolt or other penetrations through the liner shall be sealed per the liner manufacturer's
instructions. All seams,penetrations,and terminations of the membrane shall be sealed with
chemical-resistant seam material.
G. Curing of lining system. The finished lining shall be protected from damage during curing and
shall be cured as recommended by the lining system manufacturer. At least 3 days of curing time
must elapse before the lined area can be returned to service,except that a minimum of 24 hours
curing time may be used at small patches above the liquid surface,where approved by the
Engineer.
3.05 TESTING AND REPAIltING
A. After installation has been completed,all surfaces shall be cleaned and prepared as required to
properly conduct the inspection and testing.
B. All surfaces covered with plastic lining shall be visually inspected by the manufacturer's field
representative and the Engineer. Upon approval,spark testing and adhesion testing shall be
performed as specified herein.
C. All inspection and testing shall be witnessed by the Engineer. Inspection and testing shall be
performed by individuals approved by the lining system manufacturer.
D. Visual inspection. The surface of the liner shall be visually inspected for areas showing poor -
adhesion or incomplete embedment of locking extensions, edge or seam defects,or other
imperfections in the lining that prevent a complete seal of the concrete surfaces.
E. All surfaces covered with plastic lining,including welds, shall be tested with an electric holiday
detector by trained personnel provided by the Contractor and performed under the direction of
the Engineer's site inspector. The voltage and specific methods of testing shall be as -
VC0515S09.800 09800-8 9r24ro7 —
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Siphon Project
recommended by the manufacturer of the lining material. In addition, all welds shall be
physically tested by nondestructive probing.
F. All detected holidays and pinholes shall be marked for repair.
G. The strength of the installed liner shall be tested as follows:
1. Arrow-Lock System Test: Each welding strip and all patches shall be tested for strength.
The welding strip shall extend 2-in below the liner to provide a tab. The force shall be
applied normal to the face of the structure by means of a spring balance. Liner adjoining the
welding strip shall be held against the concrete during application of the force. The 10-lb
pull shall be maintained if a weld failure develops,until no further separation occurs.
Defective welds shall be retested after repairs have been made. Tabs shall be trimmed away
neatly after the welding strip has passed inspection. Inspection shall be made within 2 days
after joint has been completed.
2. Linabond System Test: "Peel"strength tests of the lining shall be conducted in accordance
with ASTM C794 and modified for field test conditions as recommended by the lining
system manufacturer. A minimum of four adhesion tests shall be conducted within each
influent structure Box D,DD and EE. The locations for testing shall be designated by the
Engineer and shall be acceptable to the lining system manufacturer. The lining applicator
shall prepare 1-in wide pulling strips,during the lining installation,as directed by the lining
system manufacturer's field representative. The minimum acceptable value for the"peel"
strength shall be 16 pounds per linear inch. If the lining fails the adhesion test,the cause of
the failure shall be determined and corrected before conducting the test again.
H. Repair of defects and holidays. The lining applicator shall repair all defects,pinholes,and
holidays in the lining system as recommended by the lining'system manufacturer and approved
by the Engineer.
I. In areas where the adhesion test of the Linabond System failed to meet the minimum"peel"
strength value specified and in areas of the Linabond System that have air inclusions larger than
4-in in either direction,the defective lining and mastic shall be removed as directed by the lining
system manufacturer's field representative. The areas shall be relined with a new application of
the lining system,overlapping the adjacent lined areas a minimum of 6-in in all directions and
shall be cured and reinspected as specified herein.
J. Care shall be taken to prevent coating materials from being spilled on adjacent surfaces,
buildings,structures,or facilities. All surfaces so damaged shall be cleaned,repaired,replaced,
or painted as acceptable to the Engineer. Contaminated surfaces shall be cleaned using a clean
solvent on clean rags,followed by wiping with clean,dry rags,unless otherwise recommended by
the lining system manufacturer.
END OF SECTION
VC0515S09.800 09800-9 9Q4/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Siphon Project
SECTION 09800
CONCRETE COATING SYSTEMS (Epoxy)
PART 1 -GENERAL
1.01 SCOPE OF WORK
A. Furnish all labor,materials,equipment,and incidentals required to prepare surfaces and install
special coatings on concrete surfaces,as noted on the Drawings and as specified herein.
B. The following areas shall be coated to the limits shown on the Drawings,using the designated,
special coating systems specified herein:
1. Coat all concrete surfaces inside influent structures Box D,DD,E and EE.
1.02 RELATED WORK
A. Section 03300—Cast-in-Place Concrete.
B. Section 03740—Modifications to Existing Concrete.
+ C. Section 03930—Concrete Repair and Rehabilitation.
1.03 SUBMITTALS
A. Copies of all materials required to establish compliance with these specifications shall be
submitted in accordance with the provisions of Section 01300.
B. Submit subcontractor's name,summary of experience,and qualifications for application of
specified coatings.
C. Submit written certification and experience record of the coating installation contractor and
certification of each applicator by the manufacturer of the coating system.
D. Submittals shall include the manufacturer's published instructions and quality control procedures
and shall meet the following requirements:
1. Instructions must be written and published by the manufacturer for the purpose of giving
complete instruction for the use and application of the proposed coating for the conditions
for which the coating is specified herein.
2. Instructions shall include surface preparation,number of coats,and dry film thickness of
each coat.
3. Limitations,precautions,and requirements that may adversely affect the performance of the
coating shall be clearly and completely stated in the instructions. If the manufacturer's
requirements differ from these specifications,the instructions shall clearly state where
deviations are required. Temperature limitations for minimum and maximum conditions are
to be included.
VC0515so9.800 09800-1 9/24/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Siphon Project
E. Tests
1. Submit results of tests performed on the applied coatings, including dry film thickness tests
and pinhole testing.
2. Submit certification upon completion of installation that the.coating has been tested and is
free of pinholes and holidays.
1.04 REFERENCE STANDARDS
A. American Society for Testing and Materials(ASTM)
1. ASTM D4258 - Standard Practice for Surface Cleaning Concrete for Coating
B. Occupational Safety and Health Administration(OSHA)
1. Safety and Health Standards(29 CFR 1926/1910)
C. Where reference is made to one of the above standards,the revision in effect at the time of bid
opening shall apply.
1.05 QUALITY ASSURANCE
A. The subcontractor performing coatings applications shall have prior experience in the successful
application of coatings of similar consistency and thickness and shall be approved by the coating
manufacturer. Only properly trained personnel shall be used in the Work.
B. Establish quality control procedures and practices to monitor phases of surface preparation,
storage,mixing,application,and inspection throughout'the duration of the project. Provide a
fulltime, onsite person whose responsibilities will include quality control of the coatings system.
C. Quality control procedures and practices must include the following items.All training shall be
performed by a manufacturers certified representative.
1., Training of personnel in the proper storing,mixing,application, and inspection of the
coatings.
2. Training of personnel in the proper surface preparation requirements.
3. Training of personnel in health and safety practices.
D. Pre-Application Conference
1. Prior to start-up of the surface preparation and coating application,a meeting shall be held
with the coating's applicator,Contractor's quality control representative,Engineer,Owner's
representative,and others as required to review the job requirements and procedures. T
2. Parties should review these specifications prior to the Pre-Application Conference to discuss
areas that may be unclear or incomplete. These areas shall be resolved to the satisfaction of
the Engineer prior to start of work.
VC0515So9.800 09800-2 9/24/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Siphon Project
3. The agenda for the Pre-Application Conference shall include, as a minimum,the following:
a. Review of the Project Schedule Related to Coating.
b. Review of Application Schedule.
c. Review of Submittals.
d. Review of Contractor's Quality Control Procedures,including but not limited to:
1. Procedures to maintain temperatures within manufacturer's recommendations are
to be set ahead of time,including temperature control prior to,during,and after
application of the coating.
2. Inspector's Responsibilities and Reporting.
3. Health and Safety Requirements.
�- 4. Surface Preparation.
5. Application.
6. Curing.
7. Testing(including test equipment required).
E. The manufacturer shall provide assistance in training the Contractor's personnel in the
' requirements for proper surface preparation,storing,mixing,and application of the coating
system. A manufacturer's representative shall be present to observe work during the surface
preparation and coating application and shall provide consultation as required for satisfactory
completion of the Work. At the completion of the Work,the coating manufacturer shall certify in
writing that the surface preparation and coating application have been performed substantially in
accordance with the manufacturer's recommendations.
1.06 SYSTEM DESCRIPTION
A. Coating system shall be a quick curing solvent-free aromatic polyurethane coating system with
specific resistance to hydrogen sulfide attack on concrete surfaces. Only systems that are listed as
successfully performing during rigorous testing as by the County Sanitation Districts of Los
Angeles County("Evaluation of Protective Coatings for Concrete"by John Redner,February
1995), or comparable test program,will be considered for approval. Test programs shall include
evaluation of field application,bond to substrate,and resistance to hydrogen sulfide.
B. The coating system shall protect the concrete from damage when exposed to hydrogen sulfide,
grit abrasion,and municipal wastewater and sludge from domestic and industrial sources. The
lining shall withstand exposure to atmospheric conditions and shall provide protection from the
following:
Chemical Solution Concentration
Sulfuric acid 20 percent*
Sodium hydroxide 5 percent
Ammonium hydroxide 5 percent*
Nitric acid 1 percent*
Ferric chloride 1 percent
Soap 0.1 percent
Detergent(linear alkyl benzyl sulfonate or 0.1 percent
LAS)
VC0515S09.800 09800-3 9/24/07
City of Fort Worth _
Village Creek Wastewater Treatment Plant
Trinity River Siphon Project
Bacteriological Biochemical oxygen demand(BOD)
not less than 700 parts per million
(ppm)
*Volumetric percentages of concentrated reagents
1.07 DELIVERY,STORAGE,AND HANDLING
A. Deliver materials in factory sealed containers with manufacturer's labels intact and legible. Date
of manufacture shall be clearly marked on each container.
B. Store materials in a protected area in accordance with manufacturer's recommendations.Coatings
must be stored to conform with local,state,and federal regulations.
1.08 PROJECT/SITE CONDITIONS
A. Environmental Requirements !
1. Apply coatings in accordance with manufacturer's recommendations for surface and
ambient temperature conditions,humidity, surface moisture,and exposure to direct sunlight.
2. Coating application shall meet local air quality regulations.
3. Dispose of all resulting residues in accordance with local and state regulations.
B. Health and Safety Requirements
1. General-The health and safety provisions of OSHA shall be met. Provide and require the
use of protective and life saving equipment for personnel as required by OSHA. _
2. Contractor's Safety Training-Provide safety training for personnel involved in the coatings
system application,including Owner's representatives designated to observe of inspect the
Work. w
1.09 WARRANTY
A. The lining system shall be warranted against defects in materials and in lining performance for a
period of 2 years from the date of system operation startup and exposure to subject chemical.
Any defects found during the warranty period shall be repaired by the lining applicator using --
approved methods,at no additional cost to the Owner. The coating manufacturer shall provide an
on-site quality assurance representative at all times during surface preparation and application of
the coating. -
PART 2-PRODUCTS
2.01 GENERAL
A. Where a selection of coating colors is available,color will be selected by the Owner during the
submittal review.
VC0515S09.800 098004 9C24M
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Siphon Project
B. Compatibility of Coating System. Special coating systems shall be compatible with the concrete
surface preparation methods as specified herein. Any limitations or deviations recommended by
the manufacturer shall be approved in writing by the Engineer prior to surface preparation.
C. Primer shall be as recommended by the manufacturer.
D. Thicknesses specified are the minimum dry film thickness required,unless otherwise noted. Use
greater thicknesses where recommended by the manufacturer or where existing surface
conditions require additional film thicknesses.
2.02 COATING SYSTEM
A. Coating shall be one of the following:
1. Polibrid 705 (Polibrid 607S as primer)by Carboline, St Louis,MO:Minimum 120 mil dft
application.Use manufacturer specified primer system Polibrid 670S Epoxy Primer at
recommended mil thickness application not less than 5 mil.
2. Raven 405: two coats minimum required to achieve a minimum 120 mil dft
application.Primer shall be as recommended by the manufacturer but not less than 5 mils
dft of Aquatapoxy A-10.
3. Chesterton ARC S1HB: Minimum 120 mil dft application.Use ARC Chesterton 797 primer
system at the manufacturer recommended mil thickness but not less than 3 mils.
B. The coating system must be able to be applied over a reasonably rough concrete surface,
minimum CSP-3 or as required by the manufacturer,so that the film is continuous,without
pinholes or breaks,and able to yield a chemically resistant barrier coating resistant to the
applicable service environment.
2.03 BLAST CLEANING ABRASIVES AND DELIVERY AIR
A. Abrasive materials used for blasting shall be graded and free of moisture and contaminants as
determined by vial tests for oil,grease, and dirt.
B. Grade of abrasive material shall be of such size to achieve the specified anchor pattern.
C. Delivery air shall be essentially moisture and oil free as determined by blotter paper test just
downstream of the compressor oil and water separators.
PART 3 -EXECUTION
3.01 COORDINATION OF CONSTRUCTION SEQUENCING
A. Contractor shall coordinate the required cure time of newly placed concrete and repair mortars
with the coating manufacturer and operation sequencing specified in the Drawings.Required
concrete cure time and coating cure times shall be considered to accommodate required
operational and construction sequencing.
3.02 PREPARATION OF EXISTING CONCRETE SURFACES
A. All concrete surface preparation shall be in accordance with the manufacturer's recommendations
and the requirements specified herein,as a minimum.
VC0515So9.800 09800-5 924/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Siphon Project
B. Concrete surfaces shall be cleaned of all dirt,oil, and debris. Clean in accordance with
ASTM D4258,using high pressure(1,000 psi)hot water washing with detergents. r
C. Before surfaces dry,residues shall be removed thoroughly with clean potable water.
D. After cleaning,concrete surfaces shall be abrasive blasted to completely remove existing coating
materials, efflorescence,and foreign materials to parent concrete. A combination of abrasive
blasting and wire brushing may be required at concrete surfaces in tight spaces. -
E. The concrete surfaces shall be inspected by the Owner representative to determine if additional
repairs of surface defects are required. All surface defects shall be repaired to the satisfaction of
the Owner and in accordance with the coating manufacturer's recommendations.Unless
otherwise recommended by the coating manufacturer,patch areas requiring repair in accordance
with Section 03930 using a fast-curing repair mortar.
F. Where recommended by the coating manufacturer,concrete surfaces shall again be brush-blasted
after repair materials have cured.
G. Newly placed concrete shall be allowed to cure sufficiently in accordance with the manufacturer
recommendations prior to coating application to prevent pinholing of the coating due to concrete _
curing. In general,new concrete and repair mortars shall be allowed to cure a minimum of 28-
days prior to coatittg applications unless shorter cure times are specifically allowed for in writing
by the coating manufacturer.
H. Concrete joints shall be prepared in accordance with coating manufacturer's recommendations.
I. Exposed cracks or joints wider than 0.05-in shall be routed to form a groove for sealer in
accordance with the manufacturer's recommendations. Cracks shall be injected per Section
03740 prior to grooving.
J. Fill grooved joints and cracks with a joint sealer approved by the coating manufacturer.
K. Just prior to coating application,the Contractor and the Engineer shall inspect the Work. No -
coating shall be applied until all surface preparation has been completed in accordance with the
contract requirements.
3.03 APPLICATION OF COATINGS
A. All coatings shall be applied in strict accordance with manufacturer's instructions. Number of _
coats,including primers,to achieve the minimum required total mil thickness shall be as
recommended by the manufacturer for maximum corrosion protection and watertightness. A
minimum of two coats will be required,unless otherwise approved in writing by the Engineer.
B. Confum that the ambient temperature,the prepared surface temperature,and the temperature of
the coating material to be applied are within the manufacturer's recommended ranges. Coatings
at concrete surfaces shall be applied at a time of day when the ambient temperature is expected to
be steady or falling.
C. Ensure that pump,hoses,gun,tip,air volume,and pressure are properly matched for the coating
to be applied. Ensure that application equipment has been properly cleaned prior to application
of coating. Test spray pattern for uniformity of distribution.
VC0515S09.800 09800-6 9n4/07 =
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Siphon Project
f D. Where recommended by the coating manufacturer,apply an approved primer to obtain maximum
adhesion.
E. Protect surfaces from rapid drying due to heavy wind or hot sun.
F. Cure coatings in accordance with the manufacturer's recommendations,prior to putting into
service.
3.04 INSPECTION OF WORK
A. The Contractor shall inspect all stages of the Work as part of the quality control procedure. After
the Contractor has had any deficiencies corrected,the Owner representative shall be notified that
the Work is ready for inspection. Provide ample notice for the inspection.
B. The Contractor shall provide all necessary test equipment as recommended by the manufacturer
to ensure a pinhole free surface at the specified minimum dry film thickness and adhesion tests to
ensure adequate bond is obtained.
C. Provide ladders, scaffolding,and other means of access and protection in accordance with OSHA
requirements for inspection of the Work.
D. Each stage of the Work shall be inspected and approved by the Owner representative prior to
proceeding to the next stage of the Work as described herein.
