Loading...
HomeMy WebLinkAboutContract 38806City of Fort Worth, Texas Fort Worth Water Department CITY SECRETARY CONTRACT N0.3RSOC, WESTSIDE WATER TREATMENT PLANT PROJECT P262-607540045683 MARCH 2O09 VOLUME 1 OF 5 PREPARED BY: OFFICIAL RECORD OITY SECRETARY cm FT. WORTH, TX Camp Dresser & McKee Inc. Texas Registration No. F-3043 \I A k �� IN ASSOCIATION WITH: Alan Plummer Associates, Inc. Chiang, Patel & Yerby, Inc. Gupta & Associates, Inc. Jaster Quintinilla, LLP Komatsu Architecture, Inc. Multatech Engineering, Inc. Vic Weir Consulting .......................... J. DAN SHANNON 578'97 ®� 09 o3-Z5, �•N•••N...NN.N.00.NNN.O.� CHAD D. BARTRUFF 9 91688 Q , 111 0/0 VAL E18,�..' 1�11,b0.1titi1�. 31jS16T 7-10-0 9 Ak 9: 44 1 N M&C Review Page 1 of 2 -r- COUNCIL ACTION: Approved on 6/23/2009 DATE: 6/23/2009 REFERENCE NO.: C-23623 LOG NAME: 60WESTSIDE WATER TP CODE: C TYPE: NOW PUBLIC CONSENT HEARING: NO SUBJECT: Authorize a Contract in the Amount of $47,044,014.00 with McCarthy Building Companies, Inc., to Construct the Westside Water Treatment Plant, Located at 12200 Old Weatherford Road RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a construction contract in the amount of $47,044,014.00 with McCarthy Building Companies, Inc., to Construct the Westside Water Treatment Plant located at 12200 Old Weatherford Road. DISCUSSION: On March 19, 2002, (M&C C-19013) City Council authorized the execution of an engineering agreement with Freese & Nichols for the update to the Fort Worth Water System Master Plan. The Master Plan recommended constructing a water treatment plant in west Fort Worth. The proposed Westside Water Treatment Plant will treat raw water conveyed through a 90 inch raw water main, connecting Lake Benbrook and Eagle Mountain Lake, recently constructed by the Tarrant Regional Water District. On October 24, 2006, (Resolution No. 3426) the City Council authorized the filing of an application for a $49,865,000 loan under the Drinking Water State Revolving Fund to finance the Westside Water Treatment Plant project. On December 2, 2008, (M&C G-16377) the City Council adopted the appropriation ordinance for $49,865,000 (Ordinance No. 18383-12-2008) from the Texas Water Development Board's Drinking Water State Revolving Loan Fund. On October 2, 2007, (M&C C-22433) City Council authorized an engineering agreement with Camp Dresser & McKee, Inc., for the design of the Westside Water Treatment Plant. The construction contract for the Westside Water Treatment Plant was originally bid on October 16, 2008. Two bids were received, both substantially higher than the available budget and the engineer's estimate. On December 16, 2008, (M&C C-23242) City Council rejected all bids received for the Westside Water Treatment Plant. After rejection of bids, Camp Dresser & McKee, Inc., made design and contractual modifications to reduce the cost of the project, including reducing the initial plant capacity, redesigning the ozone system, allowing on -site use of excavated material, extending the contract time and numerous minor cost saving revisions. A request for competitive sealed proposals was advertised in the Fort Worth Star Telegram on March 26, 2009, and April 2, 2009. On April 30, 2009, the following three proposals were received: Company Total Proposal Amount McCarthy Building Companies, Inc. $47,044,014.00 Eagle Contracting, L.P. $49,094,198.00 Archer Western Contractors, Ltd. $49,284,198.00 http://apps.cfwnet.org/council_packet/mc—review.asp?ID=l 1847&couneildate=6/23/2009 7/2/2009 M&U Review Page 2 of :all offerors were initially prequalified to perform the work in accordance with the contract documents. However. the Request for Competitive Sealed Proposals reflected price as the sole selection criteria and McCarthy Building Companies, Inc., submitted the lowest price proposal. McCarthy Building Companies, Inc., is in compliance with the City's M/WBE Ordinance by committing to 15 percent M/WBE participation. The City's goal for this project is 15 percent. The project is located in the City's extra -territorial jurisdiction, one quarter mile west of the intersection of Old Weatherford Road and Chapin Road, in unincorporated Tarrant County, Mapsco 71 F. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the Drinking Water SRF 2007 Fund. TO Fund/AccounVCenters Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS UWES s SIDE vNTP € AP.odf FROM Fund/Account/Centers P255 541200 607540045683 $47,044,014.00 Fernando Costa (6122) S. Frank Crumb (8207) Chris Harder (8293) http://apps.cfwnet.org/council_packet/mc_review.asp?ID=I 1847&councildate=6/23/2009 7/2/2009 NDA Y City of Fort Worth Westside WTP Project CITY OF FORT WORTH Westside Water Treatment Plant Project Project P262-607540045683 ADDENDUM NO.1 April 8, 2009- The Contract documents for the Westside Water Treatment Plant Project, for which proposals are to be submitted to the City of Fort Worth, Texas, are hereby clarified and modified by this Addendum No. 1. Offerors must acknowledge receipt of this Addendum on the Proposal — Part B. PROJECT MANUAL REVISIONS TABLE OF CONTENTS a) Revise title for section 15682 to read "AIR COOLED CHILLERS." PART B — PROPOSAL .................. J. ®AN SHANNON ........................� '•. , 57897 ,..• s oq o4-°B• a) Delete the Proposal form and replace with the Proposal form attached to the end of this Addendum No. 1. Note that the Proposal form will be reissued in the next addendum to include the price for allowance for Item No. 10 —Electric Motor Actuators. The Proposal form shall be attached to Volume 1 of the specifications as part of the bid submittal. PART D — SPECIAL CONDITIONS a) Page D-17, Item D-54, Replace the first paragraph and equipment list provided in Item D-54 with the following: "The Owner has preselected Equipment Suppliers (ESs) for furnishing some of the process equipment and related services for the Westside Water Treatment Plant. The costs for the associated equipment and services for each equipment item are shown in the Proposal Form. The following table presents the pre -selected ES and manufacturer's representative and phone number for each of the pre -selected equipment." ADDENDUM.No. I 1 April 8, 2009 CDM — Texas Registration F-3043 City of Fort Worth Westside WTP Project WESTSIDE WATER TREATMENT PLANT EQUIPMENT SUPPLIERS AND CONTACTS Proposal Equipment Specification Equipment Mfr. Representative Item Supplier Naabtech, Ilc 13 Vertical Turbine Can Pumps 11210 Flowserve Nabil Azzam (817)686-2100 Smith Pump Company 14 Backwash Pumps 11213 Fairbanks -Morse Granger Smith (254)776-0377 Smith Pump Company 15 Sump Pumps 11216 Hydromatic Granger Smith (254)776-0378 16 Vertical Shaft Rapid Mixers and 11221 and Philadelphia Mixing WWaterTech, Inc. Bill Hallcroft Flocculators 11222 (972)250-0550 CF Engineered Equipment 17 Sludge Collection Equipment 11225 Envirodyne Sam Caillouet (972) 479-1105 Treatment Equipment Co. 18 Inclined Plate Settlers 11227 Meurer Research Bruce Smith (972) 931-1116 Hartwell Environmental Corp. 19 Air Scour Blowers 11376 Hibon Bob Russell (817)446-9500 CF Engineered Equipment 20 Submersible Pumps 11319 KSB Sam Caillouet (972) 479-1105 Treatment Equipment Co. 21 Filter Underdrain System 13221 ITT -Leopold Bruce Smith (972) 931-1116 Treatment Equipment Co. 22 Filter Media 13226 ITT -Leopold Bruce Smith (972)931-1116 13280, 13290, Bob Landry 23 Ozone System and 13296 Mitsubishi Newman Regency Group (972) 769-1993 Municipal Valve & Equipment 24 Motor Actuated Butterfly Valves 15100 Crispin K-Flo Randy Greene (972)934-1261 SECTION 15120 — PIPING SPECIALTIES a) Pagel5120-8, Paragraph 2.12.A.Lf.1); revise the paragraph to read "...ASTM A307 and ANSI B 1.1 with hexagonal heads, coarse thread fit, ..." b) Pagel5120-12, Paragraph 2.16.A; revise the second sentence to read "... bolts, nuts, and other hardware shall be Grade B, ASTM A307, zinc -coated for non-submerged/buried applications. For submerged and buried applications, and installation with SST piping and fittings, bolts and nuts shall be Type 316 stainless steel per ASTM F593 and F594. Anti -seize materials shall be applied to installation of all fasteners. All bolts and nuts shall have hexagonal heads; square and `tee' heads are NOT acceptable." ADDENDUM.No. 1 2 April 8, 2009 CDM - Texas Registration F-3043 City of Fort Worth Westside WTP Project c) Pagel5120-15, Paragraph 3.05.A; revise to read as follows: "A. Install restraint systems where indicated, including tie -rods, pipe clamps or bridles, when sleeve type couplings or fittings are used in piping systems, and at changes in direction or other places as necessary, to prevent joints from pulling apart under pressure. Use bridles and tie -rods of ASTM A193 B7 carbon steel with zinc coating as required per AWWA M11, and where tie -rods replace flange bolts, fit with nut on each non -mating face side of the adjacent flanges. Joint harnessing shall conform, as a minimum, to the requirements for the bolts and tie -rod lugs as set forth in AWWA Manual M11. Provide bolt/nut insulating kits as required to prevent contact between dissimilar metals where potential exists for galvanic corrosion." SECTION 15628 — SCROLL AIR COOLED CHILLERS a) Page 15628-1, revised section title to read "AIR COOLED CHILLERS". b) Page 15628-3, Paragraph 2.01, A. 1, revise to read "Water Chillers" c) Page 15628-3, Paragraph 2.01, A.1, add the following, "d. Carrier". d) Page 15628-3, Paragraph 2.02.A : add the following sentence, "6. Where applicable, coordinate with equipment manufacturer to provide Allen Bradley logix series PLC controls per Division 13. Refer to specification Section 15900 for all other requirements." 11"W e) Page 15628-3, Paragraph 2.03: revise title to read, "COMPRESSORS." f) Page 15628-7, Paragraph 3.02.C: revise paragraph to read, "Vibration Isolation: Mount chiller onto neoprene pads per manufacturer's installation recommendations." SECTION 15725 — MODULAR INDOOR AIR -HANDLING UNITS a) Page 15725-3, Paragraph 2.01, A, add the following, "4. Carrier". SECTION 15840 —AIR TERMINAL UNITS a) Page 15840-3, Paragraph 2.02 1: revise paragraph to read, "Thermostat: wall mounted electric type with appropriate mounting hardware. Refer to section 15900." SECTION 15900 — HVAC INSTRUMENTATION AND CONTROLS a) Page 15900-5, Paragraph 1.6; add the following Paragraph. "J. Where applicable, furnish two CD copies of original programming to operate HVAC system to Owner." b) Page 15900-6, Paragraph 1.9 B, add the following sentence. "All original programming to operate HVAC system shall meet the requirements of the PLC specifications in Division 13." c) Page 15900-7, Paragraph 2.2, add the following Paragraph C. "C. All PLCs, where applicable, shall be Allen Bradley Control Logix series per Division 13 and be capable of stand-alone �► operation without input from any other plant SCADA PLC." ADDENDUM.No. 1 3 April 8, 2009 CDM — Texas Registration F-3043 City of Fort Worth Westside WTP Project SECTION 16345 — MEDIUM VOLTAGE METAL -CLAD SWITCHGEAR a) Page16345-5, Paragraph 2.01.A. Add the following: "4. Siemens". SECTION 16380 — MEDIUM VOLTAGE LOAD INTERRUPTER SWITCHGEAR a) Page 16380-4, Paragraph 2.01.A. Add the following: "4. Siemens". SECTION 16425 — LOW VOLTAGE DISTRIBUTION SWITCHBOARDS a) Page 16425-4, Paragraph 2.01.A. Add the following: "4. Siemens". SECTION 16430 — PAD MOUNTED TRANSFORMERS a) Page 16430-4, Paragraph 2.01.A. Add the following: "4. Siemens". SECTION 16461 — DISTRIBUTION DRY -TYPE TRANSFORMERS a) Page 16461-4, Paragraph 2.01.A. Add the following: "4. Siemens". SECTION 16470 — PANELBOARDS a) Page 16470-3, Paragraph 2.01.A. Add the following: "4. Siemens". SECTION 16475 — LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND DISCONNECT SWITCH Name a) Page 16475-4, Paragraph 2.01.A. Add the following: "5. Siemens". SECTION 16480 — LOW VOLTAGE MOTOR CONTROL CENTERS a) Page 16480-5, Paragraph 2.01.A. Add the following: "5. Siemens". SECTION 16481 — LOW VOLTAGE MOTOR CONTROLLERS a) Page 16481-4, Paragraph 2.01.A. Add the following: "5. Siemens". SECTION 16485 — LOW VOLTAGE ADJUSTABLE FREQUENCY DRIVES (AFD'S) a) Page 16485-5, Paragraph 2.01.A. Add the following: "5. Siemens". DRAWING REVISIONS SHEET SB-1— OZONE/FLOCCULATION FOUNDATION PLAN a) Revise Rapid Mix Basins No. 1 and 2 to provide a low point elevation of 855.50 at the drains shown on Mechanical sheets MB-10 and MB-11. Slope the top of concrete to drain towards the low point. The high point elevation shall be less than or equal to 856.00. **move ADDENDUM.No. 1 4 April 8, 2009 CDM — Texas Registration F-3043 City of Fort worth Westside WTP Project SHEET SB-3 — OZONE/FLOCCULATION UPPER PLAN a) Revise the Upper Plan to provide a low point elevation of 873.00 in the slab at the centerline of the wall separating Ozonated Water Channel/Rapid Mix Basins from the Coagulated Water Channel. b) At the two grated opening for the Coagulated Water Channel, provide a centerline of corbel dimension of Y-6" from the face of the opening. c) At the grated opening above Ozonated Water Channel No. 1, provide a note to read "2 t/2" ALUM GRATING, TYP". d) Revise the light pole bases shown on the Upper Plan to match the number and locations shown on Electrical sheet EB-4. e) At the light pole base shown adjacent to the south wall of the Ozone Contactor No. 2, provide a corbel directly below the light pole base similar to Detail 3/SC-8. f) Add miscellaneous steel framing to be provided by the manufacturer to mount Rapid Mixers per the Mechanical sheet M 3-10. Provide an opening in the grating for the Rapid Mixers. SHEET SB4 — OZONE/FLOCCULATION SECTION AND DETAILS I a) Section 1: Add the S 1Ox25.4 monorail shown on SB-3 to the section. The monorail shall be located Y-O" from the west wall and it shall have a top of beam elevation of 876.00. �.. b) Section 1: Revise the top of concrete elevation callout of 878.50 to read "TOC EL VARIES". c) Sections 1: Add a detail callout at the wall joints for the standard construction joint detail A/SZ-1, TYP. d) Section 2: Add a note to read "2 t/2" ALUM GRTG" at the grating shown in section. e) Section 2: Add a callout for Detail A/SZ-3 for the grating bearing angle shown. f) Section 3: Add a note to read "2 Y ALUM GRTG" at the grating shown in section. g) Section 3: Add a callout for Detail A/SZ-3 for the grating bearing angle shown. SHEET SB-5 — OZONE/FLOCCULATION SECTION AND DETAILS II a) Section 1: Revise the beam depth dimension shown at the upper slab to read "2'-6"+/-" b) Section 1: Add a bottom of beam elevation callout at the upper slab beams to read "BO BEAM EL 876.00". c) Detail 3: Revise the detail callout "1/SZ-1" to read "A/SZ-1". SHEET SB-6 — OZONE/FLOCCULATION SECTION AND DETAILS III a) Section 1: Revise the beam depth dimension shown at the upper slab to read "2'-6"+/-". ADDENDLTM.No. 1 5 April 8, 2009 CDM — Texas Registration F-3043 City of Fort Worth Westside WTP Project b) Section 1: Add a bottom of beam elevation callout at the upper slab beams to read `BO BEAM EL 876.00+/-". c) Sections 1: Add a detail callout at the wall joints for the standard construction joint detail A/SZ-1, TYP. d) Detail 3: Revise the detail callout "1/SZ-1" to read "A/SZ-1". e) Detail 4: Revise the detail callout "1/SZ-1" to read "A/SZ-1". SHEET SB-8 — OZONE/FLOCCULATION SECTION AND DETAILS V a) Section 1: Add the S 1 Ox25.4 monorail shown on SB-3 to the section. The monorail shall be located Y-0" from the west wall and it shall have a top of beam elevation of 876.00. b) Section 1: Add 2 '/2" aluminum grating at the openings shown above the Rapid Mix Basin and Coagulated Water Channel. Provide a grating bearing angle per Detail A/SZ-3 at all four sides of the opening. Provide an opening in the grating for the Rapid Mixer. c) Section 1: Delete the empty bubble callout shown at the base of the Ozone Contactor baffle wall. d) Add miscellaneous steel framing to be provided by the manufacturer to mount the Rapid Mixer per the Mechanical sheet M13-10. SHEET SB-9 — OZONE/FLOCCULATION SECTIONS AND DETAILS VI a) Detail 2 and Section 3: Add a handrail per Detail C/SZ-6 to the top of the retaining wall. Handrail shall run the full length of the wall. SHEET SD-3 — FILTERS/ADMINISTRATION FRAMING PLAN AT EL 857.00' a) Revise the Sectional Plan per attached Figure SD3-A. b) Revise the reinforcing layout directions for the slab reinforcing callout between Gridlines I and I The #6 bars at 9" OC shall run perpendicular to the concrete beams and the #5 bars at 10" OC shall run parallel to the beams. SHEET SD-5 — FILTERS/ADMINISTRATION UPPER LEVEL FRAMING PLAN AT EL 872.00' a) At the opening for the metal stairs between Gridlines 5 and 6 and near Gridline I, revise the width of the opening to be 3'-5" in lieu of what is shown on plan. SHEET SD-9 — FILTERS/BREAK TANK SECTION I a) Add new Section 2 per attached Figure SD9-A b) Add new Detail 3 per attached Figure SD9-B. ADDENDUM.No. 1 6 April 8, 2009 CDM — Texas Registration F-3043 U ,%WW City of Fort Worth Westside WTP Project SHEET SD-19 — SECTIONS AND DETAILS VI a) Detail 1: Revise the Pier Schedule to include a Pier Type P5. The shaft diameter shall be 18" and it shall be reinforced with 647 vertical bars and #3 ties at 12" OC. The pier penetration shall be 7'-0" into the bearing stratum. SHEET SD-28 — SECTIONS AND DETAILS XIV a) Section 1: Revise the section per attached Figure SD28-A. b) Section 3: Revise the section per attached Figure SD28-B. c) Section 4: Revise the section per attached Figure SD28-C. SHEET SD-29 — SECTIONS AND DETAILS XV a) Section 8: Replace existing Section 8 with new Section 8 per attached Figure SD29-A. a) Section 9: Replace existing Section 9 with new Detail 9 per attached Figure SD29-B. SHEET SG-5 — WASHWATER RECOVERY BASINS SECTIONS AND DETAILS I a) Add Detail 5 per attached Figure SG5-A. SHEET A-0.02 — FILTERS ADMINISTRATION &MEMBRANES ARCHITECTURAL SITE PLAN a) Replace this Sheet in its entirety with the attached Drawing A-0.02. Note, modifications to the new, attached sheet are in regard to the pier foundation call -outs associated with the gated entry Monument Sign plan and sections. SHEET A-0.04 — FILTERS, ADMINISTRATION &MEMBRANES ARCHITECTURAL SITE PLAN a) Replace this Sheet in its entirety with the attached Drawing A-0.04. Note, modifications to the new, attached sheet are in regard to the pier foundation call -outs associated with the gated entry Monument Sign plan and sections. SHEET M-10 — LIQUID OXYGEN PROCESS, MECHANICAL, AND INSTRUMENTATION DIAGRAM a) In Note 4, change "OB" to "OZ-" SHEET MA-5 — LIME SLURRY STORAGE AREA SECTION a) On Section 1, change the height of equipment pad for each lime slurry feed pump to "3'-0" MIN" from "2'-0" MIN". SHEET MA-6 — LIME SLURRY STORAGE AREA SECTIONS a) On Section 2, change the height of equipment pad for each lime slurry feed pump to 'T-0" MIN" VAN'' from "2'-0" MIN". ADDENDUM.No. 1 7 April 8, 2009 CDM — Texas Registration F-3043 City of Fort Worth Westside WTP Project SHEET HD-6 — MEMBRANE FACILITY EL HVAC SECTION a) Revise exhaust fan EF-1 notation for detail 4/HD-3 to read as follows: N%0011 "Exhaust Fan EF-1, RE: Sheet HZ-3 for curb, flashing, and duct bracing requirements" SHEET HZ-5 — HVAC DETAILS a) FLOOR MOUNTED PUMP DETAIL; Delete "Alt Bid:..." call -out and replace with the following statement: "Contractor may substitute suction diffuser with integral strainer" SHEET E-8 — ELECTRICAL ENLARGED SITE PLAN-11 a) Add Section Cut E / E-9 between EMH-1 and EMI-1-6 b) Move EMI-10 leader line to the manhole located directly east of EMH-6. SHEET E-9 — CONDUIT SECTION & DETAIL a) Revise Sections C, E, F, and G per attached Figure E9-A. SHEET EB-2 — RAPID MIX AND FLOCCULATIONS — BASIN ELECTRICAL PLAN a) In PLAN, change RM-OW-MX-01 circuit from MCFLTB-2 to MCFLTA-2 b) In PLAN, move LSH-12100 J-box to west of channel vftwe SHEET EB-6 — LIGHTING — SECTION & DETAILS a) Add signal circuit 111 for RIOE-134 "LSH-12100 to ROIE" SHEET ED-9 — FILTER POWER PANEL — HFLT-2B — ONE LINE DIAGRAM a) Panel Board LFLT2B circuit 23, Remove conduit and wires from Spare per attached Figure EB6-A. SHEET ED-43 — MEMBRANE AREA — POWER PLAN a) Replace Detail A showing Reverse Flow Pumps disconnect with Detail A as shown on the attached Figure ED43-A. SHEET ED-51 — OVERALL GROUNDING PLAN a) Add note 3 "AN OZ-GEDNEY TYPE VG AT -GRADE GROUND FITTING OR EQUIVALENT" to Notes and at Detail A. Nwol ADDENDUM.No. 1 8 April 8, 2009 CDM — Texas Registration F-3043 City of Fort Worth Westside WTP Project SHEET EF-8 — PO`WER PANEL HHS — ONE LINE DIAGRAM a) Add Identifier "13 / PW-BFV-013 / valve /480 " to tag table. b) Add Identifier 13 and Note 4 to motor at circuit HHS-11, beneath Valve PW-BFV-013. c) Change circuit LHS-10 wire size to #10 SHEET EF-19 — CLEARWELL NO.1 — ELECTRICAL PLAN & DETAILS a) Add LHS-XX to CONDUIT REFERENCE b) In DIAGRAM A, change circuit LHS-1 to LHS-19 SHEET EG-1 — WASHWATER RECOVERY BASIN — ELECTRICAL SITE PLAN a) Change "TO DRAIN VAULT — SHEET EA-1" to "TO DRAIN VAULT — SHEET EA-8" SHEET EG-6 — ELECTRICAL SCHEMATIC - II a) In Schedule 2, remove CB-DR-SP-002 b) In Schematic 1, delete "floating" TQC and TQO switches. 1%w END OF ADDENDUM NO. 1 ... ADDENDUM.No. 1 9 April 8, 2009 CDM — Texas Registration F-3043 ADDENDUM No. 1 ATTACHMENTS City of Fort Worth Westside WTP Project PART B *"►" PROPOSAL TO: MR. DALE FISSELER, PE CITY MANAGER ATTN: PURCHASING OFFICE 1000 THROCKMORTON CITY OF FORT WORTH, TEXAS FOR: Westside Water Treatment Plant Project Project No. P262-607540045683 Pursuant to the foregoing 'Instructions to Offerors," the undersigned has thoroughly examined the plans, specifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director of the Fort Worth Water Department of the City of Fort Worth. Upon acceptance of this Proposal by the City Council, the bidder is bound to execute a contract and furnish acceptable Performance, Payment and Maintenance Bonds approved by the City of Fort Worth for performing and completing the Work within the time stated and for the following sum, to wit: DESCRIPTION OF ITEMS Item Estimated Brief Description of Item Unit Bid Price Amount No. Quanti With Unit Bid Price in Words in Figures in Figures 1 1 Construction of the Westside Water L.S. Treatment Plant, complete, excluding Bid Items 2 through 27. and per Lump Sum Dollars Cents 2 * Design, Installation and Removal of L.F. Trench Safety System and per Linear Foot Dollars Cents e *Maximum linear footage to be determined by Bidder and entered here. Linear footage shall not be less than 5,000 L.F. ADDENDUM NO. 1 Part B.doc B-1 April 8, 2009 City of Fort Worth Westside WTP Project Item Estimated Brief Description of Item Unit Bid Price No. Quantity With Unit Bid Price in Words in Figures 3 170 Furnish and Install 18-inch Diameter L.F. Drilled Piers Dollars and Cents $ per vertical L.F 4 770 Furnish and Install 24-inch Diameter L.F. Drilled Dollars and Cents $ per vertical L.F. 5 320 Furnish and Install 30-inch Diameter L.F. Drilled Piers Dollars and Cents $ per vertical L.F. 6 3,500 Furnish and Install 8' Vinyl Coated L.F. Chain Link Property Dollars and Cents $ per L.F. 7 1,700 Furnish and Install Ornamental L.F. Property Fence Dollars and Cents $ per L.F. 8 1 Furnish and Install Construction L.S. Manager's Field Office Dollars and Cents $ per Lump Sum 9 1 ALLOWANCE for Owner selected L.S. Applications Engineer (AES) work, including PLC and HMI software programming services Four hundred fifty nine thousand six hundred sixty Dollars $ 459,660.00 and no Cents per Lump Sum Amount in Figures $ 459,660.00 J ADDENDUM NO. 1 Part B.doc B-2 April S, 2009 City of Fort Worth Westside WTP Project ... Item Estimated Brief Description of Item Unit Bid Price Amount No. Quanta With Unit Bid Price in Words in Figures in Figures 10 1 ALLOWANCE for Owner selected L.S. electric motor actuators for modulating valves J. Dollars and no Cents per Lump Sum 11 1 ALLOWANCE for Owner selected L.S. Ozone Sidestream Venturi Injector System One hundred ninety six thousand five hundred Dollars $ 196.500.00 $ 196,500.00 and no Cents per Lump Sum 12 1 ALLOWANCE for Owner selected L.S. Membrane Filtration System Supplier (MFSS) work, including furnishing membranes, and associated piping, valves, equipment and services. Three million four hundred twenty-four thousand two hundred ninety Dollars and no Cents $ 3,424,290.00 $ 3,424,290.00 per Lump Sum 13 1 ALLOWANCE for Owner selected L.S. Vertical Turbine Can Pumps (Specification Section 11210) Seven hundred fifty thousand Dollars and no Cents $ 750,000.00 $ 750,000.00 per Lump Sum 14 1 ALLOWANCE for Owner selected L.S.. Backwash Pumps (Specification Section 11213) Ninety-two thousand two hundred twenty-eight Dollars and no Cents $ 92.228.00 $ 92,228.00 per Lump Sum 15 1 ALLOWANCE for Owner selected L.S. Sump Pumps (Specification Section 11216) Ninety-four thousand eighty-nine Dollars and no Cents $ 94,089.00 $ 94,089.00 per Lump Sum ADDENDUM NO. 1 Part B.doc B-3 April 8, 2009 City of Fort Worth Westside WTP Project Item Estimated Brief Description of Item Unit Bid Price Amount No. Quantity With Unit Bid Price in Words in Figures in Figures 16 1 ALLOWANCE for Owner selected L.S. Vertical Shaft Rapid Mixers and Flocculators (Specification Sections 11221 and 11222) One hundred ninety-nine thousand nine hundred seventy-five Dollars $ 199,975.00 $ 199,975.00 and no Cents per Lump Sum 17 1 ALLOWANCE for Owner selected L.S. Sludge Collection Equipment — Four Units (Specification Section 11225) Three hundred seventeen thousand one hundred twenty Dollars and no Cents $ 317,120.00 $ 317.120.00 per Lump Sum 18 1 ALLOWANCE for Owner selected L.S. Inclined Plate Settlers (Specification Section 11227) Five hundred fifty-eight thousand four hundred sixty-one Dollars and no Cents $ 558,461.00 $ 558.461.00 per Lump Sum 19 1 ALLOWANCE for Owner selected Air L.S. Scour Blowers (Specification Section 11276) One hundred thirty-two thousand four hundred fifty Dollars and no Cents $ 132,450.00 $ 132,450.00 per Lump Sum 20 1 ALLOWANCE for Owner selected L.S. Submersible Pumps (Specification Section 11319) Forty-six thousand eight hundred seventy-one Dollars and no Cents $ 46.871.00 $ 46,871.00 per Lump Sum f— ADDENDUM NO. 1 Part B.doc B-4 April 8, 2009 i— *qmw City of Fort Worth Westside WTP Project Item Estimated Brief Description of Item Unit Bid Price No. Quanti With Unit Bid Price in Words in Fi tares 21 1 ALLOWANCE for Owner selected L.S. Filter Underdrain System (Specification Section 13221) Seventy-six thousand four hundred thirty-three Dollars and no Cents $ 76,433.00 per Lump Sum 22 1 ALLOWANCE for Owner selected L.S. Filter Media (Specification Section 13226) Eighty-one thousand three hundred forty-eight Dollars and no Cents $ 81,348.00 per Lump Sum 23 1 ALLOWANCE for Owner selected L.S. Ozone System (Specification Sections 13280, 13290, and 13296) One million four hundred and three thousand Dollars and no Cents $ 1,403,000.00 per Lump Sum 24 1 ALLOWANCE for Owner selected L.S. Motor Actuated Butterfly Valves (Specification Section 15100) Three hundred seventy-six thousand Dollars and no Cents a $ 376,000.00 per Lump Sum 25 1 Furnish and install ground storage tank L.S. (Clearwell No. 1) Dollars and Cents $ per Lump Sum 26 1 Furnish and install landscape and L.S. irrigation work Dollars and Cents $ per Lump Sum Amount in Figures $ 76,433.00 $ 81,348.00 $ 1,403,000.00 $ 376,000.00 ADDENDUM NO. I Part B.doc IC April 8, 2009 City of Fort Worth Westside WTP Project 27 1 L.S. Process Control System Supplier (PCSS) Work Dollars and Cents $ per Lump Sum TOTAL BASE PROPOSAL PRICE (Items 1 through 27) (in words) (in figures) ADD ALTERNATE BID ITEMS OWNER will evaluate the Proposals based upon the total base proposal amount above plus the proposal price(s) of none, one or more of the Add Alternate items presented below. OWNER intends to select Add Alternate items in the order they are listed. The OWNER, in its sole discretion, will award the contract based on the base bid alone; the base bid plus Add Alternate A-1; or the base bid plus Add Alternate A-1 and Add Alternate A-2. Add Estimated Brief Description of Item Alternate Quanti With Unit Bid Price in Words No. A-1 1 Installation of Ozone Generator No. 2 L.S. and associated facilities. (excluding item A-1a, furnishing ozone generator equipment) Dollars and Cents per Lump Sum A-1 a 1 Allowance for furnishing Ozone L.S. Generator No. 2 equipment and associated facilities. Four hundred six thousand Dollars and no Cents per Lump Sum Unit Bid Price Amount in Figures in Figures $ 406.000.00 $ 406,000.00 ADDENDUM NO. 1 Part B.doc B-6 April 8, 2009 City of Fort Worth Westside WTP Project Add Estimated Brief Description of Item Alternate Quanti With Unit Bid Price in Words No. A-2 1 Construction of Washwater Recovery L.S. Basin No. 2 and associated facilities (excluding item A-2a, furnishing sludge collection equipment) Dollars and Cents per Lump Sum A-2a 1 Allowance for furnishing Washwater L.S. Recovery Basin No. 2 sludge collection system equipment and associated facilities. Unit Bid Price in Figures Eighty thousand one hundred ninety- eight Dollars and no Cents $ 80,198.00 per Lump Sum Amount in Figures $ 80,198.00 Bidder shall list below the subcontractor firms that will be used on this project as the Process Control System Integrator (PCSI), the Network Systems Integrator (NSI), and the Clearwell manufacturer. The PCSI will be The NSI will be The ground storage tank (Clearwell No. 1) manufacturer will be The undersigned agrees to begin construction within 10 Calendar Days after issue of the work order, and to substantially complete the Work and complete the Work in total within the calendar days specified in Paragraph D-15 of Part D — Special Conditions. The City reserves the right to accept or reject any and all proposals or any combination thereof proposed for the above work. 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 7278 as amended by City Ordinance 7400 (Fort Worth City Code Section 13A-21 through 13A-29). ADDENDUM NO. 1 Part B.doc April 8, 2009 City of Fort Worth Westside WTP Project Residency of Offerors: The 1985 Session of the Texas Legislature passed house Bill 620 relative to the award of contracts to non-resident bidders. The law provides that, in order to be awarded a contract as low bidder, non-resident bidders (out of state contractors whose corporate offices or principal place of 1000, business are outside of the State of Texas) that bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract in the state in which the non-resident's principal place of business is located. The appropriate blanks in Section A must be filled out by all non-resident bidders in order for your bid to meet specifications. The failure of out of state or non-resident bidders Failure to complete the forms may disqualify that bidder. Resident bidders must check the box in Section B. A. 1_1 Non-resident vendors in (give state), our principal place of business, are required to be percent lower than resident bidders by state law. 1_1 Non-resident vendors in (give state), are not required to underbid resident bidders. B. 1_1 Our principal place of business or corporate offices are in the State of Texas. Within ten (10) days of receipt of notice of acceptance of this bid, the successful bidder will execute the formal contract and will deliver approved Performance, Payment and Maintenance Bonds for the faithful performance of this contact. The attached cashier's check is to become the property of the City of Fort Worth, Texas, or the attached Bidder's Bond is to be forfeited in the event the contract and bonds are not executed within the time set forth, as liquidated damages for delay and additional work caused thereby. MINORITY/WOMENS BUSINESS ENTERPRISE (M/WBE): • I am aware that I must submit information to the Fort Worth Water Department concerning the M/WBE participation within FIVE BUSINESS DAYS of submittal of this Proposal in order to be N%001 considered RESPONSIVE. ADDENDUM NO. 1 Part B.doc B-8 April 8, 2009 City of Fort Worth Westside WTP Project Respectfully submitted, ,%► Company Name By: Signature Address: Printed Name of Principal Title Street City Phone: Fax: Email: Receipt is acknowledged of the following addenda: Addendum No. 1: Addendum No. 2: Addendum No. 3: Addendum No. 4: Addendum No. 5: Zip ADDENDUM NO. 1 Part B.doc B-9 April 8, 2009 .o v n SEE SH SD-4 SECTIONAL PLAN 27'-11" of n■ upon O M 3 CITY OF FORT WORTH, TEXAS WESTSIDE WATER TREATMENT PLANT PROJECT Date Sheet No Addendum No APRIL 8, 2009 SD-3 A Figure No SW —A t7 N O) `I F- � v J � Qa � r W L CITY OF FORT WORTH, TEXAS WESTSIDE WATER TREATMENT PLANT PROJECT % Date Sheet No Addendum No Figure No J APRIL 8, 2009 SD-9 Q1 SD9-A DETAIL � •' 1 I' h• I' r:n'w -i coon WELD TO EMBED PL PER 4/SD-22 L4x3xl/4 EA SIDE W/ 4-3/4" DIA BOLTS IN SLOTTED HOLES TO BEAM EL 856.75' ERECTION SEAT AS REO'D 3/4" PL x 12" x 2'-2" HEADED STUDS SEAM M1—B17 r CITY OF FORT WORTH, TEXAS WESTSIDE WATER TREATMENT PLANT PROJECT Date Sheet No Addendum No APRIL 8, 2009 SD-9 Q1 Figure No SD9—B 0 • I I /• �CDM STEEL COL BEYOND CONC ENCASE 1" RECESS n FOR MOSAIC TILE 0 7 SECTI®N HANDRAIL SEE ARCH'L REINF - SEE 3/0-28 CO TO WALL EL 871.96' BEAM BEYOND SEE SECTIONS GRADE EL SEE CIVIL DWGS TO PIE COMPACTED FILL SCHED PIERS SEE PLAN CITY OF FORT WORTH, TEXAS WESTSIDE WATER TREATMENT PLANT PROJECT Date Sheet No Addendum No APRIL 8, 2009 1 SD-28 A Figure No SD28—A L �3C E a O I rn 0 0 N cd REINF —� #7 @ 12" OC VERT EF 5La10"OC HORIZ EF TYP DOWELS TO MATCH VERT WALL REINF A HANDRAIL SEE ARCH'L TYP CONC STAIRS SEE SECTIONS COMPACTED SANDFILL SECTION / 3 CITY OF FORT WORTH, TEXAS WESTSIDE WATER TREATMENT PLANT PROJECT % Date Sheet No Addendum No J APRIL 8, 2009 SD-28 Q1 Figure No SD28—B SEE CIVIL DWGS OR PAVING INFO a� U) aD E 0 00 O Vasa HANDRAIL COORD W/ ARCH'L -- ------------ — ----- ------------ II COORD W/ ARCH'L A rmi nwrs FnR SECTION � 4 N r O Cfl O 000aa WSJ I Logo 0 Q Q JASTER-QUINTANILLA DALLAS, LLP CONSULTING ENGINEERS as 11472MMERCE • SLUE 300 i • MIF 21 M TOPE RWo Was 1294 J-0 JOB Was 3061972 WALL BEYOND REF TO ARCH'L FOR FINISH REQUIREMENTS CIVIL DWGS TO PIER EL CITY OF FORT WORTH, TEXAS WESTSIDE WATER TREATMENT PLANT PROJECT Date I Sheet No APRIL 8, 2009 � SD-28 Addendum No Figure No Q1 SD28—C i a� aD 24" PIPE CL EL 852.75' W18 TO STL PIPE TOC EL VARIES PIPE SUPPORT/THRUST RESTRAINT SECTION N I 0 N O N 0 O 0 CITY OF FORT WORTH, TEXAS WESTSIDE WATER TREATMENT PLANT PROJECT Date Sheet No Addendum No _1 APRIL 8, 2009 SD-29 Q1 Figure No SD29—A 0 L Ji coon ADH ANCHORSv BASE PLATE I1FTdil r CITY OF FORT WORTH, TEXAS WESTSIDE WATER TREATMENT PLANT PROJECT Date Sheet No Addendum No APRIL 81 2009 SD-29 A Figure No SD29-8 a� Z) E a ON L u7 O I N N JASTER-QUIIVTANII.LA DALI,AS, LLP r CONSULTIIiG SNGIIiEER9 0)co 2105 C0IMFACE • SuIE JOO • Oet1AS 7x 75201 iN 7:Q-101! f�l 2N 7S-Oh TE PE RM Wz 1284 O J—Q JOB Wz NOI972 N� Q U Q J 4-u5 x 4-p" 4-#3 TIES x EQ SPACED 1_I VALVE OPERATOR CORBEL ®ETAIL 5 0 102"=1'-0" V SG-2 CITY OF FORT WORTH, TEXAS WESTSIDE WATER TREATMENT PLANT PROJECT Date Sheet No Addendum No APRIL 8, 2009 SG-5 A Figure No SG5—A W 8" CONCRETFFE21 PIER CAST STONE LEDGE BELOW METAL FENCE �18' CONCRETE PIER 1'-7F518'0-3 5/8' 18'-4 FACE BRICK, _I TYPICAL 1•a► la• • PREFINISHED METAL CAP FLASHING FACE BRICK, TYPICAL 8' CMU, TYPICAL FULLY GROUTED WALL TIES, TYPICAL VERTICAL AT 24" O.C. VERTICAL DOWEL AT 24' O.C. HOLES, TYPICAL GRADE �.•of" �rT'® 4-#3 CONTINUOUS WITH 00 I t Il. #3xnAT18"O.C. N I' U I'; ;`'.jw .. 1.. 5-#7 CONTINUOUS TOP AND l,: J- :: BOTTOM WITH CLOSED TIES 1 #3 AT 10' O.C. 18' PER TYPE I j VERTICAL DOWELS TO P5. REFER MATCH # AND SIZE OF VERTICAL PIER DETAIL REINFORCEMENT, ARRANGE 1/0-19 3'-0" DOWELS TO AVOID BEAM REINFORCEMENT SECTIONI/r so e 18" CONCRETE PIER W re"I.W.W «, BRICK, TYPICAL MONUMENT SIGN PLAN 1 3/b' - 1,-0. CAST STONE LEDGE BELOW Alai lilts ?€RI a• €' =d r 1 3-#3 CONTINUOUS WITH I-''p. #3 xn AT 18' O.C. a I'• .. ce .� e.�.. �. 5-#7 CONTINUOUS TOP AND W.� .� BOTTOM WITH CLOSED TIES 1 #3 AT 10' O.C. ' PIER TYPE I VERTICAL DOWELS TO 18 18" REFER MATCH # AND SIZE OF DETAIL VERTICAL PIER REINFORCEMENT. ARRANGE 1/SD-19 3'-0' DOWELS TO AVOID BEAM REINFORCEMENT SECTION 4 1/z' = 1'-0' A-0.04 6'-11 �FACq BRICK, TYPICAL CMU, TYPICAL fV 18" PIER TYPE P5. REFER DETAIL 1/SD-19 SECTION 7 1/2" 1'-0' A-0.04 FENCE F� CAST STONE I SPLIT -FACE CMU, TYPICAL SLOPED HEADER COURSE ON 2 LAYERS OF TREATED PLYWOOD 8" BOND BEAM WITH 2-/5 CONTINUOUS PREFINISHED METAL CAP FLASHING CONT. 3"X3' STEEL ANGLE FACE BRICK, TYPICAL #5 VERTICAL AT 24" O.C. WALL TIES, TYPICAL STUCCO ON FULLY GROUTED 8' CMU BLOCK VERTICAL IN FULLY GROUTED VERTICAL DOWELS HOLES, TYPICAL GRADE VERTICAL WITH TIES X ED Vx30' PILASTER DOWELS FROM PIER -3 5/8" 18'-4 U CITY`OF"FO T W' 60-A. jEXAS' `T- R E, A' T:-M-. ' 'T *Pm L A- N. T 123AQID W AT RFORD ROAD STUCCO ON CAST STONE CMU BLOCK LEDGE — METAL LETTERS, 1' THICK, BLACK, 'MAXIMO' FONT, NO LETTERS O SIMIUAR MONUMENT SIGN 2 ELEVATION I/4' m vme 1'-7 5/8' Q Q CAST STONE CAP BEYOND h•, 1,• . , .:glad • FACE BRICK, TYPICAL 2"x3" STEEL TUBE, TOP RAIL 3/8'x3/8" STEEL TUBE ® 6" O.C. MAX. FACE BRICK COLUMN BEYOND 2"x3' STEEL TUBE RAIL WITH 11/2'xt 1/2' STEEL TUBE INTERMEDIATE SUPPORTS AS REQUIRED CAST STONE CAP 11 CONTINUOUS SPLIT FACE CMU, FULLY GROUTED J5 VERTICAL DOWEL AT 24' O.C. FINISH GRADE 2-17 CONTINUOUS TOP AND BOTTOM WITH CLOSED TIES #3 AT 10" O.C. 1'-7 5/8' 7 STONE CAP TYPICAL CAST STONE CAP BEYOND 2'x3' STEEL TUBE, TOP RAIL 3/8"x3/8' STEEL TUBE A 6' O.C. MAX. FACE BRICK COLUMN BEYOND 2"x3" STEEL TUBE RAIL WITH 1 1/2'xt 1/2' STEEL TUBE INTERMEDIATE SUPPORTS AS REQUIRED -20%20"x24' PILASTER, I I 7-#5 VERTICAL WITH 7---7 4-#4 TIES X EE} I r _ _ 18" CONCRETE PIER, I I 6-#6 VERT AND #3 TIES ® 18' O.C. SECTIONmon MEN NOW am 6 2 0 1' 2 4' 6' 1%Y = 10-0' A-0.04 GRAPHIC SCALE: 1/2' = 1'-0" mom MEN OWN NOR m MEN 2' 0 2' 4' 8' 4' 0 2' 4' 8' 12' GRAPHIC SCALE: 3/8' = 1'-0" GRAPHIC SCALE: 1 /4" = 1'-0" CITY OF FORT WORTH, TEXAS WESTSIDE WATER TREATMENT PLANT PROJECT Plow 1b Fu� FILTERS, ADMINISTRATION & MEMBRANES � ft ARCHITECTURAL SITE PLAN A-0.04 I I -----P OZONATION AND — CHEMICAL FACILITIES. REFER SHEET AE-1.01 ELECTRICAL BUILDING AND TRANSFORMER YARD. \\ o REFER SHEET AH-1.01 0 � � o I I I � 0 a 0 ENTRY GATE AND MONUMENT SIGN. REFER 1/A-0.03 Q FILTERS, ADMINISTRATION AND MEMBRANES REFER SHEET AD-0.01 ADMINISTRATION MONUMENT SIGN. REFER 5/A-0.02 TECTURAL SITE EASEMENT LINE — — —UTILITY EASEMENT ARCHITECTURAL FENCE CHAIN LINK FENCE ARCHITECTURAL SITE 80' 0 40' 80' 160, 240' 4' 0 2' 4' 8' 12' PLAN GRAPHIC SCALE 1' = 80' GRAPHIC SCALE: 1/4' = 1'-0m 4°-7 5/ FACE BRICK, 11_7 TYPICAL � 3' 0' ALUMINUM I HTTE TItS ICK, BLACK, Nl S T S fD 'MAXIMO' FON ATER�'TREAT.M'E T, n STUCCO OVER PLANT' n u 8® CMU FINISHED GRADE MONUMENT SIGN 2 ELEVATION c LIGHTING FOR FLAG FLAG POLES POLES, REFER QI ELECTRICAL N CONCRETE M CIO CONCRETE c PIER EDGE OF < PIER CONCRETE BEAM 14'-7 5/8" .r ffm OL / co nF •- VE 1 _ MONUMENT Rr a►r • :• STUCCO• CMU MONUMENT 2/A�0*02 TYPICAL PLAN © :• ► SLOPED ► • TREATED2�#5 CONTINUOUS WOOD BLOCKING SLOPED HEADER COURSE N '\'w�—PREFINISHED METAL CAP PREFINISHED METAL FLASHING :• ► BEAM W17H TREATED WOOD BLOCKING Nw • • «BRICK, t \\N""�FACE BRICK, TYPICAL `1 GROUTED. PROVIDE :1.1 asLEDGE REINFORCEMENT EACH C ELL 'Y'ALUMINUM LETTERS,« %\'\��MASONRY WALL TIES, TYPICAL- r1 BLACK,.s?;€ it ';a DOWEL ' • • • a► EACH CELL CMU1 WALL WEEP • iJ a OaCs ■ ERTICAL ► • m*JTO1FD CORNER r�FINISHED GRADE m FINISHED GRADE ao 3— fvj CONTINUOUS WITH °j 2—t3 CONTINUOUS WITH #3 x rj AT 18" O.C. N /3 x rl AT 180 O.C. 41 4—#5 CONTINUOUS TOP #3 CLOSED TIES AT 10' O.C. REFER DETAIL 3/A1.01 FOR 4—/8 CONTINUOUS BOTTOM BEAM REINFORCEMENT 18' PIER TYPE VERTICAL DOWELS TO 18" PIER TYPE P5. REFER MATCH f AND SIZE OF P5. REFER VERTICAL PIER DETAIL 1/SD-19 DETAIL 1'-8 REINFORCEMENT. ARRANGE i/SD-19 2'-0' DOWELS TO AVOID BEAM 2'-0 REINFORCEMENT SECTION 3* SECTION K4 ORT WORTH, TEXAS ADMINISTRATION �ARCAITECTURAL SITE a ��� • +. E a rn N rn 0 0 N v 0 MCI - p, p 9 10 d 13 ' d go ' ® 11 -- ®' - v. 12 DUCTBANK (1)-4"C SPARE d •'® ® .° 20 ® 32 35 a •® p ®. 23 '264.1 25 •° 30 - 33 M S36Q:• d 4 ® ® o 26 27 28 31 ° 34 ' ° 00 . "® °I A 4 v e w uCTBANK Q SECTION C C SECTION E E NTS E-8A EA-8ej NTS E-8 EG-1 a : �J 12 ; a 20 21 22 23 , • 24 59 33 51 Is . 30 ., 10, 4a o. ° 0 0 dd . go 13 _ 25 419 e 27 28 29 60 35 52 42 v o d .°• 4 •o a ° 11 Via 40 41 48 49 50 °62 53 61 a P a o o ° • �d•o o ° e O .° p° 55 a 56° a B ® 38 39 61 63 65 '�„ (1)-4"C SPARE —� DUCTBANK 0 DUCTBANK co 0440 P•i� OF p `'�0�9 SECTION F F SECTION rG whom s e E-8 EH-1 NTS E-8 TIMOTHY JAMES UEC NTS K �O�A% 68486 O 0 �Q�s t F 4 • OCEAN � a -�-D� 0 � GA' CITY OF FORT WORTH, TEXAS WESTSIDE WATER TREATMENT PLANT PROJECT Limm Gupta & Associates, Inc. / consuliing engineering Dote Sheet No Addendum Na Figure No N APRIL 8, 2009 E-9 Q E9-A City of Fort Worth Westside WTP Project CITY OF FORT WORTH Westside Water Treatment Plant Project Project P262-607540045683 ADDENDUM NO.2 April 16, 2009 The Contract documents for the Westside Water Treatment Plant Project, for which proposals are to be submitted to the City of Fort Worth, Texas, are hereby clarified and modified by this Addendum No. 2. Offerors must acknowledge receipt of this Addendum on the Proposal — Part B. PROJECT MANUAL REVISIONS TABLE OF CONTENTS a) Add the following: 1�ww "07411 "10700 PART B — PROPOSAL ... D1 METAL ROOF PANELS FIRE RESISTIVE COATINGS a) Delete the Proposal form (previously revised in Addendum No. 1) and replace with the Proposal form attached to the end of this Addendum No. 2. Note that the Proposal form shall be attached to Volume 1 of the specifications as part of the bid submittal. b) On the M/WBE Specifications — SPECIAL INSTRUCTIONS TO BIDDERS, change the M/WBE Project Goal from "17%" to "15%" of the base bid value of the contract. SECTION 01010 — SUMMARY OF WORK a) Page 01010-5, Paragraph 1.06.A.4. Replace this paragraph with the following: "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, including the operation of ventilating equipment and for heating of buildings. Contractor shall be responsible for electrical facilities and energy consumption of all subcontractors. The temporary electrical service shall meet NEC, OSHA and all other local safety codes. Owner will be responsible for energy consumed during testing and operation of equipment and facilities that are part of the plant facilities." ADDENDUM.No. 2 April 16, 2009 CDM — Texas Registration F-3043 City of Fort Worth Westside WTP Project SECTION 01025 — MEASUREMENT AND PAYMENT a) Page 01025-4, Paragraph 1.04.J.2. Add the following after the first sentence: "Subsequent to the selection of the MFSS, the scope of work as shown in Volume 4 and associated cost has been reduced. The reduction in scope of work, reflected in the drawings, includes deletion of one membrane rack (No. 5), one membrane feed pump (No. 4), and the membrane pilot plant. The cost for the MFSS work shown in Bid Item 12 reflects the reduction in cost for the modified scope of work. The change order documents from Pall are attached to the end of this specification." b) Insert the HSQ Technology Letter (pages 1 through 2) to the end of Section 01025 as presented in this Addendum No. 2 c) Insert the F1oTec Letter and the accompanying Quotation page and Electric Motor Actuator Valve Schedule to the end of Section 01025 as presented in this Addendum No. 2. d) Insert the Mazzei Injector Company letter (2 pages) to the end of Section 01025 as presented in this Addendum No. 2. e) Insert the Pall Corporation change order document (4 pages) to the end of Section 01025 as presented in this Addendum No. 2. SECTION 01170 — SPECIAL PROVISIONS a) Page 01170-5, add Paragraph 1.21 as follows: "1.21 TREATMENT CHEMICALS A. Owner will provide treatment chemicals for startup, testing, and operation of the plant chemical systems. Contractor shall be responsible for providing additional chemicals required due to failure of chemical system tests or for use of chemicals for other purposes outside the initial start-up, testing and operation of the plant facilities." SECTION 02230 — GRANULAR FILL MATERIALS a) Page 02230-3, Paragraph 2.0l .E; add the following sentence; "Structural fill shall be as specified herein, unless explicitly noted otherwise on the Drawings in reference to specific structures or uses.". b) Page 02230-3, Paragraph 2.0LG; add the following sentence; "Select fill shall be as specified herein, unless explicitly noted otherwise on the Drawings in reference to specific structures or uses.". ADDENDUM.No. 2 2 April 16, 2009 CDM — Texas Registration F-3043 City of Fort Worth Westside WTP Project SECTION 02640 — BURIED VALVES, HYDRANTS AND APPURTENANCES .