3.05 CLEAN-UP
A. Upon completion,remove all coating where it has splashed, splattered,or spilled on adjacent
surfaces or appurtenances. Surfaces damaged resulting from this clean-up shall also be cleaned,
repaired and refinished to the original or required condition.
B. Remove all tools,scaffolding, surplus materials,and debris from and around the Work, leaving
the area in a clean condition.
END OF SECTION
VC0515S09.800 09800-7 9/24/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Pipeline Crossing(Parallel Siphon)Project
Surface Preparation and Shop Prime Painting
SECTION 09901
SURFACE PREPARATION AND SHOP PRIME PAINTING
PART1 GENERAL
1.01 SCOPE OF WORK
A. Furnish all labor,materials,equipment,and incidentals required for the surface preparation and
application of shop primers on ferrous metals,excluding stainless steel as specified herein and as
shown on the Drawings.
1.02 RELATED WORK
A. Field painting is included in Section 09902.
1.03 SUBMITTALS
A. Submittals for this section shall be coordinated with submittals under Section 09902, such that the
submittal for a paint system covers all requirements for that system.
B. Submit to the Engineer for review in accordance with Section 01300 complete shop drawings,
manufacturer's specifications,and data on the proposed primers and detailed surface preparation,
application procedures,and dry mil thickness.
C. Include information on surface preparation and shop prime painting in the Schedule of Painting
Operations as required in Section 09902.
1.04 REFERENCE SPECIFICATIONS
A. American Society for Testing and Materials(AST I)
1. ASTM D4258—Practice for Surface Cleaning Concrete for Coating
B. Steel Structures Painting Council(SSPC)
1. SSPC-SP-1 -Solvent Cleaning
2. SSPC-SP-6-Commercial Blast Cleaning
3. SSPC-SP-10-Near-White Metal Blast Cleaning
PART 2 PRODUCTS
2.01 MATERIALS
A. Ferrous Metals submerged or subject to splashing:
1. Tnemec
1 Coat: 69-BJ45 Gray Epoxy Primer(4.0-6.0 mils DFT)
VC0515S09.901 09901-1 925/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Pipeline Crossing(Parallel Siphon)Project
Surface Preparation and Shop Prime Painting
or -
1 Coat: 140-1255 PotaPox Plus(6-8 mils DFT per coat)for potable water
2. Carboline
1 Coat: 890(3.5 -4.5 mils DFT)
3. ICI Paints _
1 Coat: Intergard 750HS
or
1 Coat: Glid-Guard Corrosion Resistant HS Epoxy Gray 5466/5469(3.5 -4.5 mils DFT)
4. Sherwin-Williams
1 Coat: Kem Cure High Solids(3.5 -4.5 mils DFT)
5. PPG Industries
1 Coat: DTR 97-148 Series(5 -7 mils DFT)
B. Structural Steel,and Other Ferrous Metals(i.e.,Mechanical Equipment,etc.):
1. Tnemec
1 Coat: 66-BJ45 Gray Epoxy Primer(4.0-6.0 mils DFT)
2. Carboline _
1 Coat: 890(3.5 -4.5 mils DFT)
3. ICI Paints
1 Coat: Intergard 750HS(3.5-4.5 mils DFT)
or
1 Coat: Glid-Guard Corrosion Resistant HS Epoxy Gray 5466/5469(3.5 -4.5 mils DFT)
4 Sherwin-Williams
1 Coat: Recoatable Epoxy Primer(3.5 -4.5 mils DFT)
5. PPG Industries
1 Coat:DTR 97-148 Series(5-7 mils DFT)
C. Repair of cut edges and damage to galvanized steel:
1. Tnemec
1 Coat: 90-97 Tnemec Zinc(2.5-3 mils DFT)
2. Carboline
1 Coat: Galvanox(2.5 -3 mils DFT)
3. ICI Paints
1 Coat: Interzinc 308(2.5-3 mils DFT)
or
1 Coat: Glid-Guard Organic Zinc Rich Coating 5513 (2.5-3 mils DFT)
4. Sherwin-Williams
1 Coat: Zinc Clad 4(2.5 -3 mils DFT)
VC0515S09.901 09901-2 9l25ro7
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Pipeline Crossing(Parallel Siphon)Project
Surface Preparation and Shop Prime Painting
5. PPG Industries
1 Coat: 97-670(2.5 -3 mils DFT)
D. Concrete and Masonry: See Section 09902.
E. Plastic pipe: See Section 09902.
F. Metal surfaces above 250T: See Section 09902.
G. Insulated pipe(non-metallic insulation,and building insulation): See Section 09902.
H. No paint containing lead will be allowed.Oil shall be pure boiled linseed oil.
I. Compatibility of Coating Systems:
1. Shop priming shall be done with primers that are guaranteed by the manufacturer to be
compatible with their corresponding primers and finish coats specified in Section 09902 for
use in the field and which are recommended for use together.
J.Nonprimed Surfaces:
1. Gears,bearings surfaces,and other similar surfaces that are not to be painted shall be given a
heavy shop coat of grease or other suitable rust-resistant coating. This coating shall be
maintained as necessary to prevent corrosion during all periods of storage and erection and
shall be satisfactory to the Engineer up to the time of the final acceptance test.
PART 3 EXECUTION
3.01 APPLICATION
A. Surface Preparation and Priming:
1. Nonsubmerged components scheduled for priming,as defined above,shall be sandblasted
clean in accordance with SSPC-SP-6 "Commercial' immediately prior to priming. Submerged
components scheduled for priming,as defined above,shall be sandblasted clean in accordance
with SSPC-SP-10 "Near White," immediately prior to priming.
2. All metals welds,blisters,etc.,shall be ground and sanded smooth in accordance with SSPC-
SP-10. All pits and dents shall be filled and all imperfections shall be corrected so as to
provide a smooth surface for painting. All rust,loose scale,oil, grease, and dirt shall be
removed by use of approved solvents,wire brushing,or sanding.
3. Surfaces shall be dry and free of dust,oil,grease, dirt,rust,loose mill scale,and other foreign
_ material before priming.
4. Shop prime in accordance with approved paint manufacturer's recommendations.
5. Surface preparation for field painting unprimed surfaces or for touch up shall be as specified
herein.
VC0515S09.901 09901-3 925/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Pipeline Crossing(Parallel Siphon)Project
Surface Preparation and Shop Prime Painting
6. Plastic pipe surfaces shall be lightly sanded before painting.
7. Wood surfaces shall be dry and sanded to a smooth surface. -
8. Pipe to be exposed in the finished work shall be primed in accordance with the requirements
herein. Bituminous-coated pipe shall not be used in exposed locations. Any bituminous _
coated pipe which is inadvertently installed in exposed locations shall be sandblasted clean
before priming and painting.
9. All primed or previously painted surfaces and nonferrous surfaces shall be cleaned prior to
application of successive coats. All nonferrous metals shall be cleaned in accordance with
SSPC-SP-1. Test galvanized steel for treatment or any passivation and handle as required.
10. Shop-coated surfaces shall be protected from damage and corrosion before and after
installation. Damaged areas shall be repaired immediately upon detection. Abraded or
corroded spots shall be cleaned and touched up with the same materials as the shop coat. All
shop coated surfaces which are determined to be faded or discolored or which require more
than minor touch-up,shall receive new surface preparation and be repainted. Cut edges of
galvanized steel and exposed threads and cut ends of galvanized piping,electrical conduit, and -
metal pipe sleeves shall be solvent cleaned in accordance with SSPC-SP-1 and primed.
11. Galvanized steel and stainless steel surfaces shall be cleaned in accordance with SSPC-SP-1.
Such surfaces designated not to be painted shall be cleaned to this standard.
12. Aluminum embedded or in contact with concrete shall be painted with two coats of epoxy as
scheduled in Section 09902.
13. Concrete surfaces to be coated shall receive a brush blast finish. Fill all surface voids and air
holes as recommended by the coating manufacturer. Moisture content at the surface of the
concrete shall be less than 8 percent or as recommended by the coating manufacturer.
Concrete shall be free of dust,oil,curing compounds,and other foreign matter, conforming to
ASTM D4258.
14. Concrete masonry block surface shall be smooth and cleaned of all dust,efflorescence,chalk,
loose mortar,dirt,grease,oil,tar,and other foreign matter,conforming to ASTM D4258.
15. Surface temperature and all other application conditions shall be in accordance with approved
primer manufacturer's recommendations. Enclosures and auxiliary heat shall be utilized as -
necessary to achieve compliance.
B. Field Priming
1. Steel members,metal castings,mechanical and electrical equipment,and other metals that are
shop primed before delivery at the site will not require a prime coat at the site. All piping and
other bare metals to be painted shall receive one coat of primer before exposure to the weather,
and this prime coat shall be the first coat as specified in the painting schedule.
VC0515S09.901 099014 9t25/07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Pipeline Crossing(Parallel Siphon)Project
Surface Preparation and Shop Prime Painting
3.02 FABRICATED AND MANUFACTURED EQUIPMENT
A. Unless otherwise indicated,all fabricated and manufactured equipment shall be shop primed.
Initial finish coats may be shop or site applied. All further coats shall be site-applied. In all cases,
final coat shall be site-applied.
B. Wherever equipment is required to be sandblasted,Contractor shall protect all motors,drives,
bearings,gears,nameplates,and any other parts not required to be painted,from sandblasting and
from the entry of grit. Any equipment found to contain grit shall be disassembled,cleaned and
reassembled.
END OF SECTION
VC0515S09.901 09901-5 90107
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Pipeline Crossing(Parallel Siphon)Project
Field Painting
SECTION 09902
FIELD PAINTING
PART 1 GENERAL
1.01 SCOPE OF WORK
t A. The work of this section consists of furnishing all materials,labor,equipment,and incidentals
required and performing all the field painting necessary to complete this Contract in its entirety.
B. It is the intent of these Specifications to paint all concrete where noted or scheduled,exposed
miscellaneous metal,pipe,fittings,supports,valves,equipment,and all other work obviously
required to be painted unless otherwise specified. Minor items omitted in the schedule of work
shall be included in the work of this Section where they come within the general intent of the
specifications as stated herein.
C. The following surfaces or items are not required to be painted:
1. Portions of metal,other than aluminum,embedded in concrete. This does not apply to the
back face of items mounted to concrete or masonry surfaces which shall be painted before
erection. Aluminum to be embedded in or in contact with concrete or masonry shall be coated
to prevent electrolysis.
2. Stainless steel.
3. Galvanized steel,unless noted otherwise.
4. Fencing.
5. Concealed surfaces of pipe or crawl spaces.
6. Acoustical ceilings.
7. Tile.
8. Concrete floors and concrete surfaces not scheduled or noted to be painted.
9. Finish hardware,except door closers that are not finished.
10. Manhole frames and covers.
11. Fiberglass other than piping.
12. Packing glands and other adjustable parts,and nameplates and data plates of mechanical
equipment.
VC0515S09.902 09902-1 9/25/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Pipeline Crossing(Parallel Siphon)Project
Field Painting
1.02 RELATED WORK
A. Surface Preparation and Shop Prime Painting are included in Section 09901.
B. Waterproofing and Dampproofmg are included in Division 7.
1.03 REFERENCES _
A. American Association of State Highway and Transportation Officials(AASHTO)
B. National Sanitation Foundation(NSF)
1. Standard 61
C. Occupational Safety and Health Act(OSHA)
1. Air Pollution Control Rules
2. Color Coding
1.04 SUBMITTALS
A. Submit to the Engineer for review in accordance with Section 01300 shop drawings,working
drawings,and product data including manufacturer's specifications and data on the proposed
paint systems,application procedures and dry film thickness. Include information on the surface
preparation and shop prime painting as specified in Section 09901,where applicable. Certify that
the systems submitted meet all applicable volatile organic carbon(VOC)regulations. Equivalent
systems are to be submitted at no additional costs to meet any new regulations.
B. Furnish to the Engineer for review one 8-in by 4-in by 16-in concrete block with one coat of the
proposed surfacer and two coats of the proposed epoxy finish in a color selected by the Engineer.
Furnish additional samples until one is approved. This sample,when approved by the Engineer,
shall establish the quality of the painted surface where this application is indicated.
C. Submit to the Engineer for review in accordance with Section 01300 color cards, including
standard and special colors,for initial color selections.
D. Schedule of Painting Operations: Submit to the Engineer for review a complete Schedule of
Painting Operations within 90 days after the Notice to Proceed. This Schedule is imperative so
that the various fabricators may be notified of the proper shop prime coat to apply. Properly notify
and coordinate the fabricators'surface preparation and painting operations with these
Specifications. This Schedule shall include for each surface to be painted,the brand name,the
percent volume of solids,the coverage and the number of coats the Contractor proposes to use in
order to achieve the specified dry film thickness,and color charts. When the Schedule has been
approved,apply all material in strict accordance with the approved Schedule and the
manufacturer's instructions. Wet and dry paint film gauges shall be made available to the Engineer
to verify the proper application while work is in progress.
1.05 SPARE MATERIAL }
A. Furnish one unopened gallon can of each type and each color of paint used.
VC0515S09.902 09902-2 9t25R007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Pipeline Crossing(Parallel Siphon)Project
Field Painting
1.06 PRE-PAINTING CONFERENCE
A. Well in advance of commencement of field painting operations,but after major equipment has
been delivered,a pre-painting conference shall be held. All parties with an interest in the painting
work shall attend, including the Contractor,the Manufacturer,the Owner,the Engineer,and the
painting subcontractor. The Contractor shall contact each party and arrange the meeting.
B. The conference shall include an inspection of the areas to be painted by all parties and a discussion
of the conformance of each area with the specifications. Important issues such as environmental
conditions,climate control systems,original primer,dry film thickness,and monitoring the
number of coats that have been field applied shall be discussed and problems shall be resolved.
C. A written record of the meeting shall be submitted to the Engineer.
PART 2 PRODUCTS
2.01 MATERIALS
A. All painting materials shall be fully equal to those manufactured by the Tnemec Company Inc.,
Carboline Company,ICI Paints, Sherwin-Williams Company,Ameron Paint Company,and PPG
Industries. The painting schedule has been prepared on the basis of Tnemec,Carboline,ICI
Paints, Sherwin-Williams,Ameron,and PPG Industries products and recommendations for
applications. No brand other than those named will be considered for approval unless the brand
and type of paint proposed for each item in the following schedule together with sufficient data
substantiated by certified tests conducted at no expense to the Owner,to demonstrate its equality to
the paint(s)named,is submitted in writing to the Engineer for approval within 30 days after the
signing of the Notice to Proceed. The type and number of tests performed shall be subject to the
Engineer's approval. Color availability to match those colors specified will also be considered as
an important property for equality.
B. All painting materials shall be delivered to the mixing room in unbroken containers,bearing the
manufacturer's brand,date of manufacture and name. They shall be used without adulteration and
mixed,thinned,and applied in strict accordance with manufacturer's directions for the applicable
materials and surface and with the Engineer's approval before using.
C. Shop priming shall be done with primers that are guaranteed by the manufacturer to be compatible
with the finish paints to be used. Refer to Section 09901 for specified primers.
D. No paint containing lead will be allowed. Oil shall be pure boiled linseed oil.
E. Work areas to be used for storage and mixing of painting materials shall be approved by the
Engineer. Materials shall be in full compliance with the requirements of pertinent codes and fire
regulations. Proper containers outside of the buildings shall be provided and used for painting
wastes, and no plumbing fixture shall be used for this purpose.
F. All recommendations of the paint manufacturer in regard to the health and safety of workmen shall
be followed.
VC0515S09.902 09902-3 9252007
City of Fort Worth
Village Creek Wastewater Treatment Plant _
Trinity River Pipeline Crossing(Parallel Siphon)Project
Field Painting
2.02 PAINTING SYSTEMS -
A. All colors will be selected by the Engineer from color charts submitted by the Contractor.
B. The following surfaces shall have the types of paint scheduled below applied at the dry film
thickness(DFT)in mils per coat noted. Some colors will require an additional coat from what is
listed to get the proper color coverage.