■. a) Page 02640-6, Paragraph 2.04.A, revise the first sentence to read; "Valves shall be ... by American Flow Control; Clow; Mueller, or J&S Valve.", and add the following sentence; "Refer to section 15100, Paragraphs 2.02 and 2.09 for additional specification requirements associated with resilient seated, buried gate valves." b) Page 02640-6, Paragraph 2.04.13, add the following sentences; "Manufacturer shall provide, upon request by the Owner, certified torque values for valve actuation over the entire operational design range. Tables will be used for verification of compliance with specified manual actuator requirements and determination of need for bypass valve." c) Page 02640-6, Paragraph 2.04.C, replace this paragraph with the following: "C. Gate valves shall be furnished with spur gear assemblies; bevel gearing will NOT be accepted." SECTION 02810 — LANDSCAPE IRRIGATION SYSTEM a) Add Section 02810 as attached to this Addendum. SECTION 02821 — ORNAMENTAL SECURITY GATES AND FENCING a) Page 02821-1, Paragraph 1.03, add Paragraph 1.03.13 as follows: "D. Provide horizontal and vertical layout of ornamental fence, reflecting elevation view in relation to the actual finished grade and the brick fence columns as part of the shop drawing for approval." b) Page 02821-2, Paragraph 2.04.13, add the following to the end of the paragraph: "Fence panels shall be designed so that the fence adjusts to changing grade elevations, maintaining the top and bottom of the fence to be true horizontal." c) Page 02821-3, Paragraph 3.03, add Paragraph 3.03.F as follows: "F. Posts shall be installed vertically. Fence panels shall be installed to maintain the heights and clearances as shown on the drawings while adjusting to changes in grade and maintaining the top and bottom true horizontal." d) Page 02821-3, Paragraph 3.06, add Paragraph 3.06.B as follows: "B. Provide a 12 inch wide reinforced concrete mow strip centered beneath the fence. Mow strip shall be as detailed for the chain link fence, as shown on the Drawings." SECTION 03350 — CONCRETE FINISHES a) Page 03350-5, Paragraph 3.04.13, revise the following items as noted: '"" 443. Exterior vertical ... See Paragraph 3.01.G above." ADDENDUM.No. 2 3 April 16, 2009 CDM — Texas Registration F-3043 t City of Fort Worth Westside WTP Project 444. Interior vertical ... See Paragraph 3.01.G above." "5. Vertical concrete in water ... See Paragraphs 3.01.G and 3.01.1) above." 446. Interior and exterior ... See Paragraph 3.01.G above." `091 SECTION 05311 — STEEL ROOF DECK a) Page 05311 — 2, Paragraph 2.02.A: Revise the first sentence to read: "Steel roof deck shall be as indicated on the drawings". b) Page 05311 — 2, Paragraph 2.02.B: Revise the first sentence to read: "Interior steel roof deck shall be as indicated on the drawings". SECTION 07411 — METAL ROOF PANELS a) Add this Section as attached to this Addendum. SECTION 10700 — FIRE RESISTIVE COATINGS a) Add this Section as attached to this Addendum. SECTION 09310 — CERAMIC TILE a) Page 09310-3, Paragraph 2.05.B; delete this paragraph in its entirety. SECTION 13305 — PROCESS INSTRUMENTATION AND CONTROLS — CONTROL DESCRIPTIONS a) Page 13305-6, Remove Loop Numbers 15005, 15015 and their associated Descriptions in its entirety. b) Page 13305-10, Under PM&ID: Replace M-4 with M-4A. c) Page 13305-11, Remove sections 1.5 and 1.6 in its entirety. d) Page 13305-70. Remove the second paragraph beginning with "Two Injection pumps...." and replace with the following: "Four Injection pumps will be used to pump motive water (from plant raw water pipe) to their associated Ozone Venturi Injector. Ozone will be injected into the motive water at the Ozone Injector and then fed into the Ozone Flash Reactors for each Ozone Basin. The Ozone System will modulate the ozone gas flow to each injector." ADDENDUM.No. 2 4 April 16, 2009 CDM — Texas Registration F-3043 City of Fort Worth Westside WTP Project e) Page 13305-106, Under section 13.1.1 - Remove and replace table with the following: LOOP NUMBER DESCRIPTION LCP-19000-01 Raw Water Meter Vault (PLT-DR-SP-001) LCP-19000-02 Potable Water Meter Vault (PLT-DR-SP-003) LCP-19000-03 Not Used LCP-19000-04 Drain Box (PLT-DR-SP-002) LCP-19000-05 TunneI C (FLT-DR-SP-001, -002) LCP-19000-06 Membrane Drain Sump WEST (MEM-DR-SP-001, -002) LCP-19000-07 Membrane Drain Sump EAST (MEM-DR-SP-003, -004) LCP-19000-08 Ozone Basin Drain Sump (OB-DR-SP-001) LCP-19000-09 Not Used LCP 19000-10 Not Used LCP-19000-11 HVMH-1(PLT-DR-SP-004) LCP-19000-12 EMH-1 (PLT-DR-SP-005) LCP-19000-13 EMH-7(PLT-DR-SP-006) f) Page 13305-108, Under section 13.4 Sample Pumps - Change M-4 under PM&ID to M-4A. SECTION 15100 -VALVES a) Page 15100-16, Paragraph 2.09.13, revise the first sentence to read; "Valves of resilient seated �.. design ... by American Flow Control; Mueller Co.; Clow; or J&S Valve." SECTION 15120 — PIPING SPECIALTIES a) Page 15120-07, add Paragraph 2.08.0 as the following: "C. Basket Strainers Basket strainers shall be installed in injection pump suction piping as shown on the Drawings. The strainer shall have a PVC body with EPDM seals and flanged inlet and outlet ends sized to match connecting pipe as shown on the Drawings. The strainer shall have a minimum 6:1 open area ratio through the strainer basket to the connecting piping system, allowing maximum straining capability with minimum pressure loss. The strainer basket shall be made of stainless steel with 1/16-inch perforations. Each basket strainer shall have an ANSI threaded or clamp cover with 0-ring so that the basket can be easily removed to permit inspection and cleaning without disassembly of the inlet and outlet piping. Two threaded plugs, one on the top of the cover for vent and the other at the bottom of the strainer body for drain. 3. The basket strainers shall be designed for a maximum operating pressure of 150 psig. A pressure differential gauge with operating range suitable for the strainers shall be furnished. The basket strainers shall be as supplied by Hayward VWI Industrial Products, Ryan Herco, or equal." ADDENDUM.No. 2 5 April 16, 2009 CDM — Texas Registration F-3043 City of Fort Worth Westside WTP Project SECTION 15628 —AIR COOLED CHILLERS a) Page 15628-3, Paragraph 2.02.A: revise Item 2 to read, "Provide sound attenuating accessories as required to achieve maximum 85 dBA per ARI 575 and ARI 370.". Delete Item 3 and renumber the subsequent items accordingly. b) Page 15628-4, paragraph 2.03.C: add "R-134a" as approved alternate for refrigerant and oil. SECTION 16000 — ELECTRICAL GENERAL PROVISIONS a) Page 16000-6, Paragraph 1.06.C.2, replace "accotdance" with "accordance". b) Page 16000-6, Paragraph 1.06, add the following: "D. Details for Contractor construction of equipment pads required for Oncor furnished equipment, and the related installation requirements for conduit, ductbank, etc shall be as shown in Appendix 16000-A at the end of this Section." d) Page 16000-14, add "Appendix 16000-A Power Company Construction Details" as attached to this Addendum. SECTION 16105 — POWER SYSTEM STUDY a) Page 16105-1, Paragraph 1.01.13, add the following sentence; " Coordination Study with Arc Flash Mitigation During Maintenance settings ON" b) Page 16105-5, Paragraph 2.02.A add the following sentence; "The study shall show results with any Arc Flash Mitigation During Maintenance settings both OFF and ON." SECTION 16345 — MV METAL CLAD SWITCHGEAR a) Page 16345-7, Paragraph 2.03.E.4 , add the following sentence; "Circuit breaker shall be capable of being racked in/out using a remote racking device. b) Page 16345-16, Paragraph 2.12, add the following: "B. Supply a remote operator device similar to Eaton Universal Remote Power Racking System (RPR-2)" SECTION 16380 — MEDIUM VOLTAGE LOAD INTERRUPTER SWITCHGEAR a) Page 16380-8, Paragraph 2.3.1-1 add the following sentence; "Fuse shall have current limiting capabilities to reduce the arc flash hazard. SECTION 16425 — LOW VOLTAGE DISTRIBUTION SWITCHBOARDS a) Page 16425-8, Paragraph 2.3.J.I add the following sentence; "The electronic trip devices shall have an Arc Flash Mitigation During Maintenance device similar to the Eaton Arcflash Reduction Maintenance System. ADDENDUM.No. 2 6 April 16, 2009 CDM — Texas Registration F-3043 City of Fort Worth Westside WTP Project r... SECTION 16430 — PAD MOUNTED TRANSFORMERS a) Page 16430-5, Paragraph 2.02.J, replace "welded" main tank cover with "bolted" main tank cover. SECTION 16480 — LOW VOLTAGE MOTOR CONTROL CENTERS a) Page 16480-10, Paragraph 2.3.H.1 add the following sentence; "The electronic trip devices shall have an Are Flash Mitigation During Maintenance device similar to the Eaton Arcflash Reduction Maintenance System. DRAWING REVISIONS SHEET G-1 — SHEET INDEX I a) Delete the listing for CZ-7 from the Sheet Index. Contractor should refer to applicable specifications and typical trench detail for minimum trenching and backfill requirements." SHEET G-2 — SHEET INDEX H a) Delete the listing for PE-1 from the Sheet Index. SHEET C-I I —SITE YARD PIPING PLAN �.. a) Revise General Note — Yard Piping, Note 13 to read as follows: "13 Pipe materials are noted on specific pipelines for reference. Contractor may provide either `RCC', `DI', or `STL' material for all piping noted on the yard piping plans as one of those material types. Contractor shall provide `PVC' piping in accordance with Note 10 on this Sheet. Piping shall be provided in accordance with Division 2 specifications." SHEET C-14 — AREA 3 YARD PIPING PLAN a) Revise Sheet C-14 per Figure C14-A as attached to this Addendum. SHEET C-15 — AREA 4 YARD PIPING PLAN a) Revise Note 4 to state "18" WR-DI — Install gate valve manhole for valve PLT-RW-GA-003 in accordance with General Note 17 on Sheet C-1 L" b) Revise Sheet C-15 per Figure C 15-A as attached to this Addendum. SHEET C-18 — 54" RW-RCC PROFILE a) Delete in its entirety call -out at Station 1+57.04 shown above the pipeline, which reads "STA 2+27.04 ...... b) Revise Note 6 to read as follows: ADDENDUM.No. 2 7 April 16, 2009 CDM — Texas Registration F-3043 City of Fort Worth Westside WTP Project "6 Inspection tee manhole shall be 5-ft ID with construction similar to Detail GA/CZ-7. 30-inch diameter inspection tee shall be installed with a blind flange with welded 6" dia flanged outlet and 2" threaded tap and plug." 1%MW SHEET C-25 — 8" DR -PVC 18" DR-RCC PROFILES a) 8" DR -PVC Profile, revise call -out and adjust pipe location at STA 4+55.72 to read and illustrate "STA 4+55.72, 18" WR-DI, IE 836.50". SHEET C-25A — 18" WR-DI PROFILE a) Add call -out at STA 8+73.12 above the pipe to read "STA 8+73.12 Gate Valve MH See Note 4" b) Add the following note: "4 Install gate valve manhole per FWWD standard — Figure 4 as shown in Detail GA/CZ-7. Coordinate top elevation of manhole as required for installation of resilient seated, non -rising stem gate valve. Provide minimum 12-in clearance between bottom of manhole lid and valve nut." SHEET CP-I — GRADING MMROVEMENTS SITE PLAN a) Add the following Note: "4. The following material, placement and compaction requirements are to be used only for the spoil area in the northwest portion of the property. The requirements noted for this area are only suitable for stable placement of spoil materials. This spoil area shall not be used as �•/ foundation for structural construction. a) The upper 6-inches (minimum) of the spoil area shall be top soil placed in accordance with Section 02200. b) Crush boulders to maximum size of 3 feet and place 10 feet apart in all directions to allow fill placement and compaction with compaction equipment in maximum 8 inch horizontal compacted lifts adjacent to boulders. Compact fill around boulders in maximum 8 inch horizontal lifts in a crisscross pattern. Boulders should not be placed within 5 feet of toe of slope. For a 3 foot boulder to be covered with 6 inches of compacted on -site crushed rock (filter layer) and 6 to 12 inches of compacted topsoil, the boulder will need to be placed at least 27 feet from edge of slope. A maximum rock size of 6 inches should be used for compacted fill. Compact to 92% ASTM D698. For fill depths below 10 feet, compact deeper fill (below 10') to 95% ASTM D698. c) After boulders are covered, place 8 inch lift of compacted crushed rock (with maximum 6 inch size) to provide a filter layer above each boulder layer. d) Compaction should occur in maximum 8 inch horizontal lifts to final lines and grades. Placement of fill and topsoil along slopes is not allowed. e) Contractor shall control erosion on the spoil area during construction. After finished grading of topsoil is completed, the area shall be vegetated in accordance with Section 02490 within 14 days." SHEET CZ-1 — CIVIL STANDARD DETAILS I a) Detail AD, revise Note 2 to read as follows: ADDENDUM.No. 2 8 April 16, 2009 CDM — Texas Registration F-3043 City of Fort Worth Westside WTP Project INM, "2. Granular bedding material (Embedment) shall be in accordance with Section 02230." SHEET CZ-6 — CIVIL STANDARD DETAILS VI a) Delete Sheet CZ-6. Refer to Detail AD/CZ-1 and Sections 02221, 02230 and the respective piping sections regarding trench and embedment requirements. SHEET SB-2 — OZONE/FLOCCULATION SECTIONAL PLAN a) At one of the drainage channels shown on both sides of the ELEC EQUIP PAD located between Ozone Contactors 1 and 2, add a text callout to read " 6" DRAINAGE CHANNEL, TYP." b) At the east end of the drainage channel, add a text callout to read "HP CONC EL IN TRENCH 865.95' TYP". At the west end of the drainage channel, add a text callout to read "LP CONC EL IN TRENCH @ DRAIN 865.80' TYP". Add a floor drain opening at the west end of the channel per the location shown on Mechanical sheet MB-2. The drainage channel shall extend to the face of Beam OZ-B 11 at the east end. c) Revise concrete reinforcement callout at the concrete slab to read "REM #5@8" 1, #5@12" H, TOP & BOT" in lieu of"REM #5@8 —, #5@12" j, TOP & BOT". SHEET SB-3 — OZONE/FLOCCULATION UPPER PLAN a) At one of the openings in the upper slab shown just south of beams OZ-B2 and OZ-B3 and north �.► of beams OZ-B7 and OZ-B8, add a text callout to read " 30" DIA MANWAY, SEE SHEET MB-3 TYP OF 4". b) Add an opening for the exhaust fan near beam OZ-B1 as shown on the Mechanical and HVAC sheets MB-3 and HD-5. Add a text callout to read "EXHAUST FAN OPNG, SEE SHEETS MB- 3 AND HD-5". c) At the handrail shown along the north wall of the Coagulated Water Channel, add a text callout to read "ALUM HANDRAIL PER C/SZ-6". d) Revise the Upper Plan per attached Figure SB3-A. SHEET SB-4 — OZONE/FLOCCULATION SECTION AND DETAILS I a) Section 1: Add a note at the door opening shown at the 2'-0" thick west wall to read "DOOR OPNG PER ARCH'L". b) Add new Section 6 per attached Figure SB4-A. SHEET SB-5 — OZONE/FLOCCULATION SECTION AND DETAILS H a) Add new Section 4 per attached Figure SB5-A. b) Add new Section 7 per attached Figure SB5-B. ADDENDUM.No. 2 9 April 16, 2009 CDM — Texas Registration F-3043 City of Fort Worth Westside WTP Project SHEET SB-6 — OZONE/FLOCCULATION SECTION AND DETAILS III a) Section 1: Add 6" wide drainage channels at the concrete slab between Ozone Contactors No. I �*r and 2 at elevation 866.00'. The channels shall be adjacent to the 2'-0" thick concrete wall on each end of the slab. SHEET SB-8 — OZONE/FLOCCULATION SECTION AND DETAILS V a) Section 1: Add an aluminum handrail at the top of the east exterior wall at Flocculator No. 1 with a text callout to read "ALUM HANDRAIL PER C/SZ-6". SHEET SC-6 — SEDIMENTATION BASIN SECTION AND DETAILS III a) Section 1: Add an aluminum handrail at the top of the west exterior wall at Tunnel `B' with a text callout to read "ALUM HANDRAIL PER C/SZ-6". Add an aluminum handrail at the east edge of the walkway on top of the east exterior wall at Clarifier No. 1 SHEET SC-7 — SEDIMENTATION BASIN SECTION AND DETAILS IV a) Detail 2: Add an aluminum handrail at the east edge of the walkway. SHEET SD-5 — FILTERS/ADMINISTRATION UPPER LEVEL FRAMING PLAN AT EL 872.00' a) Delete the callout that reads "HANDRAIL, TYP" located near Gridline 4 and between Gridlines E and F. SHEET AD-1.02 — FILTERS ADMINISTRATION & MEMBRANES FLOOR PLAN — EL 857 a) Plan, Mechanical Room 202, revise noted room dimensions to read 9%6", 9'-412, 13'-212, 3'-4", and 7'-0" from left to right. b) Plan, Mechanical Room 202A, revise noted room dimensions to read 14'-0", 9'-4", and 14'-2" from left to right. SHEET AD-4.04 — FILTERS ADMINISTRATION & MEMBRANES FINISHED WALL SECTIONS a) Revise call -out to read "Exposed Concrete Stem Wall with Smooth -Form Finish for Tile Mosaic, Not in Contract" SHEET AD-6.01 — FILTERS & ADMINISTRATION & MEMBRANES DOOR SCHEDULE DOOR ELEVATIONS AND WINDOW FRAME SCHEDULE a) Door and Frame Schedule, revise scheduled Door Number "125" to "124A". b) Door and Frame Schedule, revise scheduled Door Type to "H" for the following Door Numbers — 102B, I I I A, 113A, 115A, and 118A. c) Door and Frame Schedule, revise scheduled Size Opening for Door Number 202A to be " 3'-0" x 7'4' " and for Door Number 202B to be " "PR 4'-6" x 10'-0" ". ADDENDUM.No. 2 10 April 16, 2009 CDM —Texas Registration F-3043 City of Fort Worth Westside WTP Project SHEET M-12 — OZONE SIDESTREAM INJECTION SYSTEM PROCESS MECHANICAL AND ... INSTRUMENTATION DIAGRAM a) In the suction pipe of SVI-P-001 and SVI-P-002, change the callout for the first reducer downstream of 10"-RW-STL to 10"x6" from S"W'. b) In each injection pump suction pipe, delete the 6"x4" reducer before the pump and add a 6"x4" reducer before the isolation valve. c) In each injection pump discharge pipe, revise the size of the first reducer after the pump to 3"x4" from 3"x6" and delete 6"x4" reducer before the venturi injector. Revise the callout for the pipe between the pump and injector to "4"-SVI-STL" from "6"-SVI-STL". SHEET M-13 — SODIUM HYPOCHLORITE PROCESS MECHANICAL AND INSTRUMENTATION DIAGRAM a) Add a callout, "Degassing/Vent Valve See Note 6 (TYP)" to the air release valve downstream of the ball check valve in the discharge pipe of each sodium hypochlorite feed pump. b) Add the following note to the Sheet: 666. Not all degassing/vent valves are shown on this sheet. Refer to ME sheets for additional requirements." SHEET MA-1 — RAW WATER METER VAULT No 1 PLAN AND SECTION a) Revise Note 2 to read as follows: "2 Sump pump shall be as scheduled in Section 11216 of the specifications. Field route sump pump discharge from RW Meter Vault No 1 to extend minimum 1-ft from the outside wall of the vault. Sump pump piping shall include the installation a PVC ball valve and ball check valve as specified. Furnish splash block at sump discharge outside of vault per Detail A/MA- 2. Piping shall be field routed to discharge and drain to grade sloping away from vault structure." SHEET MA-4 — LIlVIE SLURRY STORAGE AREA PLAN a) Add the following note to the sheet: "21. The backflow preventer shall be of reduced pressure zone type as specified. Installation of the backflow preventer shall be per Manufacturer's recommendations. Provide a PVC drain pipe (size per MFR) from the backflow preventer to drain trench. b) Revise Sheet MA-4 per Figure MA4-A attached to this Addendum. SHEET MA-6 — LIIVIE SLURRY STORAGE AREA SECTIONS a) Revise Sheet MA-6 per Figure MA6-A attached to this Addendum. ftw ADDENDUM.No. 2 11 April 16, 2009 CDM — Texas Registration F-3043 City of Fort Worth Westside WTP Project SHEET M 3-1— OZONE CONTACT BASINS PLAN AT EL 863.50 a) Delete the floor drain in the drain trench at the entrance of Tunnel B. '"Upol b) In Note 3, revise the last four words to read as "the drain header". c) In Note 5, replace "Piping identified as "STL" with "Buried piping identified as "STL". Add the following to the end of the note: "All above ground piping shall be provided in the material as designated on the drawing." SHEET M13-2 — OZONE CONTACT BASINS PLAN AT EL 872.00 a) Add a dimensional callout "2'-9" (TYP)" for the distance between the centerline of 36" OW -SST and inside face of the ozone contact basin wall. b) Revise Sheet MB-2 per Figure MB2-A attached to this Addendum. SHEET MB-3 — OZONE CONTACT BASINS ROOF PLAN AND DETAIL a) Add the following note to the Sheet: 646. The Contractor and OSS shall coordinate orientation of skid mounted panels to prevent panel faces from having a direct east or west orientation." SHEET MB-4 — OZONE CONTACT BASIN SECTIONS AND DETAIL a) On Section 1, revise the callout for 10-inch injection pump suction header to "10" RW-STL" from "10" SVI-STL". b) On Section 1, revise the detail callout for the sample pump (RW-SPL-P-001) to "FF/MZ-6" from "AE/NU-1 ". c) On Section 1, revise the floor penetration detail callout for the 30" ventilation opening on top of the Ozone Contact Basin to "A/MB-3" from "GD/MZ-7. d) On Section 2, revise the note for the two pipe support detail callouts to "See Note 15 (TYP)" from "See Note 14 (TYP)". e) On Detail B "Injection Pump", revised the callout for the strainer to read as "Basket Strainer, See Note 5". f) On Detail B "Injection Pump", add the following note: "5. The basket strainer shall be furnished as specified. Vent and drain from each strainer shall be piped to a''/2" PVC drain header. Field route the drain header to nearby trench drain. SHEET MB-5 — OZONE CONTACT BASIN SECTIONS a) On Section 3, delete the drain pipe for the drain trench at the entrance of Tunnel B. N%W ADDENDUM.No. 2 12 April 16, 2009 CDM — Texas Registration F-3043 City of Fort Worth Westside WTP Project b) On Section 3, revise the detail callout for the hose bibb to "EF/MZ-5" from "BF/MB-5". c) On Section 3, add a callout "2" UW-PVC" to the pipe connected to the hose bibb. Add a 2" BV as an isolation valve to the pipe just below 8"-UW-DI. d) On Section 4, change floor penetration for 2"-UW-PVC to "CG/MZ-3" from "CH/MZ-3". SHEET M13-6 — OZONE CONTACT BASIN DRAIN SUMP PARTIAL PLAN AND SECTIONS a) Revise Note 5 to read as the following: 46 5. Field route 2" DR -PVC to Ozone Contact Basins No. 1 and No. 2. See Sheet MB-4 for additional details and routing of 2" VT -PVC." b) Revise Sheet MB-6 per Figure MB6-A as attached to this Addendum. SHEET MB-7 — OZONE CONTACT BASIN DETAILS a) In Note 1 on Detail C, change "Detail A" to "Detail C". SHEET MB-9 — RAPID MIX AND FLOCCULATION PLAN AND SECTION a) Revise the callout for the utility water pipe connected to the hose bibb at the east corner of Coagulated Water Channel to "2" UW-PVC" from "6" UW-DI". b) In the callout for spray bar by the Flocculation Water Channel, change "See Note 11" to "See Note 10". SHEET MD-7 — MEMBRANE FACILITY PLAN — EL 847 a) In Note 3, replace "Piping identified as "STL" with "Buried piping identified as "STU. Add the following to the end of the note: "All above ground piping shall be provided in the material as designated on the drawing." SHEET ME-3 — LIQUID OXYGEN FACILITIES SECTIONS AND DETAILS a) On Detail C, revise the callout at the top of 1 ''/z" VT -SST to read as "1 ''/z" VT -SST Pressure Relief Standpipe, See Note 3". b) On Detail 3, add Note 3 as the following: "I Discharge end of 1 %" VT -SST shall be turn downward and provided with a mesh 8 SST screen." SHEET ME-4 — LIQUID OXYGEN FACILITIES VAPORIZER AREA PLANS AND SECTIONS a) On Vaporizer Area Plan, revise the detail callout for bollard to "ED/CZ-5" from "CD/CZ-3". NMW ADDENDUM.No. 2 13 April 16, 2009 CDM — Texas Registration F-3043 City of Fort Worth Westside WTP Project b) On Vaporizer Area Plan, revise the note for 2" GOX-SST below the grating platform to "2" GOX- SST from LOX Tanks, See Note 7". c) Add the following note to the sheet: "11. Refer to structural details for equipment pad requirements." SHEET ME-5 — OZONE GENERATION ROOM PLAN a) Revise the callout for the flow meter in 4" OZ-SST to read as "Flow Meter by OSS, See Note 6". b) Delete all '/2" UW piping, valving and callout shown at east corner of the Ozone Generation Room. c) Delete the wall penetration detail bubble shown on the northeast of the door between the Ozone Generation Room and Chemical Feed Room. d) Add the following sentence to the end of General Note 6: "Location of pipe support shown on the Drawings is for presentation only." e) Revise the first sentence of Note 7 to read as the following: "Install the 4" drain header with an approximate 1 % slope from IE 851.67 at the cleanout inside Ozone Generation Room to IE 849.75 at Manhole SSMH-5 as shown on civil sheets." f) Revise the first and second sentences of Note 8 to read as the following: "Each floor drain shall be furnished and installed per Detail EE/MZ-5 and shall have a''/2" integral primer tap on drain body. The floor drain shall be installed with P-trap similar to the detail shown on plumbing sheets." SHEET ME-6 — OZONE GENERATION ROOM SECTIONS a) On Section 1, revise the callout for 2" VT -SST above 6" OCWS-STL to read as "2" VT -SST, See Note 5 on Sheet ME-5". b) On Section 1, revise the callout for equipment pad to read as "Equipment Pad, See Structural Sheets". SHEET ME-8 — CHEMICAL STORAGE AREA PLAN a) Add the following sentence to the end of General Note 2: "Location of pipe supports shown on the Drawings is for presentation only." b) Revise the last four words in Note 1 to read as the following: "Section 11245 (for the storage tank), Divisions 15 and 16 (for piping).". ADDENDUM.No. 2 14 April 16, 2009 CDM — Texas Registration F-3043 a City of Fort Worth Westside WTP Project SHEET ME-9 — CHEMICAL STORAGE AREA SECTIONS a) On Sections 1 and 2, add "See Note 5" to the detail callout for the floor drain in the spill containment. b) Revise the last four words in Note 2 to read as the following: "Section 11245 (for the storage tank), Divisions 15 and 16 (for piping).". c) Add the following note to the sheet: 665. Floor drain inside the spill containment shall be provided with a SST strainer." SHEET ME-10 — CHEMICAL STORAGE AREA SECTIONS a) On Sections 3, revise the note for 2" LAS-PVC in the pipe trench to read as "2" LAS-PVC, LAS- TK-001 Discharge". b) On Sections 4, revise the callouts for the first and second pipe from the left to read as "SHC-TK- 002 Fill Line" and "SHC-TK-001 Fill Line", respectively. c) On Sections 4, delete one (1) 1" LAS-PVC pipe from the precast pipe trench. d) Add "with mortar fill" to the end of Note 5. e) Revise the floor penetration detail referenced in Note 6 to "CG/MZ-3" from "CH/MZ-3". SHEET ME-12 — CHEMICAL FEED ROOM PLAN a) In Note 7, add the following words to the end of the fourth sentence: "similar to those shown on Section 1/1VIE-9." b) Add the following note to the Sheet: "10. Exhaust ducting within the sodium hypochlorite storage area is not shown. Refer to HVAC sheets for details." SHEET ME-15 — CHEMICAL FEED ROOM SECTIONS a) On Sections 6 and 7, delete one (1) 1" LAS-PVC from the pipe trench. SHEET MZ-4 — MECHANICAL STANDARD DETAILS IV a) On Detail DD "Channel Type Chemical Diffuser", delete "SHC", "LAS", "HF" from the dimension schedule. Revise Dimensions "A" `B" and "G" for "CS" to'T' 'T' and "84" respectively. ..I ADDENDUM.No. 2 15 April 16, 2009 CDM — Texas Registration F-3043 City of Fort Worth Westside WTP Project SHEET HE-1— OZONATION AND CHEMICAL FACILITIES PLAN a) A 3Ox18 R-2 style return grille shall be framed on both sides of partition wall between ozone generation room and chemical feed room where 2,400 CFM notation is indicated. b) A 18x 10 R-2 style return grille shall be framed on both sides of partition wall between ozone generation room and electrical room where 800 CFM notation was missing for rectangle shown within wall between supply diffusers. c) A 3600 R-2 style return grille shall be framed on both sides of partition wall between ozone generation room and HVAC room where 4,951 CFM notation is indicated. d) The rectangular symbol indicated behind L-5 and L-6 represents dedicated motorized dampers which shall be factory ordered with respective in -line fan per schedule and specifications. SHEET HZ-1— HVAC SCHEDULES a) The following revisions and clarifications apply to the Exhaust Fan Schedule: 1. The Location for TE-1 is the Membrane Facility with service dedicated to the public restrooms at the offices/administration elevation. 2. The Location for EF-1 is the Membrane Facility with service dedicated to the Ozone Contact Basin roof. 3. The location for EF-3 is the Membrane Facility with service dedicated to the Analyzer Room at the offices/administration elevation. 4. The location for EF-4 is the Ozone Generation Facility with service dedicated to the Ozone Generation Room. 5. The location for EF-5 is the Ozone Generation Facility with service dedicated to the Chemical Feed Room. 6. The location for REF-1 is the Membrane Facility with service dedicated to the Ozone Contact Basin roof. 7. The empty field below model number in the schedule shall read, "OPTIONS (SEE BELOW)" 8. The header title, "REMARKS" shall read as, "OPTIONS." 9. For EF-5, option (3) shall be included and option (6) shall be removed. SHEET PE-1 — OZONATION AND CHEMICAL FACILITIES PLAN a) Delete Sheet PE-1. SHEET E-9 — CONDUIT SECTION & DETAIL a) For Section B delete references to sheet E-41 and EH-5 b) For Section M change E-40 to ED-40 c) For Section S delete references to sheet EH-5 d) For Section T delete references to sheet EH-5 ADDENDUM.No. 2 16 April 16, 2009 CDM — Texas Registration F-3043 U Nft./ City of Fort Worth Westside WTP Project SHEET E-15 — OVERALL ELECTRICAL RISER DIAGRAM a) At Transformer TXM-HSB change note PAD MOUNTED TRANSFORMER (TYP) to say (TYP of 6) b) At Transformer TXM-OZB delete note UNIT SUBSTATION (TYP) SHEET E-16 — POWER COMPANY TRANSFORMER AREA - PLAN a) Plan — Circuit Layout Pads change all 5" conduits to 6" conduits. SHEET EB-12— OZONE CONTACT BASIN MCC-OB ELECTRICAL ONE -LINE DIAGRAM AND ELEVATIONS a) Circuit no. 26 revise the equipment tags as follows: "SVI-BFV-021" to "SVI-BFV-010", "SVI- BV-022" to "SVI-BFV-011, "SVI-BFV-023" to "SVI-BFV-012". "SVI-BFV-024" to "SVI-BFV- 013 b) Circuit no. 28 revise the equipment tags as follows: "SVI-BFV-017" to "SVI-BFV-006", "SVI- BFV-018" to "SVI-BFV-007, "SVI-BV-019" to "SVI-BFV-008". "SVI-BFV-020" to "SVI-BFV- 009". SHEET EB-14- OZONE CONTACT BASIN AREA ELECTRICAL POWER CONTROL AND INSTRUMENTATION PLAN EL 855.5 ..� a) MOTORIZED VALVE SCHEDULE change the following LOOP/EQ NO.'s: SVI-BV-017" to "SVI-BFV-006", "SVI-BV-018" to "SVI-BFV-007, "SVI-BV-019" to "SVI-BFV-008". "SVI- BV-020" to "SVI-BFV-009". SHEET EB-15- OZONE CONTACT BASIN AREA ELECTRICAL POWER, LIGHTING, RECEPTACLE AND GROUNDING PLAN EL 866 a) On Section 1, add reference sheet no. `BB 16". b) At end of cable tray run near PULL BOX PBOB-A add `NOTE 6" callout. Add "NOTE 6" to read as follows: "COORDINATE CABLE TRAY INSTALLATION WITH INSTALLATION OF EXHAUST DUCT, REF SHEET MB-3. ADJUST CABLE TRAY SIZE AND LENGTH AS REQUIRED TO ACCOMMODATE EXHAUST DUCT. SHEET EB-17- OZONE CONTACT BASIN AND HYDRATED LD4E ELECTRICAL INTERCONNECTION DIAGRAMS a) On the INTERCONNECTION DIAGRAM change LOOP's 14220-01, 02, 03 & 04 equipment tag numbers as follows: 14220-01 "017" TO "006", 14220-02 "018' to "007", 14220-03 "019" to "008", 14220-04 "020" TO "009". b) On the INTERCONNECTION DIAGRAM change LOOP's 14235-01, 02, 03 & 04 equipment tag numbers as follows: 14235-01 "021" TO "010", 14235-02 "022' to "011", 14235-03 "023" to "012", 14235-04 "024" TO "013". ... ADDENDUM.No. 2 17 April 16, 2009 CDM — Texas Registration F-3043 City of Fort Worth Westside WTP Project SHEET EB-18- OZONE CONTACT BASIN / LIME AREA ELECTRICAL CONTROL SCHEMATICS a) On CONTROL INTERCONNECTION DIAGRAM -A change EQUIP NO's on the following %MW LOOP's: 14220-01 "017" TO "006", 14220-02 "018' to "007", 14220-03 "019" to "008", 14220- 04 "020" TO "009". b) On CONTROL INTERCONNECTION DIAGRAM A change EQUIP NO's on the following LOOP's: 14235-01 "021" TO "010", 14235-02 "022' to "011", 14235-03 "023" to "012", 14235- 04 "024" TO "013". SHEET ED-2 — FILTER / MEMBRANE SWITCHBOARD (SWB-FLT) ONE -LINE DIAGRAM a) Place Note 9 at the main and tie circuit breakers. Note 9 says "THE ELECTRONIC TRIP DEVICES SHALL HAVE AN ARC FLASH MITIGATION DURING MAINTENANCE DEVICE" SHEET ED-27 — FILTER AREA — SECTION AND DETAIL a) For Detail A delete reference to sheet ED26 SHEET EE-1 — OZONE AND CHEMICAL FACILITY SWB-OZ ONE -LINE DIAGRAMS a) Place Note 8 at the main and tie circuit breakers. Note 8 says "THE ELECTRONIC TRIP DEVICES SHALL HAVE AN ARC FLASH MITIGATION DURING MAINTENANCE DEVICE" SHEET EE-15- CHEMICAL/OZONE ELECTRICAL HVAC PLAN — BUILDING SECTIONS AND N490, DETAILS a) On the CHEMICAL BUILDING PARTIAL PLAN (CHEMICAL FEED ROOM) change "LRP- 19020" to "LRP-19020-03". SHEET EE-16- CHEMICAL/OZONE ELECTRICAL HVAC CONTROL/LEAK ALARM INTERCONNECTION DIAGRAM AND SCHEMATICS a) On DIAGRAM-B change "LRP-19020-OZ" to 11LRP-19020-0311 . b) On DIAGRAM-B change "OZONE" to "SODIUM HYPOCHLORITE". SHEET EF-2 — 4160 SWITCHGEAR MVSG-HS ONE -LINE DIAGRAMS a) Place Note 11 at the main and tie circuit breakers. Note 11 says "CIRCUIT BREAKERS SHALL BE CAPABLE OF BEING RACKED IN/OUT USING A REMOTE RACKING DEVICE" SHEET EF-5 — MOTOR CONTROL CENTER MCC-HS ONE -LINE DIAGRAM I a) Place Note 13 at the main and tie circuit breakers. Note 13 says "THE ELECTRONIC TRIP DEVICES SHALL HAVE AN ARC FLASH MITIGATION DURING MAINTENANCE DEVICE" ADDENDUM.No. 2 18 April 16, 2009 CDM — Texas Registration F-3043 City of Fort Worth Westside WTP Project SHEET EF-9 — MEDIUM VOLTAGE FUSED SWITCH, MFSA / MVFSB) ELEVATION AND %UW DETAILS NOW a) Place Note 2 at the fuses of DIAGRAM 1 and 2. Note 2 says "FUSE SHALL HAVE CURRENT LIMITING CAPABILITIES TO REDUCE THE ARC FLASH HAZARD" SHEET EG-6 — ELECTRICAL SCHEMATIC -11 a) In Schematic 1 delete floating TQC and TQO switches. END OF ADDENDUM NO.2 ADDENDUM.No. 2 19 April 16, 2009 CDM — Texas Registration F-3043 ' City of Fort Worth Westside WTP Project PART B PROPOSAL TO: MR. DALE FISSELER, PE CITY MANAGER ATTN: PURCHASING OFFICE 1000 THROCKMORTON CITY OF FORT WORTH, TEXAS FOR: Westside Water Treatment Plant Project Project No. P262-607540045683 Pursuant to the foregoing "Instructions to Offerors," the undersigned has thoroughly examined the plans, specifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director of the Fort Worth Water Department of the City of Fort Worth. Upon acceptance of this Proposal by the City Council, the bidder is bound to execute a contract and furnish acceptable Performance, Payment and Maintenance Bonds approved by the City of Fort Worth for performing and completing the Work within the time stated and for the following sum, to wit: DESCRIPTION OF ITEMS Item Estimated Brief Description of Item No. Quantity With Unit Bid Price in Words 1 Construction of the Westside Water L.S. Treatment Plant, complete, excluding Bid Items 2 through 27. Dollars and Cents per Lump Sum 2 Design, Installation and Removal of L.F. Trench Safety System Dollars and Cents $ per Linear Foot Unit Bid Price Amount in Figures in Figures • Maximum linear footage to be determined by Bidder and entered here. Linear footage shall not be less than 5,000 L.F. qftw ADDENDUM NO. 2 Part B.doc B-1 April 16, 2009 ° City of Fort Worth Westside WTP Project Item Estimated Brief Description of Item No. Quantity With Unit Bid Price in Words 3 170 Furnish and Install 18-inch Diameter L.F. Drilled Piers Dollars and Cents per vertical L.F 4 770 Furnish and Install 24-inch Diameter L.F. Drilled Dollars and Cents per vertical L.F. 5 320 Furnish and Install 30-inch Diameter L.F. Drilled Piers Dollars and Cents per vertical L.F. 6 3,500 Furnish and Install 8' Vinyl Coated L.F. Chain Link Property Dollars and Cents per L.F. 7 1,700 Furnish and Install Ornamental L.F. Property Fence Dollars and Cents per L.F. 8 1 Furnish and Install Construction L.S. Manager's Field Office Dollars and Cents per Lump Sum 9 1 ALLOWANCE for Owner selected L.S. Applications Engineer (AES) work, including PLC and HMI software programming services Four hundred fifty nine thousand six hundred sixty Dollars and no Cents per Lump Sum Unit Bid Price in Figures Amount in Figures $ 459,660.00 $ 459,660.00 ADDENDUM NO. 2 Part B.doc B-Z April 16, 2009 u u- City of Fort Worth Westside WTP Project Item Estimated Brief Description of Item Unit Bid Price Amount No. Quantity With Unit Bid Price in Words in Figures in Figures 10 11 12 13 14 15 1 ALLOWANCE for Owner selected L.S. electric motor actuators for modulating valves Two hundred thirty-four thousand four hundred forty-one Dollars $ 234,441.00 $ 234,441.00 and no Cents per Lump Sum 1 ALLOWANCE for Owner selected L.S. Ozone Sidestream Venturi Injector System One hundred ninety six thousand five hundred Dollars $ 196,500.00 $ 196,500.00 and no Cents per Lump Sum 1 ALLOWANCE for Owner selected L.S. Membrane Filtration System Supplier (MFSS) work, including furnishing membranes, and associated piping, valves, equipment and services. Three million four hundred twenty-four thousand two hundred ninety Dollars $ 3,424,290.00 $ 3,424,290.00 and no Cents per Lump Sum 1 ALLOWANCE for Owner selected L.S. Vertical Turbine Can Pumps (Specification Section 11210) Seven hundred fifty thousand Dollars $ 750,000.00 $ 750,000.00 and no Cents per Lump Sum 1 ALLOWANCE for Owner selected L.S.. Backwash Pumps (Specification Section 11213) Ninety-two thousand two hundred twenty-eight Dollars $ 92.228.00 $ 92.228.00 and no Cents per Lump Sum 1 ALLOWANCE for Owner selected L.S. Sump Pumps (Specification Section 11216) Ninety-four thousand eighty-nine Dollars and no Cents $ 94,089.00 per Lump Sum $ 94,089.00 ADDENDUM NO. 2 Part B.doc B-3 April 16, 2009 City of Fort Worth Westside WTP Project Item Estimated Brief Description of Item Unit Bid Price Amount No. Quantity With Unit Bid Price in Words in Figures in Figures 16 1 ALLOWANCE for Owner selected L.S. Vertical Shaft Rapid Mixers and Flocculators (Specification Sections 11221 and 11222) One hundred ninety-nine thousand nine hundred seventy-five Dollars $ 199,975.00 $ 199,975.00 and no Cents per Lump Sum 17 1 ALLOWANCE for Owner selected L.S. Sludge Collection Equipment — Four Units (Specification Section 11225) Three hundred seventeen thousand one hundred twenty Dollars and no Cents $ 317,120.00 $ 317.120.00 per Lump Sum 18 1 ALLOWANCE for Owner selected L.S. Inclined Plate Settlers (Specification Section 11227) Five hundred fifty-eight thousand four hundred sixty-one Dollars and no Cents $ 558,461.00 $ 558,461.00 per Lump Sum 19 1 ALLOWANCE for Owner selected Air L.S. Scour Blowers (Specification Section 11276) One hundred thirty-two thousand four hundred fifty Dollars and no Cents $ 132,450.00 $ 132.450.00 per Lump Sum 20 1 ALLOWANCE for Owner selected L.S. Submersible Pumps (Specification Section 11319) Forty-six thousand eight hundred seventy-one Dollars and no Cents $ 46.871.00 $ 46.871.00 per Lump Sum ,%%W ADDENDUM NO. 2 Part B.doc B-4 April 16, 2009 City of Fort Worth Westside WTP Project Item Estimated No. Quantity 21 22 23 24 25 26 Brief Description of Item With Unit Bid Price in Words Unit Bid Price Amount in Figures in Figures 1 ALLOWANCE for Owner selected L.S. Filter Underdrain System (Specification Section 13221) Seventy-six thousand four hundred thirty-three Dollars and no Cents $ 76,433.00 $ 76,433.00 per Lump Sum 1 ALLOWANCE for Owner selected L.S. Filter Media (Specification Section 13226) Eighty-one thousand three hundred forty-eight Dollars and no Cents $ 81,348.00 $ 81,348.00 per Lump Sum 1 ALLOWANCE for Owner selected L.S. Ozone System (Specification Sections 13280, 13290, and 13296) One million four hundred and three thousand Dollars and no Cents $ 1,403,000.00 $ 1,403,000.00 per Lump Sum 1 ALLOWANCE for Owner selected L.S. Motor Actuated Butterfly Valves (Specification Section 15100) Three hundred seventy-six thousand Dollars and no Cents $ 376,000.00 $ 376,000.00 per Lump Sum 1 Furnish and install ground storage tank L.S. (Clearwell No. 1) 1 L.S. Dollars and Cents $ $ per Lump Sum Furnish and install landscape and irrigation work Dollars and Cents per Lump Sum ADDENDUM NO. 2 Part B.doc B-5 April 16, 2009 City of Fort Worth Westside WTP Project 27 1 Process Control System Supplier L.S. (PCSS) Work Dollars and Cents per Lump Sum TOTAL BASE PROPOSAL PRICE (Items 1 through 27) (in words) (in figures) ADD ALTERNATE BID ITEMS OWNER will evaluate the Proposals based upon the total base proposal amount above plus the proposal price(s) of none, one or more of the Add Alternate items presented below. OWNER intends to select Add Alternate items in the order they are listed. The OWNER, in its sole discretion, will award the contract based on the base bid alone; the base bid plus Add Alternate A-1; or the base bid plus Add Alternate A-1 and Add Alternate A-2. Add Estimated Brief Description of Item Alternate Quantity With Unit Bid Price in Words No. A-1 1 Installation of Ozone Generator No. 2 L.S. and associated facilities. (excluding item A-1 a, furnishing ozone generator equipment) Dollars and Cents per Lump Sum Unit Bid Price Amount in Figures in Figures A -la 1 Allowance for furnishing Ozone L.S. Generator No. 2 equipment and associated facilities. Four hundred six thousand Dollars and no Cents $ 406,000.00 $ 406,000.00 per Lump Sum ADDENDUM NO. 2 Part B.doc B-6 April 16, 2009 'City of Fort Worth Westside WTP Project Add Estimated Brief Description of Item Unit Bid Price Amount "MW Alternate Quantity With Unit Bid Price in Words in Figures in Figures No. A-2 1 Construction of Washwater Recovery L.S. Basin No. 2 and associated facilities (excluding item A-2a, furnishing sludge collection equipment) "MW and per Lump Sum Dollars Cents A-2a 1 Allowance for furnishing Washwater L.S. Recovery Basin No. 2 sludge collection system equipment and associated facilities. Eighty thousand one hundred ninety- eight Dollars and no Cents $ 80,198.00 per Lump Sum $ 80,198.00 Bidder shall list below the subcontractor firms that will be used on this project as the Process Control System Integrator (PCSI), the Network Systems Integrator (NSI), and the Clearwell manufacturer. The PCSI will be The NSI will be The ground storage tank (Clearwell No. 1) manufacturer will be The undersigned agrees to begin construction within 10 Calendar Days after issue of the work order, and to substantially complete the Work and complete the Work in total within the calendar days specified in Paragraph D-15 of Part D — Special Conditions. The City reserves the right to accept or reject any and all proposals or any combination thereof proposed for the above work. 