1. Cast-in-place concrete and precast concrete walls and ceilings(color shall be white for exterior
exposures).
a. Tnemec
2 Coats: 66-Color Hi-Build Epoxoline(4-6 mils DFT per coat)
b. Carboline
2 Coats: 890(6 mils DFT per coat)
c. ICI Paints
2 Coats: Intergard 760HS(5 mils DFT per coat)
or
2 Coats: Glid-Guard HS Epoxy 5430 Series(4-6 mils DFT per coat)
d. Sherwin-Williams
2 Coats: Sher-Tile Hi Solids Epoxy,B67 Series(4 mils DFT per coat)
e. Ameron
2 Coats: Amercoat 385 (5 mils DFT per coat)
f. PPG Industries
2 Coats: High Build Aquapon7 97-130/139
2. Exterior Exposed Masonry(other siloxanes and silanes by the listed manufacturers are also
acceptable)
a. Sherwin-Williams
2 Coats:BB-100 Water Repellent(200-250 sf/gal per coat)
3. Exterior Masonry-Anti-graffiti coating
a. Tnemec
1 Coat: 130-6602 Masonry Filler(75-80 sf/gal)
1 Coat: 66 Hi-Build Epoxoline(4-6 mils DFT)
1 Coat: 75 Endura Shield(3-5 mils DFT)
b. Carboline
1 Coat: Carboline Sanitile CB Base(80 sf/gal max)
1 Coat: Carboline 890(5 mils DFT)
1 Coat: Carboline 133HB(4 mils DFT)
VC0515S09.902 09902-4 9/25n007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Pipeline Crossing(Parallel Siphon)Project
Field Painting
c. ICI Paints
1 Coat: Bloxfil 4000 HD Acrylic(50-75 sf/gal)
2 Coats: Dev-Thane 378 Semi-Gloss(2-3 mils DFT per coat)
d. Sherwin-Williams
1 Coat: Heavy Duty Block Filler B42W46
2 Coats: Armaglaze 9000(1 -2 mils DFT per coat)
e. Ameron
1 Coat:Amerlock 400 BF
1 Coat: Amercoat 385 (5 mils DFT)
1 Coat:Amershield Graffiti Control coating(5 mils DFT)
4. Interior Exposed Masonry
a. Tnemec
1 Coat: 130-6602 Enviro-Fill @ 75 -85 sq ft/gal
2 Coats: 66-Color Hi-Build Epoxoline(4-6 mils DFT per coat)
b. Carboline
1 Coat: Epoxy Polyamide Catalyzed Masonry Filler(60-80 sq ft/gal)
2 Coats: 890(4-6 mils DFT per coat)
c. ICI Paints
1 Coat: Interlac 895 (60- 80 sq ft/gal)
2 Coats: Intergard 760HS(5 mils DFT per coat)
or
1 Coat: Glid-Tile Basecoat 5512(75 sq ft/gal)
2 Coats: Glid-Guard HS Epoxy 5430 Series(4-6 mils DFT per coat)
d. Sherwin-Williams
1 Coat: Epoxy Ester Masonry Filler/Sealer,B61 Series(60-80 sq ft/gal)
2 Coats: Sher-Tile Hi Solids Epoxy,B67 Series(3 -4 mils DFT per coat)
e. Ameron
1 Coat: Amerlock 400 BF
2 Coats: Amercoat 385 (5 mils DFT per coat)
f. PPG Industries
1 Coat: Epoxy Block Filler 97-685/686
1 Coat: High Build Aquapon7 97-130/139
i 5. Ferrous metals submerged or subject to splashing:
a. Tnemec
2 Coats: 69-Color Hi-Build Epoxoline II(a)(6-8 mils DFT per coat)
or
2 Coats: 140-Color Pota-Pox Plus(6-8 mils DFT per coat)for potable water
b. Carboline
2 Coats: 890(6 mils DFT per coat)
VC0515S09.902 09902-5 9/25/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Pipeline Crossing(Parallel Siphon)Project
Field Painting
c. ICI Paints
2 Coats: Intergard 760HS(7 mils DFT per coat)
or
2 Coats: Glid-Guard HS Epoxy 5430 Series(4-6 mils DFT per coat)
d. Sherwin-Williams _
2 Coats: Kent Cure Hi-Solids(6 mils DFT per coat)
e. Ameron
2 Coats: Amercoat 385 (7 mils DFT per coat)
f. PPG Industries
2 Coats: Direct To Rust 97-144/149 series
6. Exterior nonsubmerged ferrous metals:
a. Tnemec
1 Coat: 69-Color Hi-Build Epoxoline II(4-6 mils DFT)
1 Coat: 75-Color Endura-Shield(3 -5 mils DFT)
b. Carboline
1 Coat: 890(4 mils DFT) r
1 Coat: 133BB(3-4 mils DFT)
c. ICI Paints
1 Coat: Intergard 750HS(5 mils DFT)
1 Coat: Interthane 990HS or Interthane 870HS(2 mils DFT)
or
1 Coat: Glid-Guard Corrosion Resistant HS Epoxy 5466/5469(4-6 mils DFT)
1 Coat: Glid-Guard High Solids Urethane 5410 Series(2-5 mils DFT)
d. Sherwin-Williams -
1 Coat: Recoatable Epoxy Primer,B62 Series(5 mils DFT)
1 Coat: Hi Solids Polyurethane,B65 Series(2.5 mils DFT)
e. Ameron
1 Coat: Amercoat 385(4 mils DFT)
1 Coat: Amercoat 450 HS(2.5 mils DFT) —
f. PPG Industries
1 Coat: Direct To Rust 97-114/149 series
1 Coat: High Build Pitthane7 97-840/UC55575
7. Interior nonsubmerged ferrous metals:
a Tnemec
2 Coats: 69-Color Hi-Build Epoxoline II(4-6 mils DFT per coat)
b. Carboline
2 Coats: 890(4-6 mils DFT per coat)
VC0515S09.902 09902-6 9J25J2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Pipeline Crossing(Parallel Siphon)Project
Field Painting
c. ICI Paints
1 Coat: Intergard 750HS(5 mils DFT)
1 Coat: Intergard 760HS(5 mils DFT)
or
2 Coats: Glid-Guard Corrosion Resistant HS Epoxy 5466/5469(4-6 DFT per coat)
d. Sherwin-Williams
1 Coat: Recoatable Epoxy Primer,B62 Series(4-6 mils DFT)
1 Coat: Sher-Tile Hi-Solids Epoxy,B67 Series(4 mils DFT)
e. Ameron
2 Coats: Amercoat 385(5 mils DFT per coat)
f. PPG Industries
2 Coats: Direct To Rust 97-144/149 series
8. Metal surfaces exposed to temperatures above 250°F to 400°F:
a. Tnemec
2 Coats: 39-1261 Silicone Aluminum(0.7- 1.5 mils DFT per coat)
b. Carboline
2 Coats: 1248(1 - 1.5 mils DFT per coat)
c. ICI Paints
2 Coats: Intertherm 503 (1.5 mils DFT per coat)
or
2 Coats: Glid-Guard Silicone Hi-Temp Coating Aluminum 5542(0.5-0.7 mils DFT per
coat)
d. Sherwin-Williams
2 Coats: Silver Brite Aluminum Paint-B 5952(1 mils DFT per coat)good up to 400°F
e. Ameron
2 Coats: 878 Hi Best Silicone Aluminum(1.5 mils DFT per coat)
f. PPG Industries
2 Coats: Aluminum Paint 6-230
9. Insulated Pipe: (Block Insulation: Same systems only 3 coats at 2-3 mils DFT per coat).
a. Tnemec
2 Coats: 6-Color Tneme-cryl(2-3 mils DFT per coat)
b. Carboline
2 Coats: 3359(3 mils DFT per coat)
c. ICI Paints
2 Coats: Intercryl 530 WB(3 mils DFT per coat)
or
2 Coats: Lifemaster Pro BB Acrylic Coating 5440(2-5 mils DFT per coat)
VC0515S09.902 09902-7 9/25/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant r
Trinity River Pipeline Crossing(Parallel Siphon)Project
Field Painting
d. Sherwin-Williams
2 Coats: DTM Acrylic Gloss or Semi-Gloss,B66 Series(2-3 mils DFT per coat)
e. Ameron
2 Coats: Amerguard 220(3 mils DFT per coat)
f. PPG Industries !
1 Coat: Pitt-Tech?DTM 90-712
1 Coat: Pitt-Tech?DTM 90-Line(satin/gloss)
10. Aluminum in contact with dissimilar materials:
a. Tnemec
2 Coats: 66-Color Hi-Build Epoxoline(2 mils DFT per coat)
b. Carboline -
2 Coats: 890(3 mils DFT per coat)
c. ICI Paints
2 Coats: Intergard 750HS(5 mils DFT per coat)
or
1 Coat: Glid-Guard Corrosion Resistant HS Epoxy Gray 5465/5469(3 mils DFT) -
1 Coat: Glid-Guard HS Epoxy 5430 Series(4 mils DFT)
d. Sherwin-Williams _
2 Coats: Heavy Duty Epoxy,B67 Series(3 mils DFT per coat)
e. Ameron
2 Coats: Amercoat 385(5 mils DFT per coat)
f. PPG Industries
2 Coats: Direct to Rust 97-144/149
11. Plastic Piping-Interior: (Sanding mandatory)
a. Tnemec
1 Coat: 66-Color Hi-Build Epoxoline(4-6 mils DFT)
b. Carboline
2 Coats: 890(3 mils DFT per coat)
c. ICI Paints
2 Coats: Intergard 750HS(5 mils DFT per coat)
or
2 Coats: Glid-Guard HS Epoxy 5430 Series(4-6 mils DFT per coat)
d. Sherwin-Williams
2 Coats: Sher-Tile Hi-Solids Epoxy,B67 Series(3 -4 mils DFT per coat)
VC0515S09.902 09902-8 9012007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Pipeline Crossing(Parallel Siphon)Project
Field Painting
e. Ameron
2 Coats: Amercoat 385 (5 mils DFT per coat)
f. PPG Industries
2 Coats: Direct to Rust 97-144/149
12. Plastic Piping-Exterior(Sanding mandatory)
a. Tnemec
1 Coat: 66-Color Hi-Build Epoxoline(2-3 mils DFT)
1 Coat: 75-Color Endura Shield(2-3 mils DFT)
b. Carboline
1 Coat: 890(4 mils DFT)
1 Coat: 133HB(2.5 mils DFT)
c. ICI Paints
1 Coat: Intergard 750HS(3 -5 mils DFT)
1 Coat: Interthane 870HS(4 mils DFT)
or
1 Coat: Glid-Guard HS Epoxy 5430 Series(4 mils DFT)
1 Coat: Glid-Guard HS Urethane 5410 Series(3 mils DFT)
d. Sherwin-Williams
1 Coat:Macopoxy 920 Pre-Prime,B58 Series(3 -4 mils DFT per coat)
1 Coat: Hi-Solids Polyurethane,B65 Series(2.5 mils DFT)
e. Ameron
1 Coat: 385 (4 mils DFT)
1 Coat: 450 HS(2.5 mils DFT)
_ f. PPG Industries
1 Coat: Direct to Rust 97-144/149
1 Coat: High Build Pitthane7 97-840/UC55575
13. Interior Drywall and Plaster-Industrial Areas
a. Tnemec
1 Coat: 66 Hi-Build Epoxoline(thin 20%)(2-3 mils DFT)
1 Coat: 66 Hi-Build Epoxoline(3 -4 mils DFT)
b. Carboline
1 Coat: Multi-bond 120(2 mils DFT)
1 Coat: 890(3 -4 DFT per coat)
c. ICI Paints
1 Coat: Intergard 425 WB(3 mils DFT)
1 Coat: Intergard 735WB(2 mils DFT)
or
1 Coat: Insul-Aid Vapor Barrier Primer Sealer 5116(1.5-3 mils DFT)
1 Coat: Glid-Guard Epoxy Chemical Resistant 5240 Series(3 -5 mils DFT)
VC05 i 5SO9.9o2 09902-9 9/25rz007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Pipeline Crossing(Parallel Siphon)Project
Field Painting
d. Sherwin-Williams
1 Coat: P/M 200 Latex Wall Primer(1 mils DFT)
1 Coat: Sher-Tile Hi-Solids Epoxy(3 -4 mils DFT per coat)
e. Ameron
2 Coats: 385 (3 mils DFT per coat) ,
f. PPG Industries
2 Coats: High Build Aquapon7 97-130/139
g. PPG Industries
1 Coat: Alkali Resistant Primer 6-3
1 Coat: Pitt-Flex?4-110
14. Interior Drywall and Plaster-Office Areas
a. Tnemec
1 Coat: 51-792 PVA Sealer(1.5 milsDFT)
1 Coat: 113 Tufloat(4 mils DFT per coat)
b. Carboline
2 Coats: 3359(2 mils DFT per coat)
c. ICI Paints
1 Coat: 767 Latex Primer Sealer(1 mils DFT)
1 Coat: Intercryl 530WB(2 mils DFT)
or
1 Coat: Spred Ultra Latex Primer-Sealer 5111 (1.4 mils DFT) _
1 Coat: Ultra-Hide Latex Low Lustre Enamel 5825 Series(1.3 mils DFT)
d. Sherwin-Williams
1 Coat: ProMar 400 Latex Wall Primer(1 mils DFT)
1 Coat: ProMar 400 Latex Egg Shell Enamel(1.2 mils DFT)
e. PPG Industries
2 Coats: Aquapon7 WB 98-line
15. Parking Stall lines on asphalt pavement: Approved reflective pavement marking paint,white
in color,conforming to AASHTO standards for materials and installation.
a. PPG Industries
1 Coat: Traffic and Zone Marking Paint 11-3
16. Wood doors and trim: Clear finish three coats approved polyurethane varnish,non-gloss satin
finish-sand between coats.
C. Any surfaces not specifically named in the Schedule and not specifically excepted shall be
prepared,primed and painted in the manner and with materials consistent with these
Specifications. The Engineer shall select which of the manufacturer's products,whether the type is
VC0515S09.902 09902-10 9/25/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Pipeline Crossing(Parallel Siphon)Project
Field Painting
indicated herein or not,shall be used for such unnamed surfaces. No extra payment shall be made
for this painting.
2.03 COLOR CODING FOR PIPES AND EQUIPMENT
A. When color coding is specified, it shall consist of color code painting and identification of all
exposed conduits,trough items,and pipelines for the transport of gases, liquid,and semi-liquids
including all accessories such as valves, insulated pipe coverings,fittings,junction boxes,bus
bars,connectors,and all operating accessories which are integral to the whole functional
mechanical pipe and electrical conduit system. Colors shall be as noted in the Paint and Color
Coding Schedules attached at the end of this Section.
B. All hangers and pipe support floor stands shall be painted the same color and with the same paint
as the pipe it supports. The system shall be painted up to but not including the flanges attached to
the mechanical equipment nor the flexible conduit connected to electrical motors. When more
than one pipe system is supported on the same bracket,the bracket shall be painted the same color
as the adjacent wall or ceiling. Colors shall be as noted in the Paint and Color Coding Schedule.
C. All systems which are an integral part of the equipment,that is originating from the equipment and
returning to the same piece of equipment,shall be painted between and up to but not including,the
fixed flanges or connections on the equipment.
D. The color code establishes,defines,and assigns a definite color for each category of pipe.
Pipelines which are not listed on the Schedule of Color Code Paints shall be assigned a color by
the Engineer and shall be treated as an integral part of the Contract.
E. Banding for pipes shall be as specified in the Paint and Color Coding Schedule. Bands shall be 2-
in wide and located on each end of the pipe title, at 2-ft from the title bands, and at wall
penetrations.
2.04 LETTERING OF TITLES
A. The name of the materials in each pipeline and alongside this an arrow indicating the direction of
flow of fluids,shall be indicated on each pipe system. Titles shall not be located more than 26
linear feet apart and shall also appear directly adjacent to each side of any wall the pipeline
breaches,adjacent to each side of the valve regulator,flowcheck,strainer cleanout and all pieces
of equipment.
B. Titles shall identify the contents by complete name at least once in each space through which it
passes and thereafter by generally recognized abbreviations, letters or numerals as approved.
Identification title locations shall be determined by the Engineer but in general they shall be
placed where the view is unobstructed and on the two lower quarters of pipe or covering where
they are overhead. Title should be clearly visible from operating positions especially those
adjacent to control valves.
C. Numbers and letters shall be die-cut from 3.5 mil vinyl film and prespaced on carrier tape.
Adhesive and finish surface shall be protected with one piece removable liners. Color shall be
white or black as approved depending on substrate color.
VC0515S09.902 09902-11 9252007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Pipeline Crossing(Parallel Siphon)Project
Field Painting
D. Letter size shall be as indicated in the following table:
OUTSIDE DIAMETER OF
PIPE OR COVERING SIZE OF LEGEND LETTERS
3/4-in to 1-1/4-in 1/2-in
1-1/2-in to 2-in 3/4-in
2-1/2-in to 6-in 1-1/2-in
8-in to 10-in 2-1/2-in
Over 10-in 3-in
E. The system for preparation and application of letters shall be Type B as.i/2 by ASI Sign Systems;
Architectural Graphics Inc.or equal. Letter type shall be Optima Bold,upper case. Grid 2
spacing shall be employed. Arrow shall match as approved,letter type and size. The instructions -
of the manufacturer shall be followed in respect to storage,surface preparation and applications
of letters.
2.05 TITLES FOR EQUIPMENT
A. Titles shall be provided in vinyl film as specified above on all equipment using 1-in high Optima
Bold upper case,Grid 2 spacing,white or black in color as approved depending on substrate.
Titles shall be mounted at eye level on machines where possible or at the upper most broad
vertical surface of low equipment. Where more than one piece of the equipment item to be titled
exists,the items shall be numbered consecutively as indicated on the mechanical drawings or as
directed by the Engineer;for example Pump No. 1,Pump No. 2,etc. Titles shall be composed in
more than one line if required and justified on the left hand side as approved.
2.06 FABRICATED EQUIPMENT
A. Unless otherwise indicated,all fabricated equipment shall be shop primed and shop or field
finished.
B. All items to be shop primed shall be thoroughly cleaned of all loose material prior to priming. If,
in the opinion of the Engineer,any prime coating shall have been improperly applied or if material
contrary to these Specifications shall have been used,that coating shall be removed by
sandblasting to white metal and reprinted in accordance with these Specifications. -.