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 7278 as amended by City Ordinance 7400 (Fort Worth City Code Section 13A-21 through 13A-29). ADDENDUM NO. 2 Part B.doc B-7 April 16, 2009 City of Fort Worth Westside WTP Project Residency of Offerors: The 1985 Session of the Texas Legislature passed house Bill 620 relative to the award of contracts to non-resident bidders. The law provides that, in order to be awarded a contract as low bidder, non-resident bidders (out of state contractors whose corporate offices or principal place of business are outside of the State of Texas) that bid projects for construction, improvements, supplies or `,, services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract in the state in which the non-resident's principal place of business is located. The appropriate blanks in Section A must be filled out by all non-resident bidders in order for your bid to meet specifications. The failure of out of state or non-resident bidders Failure to complete the forms may disqualify that bidder. Resident bidders must check the box in Section B. A. 1_1 Non-resident vendors in (give state), our principal place of business, are required to be percent lower than resident bidders by state law. 1-1 Non-resident vendors in (give state), are not required to underbid resident bidders. B. 1_1 Our principal place of business or corporate offices are in the State of Texas. Within ten (10) days of receipt of notice of acceptance of this bid, the successful bidder will execute the formal contract and will deliver approved Performance, Payment and Maintenance Bonds for the faithful performance of this contact. The attached cashier's check is to become the property of the City of Fort Worth, Texas, or the attached Bidder's Bond is to be forfeited in the event the contract and bonds are not executed within the time set forth, as liquidated damages for delay and additional work caused thereby. MINORITY/WOMENS BUSINESS ENTERPRISE (M/WBE): • 1 am aware that I must submit information to the Fort Worth Water Department concerning the M/WBE participation within FIVE BUSINESS DAYS of submittal of this Proposal in order to be 1-4mv, considered RESPONSIVE. ADDENDUM NO. 2 Part B.doc B-g April 16, 2009 'City of Fort Worth Westside WTP Project Respectfully submitted, IIIF'' Company Name By: Address: Signature Printed Name of Principal Title Street City Phone: Fax: Email: Receipt is acknowledged of the following addenda: Addendum No. 1: ... Addendum No. 2: Addendum No. 3: Addendum No. 4: Addendum No. 5: Zip ADDENDUM NO. 2 Part B.doc B-9 April l6, 2009 ©O Mailing Address: Shipping Address: P.O. Box 4557 26227 Research Road TECHNOLOGY Hayward, California 94540-4557 Hayward, California 94545-3725 Telephone: (5I0) 259-I334 ♦ Facsimile: (510) 259-1392 ♦ httnJ/www.hso.com .., Via e-mail shannonjd@cdm.com April 7, 2009 CDM 777 Taylor Street, Suite 1050 Fort Worth, Texas 76102 Attention: J. Dan Shannon Reference: Westside Water Treatment Plant Fort Worth, Texas HSQ Quotation No. 0809-01 - A To Whom It May Concern: HSQ Technology is pleased to provide you a quotation to supply the software, configuration, and testing as specified in the following 100% Specification Sections and as shown on the 100% Contract Drawing: • 13300 - Process Instrumentation and Controls - General Provisions • 13302 - Process Instrumentation and Controls - Testing • 13303 - Process Instrumentation and Controls - Training • 13305 - Process Instrumentation and Controls - Control Description • 13306 - Process Instrumentation and Controls - Application Engineering Services • 13311 - Process Instrumentation and Controls - PLC hardware and software Included • Provide programming, configuration, integration, including but not limited to loading of software on computers, operating system software configuration, Ethernet configuration, and communication between servers and PLCs. • Provide the PLC and control programming for PLC - CB, PLC - FLT - A/B, PLC - HS -A/B and Remote I/0S. • Programming of two (2) new OI Ts. • Providing database and graphics for Process Quality Monitoring for devices shown on drawings I-1 thru I-3. • Configuration of the MISER System to accommodate the new Westside PLCs and associated RIOs. • Provide six site visits that will total six weeks, for testing, training, and startup services as specified as a part of the Operational Readiness Tests (ORT). • Perform assistance in a two week System Integration Test (SIT) at the PCSS factory before the Witnessed Factory Tests (WFT). • Provide assistance in the two week Witnessed Factory Tests (WFT) at the PCSS factory. Promote Safely ... Every Day / An Equal Opportunity Employer California Contractor's License 378393 ©©O TECHNOLOGY Page 2 Westside Water Treatment Plant Fort Worth, Texas HSQ Quotation No. 0809-01- A • Provide assistance in the two week, two trip Functional Demonstration Test (FDT). • Coordinate with the PCSS in delivering a complete PCS, to include three mandatory coordination meetings and two workshops. • Coordinate with Membrane supplier to include one phone conference meeting. • Coordinate with the Ozone contractor to include one on -site design meeting. • Training will be onsite and include: 1 - 2-day training session of Integrated Control System 1 - 4-day training session of PLC Hardware/Software 2 - 4-hour training sessions of Operator (Pre -Startup, using Simulator) 2 - 4-hour training sessions of Operator (Post -Startup) 1 - 4-hour training session of Management Seminar • Utilize the simulator software for the WIT using PICS Pro Simulator Software and Wonder -ware UO Server. • Coordinate server, workstation, printer and laptop equipment being bought by owner. • Engineering and submittals, as required by the Specifications. Excluded • Supply and installation of all instruments. • Supply and installation of all PLCs and enclosures. • Supply and installation of all computers. • Conduit and wire. • Jobsite receiving, storage, or protection. • Sales tax. • Bonds. Our lump sum price for the above scope is $459,660.00. The pricing is valid for one -hundred and twenty (120) days after the bid date. The payment terms are in accordance with Specification Sections 13300- 1.12.B. If you have any questions, please call the undersigned at (800) 486-6684. Sincerely yours, HSQ TECHNOLOGY Alan T. Nelson Estimating Manager F.%V= cc: Larry Reynolds Chad Bartruff OMI Promote Safety ... Every Day ! An Equal Opportunity Employer California Contractor's License 378393 r FioT.jec� April 8, 2009 Dan Shannon, P.E., BCEE Camp, Dresser & McKee Inc. 777 Taylor Street Suite 1050 Fort Worth, TX 76102 RE: City of Fort Worth Westside WTP Project Dear Dan Shannon: The City of Fort Worth, Texas desires to sole -source the process mechanical valve actuators for the above referenced project and to pre -negotiate a quote for this equipment. The process mechanical valve actuators associated with the specification Section 15100 is included in the bid proposal as one base bid allowance item. The motorized actuators for the process mechanical valves shall be manufactured by Rotork Controls, Inc. and shall be supplied by Ducor, Inc. dba FloTec in Irving, Tx. Located at 200 Union Bower Ct. Ste. 210. All motorized actuators shall be supplied in accordance with the terms and conditions of the Contract Documents. The quotation also includes delivery of the products described F.O.B. to either the valve manufacturer or their authorized automation center. It shall be the responsibility of the valve manufacturer to supply F1oTec with the torque requirements of each valve based on the specification. The valve manufacturer shall also provide all necessary mounting hardware required to properly secure the actuators in accordance with the specification. Pricing for the supplied actuators 3oseph G. Etchegaray Vice President, Sales F1oTec Corporate 0ffice: 200 Union Bower Court. Suite 210 * h-vhrg. TV 75061 •972-554-6199 * Far 972-554-6665 Tiler Sales Office: 1820 Shiloh Road. Suite 1105 * rylee. TX 73703 * 902-581-2228 * Far 903-581-2454 FloTiercTM Quote #: JE-0907-01 r3 Sold To: Contractor to be decided Ship To: To be decided 200 Union Bower Court Suite 210 Irving, TX 75061 972-554-6199 Phone 972-554-6665 Fax QUOTATION Date: 4/8/2009 Customer Name: Danny Shannon Company Name: CDM Telephone #: Fax#: PROJECT# City of Fort Worth West Side WTP Ship Via: Truck FOB: Factory P.O.# Order Date: Salesman: Joe Etche garay List Discount Sale Total Item MY Description Price Price 1 1 Rotork IQ Pro Actuators per specification 234,441.00 # F62142S15100.doc provided by CDM. Includes (34) EMO's per spec based on the valve list attached. Includes the following: * Motor operator with gear ( if required ) * Bore and key of stem nut * (5) PDA setting tools * (5) days start up * (1) day training * (1) Trip to Awarded Valve Manufacturer Actuators will ship to the successful valve supplier for mounting and calibration. All mounting hardware shall be the responsibility of the valve manufacturer. Actuators are based on Class 150E valves being utilized. For more information please contact: Joe Etchegaray 469-744-2373 Cell 972-554-6665 Fax joe@flo-tec.com email w.r WESTSIDE WTP PROJECT Electric Motor Actuator Schedule Count Valve Tag Process Devtce. No. Pia inch Operator Comments Butterfly Valdes (waf"erfrse7vlce1 1 _ RW BFV to be' pi'n�irded 001 ; 30 b CrYs in `T MODULRTiN.G Raw Water Flow Control 2 RW .BFV i 002 36 MOTORIZED' Inlet Valve to Ozone Flash Reactor No.1 3 - RW BFV 003 36 _ MOTO� RIZE Inlet Valve to Ozone Flash Reactor Not 4 - SVI BFV 017 6 _ MOTORIZED 1SVI Pump Discharge Valve 5 SVI BFV 018 6 MOTORIZED SVI ;Pump a Dischar Valve 6 SVI BFV 019 _ 6 �_IrtfOTORiZED SVI Pump Dig6hargo Valve 7 SVI. BFV 020 6 ' MOTORlZED SVI :Pump Diachar a Valve 8 STW BFV 010 _ i 20 - MOTORIZEp Filter 1 - Inlet Valve 9 WBW BFV 011 _ 24 MOTORIZED ;filter 1 - Backwash Drain Valve 10 LPA BFV 015 10 — _ MOTORIZED IFilter 1 -Air Inlet Valve 11 BW BFV 014 24`— _ MOTORIZED Filter 1 = Backwash Inlet Valve 12 FTW BFV 013 16 MODULATING Filter 1 - Outlet Flow Control 13 14 15 16 17 I STW WBW LPA BW FTW BFV B.FV _ ' BFV 1 BFV BFV 020 _ 0 025 024 023 20 24_ — 10 24 16 _ 20 � 24 MOTORIZED _ MOTORIZED MOTORIZED MOTORIZED I IiAODULATING Filter 2 - Inlet Valve _ ! Filter 2 BackWash.Drain Valve_ !Filter 2 - Air Inlet Valve — — Filter 2 -.Backwash Inlet Valve_ I Filter 2 - Outlet Flow Control - Filter 3 - Inlet Valve , Filter 3 - Backwash Drain Valve 18 19 STW i WSW _ BFV BFV _ 030 r 031 MOTORIZED MOTORIZED 20 21 LPA BW I BFV _ BFV BFV BFV 035 034 033 I I 104 _ ; _ 10 24_ 16 24 24 I 24 20 L 20 MOTORIZED MOTORIZED j Filter 3 - Air Inlet Valve_ _ Filter 3 - Backwash Inlet Valv_ e I Filter 3 - Outlet Flow Control_ _ �- ' � Backwash Pump Flow Control 22 23 FTW BW WIQDULATtNG MODULgTiIV'O 24 PW I BFV -Y _ ! 001 1 MOTORIZED I High Service Pump Discharge Valye 25 26 27 1 PW BFV 002 BFV 004 - BFV 005 MOTORIZED `High. Service Pump Discharge Valve MOTORIZED High Service Pump Discharge Valve ---._ i MOTORiZED LHigh Service PumDischarge Valve PW T PW Butterfl ..;Valves< arr�s�entrce ao be; r,.ov�tletl:b �blorrer'; ar,yti�actur„er._,., :: '` �- 1 104 1 8 1VIODULATIN0 Blower 1 Inlet Valve 2 I LPA ! BFV 162 ! 8 IUf0NG !Blower 2 Inlet Valve Plu` Valves, a°( slucf eservice to be-rcZvidetl b ;31 eineraJ ontrac.,tor. 1 ' SL PV 001 1 10 MOTORIZED__ Sed. Basin Sludge Draw -Off Valve 2 3 SL - j _ _ ..PV _ SL 1 PV 002 10 003 10 MOTORIZED _ MOTORIZED ISed. Basin. Sludge Draw -Off Valve Basin Sludge Draw -Off Valve 4 _ SL PV _ 001 12 _Sed. MOTORIZED IWWRTank _Sludge Discharge Valve 5 SL j PV 002 12 MOTORIZED I WWR Tank Sludge Discharge Valve Notes: 1 The three filter inlet valves (STW-BFV-010 through STW-BFV-030) will be provided with torque tube. Electric motor actuator will be mounted atop the torque tube. /MV\ ,amazzer www.mazzei.net March 31, 2009 CDM 777 Taylor Street Suite 1050 Fort Worth, TX 76102 Attention: J. Dan Shannon, P.E. Reference: Westside WTP Fort Worth, TX Project No. P262-607540045683 Mazzei Injector Quotation No. 032309JRP-01 Bid Date: April 30, 2009 Iftw Gentlemen: Mazzei Injector Company, LLC is pleased to provide you a quotation to supply the equipment, design, performance data and consultation on equipment installation, start-up and 0 & M procedures as specified in the sections of the contract documents dated March 24, 2009. Section 13292-Ozone Sidestream Venturi Injection System Section 1S066-Stainless Steel Piping And Fittings Included: 1. Four (4) Model 4091 316L Stainless Steel Venturi Injectors with flange gaskets. 2. One (1) Model 4091316L Stainless Steel Venturi with 2 sets of gaskets (spare) 3. Two (2) Pipeline Flash Reactors (PFR) 316L Stainless Steel, each with four (4) pre -installed high efficiency gas mixing nozzles and two (2) nozzle distribution manifolds. 4. One set of Pipeline Flash Reactor gaskets and one set of spare Reactor gaskets. 5. Dimensional drawings of items 1 & 2. 6. Equipment 0 & M manual. 7. Tables and graphs to characterize the gas suction capacity and flow rates under specified range of operating conditions. Mazzei Injector Company, LLC 500 Rooster Drive Bakersfield, CA 93307 TEL 661-363-6500 FAx 661-363-7500 Page 2 March 31, 2009 Reference: Westside WTP Fort Worth, TX Project No. P262-607540045683 Mazzei Injector Quotation No. 032309JRP-01 Bid Date: April 30, 2009 8. Tables characterizing nozzle gas mixing velocities and frictional losses under the specified range of operating conditions. 9. Data on pressure loss of the 2 phase flow (gas/water) through the injector, nozzle manifold and nozzles. Ozone gas line losses by others. 10. Calculation of ozone mass transfer efficiency of the gas mixing system under the specified range of plant flow and ozone dosage requirements. 11. Certificate on equipment cleaning and passivation 12. Review of contractor pump sizing and selection. 13. On site review of installation, on site start up assistance and training. Time not to exceed 5 trips and 5 x 8 hour days. 14. A two (2) year warranty on workmanship and costs following acceptance. 15. Shipping costs included in pricing. Excluded: 1. Installation. 2. Interconnecting pipe between injector and Pipeline Flash Reactor. 3. Bolting hardware. 4. Storage (if necessary) costs. 5. Sales Tax. 6. Bonds. Our lump sum price for the above scope is: $ 196,750.00 This price is good for 180 days. Terms of payment are as follows: 25% with notice to begin fabrication, 65% Net 45 upon shipment and 10% net 45 following start up completion. On March 27, 2009 Gary Chiang of CDM's Fort Worth, Texas office discussed the design specifications in extensive detail, including reviews of equipment performance requirements and calculations and agrees that Mazzei Injector Company, LLC completely understands and can comply with the design requirements. If you have any questions, please contact the undersigned at 623-764-6204 or jjackson@mazzei.net. Sincerely, Jim Jackson Manager, Water and Wastewater Processes *"Pw Mazzei Injector Company, LLC. PALL Pall Corporation Pall Advanced Separations Systems 839 NYS Rte. 13 P.O. Box 5630 Cortland, N.Y. 13045-5630 �. 607.753.6041 phone / 607.756.1862 fax www.oall.com REQUEST FOR CHANGE ORDER APPROVAL Proiect Name: Ft.Worth Westside WTP I Proiect WBS: 01.00102 I SOM 4434 1 CO#:1 1 Date: 04/01/2009 Total Price: ❑Increase ® Decrease ❑ No Change Value $365,710.00 Initiated By: Initiator: Chad Bartruff Reference Documents: Customer Ft Worth Change Order List 04012009.pdf, Ft Worth Sizing Calc Update 04012009. df Change Order Description: (See Referenced Documents Also) Per customer request dated 1/27/2009: As previously discussed, we are proposing to negotiate modification of Pall Corporation's scope of supply for the Westside WTP Project. The primary intention of the scope revisions is to reduce the original membrane system net filtered water capacity (20-C) of 15-MGD to 12-MGD. To accomplish this, it is proposed that one complete membrane rack be removed from the project scope. In addition to removal of one membrane rack, it appears that based on the submitted design conditions one (1) feed pump of the original four (4) that were proposed could be removed while still providing a N+1 configuration for the feed pumps at the rated system capacity. For consideration of operation with elevated water temperatures, submittal data indicates that two (2) remaining pumps will be able to feed approximately 14.9-MGD to the membrane racks. Prior to proceeding with equipment deletions, it is requested that Pall confirm the actual operating range of the revised system. In addition to the above mentioned items, deletion of the entire pilot -plant system as specified in Section 11170 of the Membrane Filtration System Preselection Documents is proposed. Updated Operating Range for revised system: 4 racks (102 modules on 128 pull quad racks) will have a net filtrate capacity of 12 MGD with a max instantaneous flux of 61.4 GFD at 20OC. This system can be pushed to produce more based on water quality criteria and temperature, or with the addition of modules. See the attached sizing file for more info. The maximum flow of this system (expansion to 10 racks of 128 modules and no blank spaces) was 35 MGD at 20°C. The city wanted to run the system at higher fluxes when the raw water is above 20°C, which is the likely source of that 40 MGD as a hydraulic design capacity in the 2/16 response from Fort Worth. Does this Change Order Affect Delivery Schedule? Yes L] No Description of Change to Delivery Schedule: To be completed by the Customer Representative (Buver) Name: Title: Address: I Phone: ❑A roved []Not Approved Signature: OP1004.02 Page 1 of 2 E Pall Corporation Pall Advanced Separations Systems 839 NYS Rte. 13 P.O. Box 5630 Cortland, N.Y. 13045-5630 607.753.6041 phone / 607.756.1862 fax www.i)all.com %•/ Comments: REQUEST FOR CHANGE ORDER APPROVAL To be completed by the Pall Corporation Representative Seller Project Manager Name: Jeff Wilson NApproved ❑Not Approved Signature: Comments: Process Engineer ®System Engineer Name: Greg Cempa NApproved ❑Not Approved Signature: Comments: \./ OP1004.02 Page 2 of 2 EL MF System Sizing- Large Systems Location/Customer Date Engineer 0 . Feed Description tirzo qe;� _ e�12d sYfacet,_ Version 2.8 Theoretical Sizing Units: English M Metric C +� Design Parameters Req'd Filtrate (MGD)ti1Q Flux (GFD) 0 XR (%) O.D. Membrane Area Per Module (ft2) Restore Typical Design Parameters: Req'd Filtrate (gpm) 8,333.3 Flux (gpm/mod) 24.28 XR Flow (gpm/mod.) 0.00 Modules Required 408.0 Theoretical Recovery 97.00% Membrane Area (ft2) 219,490 Theoretical Average Feed (MGD) 12.37 Actual SyStein Configuration No. of Blocks 00 Modules Per Block REMWAM Total Modules 408.00 No. of Redundant Racks OF �Q Total Yearly Operating Cos $86,382 All Racks On-line Extra Membrane/Modules 0.0% Act. Flux (GFD) at 12 MGD 65.00 Max. Filtrate (MGD) 0 65 GFD 12.00 Recovery at 12 MGD 97.00% "Iftw Redundant Rack(s) Off-line Extra Membrane/Modules 0.00/0 Act. Flux (GFD) at 12 MGD 65.00 Max. Filtrate (MGD) @ 65 GFD 12.00 Recovery at 12 MGD 97.00% Note: 1. Operating costs are calculated with all racks on-line, based on the operating conditions entered on the "Operating Costs" worksheet. To obtain operating costs & system flowrates excluding the redundant rack(s), run a separate sizing for that number of racks. This information is the property of PALL CORPORATION; and is furnished for use of the assigned recipient only. No copies are to be made and the material contained herein is not to be divulged to others, either within or outside PALL CORPORATION, without specific approval of an officer of PALL CORPORATION. SASRF Parameters SASRF Interval (gal) > SASRF Interval (min.) 22.09 Filtration Duration min.) 20.09 Valve/Miscellaneous Off -Line Time (sec.) Air Only Duration (sec.) Now- AS-RF/FF-AS Duration (sec.) AS/RF Rate (gpm/mod.) AS/Feed Flush Rate (gpm/mod.) am RF/FF Duration (sec.) RF Rate (gpm/mod.) Feed Flush Rate (gpm/mod.) 0 Waste Per Module (gal.) 14.00 Enhanced RF Processes Forward (feed) Flush Interval (min.) Forward (feed) Flush Duration (sec.) Forward feed Flush Rate m/ � � od. FF-AS Interval (min.) FF-AS Duration (sec.) FF-AS Rate m/mod. Air Only Interval (min,) Air Only Duration sec. Alt. AS-RF Interval (min.) Alt. AS-RF Duration (sec.) Alt. AS-RF Rate m/mod. RF Rinse Interval (min.) RF Rinse Duration (sec.) sQq RF Rinse Rate m/mod. Alt. RF Interval (min.) Alt. RF Duration (sec.) Alt. RF Rate (gpm/mod.) Alt. RF Soak Duration min.) Continuous Air Injection scfm/module Include EFM Off -Line Time in Sizing (1=yes, 0=no) 1 Use Filtrate for EFM 1= es,0=no Include CIP Off -Line Time in Sizing (1=yes, 0=no) WARM Comments: Sizing - 4 14in racks of 102to128 - 12MGD - Rev00.xls, 4/1/2009 1:01 PM Main, pg. 1 City of Ft. Worth Change Order List CO Description Remark oty Unit Cost Ext. Material Labor CostChange W�', Date of Date CO No. Cost approved Order Reduction of Pall Scope per Remove 1 Module train -1 $ 135,509 $ 135,5091 Remove modules associated with module rack reduction -102025 N$135,509 $ 104,550 �$O $ 104,5501/27/2009 customer request dated Remove 1 Goulds feed um -1 403 $ 25,403 $ 25,403 2 Change Order 1 Total Change Order 2Total I, $(36571 I - Total All Change Orders 1 $ (365,710)1 $ - I $ (366,710)1 Proc,11.00102 1 of 1 i 4/1/2009 City of Fort Worth Westside WTP Project SECTION 02810 LANDSCAPE IRRIGATION SYSTEM PART1 GENERAL 1.1 SCOPE: A. Furnish all work and materials, appliances, tools, equipment, facilities, transportation, and services necessary for and incidental to performing all operations in connection with the installation of underground sprinkler irrigation system complete, as shown on drawings and/or specified herein. When the term "Contractor" is used in this section, it shall refer to the Irrigation Contractor. B. Related Work Specified Elsewhere: 1. Landscape — Trees, Plants and Ground Cover are in Section 02950. 