C. All shop prime coats shall be of the correct materials and applied in accordance with these
Specifications. Remove any prime coats not in accordance with these Specifications by
sandblasting and apply the specified prime coat at no additional cost to the Owner.
D. Shop primed surfaces shall be cleaned thoroughly and damaged or bare spots retouched with the
specified primer before the application of successive paint coats in the field.
E. Be responsible for and take whatever steps are necessary to properly protect the shop prime and
finish coats against damage from weather or any other cause.
VC0515S09.902 09902-12 9252007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Pipeline Crossing(Parallel Siphon)Project
Field Painting
F. A shop finish coat shall be equal in appearance and protection quality to a field applied finish coat.
If,in the opinion of the Engineer,a shop finish coat does not give the appearance and protection
- quality of other work of similar nature,prepare the surfaces and apply the coat or coats of paint as
directed by the Engineer to accomplish the desired appearance and protection quality. Submit to
the Engineer substantial evidence that the standard finish is compatible with the specified finish
coat.
G. Wherever fabricated equipment is required to be sandblasted,protect all motors,drives,bearings,
gears,etc.,from the entry of grit. Any equipment found to contain grit shall be promptly and
thoroughly cleaned.
PART 3: EXECUTION
3.01 PREPARATION OF SURFACES
A. All surfaces to be painted shall be prepared as specified in Section 09901 and shall be dry and
clean before painting. Special care shall be given to thoroughly clean concrete and concrete block
surfaces of all marks before application of finish.
B. Exposed Pipe: After installation,all exterior exposed flanged joints shall have the gap between
adjoining flanges sealed with a single component polysulfide sealant to prevent rust stains.
3.02 WORKMANSHIP
_ A. General
1. Primer(touch-up)and paint used for a particular surface shall, in general,be as scheduled for
a that type of new surface. Confirm with the paint manufacturer that the paint proposed for a
particular repaint condition will be compatible with the existing painted surface. Sample
repainted areas on the actual site will be required to insure this compatibility. Finished
repainted areas shall be covered by the same guarantee specified for remainder of work.
2. At the request of the Engineer,samples of the finished work prepared in strict accordance with
these Specifications shall be furnished and all painting shall be equal in quality to the
approved samples. Finished areas shall be adequate for the purpose of determining the quality
of workmanship. Experimentation with color tints shall be furnished to the satisfaction of the
Engineer where standard chart colors are not satisfactory.
3. Protection of furniture and other movable objects,equipment,fittings and accessories shall be
provided throughout the painting operations. Canopies of lighting fixtures shall be loosened
and removed from contact with surface,covered and protected and reset upon completion.
Remove all electric plates, surface hardware,etc.,before painting,protect and replace when
completed. Mask all machinery name plates and all machined parts not receiving a paint
finish. Dripped or spattered paint shall be promptly removed. Lay drop cloths in all areas
where painting is being done to adequately protect flooring and other work from all damage
during the operation and until the finished job is accepted.
4. On metal surfaces apply each coat of paint at the rate specified by the manufacturer to achieve
the minimum dry mil thickness required. If material has thickened or must be diluted for
application by spray gun,the coating shall be built up to the same film thickness achieved with
VC0515S09.902 09902-13 9MM07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Pipeline Crossing(Parallel Siphon)Project
Field Painting
undiluted material. One gallon of paint as originally furnished by the manufacturer shall not
cover a greater area when applied by spray gun than when applied unthinned by brush.
Deficiencies in film thickness shall be corrected by the application of an additional coat(s).
On masonry,application rates will vary according to surface texture,however, in no case shall
the manufacturer's stated coverage rate be exceeded. On porous surfaces, it shall be the
painter's responsibility to achieve a protective and decorative finish either by decreasing the
coverage rate or by applying additional coats of paint.
5. Paints shall be mixed in proper containers of adequate capacity. All paints shall be thoroughly
stirred before use and shall be kept stirred while using. No unauthorized thinners or other _
materials shall be added to any paint.
6. Only skilled painters shall be used on the work and specialists shall be employed where
required.
7. Equipment which is customarily shipped with a baked-on enamel finish or with a standard
factory finish shall not normally be field painted unless the prefinished equipment is -
specifically color selected and unless the finish has not been damaged in transit or during
installation. Surfaces that have been shop painted and have been damaged,or where the shop
coats or coats of paint have deteriorated,shall be properly cleaned and retouched before any -
successive painting is done on them in the field. All such field painting shall match as nearly
as possible the original finish.
B. Field Painting
1. All painting at the site shall be designated as Field Painting.
2. All paint shall be at room temperature before applying,and no painting shall be done when the
temperature is below 500F,in dust-laden air,when rain or snow is falling,or until all traces of
moisture have completely disappeared from the surface to be painted.
3. Successive coats of paint shall be tinted so as to make each coat easily distinguishable from
each other with the final undercoat tinted to the approximate shade of the finished coat.
4. Finish surfaces shall not show brush marks or other irregularities. Undercoats shall be
thoroughly and uniformly sanded with No.00 sandpaper or equal to remove defects and
provide a smooth even surface. Top and bottom edges of doors shall be painted and all
exterior trim shall be back-primed before installation.
5. Painting shall be continuous and shall be accomplished in an orderly manner so as to facilitate —
inspection. All exterior concrete and masonry paint shall be performed at one continuous
manner structure by structure. Materials subject to weathering shall be prime coated as
quickly as possible. Surfaces of exposed members that will be inaccessible after erection shall be cleaned and painted before erection.
6. All materials shall be brush painted unless spray painting is specifically approved by the r
Engineer. The Contractor shall be responsible for all damage caused by overspray or drifting.
7. All surfaces to be painted as well as the atmosphere in which painting is to be done shall be
kept warm and dry by heating and ventilation,if necessary,until each coat of paint has
hardened. Any defective paint shall be scraped off and repainted in accordance with the
Engineer's directions.
VC0515S09.902 09902-14 9252007 =
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Pipeline Crossing(Parallel Siphon)Project
Field Painting
8. Before final acceptance of the work,all damaged surfaces of paint shall be cleaned and
repainted as directed by the Engineer.
9. Any pipe scheduled to be painted and having received a coating of a tar or asphalt-compound
shall be painted with two coats of Kop-Coats Inertol Tar Stop,ICI Paints'Tarset Standard
7000 or equal before successive coats are applied per the schedule. Tnemec recommends
using 69 Hi-Build Epoxoline II over tar,but a test patch must be run initially to test the paints
compatibility with the tar.
3.03 CLEANUP
_ A. The premises shall at all times be kept free from accumulation of waste material and rubbish
caused by employees or work. At the completion of the painting remove all tools,scaffolding,
surplus materials,and all rubbish from and about the buildings,and leave work"broom clean"
unless more exactly specified.
B. Upon completion,remove all paint where it has been spilled,splashed,or splattered on all
surfaces, including floors,fixtures,equipment,furniture,etc.,leaving the work ready for
inspection.
3.04 PAINT
A. General Notes and Guidelines
1. All color numbers and names herein refer to master color card. Colors of specified equal
manufacturers may be substituted with approval of the Engineer.
2. Pipelines,equipment,or other items which are not listed here shall be assigned a color by the
Engineer and shall be treated as an integral part of the Contract.
3. When color coding is specified or directed by the Engineer,it shall consist of color code
painting and identification of all exposed conduits,through lines and pipelines for the
transport of gases, liquids,or semi-liquids including all accessories such as valves,insulated
pipe coverings,fittings,junction boxes,bus bars,connectors,and any operating accessories
which are integral to a whole functional mechanical pipe and electrical conduit systems.
4. The colors of the Finish Schedule shall be interpreted as follows:
Colors Tnemec# ICI Paints# Carboline#
White W1101 4550 White S800
Orange SC03 Safety Orange 4444
Yellow BW56 [SCO2] Medium Yellow 6666
Dark Yellow BX36 Robotic Yellow N625
Green SC07 Safety Green 2383
Light Green AM52 Parrot 6361
Dark Brown AF12 Warm Brown 9218
Dark Green 0 Crylight Green 90GY 10/250 4372
VC0515S09.902 09902-15 W25M07
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Pipeline Crossing(Parallel Siphon)Project
Field Painting
Colors Tnemec# ICI Paints# Carboline#
Tan AF32 Bellows 3216
Ivory AF82 Seashell 3848
Light Grey BG62 C731
Medium Grey 2047 20YY 43/083 (Scroll Beige) 0746
Dark Grey BK33 Silver Grey 2525
Red SC09 Safety Red 5555
Blue SC06 Safety Blue S150 m
Dark Blue 2042 70BG 10/214 A183
Medium Blue 2041 70BG 23/276 0118 _
Light Blue 2040 70BG 67/126 7107
Aqua AX42 Turquoise Green 82GG 33/374 4132
International Orange SC04 International Orange N498
Dark Bronze BM07 Architectural Brown 2277
Tank Blue BB42 70BG/40/284 8155
Blue Green AX22 Blue Lagoon 81GG 10/276 A337
Magenta BP14 30RB 11/250 S585
5. All moving parts,drive assemblies,and covers for moving parts which are potential hazards
shall be Safety Orange#CA26.
6. All safety equipment shall be painted in accordance with OSHA standards.
7. All inline equipment and appurtenances not assigned another color shall be painted the same
base color as the piping. The pipe system shall be painted with the pipe color up to but not
including the flanges attached to pumps and mechanical equipment assigned another color.
Tanks shall be painted the color of the piping system that they serve,unless the tank is
fiberglass and levels are monitored through the tank.
8. All conduit shall be painted to match its background surface.
9. Building surface colors shall be painted as scheduled in the Finish Schedule or as selected by
the Engineer.
10. Control panels shall be factory finished.
VC0515So9.902 09902-16 925R007 T
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Pipeline Crossing(Parallel Siphon)Project
Field Painting
3.05 PAINT AND COLOR CODING SCHEDULE
Alum,Liquid LA Li uid Alum
Barriers Safety Yellow-BV57-ANSI Z53.1-1971
Buildig&Drainage Gra -BG62-Slate GL2X Plant Sewer
Caustic Yellow with Green Band Caustic aO
Chlorine,Gas Safety Yellow-BV57-ANSI Z53.1-1971 Chlorine Gas
Chlorine,Liquid Safety Yellow-BV57-ANSI Z53.1-1971 Liquid Chlorine
i
Chlorine, Solution Safety Yellow-BV57-ANSI Z53.1-1971 Solution Chlorine
Communications Conduit Alum Conduit(Not Painted)
DAFT Float Sludge FS Tan-AH52-Desert Sands DAFT Float Sludge
Diesel Gray-BG62-Slate Gray
Digested Sludge SR Gray-BG62-Slate Gray Digested Sludge
Recirculation
Digested Sludge ST Gray-BG62-Slate Gray Digested Sludge Transfer
Digested Sludge DS Dark Gray-BG12-Fossil�— Digested Sludge
_ C Transmission
i Digester Gas High Press. GCU Safety Red-CC13 -ANSI Z53.1-1971 Digester Gas High
Digester Gas Low CRP Safety Red-CC13 -ANSI Z53.1-1971 Digester Gas Low
Pressure
Door Frame Bronze-BL09-No.312 Medium Bronze
*4
Drying Bed Decant DL Gray-BG62-Slate Gray Decant Liquor
h Elec. Manhole Drainage White-BF82-Cloud i
_..._........._... .._._.-..........
_.._...._._....___....._
Electrical Conduit Alum Conduit(Not Painted)
Electrical Pullbox Orange-CA26-Safety Orange ANSI
Z53.1-1971
Filtered Effluent Green-AV22-Emerald Filtered Effluent
Filtered Effluent SW Green-AV22-Emerald Service Water
Filtered Effluent BW Green-AV22-Emerald Backwash Water
`Filtered Effluent YW _— Li t Green-AU52-BDLI Yard Water
j Filtered Effluent SF Green-_AV2_2-Emerald Surface Wash I}
i Final Effluent FE W Gray-BG62-Slate Gray Final Effluent
Gasoline
—• Glazed Tile
Grit,Detritor GP Gray-BG62-Slate Gray Detritor Grit
Heated Grease _ Bright Purple-BPI-Sour Grape Heated Grease
VC0515S09.902 09902-17 9252007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Pipeline Crossing(Parallel Siphon)Project
Field Painting
Hot Water HW Light Green-AU52-Beryl Hot Water
Hot Water Return HW _ _ Li t Green-AU52-Beryl Hot Water
Hydrogen Peroxide HP Polypropylene black pipe(Unpainted) _ Hydrogen Peroxide
Instrument Air Dark Green-AX22-Gulf Green
Lube Oil Gray-BG62-Slate Gray _
Mixed Liquor MLSS Tan-AH52-Desert Sands _ Mixed Liquor
Natural Gas High Safety Red-CC13-ANSI Z53.1-1971 Natural Gas High
Pressure _
Natural Gas Low Pressure Safety Red-CC 13 -ANSI Z53.1-1971 Natural Gas Low
Plant Sewer Gray-BG62-Slate Gray Plant Sewer T
Polymer,Liquid POL Orange with Green Band(*3) Liquid Polymer
Potable Water Blue-BB42-Clear Sky
Potable Water
Prim4q Effluent PE Gray-BG62-Slate Gray Primary Effluent
P i Slud a PS _ Brown-AF12-Chipmunk _ Prim e Slud
Primary Thickened TS Tan-AH52-Desert Sands Primary Thickened Sludge
Slud e
Process Air Green-AV22-Emerald Process Air w
Raw Sew Gra -BG62-Slate GM Raw Sewage
Return Stud a RS Brown-AF12-Chipmunk Return
Scum SP Bright Purple-BPI-Sour Grape Scum
Secondary Effluent Gray-BG62-Slate Gray Secondary Effluent
Secondary Effluent ASW Green-AV22-Emerald Auxillary Service Water
Service Air Dark Green-AX22-Gulf Green Service Air(High)
Storm Drainage SD White-BF82-Cloud — Storm Drainaize �� N
Structural Steel White-AN82-Popcorn
Sulfur Dioxide, Gas I Safety Yellow-BV57-ANSI Z53.1-1971 Sulfur Dioxide Gas(SO2) Ii
_._..-
Sulfur Dioxide,Liquid Safety Yellow-BV57-ANSI Z53.1-1971 Liquid Sulfur Dioxide ;(SO2)
Sulfur Dioxide, Solution Safety Yellow-BV57-ANSI Z53.1-1971 Solution Sulfur Dioxide
Thickened Waste Sludge TWS Brown-AF12-Chipmunk Thickened Waste Sludge
Trans. and Switchgear (Light Gray-BG62-Slate Gray
Used d Lube Oil _ Black-BG 12-Fossil
Waste Sludge WS Tan-AH52-Desert Sands _ _ Waste
i Waste Sludge Brown-AF12-Chipmunk DAFT Feed _
Waste Wash Water _ WP Gray-BG62-Slate Gray Waste Wash Water i
WS Holding Sludge JWSH Brown-AF12-Chipmunk WS Holding Sludge J
END OF SECTION
VC0515S09.902 09902-18 9252007
DIVISION 11
EQUIPMENT
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Stop Logs Composite
SECTION 11283
STOP LOGS-COMPOSITE
PART 1: GENERAL
1.01 SCOPE OF WORK
A. Furnish all labor,materials,equipment and incidentals required and install,complete and ready for
operation and field test, stop logs, guides, lifting devices, and appurtenances as shown on the
Drawings and as specified herein.
1.02 RELATED WORK
A. The following is a partial list of,but not necessarily limited to,other sections of the specifications
that are applicable to the specified equipment or structure described herein that are referred to for
T reference and are not included in this Section. There are other sections of these Specifications that
are also applicable and the Contractor is advised to review these sections and adhere to the
requirements specified herein.
B. Concrete work is included under Division 3. Stop log guides shall be furnished and installed under
this section.
1.03 SUBMITTALS
_ A. Submit to the Engineer,in accordance with Section 0 13 00,copies of all materials required to
establish compliance with this Section. Submittals shall include at least the following:
1. Complete description of all materials.
2. Certified shop and installation Drawings showing all materials,details of construction,
dimensions and anchor bolt locations.
3. Descriptive literature,bulletins and/or catalogs of the equipment.
4. A complete bill of materials.
5. The weight of each component.
6. A list of manufacturer's recommended spare parts.
7. Evidence of structural analysis and testing as specified herein.
B. In the event it is not possible to confonn to certain details of this Section,describe completely all
non-conforming aspects.
C. Operation and Maintenance Data
1. Operating and maintenance instructions shall be furnished as provided for in Section 01730.
VC0515S11.283 11283-1 9/25/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Stop Logs Composite
The instructions shall be prepared specifically for this installation and shall include all
required cuts,drawings,equipment lists,descriptions,etc,that are required to instruct
operating and maintenance personnel unfamiliar with such equipment. The maintenance
instructions shall include trouble shooting data and full preventive maintenance schedules.
2. A factory representative who has complete knowledge of proper operation and maintenance
of the equipment provided under this Section shall be provided for two 8-hr days to instruct _
representatives of the Owner and Engineer on the proper operation and maintenance of the
equipment. This work may be conducted in conjunction with the inspection of the
installation and test runs as provided under Part 3.
1.04 REFERENCE STANDARDS
A. American Water Works Association(AWWA)
B. National Fire Protection Association(NFPA)
C. American Society of Testing and Materials(ASTM)
D. Where reference is made to one of the above standards, the revision in effect at the time of bid —
opening shall apply.
1.05 QUALITY ASSURANCE
A. The stop logs, guides, lifting devices, and appurtenances specified under this Section shall be
furnished by a single manufacturer who is fully. experienced, reputable and qualified in the
manufacture of the equipment furnished. The stop logs,guides,and all related equipment shall be
designed, constructed and installed in accordance with the best practices and methods and shall
operate satisfactorily when installed as shown on the Drawings.
B. Equipment shall be the latest product design of a manufacturer regularly engaged in the production
of equipment of this type.
C. The stop logs and appurtenances shall be as manufactured by Plastifab Inc,Tualatin,OR, or pre-
approved equal.
1.06 SYSTEM DESCRIPTION
A. Stop logs shall be used to temporarily block off flow during maintenance and repairs of the siphons
and junction structures.
B. Stop logs shall have the characteristics and dimensions in accordance with Table 11283-A.
1.07 MAINTENANCE
A. Spare parts shall be properly bound and labeled for easy identification without opening the
packaging and suitably protected for long-term storage.
B. Special tools and spare parts required for normal operation and maintenance of the equipment shall
VC0515S11.283 11283 2 9/25n007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Stop Logs Composite
be furnished in accordance with Section 01170.
1.08 PRODUCT HANDLING
A. All parts shall be properly protected so that no damage or deterioration will occur during a
prolonged delay from the time of shipment until installation is completed and the units and
equipment are ready for operation.
B. All equipment and parts must be properly protected against any damage during a prolonged period
at the site.
C. Factory assembled parts and components shall not be dismantled for shipment unless permission is
received in writing from the Engineer.
D. Finished iron or steel surfaces not required to be painted, such as flange faces, shall be properly
protected to prevent rust,corrosion,and damage.
E. Finished surfaces of all exposed openings shall be protected by wooden planks,strongly built and
securely bolted thereto.
F. Each box or package shall be properly marked to show its net weight in addition to its contents.
1.09 PATENTS AND LICENSES
A. The Contractor shall be responsible for all patents or licenses that exist on the equipment that may
be provided.
B. The Contractor and equipment manufacturer shall assume all costs of patent fees or licenses for the
_ equipment or process;and shall safeguard and save harmless the City/Engineer from all damages,
judgments,claims and expenses arising from license fees,or claimed infringement of any letters,
patent or patent rights, or fees for the use of any equipment or process structural feature or
arrangement of any of the component parts of the installation;and the price bid shall be deemed to
include payment of all such patent fees, licenses or other costs pertaining thereto.
1.10 WARRANTY
A. The equipment manufacturer shall provide an unconditional extended warranty. The manufacturer's
extended warranty period shall be for 120 months after the final acceptance of the equipment by the
City(108 months after the expiration of the one(1)year warranty provided under Section 01740 of
the General Conditions). The equipment manufacturer shall guarantee that the equipment furnished
is suitable for the purpose intended and free from defects of design,material,and workmanship. In
the event the equipment fails to perform as specified, for one(1)year after the City's acceptance
without any major downtime other than normal maintenance of the gates, the equipment
manufacturer shall promptly repair or replace the defective equipment without any cost to the City
(including shipment and handling costs).
B. The manufacturer and City shall conduct an annual inspection of the gates and accessories to
determine the status of the product. A first anniversary inspection will be scheduled by the City
the 11 w month following acceptance of the work. Inspection personnel shall include the
VC0515S11.283 11283 3 9252007
City of Fort Worth
Village Creek Wastewater Treatment Plant r
Trinity River Parallel Siphon Project
Stop Logs Composite
Contractor the technical representative of the manufacturer,and the Cit 's inspector. The City
will also schedule subsequent inspections during the 23'd,35th 47th,59 ,70, 83'd,95"..and 107'h
month and a final inspection prior to the end of the ten(10)year warranty period. After each
inspection the manufacturer shall fumish a written report to the City describing the conditions of
the gates. Any remedial work necessary under this warranty shall be completed within 45 days of
the inspection date.
C. The manufacturer of the material furnished under this contract shall certify to the Engineer and
warranty that the manufacturer's technical representative has inspected each phase of the work in
accordance with these specifications and as stipulated in the Contract Documents.
D. The manufacturer shall furnish a written report to the Engineer that his/her technical
representative has approved the Contractor's work in accordance with the manufacturer's
recommendations subsequent to each inspection including the first anniversary inspection and
subsequent inspections as described above.
PART 2: PRODUCTS -
2.01 MATERIAL AND EQUIPMENT
A. General
1. All parts shall be so designed and proportioned as to have liberal strength,and stiffness and to
be especially adapted for the work to be done. Ample room and facilities shall be provided
for inspection,repairs,and adjustments.
2. All necessary foundation bolts,plates,nuts,and washers shall be furnished by the stop log
manufacturer and shall be Type 316L stainless steel.
2.02 STOP LOGS A. Stop logs shall be fumished and installed in the locations with sizes as specified in Table 11283-
A and as shown on the Drawings. -~
B. Guide frames shall be manufactured from 316L Stainless Steel.
C. Guide frames shall be fitted with a fixed sealing face that extends the full depth of the clear opening
on both sides of the frame assembly. Seals shall be of the multi-finger independent type. Side seals
shall have a coefficient of friction of 0.10 or less. The bottom of each log shall be fitted with a _.
multi-flap, low leakage,water activated,resilient seal. At the design seating head,under normal
operating conditions,the leakage rate shall not exceed 0.1 gallons per minute per foot of sealing
perimeter. Material shall provide weather and freeze resistance. _
D. Frame mounting shall be by Hilti or other approved safety anchor bolts,in stainless steel type 316L.
Frame shall have a nominal one inch grout base.
E. Logs shall be manufactured from a fiberglass reinforced polyester(FRP)homogeneous composite
plastic material. GRP, PVC coated steel, Co-polymer, UHMWPE fabrications or any other
reinforcement fibers are unacceptable. The outer skin material shall have a minimum thickness of -
VC0515S 11.283 11283.4 92512007
City of Fort Worth
-_ Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Stop Logs Composite
-- 1/8-inch and be non-toxic, ultraviolet light-stabilized and in accordance with Class One fire
resistance. The outer skin material shall be seamless to protect inner structural members from
corrosion. The logs shall meet the following requirements or better;
Tensile Strength 14,700 psi
Young's Modulus 1,200,000 psi
Flexural Strength 23,300 psi
Flexural Modulus 800,000 psi
Compressive Strength 11,000 psi
Impact Strength 9 ft-lbs/in.
Water Absorption <0.13%
Specific Gravity 1.72
Coefficient of Thermal Expansion 1.6 x 10'5 per C
Heat Distortion Point(ASTM D648) 800C
Low Temperature Impact Strength 93%at—200C
Notch Sensitivity None
Weathering Properties Excellent
Flammability(ASTM D635-56T) self-extinguishing
Chemical Resistance 56 R
(Organic,alkaline, ozone(2-3 ppm))
- F. The logs shall be designed such that the internal log reinforcing members adequately withstand the
hydraulic forces and/or mechanical operating loads which will be imposed upon the individual log.
Each log shall be designed for.a deflection of less than 1/750 ofthe span. Manufacturer shall submit
drawings and comprehensive design criteria to show that the required deflection figure for each log
has been achieved. The data shall be based only upon horizontal support members. Comprehensive
safety factor calculations shall include suitable bending moments,buckling stress,bonding stress
_. with thermal expansion factors as referenced in NASA CR 1457,"Manual for Plates and Shells."
Safety factors shall be calculated for each log under maximum head and shear at the log/seal
interface.
G. The logs shall fit into position in the framework in any order and all contact faces shall be made in
materials incompatible to each other to avoid the possibility of seizure or sticking.
H. Four stainless steel type 316L lifting pins shall be fabricated into each log to aid in lifting the logs.
I. A lifting beam with automatic latching hooks shall be provided for stop logs. The lifting beam shall
be built in such a manner as to automatically latch on to the stop logs when lowered into the guide
frame. Lifting beam shall be galvanized steel.
J. Three(3)racks shall be provided for storing the stop logs. Each rack shall be constructed of 316
stainless steel.
K. Stop logs shall be stored at Village Creek Wastewater Treatment Plant. Contractor shall coordinate
VC0515S11.183 11283 5 9252007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Stop Logs Composite
with Owner for storage location.
PART 3: EXECUTION
3.01 INSTALLATION
A. Installation of all stop logs and guides shall be done by the Contractor in a workmanlike manner. It
shall be the responsibility of the Contractor to handle,store,and install the equipment specified in
this Section in strict accordance with the manufacturer's drawings and recommendations. Frames
and guides shall be installed in a true vertical plane and shall be installed with 90 degree corners.
3.02 INSPECTION AND TESTING
A. Furnish the services of a factory representative for one(1)8-hour day who has complete knowledge
of proper installation, start-up & operation of the stop logs,to inspect the final installation and
supervise a test of the units. This day is in addition to the time required for operation and
maintenance training as provided under Part 1.Ifthere are difficulties in operation ofthe equipment -
due to the manufacturer's fabrication or Contractor's installation, additional service shall be
provided at no additional cost to the owner.
B. After all stop logs and guides have been completely installed,the Contractor,under the direction of
the manufacturees factory representative,shall conduct in the presence of the Engineer,such tests as
are necessary to ensure that the operation of all equipment conforms to the Specifications. Field
tests shall include all equipment included under this Section.
C. In the event that any unit fails to meet the above requirements,the necessary changes shall be made
and the unit retested. If the unit remains unable to meet the test requirements to the satisfaction of
the Engineer,it shall be removed and replaced with a satisfactory unit at no additional cost to the
Owner.
VC0515S11.283 11283-6 9252007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Stop Logs Composite
TABLE 11283-A-Schedule of Composite Stop Logs
Width of Number of Operator
Number of Invert Seating Unseating
Location Frame& Logs t ' Floor
Frames Logs Provided Elevation Head Head Elevation
]unction Box DDD 1 72-inch 24 460.47 21 -ft 21 -ft 486.00
Junction Box DDD 3 96-inch 16 466.47 15 -ft 15-ft 486.00
Junction Box DDD 4 96-inch 0 460.47 21 -ft 21-ft 486.00
Junction Box DDD 4 120-inch 36 460.47 21 -ft 21 -ft 486.00
'Seating and unseating heads are given to the invert of the opening,based upon maximum water surface elevations at a peak flow of 410 million gallons
per day(mgd).
END OF SECTION
VC0515S11.283 11283-7 9/25/2007
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Screenings Washer/Compactor
SECTION 11335
SCREENINGS WASHER/COMPACTOR
PART 1 GENERAL
1.01 SCOPE OF WORK
A. The contractor shall furnish and install the screenings washer/compactor and associated
discharge piping and appurtenances as specified and shown on the Drawings. The spiral
screening press specified in this section shall be provided by a single manufacturer to
ensure coordination and compatibility of equipment with existing screening equipment.
Compliance with the requirements and stipulations specified herein may necessitate
modifications to the manufacturer's standard equipment. In addition,the Contractor will
be responsible for ensuring a complete and operable screenings press.
1.02 RELATED WORK
A. Concrete is included in Division 3.
B. Anchor bolts are included in Section 05051.
1.03 REFERENCES
The design, manufacture, and installation of this equipment will meet or exceed the
applicable provisions and recommendations of the following codes and standards:
A. ASME,American Society of Mechanical Engineers
B. ASTM,American Society of Testing and Materials
C. ANSI,American National Standards Institute
D. AWS,American Welding Society
E. IEEE,Institute of Electrical and Electronics Engineers
F. NEC,National Electrical Code
G. OSHA,Occupational Safety and Health Act
H. AWS,American Welding Society
1.04 SUBMITTALS
The following shall be submitted for the screenings press furnished under this specification:
A. Certificate of Compliance or complete list of all deviations from the drawings and
specifications.
VC0515S 11.335 11335-1 11/29/05
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Screenings Washer/Compactor
B. Complete installation and assembly drawings,showing the manufacturer's dimensions, -
weights,and loadings.
C. Detailed specifications and data covering materials used,parts, instrumentation devices,
and other accessories forming a part of the equipment furnished will be submitted for
review.
D. Manufacturer's installation instruction and certification.
E. Operation and maintenance manual.
F. Manufacturer's warranty agreement.
G. Electrical requirements,schematic diagrams,and details of components. -
H. Manufacturer's recommended spare parts.
1.05 QUALITY ASSURANCE
A. In order to assure uniform quality,ease of maintenance and minimal parts storage, it is ~
the intent of these Specifications that all equipment called for under this Section will be
supplied by a single manufacturer.
B. No equipment will be supplied by any manufacturer not regularly engaged in the
manufacturing and production of shiftless compactor equipment for a minimum of five
(5)yam•C. The Contract Documents represent the minimum acceptable standards for equipment for
this project. All equipment shall conform fully in every respect to the requirements of
the respective parts and sections of the drawings and specifications.
1.06 DELIVERY,STORAGE AND HANDLING
A. Items to be shipped as complete assemblies except where partial disassembly is required
by transportation regulations or for protection of components.
1.07 CONDITIONS OF SERVICE
A. Condition of service is based on the following design requirements as specified by the customer: -
1. Application Municipal Wastewater
2. Objective: Wash/Compact Screenings -
3. Total Flow per Screen: Peak: 102.5 mgd
Avg.: 25 mgd
4. Max Anticipated Screenings Volume: Peak: 33�f /hr
5. Type/Composition of Solids: Municipal Wastewater
6. Total Suspended Solids: <250 mg/L TSS
7. Size of Solids: Max: 4 Inch
8. Number of Units: 1
9. Maximum Design Flow per Unit: 102.5 mgd
VC0515S11.335 11335-2 11/29/05
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Screenings Washer/Compactor
- 1.08 TOOLS AND SPARE PARTS
A. The manufacturer shall provide any special tools required for regular maintenance of the
equipment. One set of spare parts shall be provided for each washer compactor furnished as
recommended by the manufacturer.
B. Contractor shall provide 2-6mm perforated screens, 2-auger shafts including associated brushes
and clips and 2 sets of auger brushes and associated clips.
1.09 PRODUCT HANDLING
A. All equipment and parts shall be properly protected so that no damage or deterioration will occur
during a prolonged delay from the time of fabrication until final delivery to the job site.
B. Factory assembled parts and components shall not be dismantled for shipment unless permission
is received in writing from the ENGINEER. .
C. Finished surfaces of all exposed pump openings shall be protected by wooden blanks,strongly
built and securely bolted thereto or by other approved means.
D. Finished iron or steel surfaces not painted shall be properly protected to prevent rust and
corrosion.
E. After hydrostatic or other tests,all entrapped water shall be drained prior to shipment and proper
care shall be taken to protect parts from the entrance of water during shipment,storage and
handling.
F. Each box or package shall be properly marked to show its net weight in addition to its contents.
1.10 PATENTS AND LICENSES
A. The Contractor shall be responsible for all patents or licenses that exist on the equipment that
may be provided.
B. The Contractor and equipment manufacturer shall assume all costs of patent fees or licenses for
the equipment or process;and shall safeguard and save harmless the City/Engineer from all
damages,judgments,claims and expenses arising from license fees,or claimed infringement of
any letters,patent or patent rights,or fees for the use of any equipment or process structural
feature or arrangement of any of the component parts of the installation;and the price bid shall
be deemed to include payment of all such patent fees, licenses or other costs pertaining thereto.
1.11 WARRANTY
A. The equipment manufacturer shall provide unconditional extended warranty. The
manufacturer's extended warranty period shall be for 60 months after the final acceptance of
the equipment by the City(48 months after the expiration of the one(1)year warranty provided
under Section 01740 of the General Conditions). The equipment manufacturer shall guarantee
that the equipment furnished is suitable for the purpose intended and free from defects of
design,material,and workmanship. In the event the equipment fails to perform as specified,for
one(1)year after the City's acceptance without any major downtime other than normal
VC0515S11.335 11335-3 11/29/05
City of Fort Worth
Village Creek Wastewater Treatment Plant -
Trinity River Parallel Siphon Project
Screenings Washer/Compactor
maintenance of the screen facilities,the equipment manufacturer shall promptly repair or
replace the defective equipment without any cost to the City(including handling and shipment
costs).
B. The manufacturer and City shall conduct an annual inspection of the screen equipment and
accessories to determine the status of the product. A first anniversary inspection will be
scheduled by the City the I lth month following acceptance of the work. Inspection personnel ,
shall include the Contractor,the technical representative of the manufacturer,and the City's
inspector. The City will also schedule subsequent inspections during the 23`d,3511 and 4711
month and a final inspection prior to the end of the five(5)year warranty period. After each
inspection the manufacturer shall furnish a written report to the City describing the conditions T
of the screen. Any remedial work necessary under this warranty shall be completed within 45
days of the inspection date.
C. The manufacturer of the material furnished under this contract shall certify to the Engineer and
warranty that the manufacturer's technical representative has inspected each phase of the work
in accordance with these specifications and as stipulated in the contract documents.