2. Loaming, Hydroseeding, and Erosion Control are in Section 02490. Temporary Landscape Irrigation System is in Section 02811. 4. Submittals are in Section 01300. 1.2 QUALITY ASSURANCE: The following Codes, Regulations, Reference Standards, and Specifications apply to work included in this section: ASTM: D2241, D2464, D2466, D2564, and D855. A. The system shall be installed by a qualified Licensed Irrigator having prior experience in the installation of irrigation systems and shall be under the direction of the daily supervision of an Irrigator who has a minimum of five (5) years experience installing irrigation systems of comparable size and nature.. B. The Contractor shall provide a minimum of three (3 ) references, listing the Project name, project location ,Owners name, address and telephone with the bid submittal.: 1.3 WARRANTY AND MAINTENANCE: A. The Contractor shall warranty material and workmanship for one year after final acceptance including repair and replacement of defective materials, workmanship, and repair of backfill settlement. B. Maintenance during warranty shall include, but not necessarily be limited to, the following: Adjustment of sprinkler height and plumb to compensate for settlement and/or plant growth. 2. Backfilling of all trenches. 02810.doc 02810-1 April 2009 Addendum No. 2 City of Fort Worth Westside WTP Project 3. Adjustment of head coverage (arc of spray) as necessary. 4. Unstopping heads plugged by foreign material. S"Now Adjustment of controller as necessary to insure proper sequence and watering time. All maintenance necessary to keep the system in good operating order. Repair of damage caused by vandals, other contractors or weather conditions shall be considered extra to these specifications. C. Warranty and maintenance after final acceptance does not include alterations as necessitated by re -landscaping, re -grading, addition of trees or the addition, and/or changes in sidewalks, walls, driveways, etc. 1.4 SUBMITTALS: A. The Contractor shall submit shop drawings or manufacturer's "cut sheet" for each type of sprinkler head, pipe, controller, valves, check valve assemblies, valve boxes, wire, conduit, fittings, and all other types of fixtures and equipment which he proposes to install on the job. The Submittals shall include the manufacturer's name, model number, equipment capacity, and manufacturer's installation recommendation, if applicable, for each proposed item. B. No partial submittals will be accepted and submittals shall be neatly bound into a brochure and logically organized. After the Submittals have been approved, 1%W1 substitutions will not be allowed except by written consent of the authorized representative for the City of Fort Worth. C. Shop drawings shall include dimensions, elevations, construction, details, arrangements, and capacity of equipment, as well as manufacturer's installation recommendations. 1.5 "APPROVED EQUAL" SUBSTITUTIONS: A. Several items in this section and on the plans are specified by a manufacturer's brand name and catalog number, followed by the phrase "or approved equal". This is not intended to unduly restrict competitive procurement or bidding, but is done to assure a minimum standard of quality which is believed to be best for the item specified. 1.6 CODES/PERMITS: A. All work under this section shall comply with the provisions of these Specifications, as illustrated on the accompanying drawings, or as directed by the City representative and shall satisfy all applicable local codes, ordinances, or regulations of the governing bodies and all authorities having jurisdiction over this Project. B. Installation of equipment and materials shall be done in accordance with requirements of the National Electrical Code, City of Fort Worth Plumbing Code, and standard plumbing procedures. The drawings and these Specifications are intended to comply with all the �-' necessary rules and regulations; however, some discrepancies may occur, the Contractor 02810.doc 02810-2 April 2009 Addendum No. 2 City of Fort Worth Westside WTP Project shall immediately City representative in writing of the discrepancies and apply for an interpretation. Should the discovery and notification occur after the execution of a contract, any additional work required for compliance with the regulations shall be paid for as covered by these Contract documents. C. The Contractor shall give all necessary notices, obtain all permits, and pay all costs in connection with his work; file with all governmental departments having jurisdiction; obtain all required certificates of inspection for his work and deliver to the City representative. D. The Contractor shall include in the work any labor, materials, services, apparatus, or drawings in order to comply with all applicable laws, ordinances, rules, and regulations whether or not shown on the drawings and/or specified. E. The installation of the irrigation system shall be made by an individual or firm duly licensed under Article No. 8751 VTCS, Titled "Licensed Irrigators Act", S.B. No. 259 as passed by the 66thTexas Legislature. F. The misplacement, addition or omission of any letter word or punctuation mark or drawing symbol is not to damage the true spirit, intent or meaning of these plans and specifications 1.7 UTILITIES - LOCATION AND ELEVATIONS: A. Locations and elevations of various utilities included with the scope of this work have 1"W been obtained from the most reliable sources available and should serve as a general guide without guarantee to accuracy. The Contractor shall examine the Site and verify to his own satisfaction the locations and elevation of all utilities and availability of utilities and services required. The Contractor shall inform himself as to their relation to the work and the submission of bids shall be deemed as evidence thereof. The Contractor shall repair at his own expense, and to the satisfaction of the City representative, for damage to any utility shown or not shown on the plans. B. Should utilities not shown on the plans be found during excavations, Contractor shall promptly notify the City representative for instructions as to further action. C. Contractor shall make necessary adjustments in the layout as may be required to connect to existing stub -outs, should such stub- outs not be located exactly as shown and as may be required to work around existing work, at no increase in cost to the Owner. All such work will be recorded on record drawings and turned over to the City representative prior to final acceptance. 1.8 RECORD DRAWINGS: A. Record dimensioned locations and depths for each of the following: Point of connection. 2. Sprinkler pressure line routing (provide dimensions for each 100 lineal feet (maximum) along each routing, and for each change in directions). 02810.doc 02810-3 April 2009 Addendum No. 2 City of Fort Worth Westside WTP Project 3. Gate valves. 4. Sprinkler control valves (buried only). N..i 5. Control wire routing. 6. Other related items as may be directed by the City representative. B. Locate all dimensions from two permanent points (buildings, monuments, sidewalks, curbs, or pavements). C. Record all changes which are made from the Contract drawings, including changes in the pressure and non -pressure lines. D. Record all required information on a set of back -line prints of the Contract drawings. Do not use these prints for any other purpose. E. Maintain information daily. Keep Contract drawings at the Worksite at all times and available for review by the City representative. 1.9 CONTROLLER CHARTS: A. Do not prepare charts until record drawings have been approved by the City representative. B. Provide one controller chart for each automatic controller installed. Chart may be a reproduction of the record drawing, if the scale permits fitting the controller door. If photo reduction prints are required, keep reduction to maximum size possible to retain full legibility. 2. Chart shall be back -line print of the actual system, showing the area covered by that controller. C. Identify the area of coverage of each remote control valve, using a distinctly different pastel color, drawn over the entire area of coverage. D. Following approval of charts by the City representative, they shall be hermetically sealed between two layers of 20 mil. thick plastic sheet. E. Charts must be completed and approved prior to final acceptance of the irrigation system. L I 0 OPERATING AND MAINTENANCE MANUALS: A. Provide individual bound manuals in accordance with Section 01730 detailing operating and maintenance requirements for irrigation systems. B. Manuals shall be delivered to the City representative no later than 10 days prior to completion of work. 02810.doc 02810-4 April 2009 Addendum No. 2 City of Fort Worth Westside WTP Project C. Provide descriptions of all installed materials and systems in sufficient detail to permit maintenance personnel to understand, operate, and maintain the equipment. D. Provide the following in each manual: l . Index sheet, stating Irrigation Contractor's name, address, telephone number, and name of person to contact. 2. Duration of guarantee period. 3. Equipment list providing the following for each item: a. Manufacturer's name. b. Make and model number. C. Name and address of local manufacturer's representative. d. Spare parts list in detail. e. Detailed operating and maintenance instructions of major equipment. 1.11 CHECKLIST: A. Provide a signed and dated checklist, and deliver to the City representative prior to final ten. acceptance of the work. B. Use the following format: 1. Plumbing permits: if none required, so note. 2. Material approvals: approved by and date. 3. Pressure line tests: by whom and date. 4. Record Drawings: received by and date. 5. Controller charts: received by and date. 6. Materials furnished: received by and date. 7. Operation and maintenance manuals: received by and date. 8. System and equipment operation instructions: received by and date. 9. Manufacturer's warranties if required: received by and date. 10. Written guarantee: received by and date. ,*"' 11. Lowering of heads in lawn areas: if incomplete, so state. 02810.doc 02810-5 April 2009 Addendum No. 2 City of Fort Worth Westside WTP Project 1.12 ELECTRIC POWER: A. Electric power to operate the controller will be furnished by the Owner following somplertion and electrification of plan electrical system by the Contractor. All power required for testing prior to electrification shall be provided by the Contractor. Service wiring to the controller cabinet shall be furnished by the Contractor. 1.13 WATER FOR TESTING: A. Owner will furnish water required for initial flushing and testing of the installed irrigation system following connection of the plant utility water system to the active City water distribution system. Any water required for initial testing, flushing, etc prior to connection shall be provided by the Contractor. Any additional water required due to Contractor's test failure or for subsequent system flushing shall be provided by the Contractor. 1.14 SLEEVES AND ELECTRICAL CONDUITS: A. Sleeves and electrical conduits have been installed as noted on the drawings. Contractors shall be responsible for locating all sleeves and conduits at no additional cost to the City. PART2-PRODUCTS 2.1 GENERAL: A. Unless otherwise noted on the plans, all materials shall be new and unused. The `•e irrigation equipment catalog numbers used for reference in these Specifications are to establish minimum quality standards and may be substituted with an "approved equal" as outlined in Paragraph 1.5 of this section. 2.2 POLYVINYL CHLORIDE PIPE (PVC PIPE): A. PVC pipe manufactured in accordance with ASTM Standards noted herein. Marking and Identification: PVC pipe shall be continuously and permanently marked with following information: Manufacturer's name, size, type of pipe, and material, SDR number, Product Standard number, and the NSF (National Sanitation Foundation) Seal. B. PVC pipe fittings: Shall be of the same material as the PVC pipe specified and compatible with PVC pipe furnished. Solvent weld type shall be Schedule 40. C. PVC Pipe: Shall be Class 200 solvent weld, SDR-21, PS 22-70 for all sizes 3/4" - 2". All ''/z" pipe shall be solvent weld SDR- 13.5, Class 315. 3" and larger pipe shall utilize belled ends or belled couplings using rubber gaskets in 20 foot laying lengths. Pipe sized less than 3" may be solvent welded. D. Flexible PVC Risers (Nipples): All flexible PVC nipples shall be made from virgin PVC material, and shall comply with ASTM D2287, shall be tested at 200 P.S.I. static pressure for 2 hours and have a quick burst rating of a minimum 400 P.S.I. Flexible PVC pipe nipples shall be factory assembled only. Nww 02810.doc 02810-6 April 2009 Addendum No. 2 City of Fort Worth Westside WTP Project 2.3 SWING JOINTS: VOM' A. Swing joints shall be O-ring seal type. 2.4 WIRE AND SPLICES: A. All wire shall be single strand solid copper, minimum 14 gauge with type OF insulation which is Underwriters Laboratory approved for direct underground burial when used in a National Electrical Code Class lI Circuit (30 volts AC or less) as per Articles 725 and 300. Voltage drop shall be taken into consideration. B. All wire shall be color coded so that the common wire shall have white insulation and the signal wires shall have red insulation. C. All wire connectors shall have a two-piece PVC housing which, when filled with resin epoxy and pressed together, forms a permanent, one-piece, moisture -proof wire splice. Splices at control valves shall be left exposed in valve boxes. No splices will be allowed in the common wire except within 18 inches of a control valve. D. All connectors shall be UL listed, rated 600 volt, for PVC insulated wire. No wire splices shall be buried. 2.5 QUICK COUPLING VALVES: A. Quick coupling valves shall be composed of a bronze cast body with a weighted metal cover. B. The valve shall accept a single lug 1 inch bronze valve key for operation. C. Provide one (1) Rain Bird 44LRC Series coupler or an approved equal and one (1) No. 10 hose swivel ell for each quick coupling valve shown on the plans. 2.6 GATE VALVES: A. Gate valves 3" and larger shall be Kennedy 597X, resilient seated w/2" operator nut or an approved equal and have bell or spigot ends, flanges or other joints as required for the piping in which they are installed. All gate valves shall be manufactured of Class D cast iron or brass conforming to the AWWA Standard C- 509, or to Federal Specification WW-V-58, Class Gate valves shall be designed for a minimum water working pressure of 150 psi. Gate valves shall have a clear waterway equal to the full nominal diameter of the valve and shall be opened by turning CLOCKWISE - RIGHT. B. Valves 2-1/2 inches and smaller shall be NIBCO T-113 all bronze gate valve or an approved equal; and shall conform to Federal Specification MSS- 5P80. 2.7 VALVE BOXES: A. A box shall be provided for all automatic control valves, quick couplers and gate valves. B. Valve boxes in planted areas for gate valves and automatic control valves shall be cycolac plastic 10" dia. adjustable height boxes. Valve boxes in planted areas for quick 02810.doc 02810-7 April 2009 Addendum No. 2 City of Fort Worth Westside WTP Project couplers shall be cycolac plastic 6" dia. adjustable height boxes. All valve boxes shall utilize locking covers. Valve boxes shall be manufactured by Ametek Corp, or an approved equal. *W101 C. Valve boxes installed in paved areas for valves, quick couplers and double check valve assemblies shall be precast concrete, Brooks or an approved equal, and size as per City Of Fort Worth Plumbing specifications. Covers shall be cast iron, locking. D. Extension sections will be used as appropriate to the depth of piping. E. All valve box covers shall bolt down or have locking mechanisms and shall be colored green or black or as selected by the City representative. 2.8 SPRINKLER HEADS - STREAM ROTOR HEADS: A. Matched Precipitation Rate, Multi -Stream, Rotating Nozzle The Rotary Nozzle shall have a fixed arc of 90 to 360 degrees and shall be capable of covering a 13 to 24 feet radius (FT.RAD.) at 20 to 55 pounds per square inch (psi) with a discharge rate of 0.33 to 4.06 gallons per minute, (GPM). The angle of the trajectory shall vary from 1 to 30 degrees. 2. The Rotary Nozzle shall have multiple arced streams and have a matched precipitation rate of 0.60 in/hr. 3. The Rotary Nozzle shall be constructed of UV -resistant plastic. The radius adjustment screw shall be of stainless steel. fu 4. The Rotary Nozzles shall include a removable .02 x .02 mesh screen to protect the nozzle against clogging. The Rotary Nozzle shall have a precipitation rate matched with Rain Bird 5000/5000 Plus MPR Rotor Nozzles. 6. The Rotary Nozzle shall be manufactured by Rain Bird Corp, Azusa, California, U.S.A., or an approved equal. B. Rotary Head The full- or part -circle sprinkler shall be a single stream, water lubricated, gear drive type capable of covering a 36 to 49 ft (meter) radius at a base pressure of 30 to 40 pounds per square inch (Bars) with a discharge rate of 2.9 to 6.0 gallons per minute (1/s, m 3/h). The part -circle sprinkler shall have adjustable arc coverage of 40 to 360 degrees. Arc adjustment can be performed with or without the rotor in operation and shall require only a flat blade screwdriver. The sprinkler shall be capable of full -circle (360 degree) operation in either the single direction mode (FC) or the bi-directional mode (PC). The sprinkler shall have a rotating nozzle turret independent of the riser stem. The portion of the riser stem that is in contact with the wiper seal shall be non -rotating. The sprinkler shall have a pressure activated, multi -function, soft elastomeric wiper seal that will clean debris from the pop-up stem as it retracts. This wiper seal *,NO, 02810.doc 02810-8 April 2009 Addendum No. 2 City of Fort Worth Westside WTP Project shall prevent the sprinkler from sticking in the up position, and be capable of sealing the sprinkler riser stem to the sprinkler cap under normal operating ,,• pressures. The sprinkler shall have a tapered riser stem that will assist in the flushing mode of the sprinkler as it pops -up, as well as when it pops -down. The tapered stem shall seal positively against the multi -function wiper seal to assure no flow -by when fully activated. The sprinkler shall have a screen attached to the drive housing to filter inlet water, protect the drive from clogging and simplify its removal for cleaning and flushing of the system. The sprinkler body shall have a double -wall construction 1" (26/34) female (NPT or BSP) bottom inlet. The sprinkler shall have a standard rubber cover which designates the full -circle sprinkler from the top, as well as designates each adjustment opening from the top. The sprinkler shall have a front -load nozzle assembly which will allow the nozzle to be installed without a stator bushing change. The sprinkler shall have eight color -coded nozzles. All but the #4 and #6 nozzle shall have three ports for optimal close -in, mid -range and long-range water distribution. The sprinkler shall have a stainless steel adjusting screw capable of reducing the radius up to 25%. The angle of trajectory shall be 25 degrees from horizontal. The sprinkler shall have a strong stainless steel retract spring for positive pop -down. The sprinkler shall have a standard Seal-A-MaticTM (SAM) device capable of holding up to 10 feet (3,1 m) of head. Pop-up height as measured from the top of the cover to the centerline of the nozzle orifice shall be 4 inches (10,2 cm). The sprinkler's overall height shall be 8-1/2inches (21,6 cm) and the diameter shall be 2 inches (5,1 cm). 