D. The manufacturer shall furnish a written report to the Engineer that his technical representative
has approved the Contractor's work in accordance with the manufacturer's recommendations
subsequent to each inspection including the first anniversary inspection and subsequent
inspections as described above.
PART 2 PRODUCTS
2.01 MANUFACTURER T
A. The spiral screening press shall be as manufactured by Jim Meyers&Sons,Inc.Charlotte,N.C.
2.02 MATERIALS AND EQUIPMENT
A. The spiral screening press shall be constructed of the following components:
1. Spiral: The spiral shall be constructed of high strength carbon steel (250 Brinnell
hardness), prime coated for protection during shipment.The spiral shall have a minimum
nominal thickness of 5/8 inch. The total flight height shall be 4 inches. The spiral shall
have an OD of 13 inches.
2. Housing: The housing shall consist of an inner trough fabricated from 12-gauge type
316L stainless steel perforated plate sheet. This trough shall be contained in a housing
fabricated from 10-gauge type 316L stainless steel side panels and 3/8-inch type 316L
stainless steel end plates. The side panels shall be provided with access doors to clean the perforated trough as required. A series of shower nozzles located on each side of the
trough shall wash the screening as they enter the conveyor. A solenoid valve is utilized
to provide water to the header when the unit is running.
a. Spray nozzles shall have outputs of 1 gpm @ 60 psi. Total water consumption is
32 gpm @ 60 psi. n
VC0515S11.335 11335-4 11/29/05 -
City of Fort Worth
- Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Screenings Washer/Compactor
The compactor housing shall have a conical outlet and provide a volume reduction from
inlet to outlet. The screen forces the screened material into the cone at discharge
forming a plug to dewater and compact the screenings. Outlet piping shall carry the
compacted plug to the discharge point. Outlet piping shall be supported externally.
3. Trough: The trough shall have an internal dimension of 12-3/4 inch and be constructed of
10-gauge type 316L stainless steel. The trough length shall be coordinated with the
existing screen discharge hopper and screenings conveyor as shown on the Drawings.
a. Trough Liner: The trough shall be lined with 10 mm thick U11MW polyethylene
sheet.
b. .Drainage Area: Free liquid from feed materials shall drain through a screen
located at the bottom of the unit. Screen shall conform to the trough radius and
be a minimum of 36 inches long,perforated with 6 mm diameter openings. A 4-
inch plain end 304 SST pipe shall connect with drainer discharge section.
c. Inlet area: The inlet width shall be 15-1/2 inches and the length shall be 48
inches. The inlet shall be covered during shipment of equipment. Transition
feed hopper to be supplied by contractor. Contractor shall be responsible for
coordination of hopper sizes for discharge hopper and for washer/compactor.
Any modifications to the discharge hopper or the inlet of the screenings
washer/compactor which are required for proper operation shall be Zhe
responsibility of the contractor.
3. Covers: The trough shall be covered with 2 mm type 316L stainless steel covers.
4. Support Legs: The unit shall have support legs constructed of minimum 3 mm type
316L stainless steel designed to support the required loads. The leg heights shall be
adjustable between 16 to 24 inches for inlet end and 32 to 48 inches for the outlet end.
5. Drive System: The drive system will consist of a motor,gear reducer and drive shaft.
1. Motor: The motor shall be 3HP, 1750 rpm,230/460V,3 Phase, 60 Hz, explosion
proof Class I—Group D,NEMA B. Mounting shall be C-face.
2. Gear Reducer: A hollow shaft helical cylindrical reducer with radial and trust
bearings direct coupled to motor. The AGMA Class 11 cast iron reducer shall
have an output speed of 35 rpm. The service factor rating shall be at least 1.5.
3. Shaft: The drive shaft shall be direct coupled to the spiral and be constructed of
316L stainless steel.
PART 3 EXECUTION
3.01 ERECTION/INSTALLATION APPLICATION
} A. The screening washer/compactor shall be installed in complete as shown on the drawings and in
accordance with the manufacturer's recommendations and Engineer's approval.
T VC0515S11.335 11335-5 11/29/05
City of Fort Worth
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Screenings Washer/Compactor
3.02 START-UP AND TESTING _
A. Manufacturer's Representative for Start-up and Testing
1. The services of the manufacturer's technical representative shall be provided for pre-
start-up installation checks,start-up assistance,troubleshooting,testing,and training of
Owner's operating and maintenance personnel.
B. Functional Test
1. Functional testing will be performed for the spiral screw screen/compactor installed. a
Prior to system start-up,system components will be inspected for proper alignment,
proper connection,and satisfactory operation. The manufacturer's representative shall
inspect installation,provide certification that the system components have been installed
correctly and are ready for operation. The performance test shall not begin until
functional testing has been completed to the Owner's and Engineer's satisfaction and
shall be in conformance with Section 01665.
C. Performance
1. Performance testing shall be performed for the spiral screening press installation.
After plant start-up,the manufacturer shall conduct a performance test using the Owner's
liquid to determine the actual system operating conditions and verify that the unit meets
the requirements.
2. Should the spiral screening press fail to meet requirements,manufacturer shall,at its
own expense, make all necessary modifications to the equipment until such tests can be
passed.
D. Travel and On-Site Requirements for Manufacturer's Representative
1. One(1)trip with two(2)consecutive eight-hour days on-site for start-up assistance,
troubleshooting,testing,training Owner's operating and maintenance personnel,and
performance testing.
END OF SECTION
VC0515S11.335 11335-6 11/29/05 T
DIVISION 15
MECHANICAL
City of Fort Worth,Texas
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Fiberglass Ductwork and Accessories
SECTION 15891
FIBERGLASS DUCTWORK AND ACCESSORIES
PART 1 GENERAL
1.01 SCOPE OF WORK
A. Furnish,fabricate and install all fiberglass reinforced plastic(FRP)ductwork including fittings,
accessories,dampers,hangers and any incidental work or components required and provide
complete air supply,return and exhaust ductwork systems as shown on the Drawings and as
specified herein.
B. In general,ductwork shall consist of any passageway made of FRP substantially air tight,used
for the conveying of air, gas or materials. Included are fittings,transitions,bracing,fasteners,
sealers,supports and accessories such as access panels, access doors,turning vanes and manual
air balancing dampers. All ductwork shall be of size and material as specified herein and as
shown on the Drawings. All duct sizes indicated on the Drawings are clear, inside dimensions.
C. Any change in duct sizes,offsets,transitions and fittings required to accommodate job conditions
shall be submitted to Engineer for approval.
1.02 SUBMITTALS
A. Submit to the Engineer, in accordance with Section 0 13 00,the following drawings and data.
Ductwork shop drawings shall include typical details of discharge nozzles,transitions,elbows,
fittings,accessory items such as access panels or access doors,turning vanes,volume control and
splitter dampers,volume extractors,hangers,joining methods,bracing and material gauges.
Drawings of general layouts of individual systems shall be submitted,scale shall be 1/4-in=
1-ft-0-in minimum.
B. The following additional data shall be submitted.
1. Manufacturer's qualification and experience data,specifications and installation instructions,
factory and field quality control procedures catalog data,brochures,descriptive matter,
illustrations,diagrams and color charts of ductwork to be selected.
2. Specific handling and storage requirements for ductwork,joint kits and resin systems.
3. Sample coupons of laminate not less than 1-ft square. Provide sample laminate coupons for
each method of manufacture and for both round and rectangular duct manufacturing
methods.
4. Resin system data, including chemical environment service test data,case history data of
similar installations(with contact addresses),resin pot life and time versus temperature data
required for complete resin cure for laminate thicknesses actually proposed.
5. Submit design calculations signed and sealed by a professional engineer and fabrication
procedures for record purposes only. Also submit a letter certifying that the laminates
fabricated with the proposed resin system will give satisfactory performance under the
VC0515S15.891 15891-1 9MM07
City of Fort Worth,Texas
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Fiberglass Ductwork and Accessories
specified service conditions and stating the service conditions for which certification is
provided and indicating compliance with specified pressure and vacuum design criteria.
6. Submit construction details for flexible connectors,expansion joints,elbows,transitions, _
junctions and flanged fittings including dimensioned laminate cross sections and flange
fabrication and assembly details.
7. Submit results of factory readings taken with 'Barcol Hardness Impressor"and provide
procedure to field check for complete cure of resin.
8. Certified service tables for the resins being used and the expected contaminants showing
satisfactory services for the required design conditions.
9. Detailed instructions for field joining of the ductwork to include quality control procedures. -
10. Submit shop test reports for fiberglass reinforced plastic dampers.
1.03 REFERENCE STANDARDS
A. American Society for Testing and Materials(ASTM)
1. ASTM C581 -Standard Practice for Determining Chemical Resistance of Thermosetting
Resins Used in Glass-Fiber-Reinforced Structures Intended for Liquid Service.
B. National Fire Protection Association(NFPA)
1. NFPA 90A-Standard for the Installation of Air Conditioning and Ventilation Systems. R
2. NFPA 91 -Standard for Exhaust Systems for Air Conveying of Materials.
3. NFPA 252-Standard Methods of Fire Tests of Door Assemblies.
C. Underwriters Laboratories(UL) —
1. UL 555-UL Standard for Safety Fire Dampers.
D. American Society of Heating,Refrigerating and Air Conditioning Engineers(ASHRAE)
E. American National Standards Institute(ANSI)
1. ANSI RTP-1 -Reinforced Thermoset Plastic Corrosion Resistant Equipment.
F. Where reference is made to one of the above standards,the revision in effect at the time of bid
opening shall apply.
1.04 QUALITY ASSURANCE r.
A. All FRP duct and fittings shall be from a single manufacturer.
VC0515S15.891 15891-2 9252007
City of Fort Worth,Texas
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Fiberglass Ductwork and Accessories
B. All materials shall be supplied by a manufacturer experienced in the fabrication of materials
similar to those specified. Design and engineering shall be performed by personnel regularly
employed by the manufacturer who are experienced in the design of FRP systems similar to those
specified.
C. The manufacturer shall provide factory trained personnel for training of installers and for
_ supervision and inspection of the installation. The use of local sales representatives for this
service is not acceptable.
D. Corrosion resistance data shall be based on ASTM C581.
1.05 DELIVERY, STORAGE AND HANDLING
A. Equipment,material and spare parts are to be shipped complete except where partial disassembly
is required by transportation regulations or for protection of components. No ductwork or
components shall be shipped prior to complete resin cure.
B. Inspection of the duct and components will be made by the Engineer or other representative of
the Owner after delivery. Materials shall be subject to rejection at any time on account of failure
to meet any of the specified requirements. Material rejected after delivery shall be marked for
identification and shall be immediately removed from the job site.
1.06 STANDARDS OF CONSTRUCTION AND INSTALLATION
A. All ductwork construction and installation details shown on the Drawings and specified herein
are based on acceptable methods of construction and installation and are intended to define the
quality of construction and installation to be famished. Alternate details may be submitted for
approval.
1.07 ENGINEERING SERVICES
A. When engineering services are specified to be provided by the Contractor,the Contractor shall
retain a licensed professional engineer to perform the services. The engineer shall be licensed at
the time the work is done and in the State in which the project is located. If the State issues
discipline specific licenses,the engineer shall be licensed in the applicable discipline. In
addition,the engineer shall be experienced in the type of work being provided.
B. All work is to be done according to the applicable regulations for professional engineers,to
include signing, sealing and dating documents.
1.08 DEFINITIONS
A. Particular terminology used under this Section is defined as follows:
1. Traffic Level and Personnel Level-Areas, including process areas,equipment rooms,boiler
rooms and other areas where insulation may be damaged by normal activity and local
personnel traffic. Area extends vertically to 8-ft above floor,walkways,platforms and
stairs,and horizontally 3-ft beyond the edge of walkways,platforms,and stairs.
VC0515S15.891 15891-3 9MM07
City of Fort Worth,Texas
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Fiberglass Ductwork and Accessories
2. Exposed Piping and Ductwork-Piping and ductwork visible from the floor level and
includes all piping and ductwork in equipment rooms,boiler rooms,etc.
3. Concealed Piping and Ductwork-Piping and ductwork not visible from the floor level and
includes piping and ductwork above hung ceilings and in shaftways.
4. Supply Air Ductwork-Ductwork carrying air from a fan or air handling unit to the space or
spaces to which it will be introduced. This air may have been heated or cooled or in the case
of ventilation system the air would be neither heated nor cooled. Supply air ductwork
extends from the fan or air handling unit to the registers,grills or diffusers at the end of the
ductwork.
5. Return Air Ductwork-Ductwork carrying air from the space it was supplied to back to a fan
or air handling unit. Return air ductwork extends from the registers or grills at the end of
the ductwork to the air handling unit or connection with an outdoor air intake duct.
6. Exhaust Air Ductwork-Ductwork carrying air from a space to a fan and then to be
discharged to the outdoors. Exhaust air ductwork extends from the registers or grills at the
end of the ductwork to the fan. From the fan the exhaust ductwork extends to the discharge
point,exhaust air damper,or exhaust air plenum,whichever comes first. _
7. Relief Air Ductwork-Ductwork carrying air from a space without a fan to be discharged to
the outdoors. Relief air ductwork extends from the registers or grills at the end of the
ductwork,the discharge point,relief air damper,or relief air plenum,whichever comes first.
8. Outdoor Air Ductwork-Ductwork carrying untreated air from the outside to a fan or air
handling unit. Outdoor air ductwork starts at the intake point, outdoor air damper,or
outdoor air plenum,whichever comes last. The outdoor air ductwork extends to the fan,air
handling unit,or connection with a return air duct,whichever comes first.
9. Mixed Air Ductwork-Ductwork that can carry either return air or outdoor air or a
combination of both. Mixed air ductwork starts at the connection of the return air and
outdoor air ducts and extends to the fan or air handling unit.
10. Outdoor Air Plenum-A plenum that extends from the opening in the skin of the structure to
the outdoor air duct. If the outdoor air damper is directly at the intake or there is no outdoor
air damper,the plenum will extend to the first size reduction. If the outdoor air damper is
not at the intake,the plenum will extend to the outdoor air damper.
11. Exhaust Air Plenum-A plenum that extends from the opening in the skin of the structure to
the exhaust air duct. If the exhaust air damper is directly at the discharge or there is no
exhaust air damper,the plenum will extend from the last size reduction. If the exhaust air
damper is not at the discharge,the plenum will extend to the exhaust air damper.
12. Relief Air Plenum-A plenum that extends from the opening in the skin of the structure to
the relief air duct. If the relief air damper is directly at the discharge or there is no relief air
damper,the plenum will extend from the last size reduction. If the relief air damper is not at
the discharge,the plenum will extend to the relief air damper.
VC0515S15.891 15891-4 9/25/2007
City of Fort Worth,Texas
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Fiberglass Ductwork and Accessories
13. Ventilated Spaces-Areas supplied with outdoor air on a continuous or intermittent basis.
The outdoor air may be heated and/or cooled or untreated.
14. Heated Spaces-Areas where heat is supplied to maintain a minimum temperature during the
heating season.
15. Unheated Spaces-Areas where heat is not applied and there is no minimum temperature
during the heating season.
16. Conditioned Spaces-Areas that are provided with heating and mechanical cooling.
17. Non-Conditioned Spaces-Areas that are not provided with mechanical cooling.
18. Thermal Conductivity-The rate of heat flow through unit area of a homogeneous substance
under the influence of unit temperature gradient in the direction perpendicular to the area.
Units-BTU per(hour)(sq ft)(degrees F temperature difference)(per inch thickness).
19. Indoor Ductwork-Ductwork within a building that is not exposed to the weather.
_ 20. Outdoor Ductwork-Ductwork that is not within a building and is exposed to the weather.
21. Hot Ductwork-Ductwork carrying air with a temperature above the surrounding space
temperature.
22. Cold Ductwork-Ductwork carrying air with a temperature below the surrounding space
temperature.
23. Hot/Cold Ductwork-Ductwork carrying air with a temperature that can be either above or
below the surrounding space temperature.
24. Flues/Stacks/Breeching-Ductwork carrying products of combustion to atmosphere.
PART 2 PRODUCTS
2.01 MATERIAL
A. Design Conditions
1. Temperature: minus 10 to 125 degrees F
2. Pressure: 10-in HZO w.g.positive; 10-in HZO w.g.negative
3. Flow medium and velocity:Air at 4500 fpm
4. Wall thickness(minimum):
a. Up to 36-in diameter-0.187-in struct.wall plus 0.10-in liner
b. 38 to 60-in diameter-0.250-in struct wall plus 0.10-in liner
VC0515S 15.891 15 891-5 M5=7
City of Fort Worth,Texas
Village Creek Wastewater Treatment Plant _
Trinity River Parallel Siphon Project
Fiberglass Ductwork and Accessories
B. The following materials are expected to be in the air stream or surrounding area. The resins used
shall be suitable for all of the following:
1. Hydrogen sulfide and other odorous compounds in 100%relative humidity air typically _
found at wastewater treatment plants.
2.02 FIBERGLASS REINFORCED PLASTIC(FRP)DUCTWORK
A. FRP ductwork shall be of contact molded or filament wound construction,or a combination of
these methods,to meet design criteria.
B. FRP ductwork shall have a flame spread rating of 25 or less inside and outside and a smoke
developed rating of not more than 50 in accordance with NFPA 91. Sprinklers shall not be used
for internal fire suppression. -
C. Laminates shall consist of a 20 mil(finished thickness)minimum chemical resistant interior liner
with an apertured synthetic surface veil embedded in a resin rich surface. The corrosion barrier -
shall be a minimum of 100 mils thick and include not less than two layers of 1-1/2 oz mat with
25 percent glass and 75.percent resin content. The structural layer shall be of sufficient thickness
to meet the minimum thickness requirements specified. The exterior surface layer shall be resin _
rich "C"-glass or apertured nexus veil not less than 20 mils thick. Outside finish shall be a
pigmented,parrafinated gel coat with an ultra violet inhibitor. The inner surface shall be free of
cracks and crazing with a smooth finish and with an average of not over two pits per square foot,
providing the pits are less than 1/8-in in diameter and not over 1/32-in deep and are covered with
sufficient resin to avoid exposure of inner surface fabric. Some waviness is permissible as long
as the surface is smooth and free of pits.
D. Resins used in the laminate shall be premium corrosion resistant and fire retardant vinylester
resins. Resin used for indoor ductwork shall contain 3 percent antimony trioxide as a fire
retardant and be equal to Ashland Chemical Hetron FR992. Resin used for outdoor ductwork -
shall be equal to Ashland Chemical Hetron 922.
E. Fittings and Joints:All fittings such as elbows, laterals,tees and reducers shall be of the same
resin as and equal or superior in strength to the adjacent duct section and shall have the same
internal dimensions as the adjacent duct. Non-flanged duct joints shall be butt wrapped or bell
and spigot joints. Bell and spigot joints shall be sealed with a standard butt joint overlay as per
PS 15-69. The interior opening between the bell and spigot shall be sealed with a resin paste so
that no glass fibers are exposed and all voids are filled. Field cut duct ends and exposed glass
fibers shall be resin coated prior to joint assembly to maintain a continuous interior corrosion _
barrier. Coat all exterior surfaces of joints with a paraffinated resin-rich gel coat with UV
inhibitors.
F. Total width of overlay for butt-wrap joints shall be not less than 6-in for diameters from 6-in up
to and including 30-in,36-in and larger shall be not less than 10-in.
G. Round Standard Elbows
1. Standard elbow centerline radius shall be equal to one times the diameter.
VC0515S15.891 15891-6 9t25/2007
City of Fort Worth,Texas
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Fiberglass Ductwork and Accessories
2. Standard elbows up to 24-in diameter shall be smooth radius molded elbows. Standard
elbows 30-in diameter and greater may be mitered sections as specified below.
3. 0 to 44 degree elbows shall contain one mitered joint and two sections. 45 to 80 degree
elbows shall have a minimum of two mitered joints and three sections. Elbows greater than
80 degrees shall have a minimum of four mitered joints and five sections.
H. Rectangular Fittings
1. Fittings shall be factory manufactured to meet the specified design criteria and in accordance
with approved submittals. Factory install reinforcing ribs as required to meet the specified
deflection requirements and to provide a system free from pulsing,warpage, sagging and
undue vibration.
2. Provide forming vanes in all mitered rectangular elbows. Rectangular elbow turning vanes
shall be of FRP construction,solid or double wall construction with an airfoil shaped
profile.
I. Reinforcing
1. Round duct reinforcing shall be factory installed with spacing between reinforcing located to
avoid all hangers and support saddles.
2. Rectangular duct and fitting reinforcing shall be factory located and installed to avoid duct
hangers, support saddles,bracing,branch take-offs and entries,and plenum connections.
Routine field cutting and field relocation of factory installed reinforcing is not acceptable.
J. Tolerances
1. Out-of-roundness of duct shall be limited to plus or minus 1/8-in or plus or minus 1 percent
of duct inside diameter,whichever is greater for duct sizes 6-in diameter and greater.
2. Rectangular duct tolerances shall be 3/16-in for duct diameter up to 18-in and plus or minus
1 percent for dimensions of over 18-in.
3. All unflanged duct shall be square on the ends in relation to the pipe axis and plus or minus
1/8-in up to and including 24-in diameter and plus or minus 3/16-in for all diameters greater
than 24-in.
4. Fittings
a. The tolerance on angles of all fittings shall be plus or minus 1 degree,up to and
including 24-in diameter and plus or minus 1/2 degree for 30-in diameter and above.
5. Flanges
a. Flange faces shall be perpendicular to the axis of the duct within 1/2 degree.
b. Flange faces shall be flat to within plus or minus 1/32-in,up to and including 18-in
diameter and flat within plus or minus 1/16-in for 20-in diameter and larger.
VC0515S15.891 15891-7 9/25/2007
City of Fort Worth,Texas
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Fiberglass Ductwork and Accessories
c. Provide custom filler pieces as required to mate flanges squarely.
K. Calculations for wall thickness determination shall be based on the structural fiberglass
reinforced wall only. Long term deflection shall not exceed 1 percent of duct diameter or duct
width for rectangular ducts. Round and rectangular FRP ductwork shall be designed using a
safety factor of 10 to 1 for pressure and 5 to 1 for vacuum service. Round duct shall be designed
by manufacturer to resist specified loadings but in no case shall FRP duct be less than the
following thicknesses:
Filament Wound Hand Layup
Diameter(-in)* Thickness(-Lm) Thickness(-in)
Less than 24 225 .25
24 to 30 275 .313
36 to 42** 375 .438
48 to 60** 525 .688
66 to 72** 625 .813
* Where rectangular duct is used the longest dimension shall be considered equivalent to diameter.
** Rectangular duct maybe reinforced with angles or tees as required to meet the required
pressure/vacuum service.
L. All connections to expansion joints,butterfly dampers,fire dampers,tanks,or other equipment
shall be flanged. Gaskets shall be neoprene for odor control service. Flanges shall be hand laid
up to thickness specified in PS 15-69 except that minimum thickness shall be 3/4-in. Each flange
face shall be ground flat,and a new 100 mil corrosion barrier shall be applied. The flange shall
be anchored to a waxed table to ensure the flatness tolerance outlined above. The face shall be
textured for use with full face chlorobutyl gaskets, 1/8-in minimum thickness. Flange drilling
shall be as per PS 15-69. All bolt holes shall be back spot faced for a washer seat. All flange
bolts shall be torqued to values as recommended by manufacturer.
M. Fasteners:Furnish all bolts,nuts,washers and other fasteners required. Material of metallic
fasteners shall be Type 316 stainless steel.
N. There shall be not less than a 1/4-in buildup of FRP over the duct at each support and as shown
on the Drawings.
O. Provide 1-in minimum PVC pipe and PVC ball valve duct drains in the bottom of all main,
branch and riser ducts to allow removal of condensate.
2.04 FLEXIBLE CONNECTORS
A. Furnish flexible connectors at each inlet and outlet of fan and in the duct runs where required for
expansion,contraction and movement. Flexible connections shall be integral flange molded arch
type units constructed of EPDM rubber 1/4-in thick,reinforced with a strong synthetic
asbestos-free fabric suitable for corrosive service. The flexible connections shall be designed to
minimize the transmission of vibration from the fans to the ductwork at the suction and discharge
connections. Expansion or contraction flexible connections shall be designed to allow 1-in
movement. Working length or"live" length shall be as designed by the manufacturer to allow up
to 1-in of movement. Ends shall be flanged,with flanges matching duct connection flanges.
Corners on rectangular expansion joints shall be molded and free of patches or splices. The
VC0515S 15.891 15 891-8 9t2512007 -
City of Fort Worth,Texas
- Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Fiberglass Ductwork and Accessories
flexible connections shall be suitable for outdoor service and temperature ranges from minus 10
up to 125 degrees F,and pressure to 5 psig. Specially fabricated split Type 316 stainless steel
retaining back-up bars shall be supplied to prevent damage to the EPDM rubber flanges when
Type 316 stainless steel bolts are tightened.
B. Where the construction of the flexible connections or vibration isolator results in a cross sectional
area of the connection which is less than 90 percent of the adjacent ductwork,the size of the
connection shall be increased to provide a cross sectional area equal to or greater than 90 percent.
of the adjacent duct.
C. Provide flexible duct connections at both the intake and discharge connections for all fans and air
handling units except as noted below.
1. Wall and roof fans that have integral motor/fan wheel isolation.
2. Air handling units where the fan is isolated from the intake and discharge connections by
internal flexible connections or separations,and the unit is mounted without vibration
isolators between the unit and the support structure.
D. Ductwork spacing and alignment for flexible connections shall be aligned to the tolerances of the
flexible connection manufacturer,or plus/minus 1/4-in whichever is less. Bolts shall be torqued
to the manufacturer's recommendations. Do not over tighten.
E. Where flexible connections are used as expansion joints,the manufacturer's precompression
recommendations must be followed. When the temperature at installation differs from the
temperature in the precompression recommendation,a correction shall be made.
F. Manufacturer:
1. Holz Rubber Company.
2. Mercer Rubber Company.
3. Proco Products,Incorporated.
4. Or equal.
2.05 TOOLS, SPARE PARTS AND MAINTENANCE MATERIALS
A. The duct system shall be furnished with the following:
1. One set of special tools required to maintain and repair the system.
2. All materials in kit form to make or repair joints. Additional kits shall be supplied sufficient
to repair 10 percent of the joints. Materials shall be packaged for long term storage.
3. Names and addresses of all manufacturers of. Fiberglass reinforcements,resins,hardeners
and components used to repair and maintain the FRP duct system.
VC0515S 15.891 15 891-9 9252007
City of Fort Worth,Texas
Village Creels Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Fiberglass Ductwork and Accessories
B. Spare parts shall be packed in sturdy containers with clear indelible identification markings and
shall be stored in a dry,warm location,until transferred to the Owner at the conclusion of the
project.
C. Material safety data sheets for all components must be furnished.
2.06 FIBERGLASS REINFORCED PLASTIC DAMPERS
A. Furnish and install where indicated on the Drawings manually operated butterfly or parallel blade
dampers,with handle for manual operation and positive locking quadrant for balancing purposes.
Dampers shall be flanged connection and fabricated from materials similar to those specified in
Paragraph 2.03 above.
B. Locking quadrants shall have a positive method of holding the damper in its selected position
such as a bolt through both the quadrant and the lever arm. Systems using springs or other
devices that can vibrate loose are not acceptable.
C. Rating Conditions
1. Velocity Through Damper:4500 fpm.
2. Pressure Rating: 20-in water column.
3. Allowable Leakage: With a differential pressure of 12-in wg.
Size Maximum Allowable
in Dia. Leakage(cfm)
72 200
66 186
60 172
54 158
42 130
36 50
24 25
18 20
4. One damper of each size shall be shop tested at 12-in wg differential and shall meet the
above leakage. Submit damper test report to the Engineer. Damper shall not be shipped
until approved by the Engineer.
D. Materials
1. Bearings,Teflon.
2. Blade: FRP,angle reinforced. -`
3. Frame: FRP.
4. Axles: FRP rods,full length of damper size as shown on the Drawings.
vc0515S15.891 15891-10 9R5R007 R
City of Fort Worth,Texas
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Fiberglass Ductwork and Accessories
5. Finish: FRP.
6. Handle: Type 316 stainless steel,or FRP.
7. Pins: Type 316 stainless steel.
8. Blade Stops: FRP angles with elastomer seals suitable for use at the design conditions.
9. Bushings: Teflon.
10. Hardware: Type 316 stainless steel.
11. Angles: FRP.
E. Dimensions: As detailed on the Drawings.
F. Manufacturer: Provide products of one of the following:
1. Ershigs Incorporated.
2. Bionomic Industries,Interchem Systems Division.
3. Heil Process Equipment,Xerxes Corporation.
4. Swartwout,Phillips Industries.
5. Calgon Corporation.
6. Or equal.
2.07 FRP TRANSITION PIECES
A. Provide transition pieces as shown on Drawings and specified herein.
B. Construction:
1. Thickness of transition pieces shall be designed using a safety factory of 10 to 1 for pressure
and 5 to 1 for vacuum service with the pressure classification listed below.
2. Custom flanges shall be designed as required to connect to fans,coils,dampers and duct
work. Coordinate flange sizes to match approved equipment dimensions.
C. Pressure Classification: Manufacturer shall design transition pieces so that they shall be free
from buckling,pulsing,warpage and sagging at design pressures.
2.08 LABELS
A. The service of each duct along with and arrow indicating direction of flow shall be provided on
each duct system. Labels shall be located not more than 26 linear feet apart and shall also be
provided at both sides of wall penetrations,at each damper,and each equipment connection.
VC0515S 15.891 15891-11 925/2007
City of Fort Worth,Texas
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Fiberglass Ductwork and Accessories
B. Labels shall contain the service spelled out,the duct size,and the equipment number of the
equipment served. Label locations shall have unobstructed view from normal viewing locations.
C. Numbers and letters shall be die-cut from 3.5 mil vinyl film and prespaced on carrier film.
Adhesive and finish shall be protected with one piece removable liners. Colors shall be white
letters on black backgrounds.
D. The system for preparation and application of letters shall be Type B as.i./2 by ASI Sign Systems;
Architectural Graphics Inc.,or equal. Letters shall be 3-in high Optima Bold,upper case using
Grid 2 spacing. Direction arrows are to match. The instructions of the manufacturer shall be
followed in respect to storage,surface preparation and application of letters.
E. Each piece of equipment is to be provided with an identification label listing the unit number and
the areas served. Labels shall be as specified above.
PART 3 EXECUTION
3.01 INSTALLATION
A. All ductwork shall be fabricated and erected where shown on the Drawings or as specified -
herein. Ductwork shall be rigidly supported and secured in an approved manner. Bracing and
vibration isolators shall be installed,where necessary,to eliminate vibration,rattle and noise.
Hangers shall be installed plumb and securely suspended from supplementary steel or inserts in t
concrete slabs. Lower ends of hanger rods shall be sufficiently threaded to allow for adequate
vertical adjustment. Building siding and metal decking shall not be used to hang ductwork.
B. Wherever ducts are divided,the cross-sectional area shall be maintained. All such changes must
be approved and installed as directed by the Engineer or as approved on shop or erection
drawings.
C. During installation the open ends of ducts shall be closed to prevent debris and dirt from
entering. Work shall be installed in accordance with the overall approved progress schedule and
in cooperation with all other trades so there will be no delay to other trades.
D. The unused portion of external louvers(where it is not as a fresh air intake or exhaust)shall be
provided with a blank-off constructed of 0.0625-in aluminum. Blank-off panels shall be
provided with aluminum reinforcing angles to prevent buckling and secured to the exterior wall
with aluminum angles and rustproof fasteners on not more than 12-in centers. Caulking shall be
provided completely around the outside edge of the angle and the aluminum.
E. Install automatic dampers when supplied by other trades.
F. The Drawings of the air ducts and air risers indicate the general location for installation of the
ducts and risers. Should additional offsets or changes in direction be made,these changes must
be considered in the original bid and shall be installed at no additional cost to the Owner.
G. All necessary allowances and provisions shall be made in the installation of the ducts for the
structural conditions of the building. Ducts shall be transformed or divided as may be required.
Wherever this is necessary,the cross-sectional area shall be maintained. All of these changes, -
VC0515815.891 15891-12 9R5R007
City of Fort Worth,Texas
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Fiberglass Ductwork and Accessories
however,must be approved and ducts installed as directed by the Engineer or as approved on
shop or erection drawings.
H. The taper of all transformations shall be not more than 15 degrees.
I. Do not remove or alter factory installed duct reinforcing ribs except as required to accommodate
duct alterations due to unexpected field conditions. Notify the Owners representative prior to
starting any field modifications involving ductwork structural reinforcing members. Submit
additional design calculations to demonstrate structural design integrity of ductwork and fittings
requiring reinforcing modifications in the field.
J. No ductwork or components shall be shipped prior to complete resin cure.
3.02 HANGERS AND SUPPORTS
A. Rectangular Ductwork,Round and Flat-Oval Ductwork-Spacing and size of hangers shall be as
required by the ductwork manufacturer.Maximum spacing of hangers and supports shall be 10
feet. Minimum materials and construction shall be as shown on the drawings and specified under
this Section.
B. All hanger and support materials shall be Type 316 stainless steel.
C. Perforated band iron or wire for supporting ducts will not be permitted. Ducts shall not be
supported from furring,hung ceilings or from another duct or pipe.
D. C-clamp type hangers shall be supplied with a retainer strap.
E. Ductwork shall not come in contact with any of the ceiling construction or any other equipment
in the ceiling cavity.
F. Fiberglass ductwork shall be properly anchored and supported from building structure where
indicated on the Drawings. Hangers for round,horizontal ductwork shall,as a minimum,consist
of two semi-circular 316 stainless steel bands with a radius to match the duct and cross section of
11 gauge x 1-in wide. The bands shall be horizontally split and bolted on each side with 304
stainless steel rods and nuts.
G. All fittings expansion joints and similar items shall be supported within 18-in of the joint unless
otherwise noted.