4. Optional Feature s .�„ a. Non -Potable Rubber Cover: F4-FC-NP, F4-PC-NP When so indicated on the design, the rotor shall have a purple rubber cover to indicate to the user that non -potable water is being used. There shall be no difference between the black and purple covers except for the color. b. Stainless Steel Riser Stem: F4-FC-SS, F4-PC-SS When so indicated on the design, the rotor shall have a stainless steel covered nozzle turret and riser stem. The riser stem shall be tapered and conform to the standard plastic riser stem in all other ways. c. High Speed Rotation: F4-FC-SS-HS, F4-PC-SS-HS When so indicated on the design, the rotor shall have a stainless steel covered nozzle turret and riser stem and shall complete a full -circle rotation in approximately one minute. The rotor shall have a brown rubber cover to indicate to the user that the rotor is a high speed version. There shall be no difference between the black and brown covers except for the color. The sprinkler shall be Falcon-6504 as manufactured by Rain Bird Corporation, Glendora, California. D38544O 02810.doc 02810-9 April 2009 Addendum No. 2 City of Fort Worth Westside WTP Project 2.9 TREE IRRIGATION: A. Adjustable Full Circle flood bubblers shall have a flow rate range of 1.00 - 2.50 GPM at %WWI recommended operating pressure range from 20 — 60 psi. B. The sprinkler shall be a model number 130OA-F and shall be manufactured by Rain Bird Corp., Azusa, California, U.S.A., or an approved equal. 2.10 ELECTRIC REMOTE CONTROL VALVES: A. TORO P-220 REMOTE CONTROL VALVE 1. The P-220 Series remote control valve body and bonnet shall be constructed of 33% glass -filled nylon (GFN) and stainless steel and have a maximum pressure rating of 220 PSI (15 Bar). The diaphragm shall be made of double -beaded, fabric - reinforced rubber to retain flexibility and provide maximum sealing throughout its area. The diaphragm assembly shall be fully serviceable, held together with stainless -steel and plastic components. All parts shall be serviceable from the top of the valve without removing the valve from the line. The valve may be installed at any angle without affecting valve operation. All other internal parts shall be made of plastic, brass and stainless steel to ensure corrosion resistance. 2. The valve shall have an internal manual downstream bleed to prevent flooding of the valve box and be capable of operation by hand. The valve shall have an external bleed for system flushing. The valve shall have a self-cleaning, stainless - steel metering (externally removable) system. The valve shall have a manual flow control with a hand -operated, rising -type flow -control stem with a control wheel/handle. The flow control shall be adjustable down to zero flow. 'W.. For 1" (25mm) models, friction loss at 40 GPM (15.2 LPM) shall not exceed 7.2 PSI (0.5 Bar) on electric valves. For 1-1/2" (40mm) models, friction loss at 100 GPM (379 LPM) shall not exceed 14.4 PSI (0.9 Bar) on electric valves. For 2" (50mm) models, friction loss at 180 GPM (682 LPM) shall not exceed 8.05 PSI (0,5 Bar) on electric valves. For 3" (75mm) models, friction loss at 300 GPM (1135 LPM) shall not exceed 10.1 PSI (0.7 Bar) on electric valves. The burst pressure safety rating shall be 750 PSI (50 Bar). The valve must open or close in less than one minute at 220 PSI (15 Bar) without water hammer. The valve shall have a plastic solenoid, which is fully encapsulated and have a captured hex plunger and spring. The solenoid will have a removable retainer for servicing of the spring and plunger. The 24V a.c. solenoid shall open with a 22.5 V a.c. minimum at 220 PSI (15 Bar). At 24V a.c. average inrush, current shall not exceed 0.40 amps. Average holding current shall not exceed 0.20 amps. 5. Line Pressure - Voltage 220 PSI - 22.5 200 PSI - 21.1 175 PSI - 20.2 150 PSI - 19.1 125 PSI - 18.2 100 PSI - 17.1 75 PSI - 16.1 02810.doc 02810-10 April 2009 Addendum No. 2 *"we City of Fort Worth Westside WTP Project 50 PSI - 16.0 ,*W► 6. The valve shall have a built-in, Schrader -type valve for attaching a pressure gauge to verify downstream pressure. The valve shall be able to field retrofit with an optional pressure -regulating module, EZReg(TM), which can be factory or field installed. The regulator shall be able to be field -installed or serviced under pressure. The valve shall have a forward -flow design to ensure more precise regulation when used with a pressure regulator. 7. Pressure Regulating Electric Models: The pressure regulator, EZReg(TM), shall be of dial design to permit visual setting of pressure with or without the valve being operated or the use of a pressure gauge. The regulator shall be of a screw -in type and shall regulate precisely over a 5-100 PSI (0.3-7.0 Bar) range with maximum inlet pressure of 220 PSI (15 Bar). The regulator shall maintain the set pressure within " 3 PSI (0.2 Bar) (with a 10 PSI differential between inlet and outlet). The [I" / 1-1/2" / 2" / 3"] [25mm, 40mm, 50mm, 75mm) P-220 Series valve shall be of [electric, electric pressure regulating] configuration with female -threaded inlet and outlet connections. The 1 "-3" (25mm-75mm) valves shall be a globe/angle configuration with an O-ring sealed end plug. 9. The valve shall be developed, manufactured, qualified and released in the USA. The valve shall come with a 5-year trade warranty. 10. The valve shall be manufactured, qualified and released in the USA. The valve, model number P-220 — 27- 9- X, shall be manufactured by The Toro Company, •.•► Irrigation Division, EL Paso, Texas, USA. 2.11 ELECTRIC CONTROLLER - TWO WIRE CONTROLLER(S) A. FIELD SATELLITE HARDWARE 1. The field satellite shall use modular solid-state control technology and be capable of automatic, semi -automatic and manual operations. 2. The controller shall be programmable by the on -board keyboard with lighting optional back -lit LCD or by a laptop computer (unless a non -keypad model such as a MapTo universal is used). 3. The controller shall be housed in a locking stainless steel or powder -coated metal wall mount, or stainless steel or plastic pedestal. 4. Access to high voltage and 24-volt field wire shall be through a front door panel with a keyed lock. 5. Both the cabinet and interior assemblies shall be UL approved for outdoor and indoor applications. 6. The pedestal model shall be bolted into a concrete footing that has mounting bolts embedded in the concrete pad. The concrete pad shall be sloped away from the pedestal to prevent water accumulation around the base of the cabinet. 7. The controller shall be capable of operating at 115 V a.c. (+/- 10%) 50/60Hz and be capable of withstanding an incoming surge or electrical spike or 4.5 kV on the �.. input side. 02810.doc 02810-1 1 April 2009 Addendum No. 2 City of Fort Worth Westside WTP Project 8. Each 24-volt station output shall be capable of delivering 0.5 amperes at (12VA) at 24 V a.c. 9. The controller shall be capable of operating six multiple stations for a total output current of 2.0 amperes at 24 V a.c. 10. The surge testing shall conform to the following standards: ICE 61000 Standard for Lighting Surge, 1089 Bellcore Testing, UL 1449. 11. The 24-volt outputs shall be offered with options for three levels of surge protection 12. The 24-volt output board with full surge shall be capable of withstanding field surges in excess of 20 KV at A. 13. The controller shall have manual activation switches and LEDs indicating station operation for each station. 14. The Stainless Steel Wall and Pedestal mount and Plastic Pedestal Mount Controllers shall be expandable in 12 station increments from 12 to 48 stations. 15. The controller shall have a master valve capability via a separate terminal block that is independent of the remaining station count. The master valve shall have the ability to be the programmed for either normally open or normally closed master valves. 16. The controller shall come standard with a "Dallas" -style for real-time clock retention in the event of a power failure. The controller shall maintain the time -of - day, day -of -week and user defined program for a period of 10 years. 17. The satellite control module components shall be enclosed in a weather resistant plastic cabinet that is sealed against insects and other vermin that might cause failures. B. SCHEDULING CAPABILITIES 1. The controller shall have three modes of operation: stand-alone, off and centrally - controlled. 2. Time -of -day and day -of -week programming, and operational status shall be shown in LCD display. 3. While operating in stand-alone mode, the field satellite shall have a 12/24 hour real-time clock with adjustable day change hour. Time -of -day, day -of -week, programming and operational status shall be shown in LCD. 4. The controller shall have 16 independent programs divided into four clusters (A through D) with four programs within each cluster (1 through 4). 5. Each program shall be assigned to any of sixteen watering schedules which can be up to six weeks long with any combination of watering days. 6. Each program shall have eight start times, up to 99 repeat cycles and a programmable delay between cycles from 0-255 minutes. 7. The controller shall be capable of running any one or combination of programs continuously. 8. A water window may be entered for any program where watering will only take place between a start and end time. 9. Each station can be programmed independently from one another and have the ability to operate each station in one minute increments between one minute and 14 minutes. 10. The station will run continuously (infinite) when the run time is set at four hours and 15 minutes. 11. Each station may be assigned independently to any or all of the 16 programs. 1%./ 02810. doc 02810-12 April 2009 Addendum No. 2 City of Fort Worth Westside WTP Project 12. The controller shall be capable of running any one or combination of programs simultaneously. `+ 13. The controller shall have a program adjust feature that allows for independent percent -adjust feature that allows for independent percentage adjustment of each program from 10% to 250% in 1 % increments. 14. The controller shall have a non-volatile memory that can maintain time and all programming functions for a period of 10 years or more in the event of a power loss. 15. When the controller is operating in either manual or automatic modes, the remaining run time may be displayed. 16. The controller shall have a multi -manual cycle that allows the simultaneous operation of one to six stations with independent station run times. 17. The controller shall have the following additional standard features in a stand- alone mode: 18. Alarm alerts against user errors for programming and communication 19. Ability to create and store program for future use. 20. On-line help screens for training of first time users 21. Running programs based on ET data 22. Reading and reacting to flows 23. Capable of monitoring the current draw of any and all stations 24. The controller shall be capable of running irrigation programs based on Evapo- Transpiration (ET) input. When the ET functions are activated, the controller automatically adjusts program run times according to the ET data. 25. The controller shall be capable of displaying in English, French, Italian, or Spanish. 26. The controller shall have the ability to communicate with a MapTo Universal remote field satellite within radio reception range. The MapTo Universal module shall be available in 12, 24, 36, and 48 station increments and shall be capable of receiving program functions from another controller in either stand-alone or central modes. This feature shall not diminish or limit the number of programs or functionality of the "master" controller. C. FIELD SATELLITE MAINTENANCE AND REPORTING 1. The controller shall be capable of (manually) monitoring the current draw of any and all stations. If the current exceeds allowable limits the station shall be shut down to protect the fuse . The program shall complete its cycle and provide an alarm alert of the high current station. 2. The controller shall be capable of reading and reacting to flow rates. 3. When the flow functions are activated, the controller automatically reads and records flow data. 4. Water usage for the current month, previous month and previous year accumulative totals are stored and are retrievable. 5. The controller shall be capable of reacting to unexpected, over or under flows by shutting down the station(s) or a master valve. A properly sized and located flow meter is required to provide accurate flow data. 6. The controller shall have field diagnostics in stand-alone mode, when used in conjunction with a troubleshooting kit. This kit, when connected properly, shall have the availability to diagnose programming conflicts versus a physical hardware problem. In a central mode the field satellite shall have the ability to forward 02810.doc 02810-13 April 2009 Addendum No. 2 City of Fort Worth Westside WTP Project sensor alarm alerts, communication alarms, and/or field programming changes via two-way radio or a remote transceiver via telephone. D. RADIO, HAND-HELD REMOTE AND SENSORS 1. The controller shall have a built-in two way radio that can communicate to a central computer, hand-held radio or remote transceiver module without any additional hardware. The radio shall be connected to a narrowband antenna. When in central mode, the two-way radio shall allow for field keypad changes to be uploaded as desired. The download interval and day change shall be used defined. Field changes made after the day change will affect the next active day's watering cycle. Z. The controller shall have sensor capability regardless of station count via a separate input board. 3. The sensor board shall be a standard feature and shall be capable of sensing open and closure of dry contact switches not exceeding 12 Volts DC. 4. Sensor inputs shall be capable of monitoring rain switches, freeze sensors, ET gauges, and various weather stations. 5. The controller shall have the ability to accept and execute commands from a portable hand-held radio remote having a maximum output power of 5 watts. 6. The hand-held remote radio shall not require the installation of a central computer and shall have the ability to communicate directly to a field satellite in a stand- alone mode. 7. The remote shall have the ability to execute the following commands: a. On/Off of individual stations b. On/Off of individual programs c. System wide or individual program shut down vk"e d. Two-way voice communication e. Selectable channels between wide -and narrow band frequencies f. Communication to an individual controller or multiple controllers on a site as defined by the end user. The handheld will provide the ability for two-way voice communications, and shall be Toro model SHHR E. ACCESSORY EQUIPMENT 1.5", 2", 3" or 4" PVC [TEE] Irrigation Flow Sensor a. The flow sensor shall be an in -line type with a non-magnetic, spinning impeller (paddle wheel) as the only moving part. b. The electronics housing shall be glass -filled PPS. c. The impeller shall be glass -filled nylon or Tefzel® with a UHMWPE or Tefzel sleeve bearing. d. The shaft material shall be tungsten carbide. e. The electronics housing shall have two ethylenepropylene O-Rings and shall be easily removed from the meter body. The sensor electronics will be potted in an epoxy compound designed for prolonged immersion. f. Electrical connections shall be 2 single conductor 18 AWG leads 48 inches long. Insulation shall be direct burial "UF" type colored red for the positive lead and black for the negative lead. 02810.doo 02810-14 April 2009 Addendum No. 2 City of Fort Worth Westside WTP Project g. The sensor shall operate in line pressures up to 100 psi and liquid temperatures up to 140' F, and operate in flows of 1/2 foot per second to 20 feet per second 114"' with linearity of f 1% and repeatability of f 1%. h. The sensor body shall be fabricated from Schedule 80 PVC Tees, available in I W", 2", 3, and 4" with socket end connections. i. The flow sensor shall be a Toro Model TFS-150, TFS-200, TFS-300, or TFS- 400 sensor. 2. Cable for Flow Sensors a. TFS series sensors may be located up to 2000' from the controller. b. All data communications wire connecting flow sensors to the electronics that are buried below grade, with or without conduit, shall be constructed to direct burial specifications similar to Telecommunications Exchange Cable (REA PE-89). c. The cable shall be constructed of 20 AWG, or larger, copper conductors twisted into pairs of varying lengths to prevent cross talk. Conductors shall be insulated with polyethylene or propylene with a suggested working voltage of 350 volts. d. The cable shall feature an aluminum -polyester shield and be finished with a black high -density polyethylene jacket. Cable should be equivalent to AT&T PE-39 or PE-89. 3. Splices for Flow Sensors a. All wire connections shall be watertight with no leakage to ground or shorting from one conductor to another. 1*'' b. All splices shall be made in accordance with National Electrical Code® Articles 300.5 (Underground Installations) and 110.14 (Electrical Connections) using 3M DBY-6 or DBR-6 connectors, which are UL listed under "UL 486D-Direct Burial", for wet or damp locations, 600 volts. 2.12 BACKFLOW PREVENTER: A. A double gate valve, double check assembly shall Febco Model 850, or an approved equal. The double check assembly shall be located and sized as shown on the plans. B. Construction shall be all brass for sizes 3/4" - 3". C. This assembly shall be installed in a box and shall conform to the City Plumbing Codes. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL: A. Design pressure: This irrigation system has been designed to operate with a minimum static inlet water pressure of 75 psi at the point of connection. the contractor shall take a pressure reading prior to beginning construction. If the pressure reading is less than above, the contractor shall notify the City representative. 02810.doc 02810-15 April 2009 Addendum No. 2 City of Fort Worth Westside WTP Project B. Contractor responsibility: The contractor shall not willfully install the irrigation system as shown on the drawings when it is obvious in the field that obstructions, grade differences or discrepancies in equipment usage, area dimensions or water pressure exist that might not have been considered in the engineering. Such obstructions or differences �./ shall be brought to the attention of the City representative in writing. In the event this notification is not performed, the contractor shall assume full responsibility for any revision necessary. C. Staking: Before installation is started, place a stake or flag where each sprinkler is to be located, in accordance with drawing. Staking shall be approved by the City representative before proceeding. D. Piping layout: Piping layout is diagrammatic. Route piping around existing trees and shrubs in such a manner as to avoid damage to plantings. Do not dig within the ball of newly planted trees or shrubs. E. In areas where trees are present, trenches will be adjusted on site to provide a minimum clearance of four times the trunk diameter of the tree (at its base) between any tree and any trench. F. All material and equipment shall be delivered to the Worksite in unbroken reels, cartons or other packaging to demonstrate that such material is new and of a quality and grade in keeping with the intent of these Specifications. 3.2 EXCAVATION AND TRENCHING: A. The Contractor shall perform all excavation to the depth indicated in these Specifications *"We and Contract drawings. The banks of trenches shall be kept as nearly vertical as practicable. Trenches shall be wide enough to allow a minimum of 4" between parallel pipelines or electrical wiring. Where rock excavation is required, or where stones are encountered in the bottom of the trench that would create a concentrated pressure on the pipe, the rock or stones shall be removed to a depth of six (6) inches minimum below the trench depth indicated. The over depth rock excavation and all excess trench excavation shall be backfilled with loose, moist earth or sand, thoroughly tamped. Whenever wet or otherwise unstable soil that is incapable of properly supporting the pipe is encountered in the trench bottom, such shall be removed to a depth and length required, and the trench backfilled to trench bottom grade as hereinafter specified, with course sand, fine gravel or other suitable material. B. Bottom of trench grade shall be continued past ground surface deviations to avoid air pockets and low collection points in the line. The minimum cover specifications shall govern regardless of variations in ground surface profile and the occasional deeper excavation required at banks and other field conditions. Excavation shall be such that a uniform trench grade variation will occur in all cases where variations are necessary. C. Trench excavation shall comprise the satisfactory removal and disposition of all materials, and shall include all shoring and sheeting required to protect the excavation and to safeguard employees. D. During excavation, material suitable for backfilling shall be stockpiled in an orderly manner a sufficient distance back from edge of trenches to avoid overloading and 02810.doc 02810-16 April 2009 Addendum No. 2 City of Fort Worth Westside WTP Project prevent slides or cave-ins. Material unsuitable for backfilling shall be wasted as directed by the City representative. When excavated material is of a rocky nature and the topsoil or any other layer of excavated material is suitable for pipe bedding and backfill in the vicinity of the pipe, such material shall be separately stockpiled for use in such bedding and pipe backfill operations, unless satisfactory imported material is used. E. All excavations and backfill shall be unclassified and covered in the basic bid. No additional compensation will be allowed for rock encountered. F. Restore all surfaces, existing underground installations, etc., damaged or cut as a result of the excavations to their original conditions per the City representative. 