H. Hanger system shall use threaded rod for adjustability for ductwork over 24-in in diameter or
width.
I. The following methods of hanger attachment to the building structure are NOT allowed. The
numbers and letters refer to hanger methods shown in Figure 4-1,4-2 and 4-3 of the 1985 edition
of the HVAC Duct Construction Standards Metal and Flexible as published by SMACNA.
"T"- wraparound strap on open web joist.
"W"-bent over band on open web joist.
"14"-friction clamps.
T VC0515S15.891 15891-13 9/252007
City of Fort Worth,Texas
Village Crock Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Fiberglass Ductwork and Accessories
"17"-bent wire in metal deck.
J. Design of hangers shall include the effect of all loads applied to the duct as well as the load of the _
duct. These loads include,but are not limited to wind,snow seismic and internal dirt or liquid
buildup.
K. Hangers shall not be supported from roof decking or bulb tees. Where required,provide
supplemental steel to span between the building structure.
3.03 DUCTWORK FITTINGS AND ACCESSORY ITEMS -
A. Duct Elbows-Changes in direction and offsets shall be made in a gradual manner to facilitate
streamline flow of air. All elbows shall have a centerline radius of not less than 1-1/2 times the
width of the duct in the plane of the elbow. For rectangular ductwork where full radius elbows
cannot be installed or abrupt elbows are shown,provide abrupt elbows equipped with
shop-installed hollow,fiberglass air foil turning vanes. An access door shall be installed at each
abrupt elbow,so located for easy access to turning vanes.
B. Dampers _
1. Manual volume control dampers shall be installed wherever it may be necessary to regulate
air volume for system air balancing and where shown on the Drawings. Dampers shall be
standard butterfly or parallel blade type on channel frame with external damper position
indicator,manual adjustment and position locking arrangement.
2. An access door,of ample size to permit maintenance and resetting of damper blades, shall
be installed at each damper,so located for easy access to the damper blades.
C. Access Doors `
1. Hinged access doors shall be installed where listed below,wherever shown on the Drawings
and wherever access may be required for service,maintenance and adjustment. Access
doors shall be 24-in by 24-in minimum,except where the duct size is less than 26-in,where
the largest door that will fit the duct will be used. Unhinged access panels are not
acceptable,except where so specified on the Drawings. Access doors shall be of the same -
material as the duct. Doors shall be substantially butt hinged,with heavy sash locks and
substantial door pulls. Door openings and door frames shall be reinforced with bar stock or
angle. Access doors may be factory fabricated. Access door hardware shall be Type 316
stainless steel.
2. Provide access doors at the following locations(minimum requirements): T
a. Fire Dampers.
b. Smoke dampers.
c. Inlet side of centrifugal fans.
d. As necessary or required.
VC0515S15.891 15891-14 9R5R007 T
City of Fort Worth,Texas
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Fiberglass Ductwork and Accessories
3. Where access doors are required in ductwork located above ceilings the location of the
access doors shall be coordinated to clear the ceiling support system and to be accessible
through the ceiling grid.
3.04 FILLING IN SPACE AROUND DUCTS
A. To prevent sound passing through the area between the duct and the framed or cut opening in the
floors,walls or partitions,mineral wool shall be packed to completely fill the space the full depth
of the opening. Whenever a fire-rated wall or floor is penetrated the space around the duct shall
be filled with a locally approved type of fireproof rope.
B. At fire walls,apply Type 316 stainless steel sheet metal escutcheon plates on both faces of the
wall in order to close the gap between the structure and the sides of the insulated or bare duct.
3.05 DUCT SUPPORTS THROUGH FLOORS
A. Where vertical ducts pass through floor openings,supporting angles shall be rigidly attached to
the ducts and anchored with expansion bolts to the floor or curb. Angles shall be Type 316
stainless steel placed on the two long sides of the duct extending 3-in over edge of opening,.
B. Remaining open area in the floor opening shall be sealed with a Type 316 stainless steel plate.
3.06 SUPPORTING OUTDOOR DUCTS
A. The ducts installed above roof shall be provided with angle iron supports. Sizes of angles shall
be as shown on the Drawings.
B. The vertical supporting angles shall be continuous full height of the duct and shall be bolted to
same. These,together with intermediate supporting angle as required, shall be provided with
bottom plates which shall be welded to the vertical angles. The plates shall be attached with
anchor bolts to sleepers,which shall be placed on scraped roofmg. All of these angles shall be
welded together in order to form a stiff continuous supporting unit for the duct. Angles shall be
painted with oxide primer after installation.
C. Ducts shall be sloped to shed water.
3.07 DUCTWORK AT MASONRY
A. Where ducts connect to or terminate at masonry openings or along the edges of floors where
concrete curbs are not being provided,there shall be placed around the ductwork a continuous
2-1/2-in by 2-1/2-in by 3/16-in angle of the same material as the duct which shall be bolted to the
construction and made air tight to same by applying caulking compound on the angle before it is
drawn down tight to construction.
B. Plenums connected to concrete curbs shall be fastened with 3-in by 3-in by 1/4-in thick
continuous angle of the same material as the duct. Concrete curbs will be provided under another
Division. This angle shall sit on a continuous bead of caulking compound and be anchored to the
curb at 16-in centers. The duct shall terminate at the curb and be fastened to the angle. A
continuous bead of caulking compound shall seal the plenum to the curb.
VC0515S15.891 15891-15 9MM07
City of Fort Worth,Texas
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Fiberglass Ductwork and Accessories
C. When exposed ducts pass through finished floors,walls or ceilings,provide angle collars
completely covering space around duct.
3.08 QUALITY
A. All ductwork shall be free from pulsation,chatter,vibration or objectionable noise. After system
is in operation,should these defects appear they shall be corrected by removing,replacing or
reinforcing the work. Sound levels shall not exceed the minimum requirement as specified in
ASHRAE-Systems Volume. No discreet tones will be allowed.
B. The maximum allowable leakage of low pressure system shall be 5 percent of air volume.
C. The maximum allowable leakage of high pressure systems shall be one percent of air volume
when tested at 100 percent of the operating static pressure.
D. The Engineer reserves the right to reject acceptance of delivery of any or all pieces of equipment
found upon inspection to have any or all of the following defects in the laminate:
1. Blisters
2. Chips
3. Crazing
4. Exposed glass
5. Cracks
6. Burned areas
7. Dry spots
8. Foreign matter
9. Surface porosity
10. Sharp discontinuity
11. Trapped air
12. Any item which does not satisfy the tolerances as specified.
3.09 CLEANING OF DUCTWORK
A. All ductwork,fans,outlets and other parts of the ductwork systems shall be maintained in a clean
condition during installation.
B. Complete ductwork systems shall be cleaned prior to testing and air balancing. Cheese cloth
shall be secured over all openings of the ductwork system for entrapment of dirt during the
cleaning operation.
VC0515S15.891 15891-16 9/25/2007
City of Fort Worth,Texas
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Fiberglass Ductwork and Accessories
3.10 PAINTING
A. Louver blank-off panels and ductwork visible through louvers in exterior walls are to be painted
black. Painting shall be performed under this Section and shall be as specified in Division 9.
3.11 PLENUMS
A. Fresh air inlet and exhaust air plenums at louvers or otherwise subject to weather entrainment
shall be sealed water tight at all bottom joints and seams and up all vertical seams for a minimum
of 12-in. After application excess sealant shall be removed before setting hard. Where possible
fresh air inlet and exhaust air plenums shall pitch down towards the louver. Where it is not
possible to pitch the plenum a 1-in capped drain connection shall be provided at the low point of
the plenum.
3.12 TEST PORTS
A. Where shown on the Drawings and where required for testing and balancing instrument insertion
ports shall be provided. Size and location of ports shall be coordinated with the contractor
performing air balancing. Ports shall be sealed with plastic snap lock plugs. When the ductwork
will be insulated the port shall be extended to the face of the insulation and the vapor barrier
sealed to the port.
B. In round ductwork provide 2 ports 90 degrees on centers. In rectangular ductwork provide ports
as required by AABC or NEBB for a full traverse measurement.
C. As a minimum,ports shall be provided in the following connections:
1. All duct mains.
2. All duct branches unless all connections are diffusers,registers, or grilles and the total can
be calculated by summing the readings for all of the connections.
3. All connections to tanks or hoods where there is no other access for taking a measurement.
D. A main duct is defined as one of the following:
1. A duct serving five or more outlets.
2. A duct serving two or more branch ducts.
3. A duct emanating from a fan or plenum.
4. All remaining ducts are considered branch ducts.
END OF SECTION
VC0515S15.891 15891-17 9n5/2007
City of Fort Worth,Texas
t Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Underground Odor Control Piping
SECTION 15892
UNDERGROUND ODOR CONTROL PIPING
PART 1 -GENERAL
1.01 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division I Specification Sections,apply to this Section.
1.02 SUMMARY
A. This Section includes the following storm drainage piping:
1. Pipe,tube,and fittings.
2. Special pipe fittings.
_ 1.03 DEFINITIONS
A. ABS: Acrylonitrile-butadiene-styrene plastic.
T B. HDPE: High-density polyethylene plastic.
C. TPE: Thermoplastic elastomer.
1.04 PERFORMANCE REQUIREMENTS
A. Components and installation shall be capable of withstanding the following minimum working-
pressure,unless otherwise indicated:
1. Odor Control Piping: -10"of water.
1.05 SUBMITTALS
A. Product Data: For pipe,tube,fittings,and couplings.
B. Field quality-control inspection and test reports.
1.06 QUALITY ASSURANCE
A. Piping materials shall bear label,stamp,or other markings of specified testing agency.
PART 2-PRODUCTS
2.01 PIPING MATERIALS
A. Refer to Part 3 "Piping Applications" Article for applications of pipe, tube, fitting, and joining
materials.
VC0515S15.891 15892- 1 9R5f2007
City of Fort Worth,Texas
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Underground Odor Control Piping
2.02 HDPE PIPE AND FITTINGS =
A. The pipe and fittings shall be made using Extra High Molecular Weight(EHMW)high-density _
polyethylene with a standard thermoplastic material designation code of PE3408 and having a
cell classification of 345464C per ASTM D3350.
B. Materials used to manufacture pipe and fittings shall be listed under the Manufacturer's name in
the Plastics Pipe Institute (PPI) TR4, "PPI Listing of Hydrostatic Design Basis (HDB),
Strength Design Basis (SDB), Pressure Design Basis (PDB) and Minimum Required Strength
(MRS) Ratings for Thermoplastic Piping Materials or Pipe." The Manufacturer shall supply a
a
product with a standard grade HDB rating of 1600 psi (minimum) at 73 F and 800 psi
0
(minimum) for 140 F. Upon request, the Manufacturer shall supply certification that the
materials used to manufacture the pipe and fittings meet the above requirements.
C. The materials shall meet the following nominal physical property requirements:
PROPERTY TEST IMETHOD( 1V O?k MAL VALUE
Material De. gnation :. PPFAST?yi- PE3402
D350 345464C
DEASIt4,Natur±l D1545 0.946 piu'ce i
D1505,.. 0955 gaitcc
Melt bdex(190'Cl2.161,g) D12'8 00't gfi0miin
Flow Rate{190`Cf21 b lg) .: ` ` D1238 85 PAD min
Tensile Strength timate D63S 5,004_psi
Tensile;StrengEh Yield D632 3;560 p
t3'lnnrate Elang it�ou _ D63S ... >SN%
Fle1-tu31lalodulus,?°!o Secant ;. .. D790 13.6,000 psi
Ent4013ntental imis Crack Resistance(E S C R)
Fo,Condition C D1693 --10,000 brs.
PEhTT
:.. }1
Fly 00brs
Brittleness Temperaatre .. .. D746 <1807 ;
Hardness,-Shore D.:::::: . :.::.. _.:.:;..:. :` . D3240. 6
Vicat Softening Tentperaiure- D1525 2557
_.<
j 3>npact Streiig'1i,Notched:.: '::.:: .:..`.- D'?56 '7 ft Ibitin
Modulus of£lesticity(short terns) D638 125,000 psi
lliod... ofElAs�city(long teini) D63S :° -..30 000 0i
ThermalLipansionCoe�cient D696 1.6x 10' inriniT.
Aveiage?+Molecular We g GPC 330;OO6
PPI Hydrostatic Desig i Basis(HDB): 8 1,600 psi,73.4t
{ks listed iu PP:TR-4) D2837 800 psi(i"o 140°}
(t)Test procedures are ASTM unless otherwise specified. (PPI = Plastics Pipe Institute, and
GPC=Gel Permeation Chromatography.)
2.03 POLYETHYLENE PIPE AND FITTINGS
A. Pipe and tubing furnished under this specification shall be manufactured from compounds in
compliance with Section 1.0 above. The dimensional and performance characteristics shall
conform to the requirements of ASTM F714 for sizes 4"IPS and larger and to ASTM D3 03 5 for
VC0515S15.891 15892-2 9RSR007
City of Fort Worth,Texas
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Underground Odor Control Piping
sizes smaller than 4"IPS. Each lot of material shall be tested for melt index, density and %
carbon.Upon request,the Manufacturer shall furnish test data.
B. Polyethylene fabricated fittings shall be manufactured from polyethylene pipe, sheet stock or
molded fittings meeting the material requirements of this specification.
C. Pipe shall be pressure rated using the certified HDB from Section 1.2 and shall be determined in
accordance with the following formula:
?.s
P= -DF
Dr'�-1
Where DR — Dimension Ratio=D�t
P = Internal pressure„psi
S = Longterm hydrostatic strengk psi(1,600)
D = Actual outside diameter,incites
t = Minimums%vall ibidmess,incites
DF = Design Factor,dimensionless(0.5 for-rater rail,73.4,F)
D. Polyethylene fittings, including custom fabrications, shall have the same internal pressure rating
as the mating pipe. At the point of fusion,the wall thickness and outside diameter of the fitting
shall be in accordance with ASTM F714 or D3035 for the same pipe size.
E. The pipe Manufacturer's Quality system shall be certified to be in accordance with ISO
9001:2000.
2.04 JOINING
A. HEAT FUSION
1. Pipe and fittings shall be joined by one of the following types of thermal fusion per the
Manufacturer's recommended procedures:Butt fusion, Saddle fusion or Socket fusion.
2. Upon request, the Manufacturer shall provide fusion training by authorized personnel or
an authorized representative. The Contractor shall be responsible for ensuring that
personnel have received proper training per the Manufacturer's recommended procedure.
Records of training shall be maintained by the Contractor and should not exceed 12
months from date of construction.
3. Butt fusions performed between pipe ends or pipe ends and fitting outlets shall be within
the following allowable wall mismatches:
a. 2 DR difference for pipe and fitting diameters 6"IPS and smaller.
b. 1 DR difference for above 6"through 18"
C. The difference in DR's is determined from the following DR values: 7.3, 9, 11,
13.5, 17,21,26 and 32.5.
VC0515S15.891 15892-3 925t2007
City of Fort Worth,Texas
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Underground Odor Control Piping
2.05 OTHER METHODS OF JOINING
A. Polyethylene pipe and fittings may be joined together or to other materials through the use of _
electrofusion fittings, flange adapters with back-up rings, mechanical couplings designed for
connecting polyethylene pipe and fittings to itself or to another material, or MJ adapters. The
Manufacturer of the joining device shall be consulted for proper installation procedures.
PART 3 -EXECUTION
3.01 EXCAVATION -
A. Refer to Division 2 Section"Earthwork"for excavating,trenching,and backfilling.
3.02 PIPING APPLICATIONS
1. Underground drainage piping shall be HDPE manufactured to IPS dimensions and the _
wall thickness shall be equal to SDR 32.5.
3.03 PIPING INSTALLATION
A. Basic piping installation requirements are specified in Division 15 Section "Basic Mechanical
Materials and Methods."
B. Install piping in locations indicated.
C. Do not cover or put piping into operation until it is inspected and approved by City and -
Engineer
3.04 CONNECTIONS
A. Drawings indicate general arrangement of piping,fittings,and specialties.
B. Use transition fitting to join dissimilar piping materials.
3.05 FIELD QUALITY CONTROL
A. During installation,notify City and Engineer at least 24 hours before inspection must be made.
1. Roughing-in Inspection: Arrange for inspection of piping before concealing or closing-in -
after roughing-in.
B. Reinspection: If authorities having jurisdiction find that piping will not pass inspection, make
required corrections and arrange for reinspection.
C. Pipe, tubing and fittings shall be homogenous throughout, and free of visible cracks, holes,
foreign inclusions, blisters, dents or other injurious defects. The pipe,tubing and fittings shall
be as uniform as commercially practicable in color, opacity, density and other physical
properties.
VC0515S15.891 15892-4 9252007
City of Fort Worth,Texas
Village Creek Wastewater Treatment Plant
Trinity River Parallel Siphon Project
Underground Odor Control Piping
3.06 CLEANING
A. Clean interior of piping. Remove dirt and debris as work progresses.
B. Protect open ends during remainder of construction period to avoid infiltration with dirt and
debris and to prevent damage from traffic and construction work.
C. Place plugs in ends of uncompleted piping at end of day and when work stops.
END OF SECTION 15160
T VC0515S15.891 15892-5 92512007