3.3 PIPE INSTALLATION: A. Sprinkler Mains: Sprinkler mains are that portion of piping from water source to electric valves. This portion of piping is subject to surges since it is a closed portion of the sprinkler system. Sprinkler mains shall be installed in a trench with a minimum of 24 inches of cover. B. Lateral Piping: Lateral piping is that portion of piping from electrical valve to sprinkler heads. This portion of piping is not subject to surges since it is an 'open end" portion of the sprinkler system. Lateral piping shall be installed in a trench with a minimum of 18 inches of cover. C. Remove lumber, rubbish, and rocks from trenches. Provide firm, uniform bearing for entire length of each pipeline to prevent uneven settlement. Wedging or blocking of pipe will not be permitted. Remove foreign matter or dirt from inside of pipe before welding, and keep piping clean during and after laying pipe. D. PVC pipe shall not be installed where there is water in the trench, nor shall PVC pipe be laid when temperature is 40 deg. F or below or when rain is imminent. PVC pipe will expand and contract as the temperature changes. Therefore, pipe shall be snaked from side to side of trench bottom to allow for expansion and contraction. 3.4 PVC PIPE AND FITTING ASSEMBLY: A. Solvent: Use only solvent recommended by manufacturer to make solvent -welded joints following standards noted herein. thoroughly clean pipe and fittings of dirt, dust, and moisture with an approved pvc primer before applying solvent. B. PVC to Metal Connection: Work metal connections first. Use a non -hardening pipe dope such as Permatex No. 2 or "Teflon" tape on threaded PVC to metal joints. Use only light wrench pressure. C. Threaded PVC Connections: Where required, use threaded PVC adapters into which pipe may be welded. 3.5 HYDROSTATIC TESTS: A. Pressure Test: After the pipe is laid, the joints completed, and the trench partially backfilled, leaving the joints exposed for examination, the newly laid piping or any 02810.doc 02810-1 % April 2009 Addendum No. 2 City of Fort Worth Westside WTP Project valved section of main pressure line piping shall, unless otherwise specified, be subjected for four hours to a hydrostatic pressure test of normal city water pressure. Each valve shall be opened and closed during the test. Enclosed pipe, joints, fittings, and valves shall be carefully examined during the partially open trench test. Joints showing visible leakage shall be replaced or remade, as necessary. Cracked or defective pipe, joints, fittings, or valves discovered in consequence of this pressure test shall be repeated until the test results are satisfactory. All replacement and repair shall be at contractor's cost. 3.6 CONTROL WIRE INSTALLATION: A. All control wire less than 500 feet in length shall be continuous without splices or joints from the controller to the valves. Connections to the electric valves shall be made within 18 inches of the valve using connectors specified in Paragraph 2.4 of this section, unless otherwise approved by the City representative in writing. B. All control wires shall be installed at least 18 inches deep. Contractor shall obtain the City representative's approval for wire routing when installed in a separate ditch. Control wires may be installed in a common ditch with piping; However, wires must be installed a minimum of 4 inches below or to one side of piping. C. All wire passing under existing or future paving, sidewalk, construction, etc., shall be encased in PVC Schedule 40 conduit extending at least 2 feet beyond edges of paving, sidewalks, or construction. 3.7 POP-UP SPRAY HEADS: klud A. Provide heads and nozzles as specified and install in locations as shown on the Contract Drawings. B. Pop-up spray heads shall be installed on a Poly nipple directly on to lateral piping as detailed on the Contract drawings. C. Heads shall be installed with underside of flange flush with the finished grade. D. Contractor will be required to adjust heads as necessary after establishment of grass or other plant material. 3.8 QUICK COUPLING VALVES: A. Quick coupling valves shall be installed with the underside of flange flush with the finished grade. B. Quick coupling valves shall be installed on a swing joint assembly as detailed on the drawings. C. Under the warranty, the Contractor shall return after grass is established and adjust valves and valve boxes to proper grade. 02810.doc 02810-18 April 2009 Addendum No. 2 City of Fort Worth Westside WTP Project 3.9 MANUAL VALVES: Nu" A. Manual valves shall be sized and located where shown on the Contract drawings. B. Valve boxes shall be adjusted to be flush with finished grade. The Contractor will be required to adjust after establishment of grass. C. Valve boxes shall be properly supported and of sufficient construction that tractors and mowers crossing over the boxes will not push boxes down and crush the pipe, valve, or box. 3.10 VALVE AND VALVE BOX PLACEMENT: A. All manual, electric, and quick coupling valves shall be in boxes as specified in Paragraph 2.7 of this section, and shall be set with a minimum of six (6) inches of space between their top surface and the bottom of the valve box. B. Valves shall be fully opened and fully closed to ensure that all parts are in operating condition. C. Valve boxes shall be set plumb, vertical, and concentric with the valve stem. D. Any valve box which has moved from this required position so as to prevent the use of the operating wheel of the valve shall be reset by the Contractor at his own expense. �., 3.11 ELECTRIC CONTROLLER: A. Electric controller shall be located as shown on the plans and shall be capable of operating the number of stations indicated. B. The system is designed to operate only one section at a time, unless otherwise noted on the plans in strict accordance with the manufacturer's published installation instructions. C. Freeze sensor shall be used to prevent the irrigation system from watering during periods of freezing temperature. The freeze shall be shall be manufactured by The Toro Company, Irrigation Division, EL Paso, Texas, USA. D. Rain sensor shall be used to prevent the irrigation system from watering during periods of rainfall. The rain sensor shall be shall be manufactured by The Toro Company, Irrigation Division, EL Paso, Texas, USA. 3.12 ELECTRIC REMOTE CONTROL VALVES: A. Remote control valves shall be located and sized as shown on the plans. All electrical connections shall be made when the weather is dry with connection kits as specified in Paragraph 2.10 of this section in strict accordance with manufacturer's recommended procedures. All remote control valves shall be installed in a horizontal position, in accordance to the manufacturer's published installation instructions. 02810.doc 02810-19 April 2009 Addendum No. 2 City of Fort Worth Westside WTP Project B. It shall be the responsibility of the Contractor to furnish and install the proper size wire on each of the low voltage circuits from the master control center to the various electric remote control valves. N%Wple C. Consideration shall be given to each circuit for allowance of voltage drop and economy consistent with accepted practices of electrical installation. Under no circumstances shall the voltage of any branch circuit be reduced more than proper due to length of run exceeding the maximum allowable for the wire size used. 3.13 BACKFILL AND COMPACTION: A. After system is operating and required tests and inspections have been made, the trenches shall be carefully backfilled with the excavated materials approved for backfilling, consisting of earth, loam, sandy clay, sand, gravel, soft shale, or other approved materials, free from large clods of earth or stone. Rock, broken concrete, or pavement, and large boulders shall not be used as backfill material. The backfill shall be thoroughly compacted and evened with the adjacent soil level. B. Compact trenches in areas to be planted by thoroughly flooding the backfill. Compact all other areas by flooding or hand tamping. The jetting process may be used in areas when flooding. C. Backfill for all trenches, regardless of the type of pipe covered, shall be compacted to a minimum of 90% density. D. Any trenches improperly backfilled, or where settlement occurs, shall be reopened to the depth required for compaction, then refilled and compacted with the surface restored to `►` the required grade and left in a completed surface condition as described above. E. Specifically tamp backfill under heads and around the flange of heads for one foot (F) by a suitable means after trench backfill has dried from flooding to prevent heads loosening in the ground. 3.14 FINAL ADJUSTMENT: A. After installation has been completed, make final adjustment of sprinkler system prior to the City representative's final inspection. B. Completely flush system to remove debris from lines by removing nozzle from heads on ends of lines and turning on system. C. Check sprinklers for proper operation and proper alignment for direction of throw. D. Check each section for operating pressure and balance to other sections by use of flow adjustment on top of each valve. E. Check nozzling for proper coverage. Prevailing wind conditions may indicate that arc or angle of spray should be other than as shown on drawings. In this case, change nozzles to provide correct coverage and furnish record data to the City representative with each change. .1*� 02810.doc 02810-20 April 2009 Addendum No. 2 ` o City of Fort Worth Westside WTP Project F. After system is thoroughly flushed and ready for operation, each section of sprinklers shall be adjusted to control pressure at heads. Use the following method, one section at a ,*WSW time: 1. Remove last head on section and install a temporary riser above grade. Install tee with pressure gauge attached on top of riser and re -install head with nipple onto tee. 2. Correct operating pressure at last head of each section as follows: Refer to Section 2.8 in these Specifications. 3. After replacing head, at grade, tamp thoroughly around head. 3.15 CLEAN-UP: A. The Worksite shall be thoroughly cleaned of all waste materials and all unused or salvaged materials, equipment, tools, etc. B. After completion of the work, areas disturbed shall be leveled and the Worksite shall be raked clean and left in an orderly condition. END OF SECTION 02810.doc 02810-21 April 2009 Addendum No. 2 City of Fort Worth Westside WTP Project SECTION 07411 METAL ROOF PANELS PART 1-GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following: 1. Factory -formed and field -assembled, standing -seam metal roof panels. B. Related Sections include the following: 1. Division 7 Section "Flashing and Sheet Metal Fabrications" for fasciae, flashings and other sheet metal work not part of metal roof panel assemblies. 2. Division 7 Section "Joint Sealants" for field -applied sealants not otherwise specified in this Section. '0 1.03 DEFINITIONS A. Metal Roof Panel Assembly: Metal roof panels, attachment system components and accessories necessary for a complete weather tight roofing system. B. Steel Sheet Thickness: Minimum thickness of base metal without metallic coatings or painted finishes. 1.04 PERFORMANCE REQUIREMENTS A. General: Provide metal roof panel assemblies that comply with performance requirements specified as determined by testing manufacturers' standard assemblies similar to those indicated for this Project, by a qualified testing and inspecting agency. B. Air Infiltration: Air leakage through assembly of not more than 0.06 cfm/sq. ft.(0.3 L/s per sq. m) of roof area when tested according to ASTM E 283 at the following test -pressure difference: 1. Test -Pressure Difference: Negative 1.57 lbf/sq. ft.(75 Pa). C. Water Penetration: No water penetration when tested according to ASTM E 331 at the following test -pressure difference: 1. Test -Pressure Difference: 2.86 lbf/sq. ft.(137 Pa). NNW D. Water Absorption: Maximum 1.0 percent absorption rate by volume when tested according to ASTM C 209. 07411 Metal roof panels.doc 07411-1 April 2009 Addendum No. 2 City of Fort Worth Westside WTP Project E. FMG Listing: Provide metal roof panels and component materials that comply with requirements in FMG 4471 as part of a panel roofing system and that are listed in FMG's "Approval Guide" for Class 1 or noncombustible construction, as applicable. Identify materials with FMG markings. 1. Fire/Windstorm Classification: Class 1A- 90. 2. Hail Resistance: SH. F. Structural Performance: Provide metal roof panel assemblies capable of withstanding the effects of gravity loads and the following loads and stresses within limits and under conditions indicated, based on testing according to ASTM E 1592: Wind Loads: Determine loads based on the following minimum design wind pressures: a. Uniform pressure as indicated on Drawings. 2. Deflection Limits: Engineer metal roof panel assemblies to withstand design loads with vertical deflections no greater than 1/180 of the span. G. Thermal Movements: Provide metal roof panel assemblies that allow for thermal movements resulting from the following maximum change (range) in ambient and surface temperatures by preventing buckling, opening of joints, overstressing of components, failure of joint sealants, failure of connections, and other detrimental effects. Base engineering calculation on surface temperatures of materials due to both solar heat gain and nighttime -sky heat loss. Temperature Change (Range): 120 deg F(67 deg C), ambient; 180 deg F(100 deg C), material surfaces. 1.05 SUBMITTALS A. Product Data: Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for each type of metal roof panel and accessory. B. Shop Drawings: Show fabrication and installation layouts of metal roof panels; details of edge conditions, joints, panel profiles, comers, anchorages, closures, accessories and special details. Distinguish between factory- and field -assembled work. For installed products indicated to comply with design loads, include structural analysis data signed and sealed by the qualified professional engineer responsible for their preparation. C. Coordination Drawings: Roof plans drawn to scale and coordinating penetrations and roof - mounted items. Show the following: Roof panels and attachments. 2. Steel framing systems. Roof -mounted items including pipe supports and penetrations. 07411 Metal roof panels.doc 07411 - 2 April 2009 Addendum No. 2 City of Fort Worth Westside WTP Project D. Samples for Verification: For each type of exposed finish required, prepared on Samples of size `%•► indicated below. 1. Metal Roof and Soffit Panels: 12 inches (300 mm) long by actual panel width. Include fasteners, clips, closures and other metal roof panel accessories. 1.06 QUALITY ASSURANCE A. Installer Qualifications: An employer of workers trained and approved by manufacturer. 1. Installer's responsibilities include fabricating and installing metal roof panel assemblies and providing professional engineering services needed to assume engineering responsibility. 2. Engineering Responsibility: Preparation of data for metal roof panels, including Shop Drawings, based on testing and engineering analysis of manufacturer's standard units in assemblies similar to those indicated for this Project. B. Source Limitations: Obtain each type of metal roof panels through one source from a single manufacturer. C. Product Options: Drawings indicate size, profiles, and dimensional requirements of metal roof panels and are based on the specific system indicated. Refer to Division 1 Section "Product Requirements." 1%"W 1.07 DELIVERY, STORAGE, AND HANDLING A. Deliver components, sheets, metal roof panels, and other manufactured items so as not to be damaged or deformed. Package metal roof panels for protection during transportation and handling. B. Unload, store, and erect metal roof panels in a manner to prevent bending, warping, twisting, and surface damage. C. Stack metal roof panels on platforms or pallets, covered with suitable weather tight and ventilated covering. Store metal roof panels to ensure dryness. Do not store metal roof panels in contact with other materials that might cause staining, denting, or other surface damage. D. Protect strippable protective covering on metal roof panels from exposure to sunlight and high humidity, except to extent necessary for period of metal roof panel installation. 1.08 PROJECT CONDITIONS A. Weather Limitations: Proceed with installation only when existing and forecasted weather conditions permit assembly of metal roof panels to be performed according to manufacturers' written instructions and warranty requirements. B. Field Measurements: Verify locations of roof framing and roof opening dimensions by field measurements before metal roof panel fabrication and indicate measurements on Shop law Drawings. 07411 Metal roof panels.doc 07411 - 3 April 2009 Addendum No. 2 City of Fort Worth Westside WTP Project 1.09 COORDINATION A. Coordinate metal panel roof assemblies with rain drainage work, flashing, trim, and *Moe construction of steel framing and other adjoining work to provide a leak proof, secure, and noncorrosive installation. 1.10 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of metal roof panel assemblies that fail in materials or workmanship within specified warranty period. 1. Failures include, but are not limited to, the following: a. Structural failures, including rupturing, cracking, or puncturing. b. Deterioration of metals, metal finishes, and other materials beyond normal weathering. 2. Warranty Period: Two years from date of Substantial Completion. B. Special Warranty on Panel Finishes: Manufacturer's standard form in which manufacturer agrees to repair finish or replace metal roof panels that show evidence of deterioration of factory -applied finishes within specified warranty period. 1. Fluoropolymer Finish: Deterioration includes, but is not limited to, the following: a. Color fading more than 5 Hunter units when tested according to ASTM D 2244. b. Chalking in excess of a No. 8 rating when tested according to ASTM D 4214. C. Cracking, checking, peeling, or failure of paint to adhere to bare metal. 2. Finish Warranty Period: 20 years from date of Substantial Completion. C. Special Weather tightness Warranty for Standing -Seam Metal Roof Panels: Manufacturer's standard form in which manufacturer agrees to repair or replace standing -seam metal roof panel assemblies that fail to remain weather tight, including leaks, within specified warranty period. 1. Warranty Period: 20 years from date of Substantial Completion. PART 2 - PRODUCTS 2.01 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply for product selection: t 07411 Metal roof panels.doc 07411 - 4 April 2009 Addendum No. 2 City of Fort Worth Westside WTP Project 1. Basis -of -Design Product: The design for each metal roof panel specified is based on the I.MW product named. Subject to compliance with requirements, provide either the named product or a comparable product by one of the other manufacturers specified. 2.02 PANEL MATERIALS A. Metallic -Coated Steel Sheet Prepainted with Coil Coating: Steel sheet metallic coated by the hot -dip process and prepainted by the coil -coating process to comply with ASTM A 755/A 755M. 1. Aluminum -Zinc Alloy -Coated Steel Sheet: ASTM A 792/A 792M, Class AZ50 coating designation, Grade 40(Class AZM150 coating designation, Grade 275); structural quality. 2. Surface: Embossed finish. 3. Exposed Finishes: Apply the following coil coating, as specified or indicated on Drawings. a. High -Performance Organic Finish: Prepare, pretreat, and apply coating to exposed metal surfaces to comply with coating and resin manufacturers' written instructions. 1) Fluoropolymer Three -Coat System: Manufacturer's standard three -coat, thermocured system consisting of specially formulated inhibitive primer, fluoropolymer color coat, and clear fluoropolymer topcoat, with both color coat and clear topcoat containing not less than 70 percent polyvinylidene fluoride resin by weight, with a minimum total dry film thickness of 1.5 mil(0.038 nun); complying with physical properties and coating performance requirements of AAMA 2605, except as modified below: a) Humidity Resistance: 2000 hours. b) Salt -Spray Resistance: 2000 hours. 4. Concealed Finish: Apply pretreatment and manufacturer's standard white or light-colored acrylic or polyester backer finish, consisting of prime coat and wash coat with a minimum total dry film thickness of 0.5 mil(0.013 nun). B. Panel Sealants: Joint Sealant: ASTM C 920; elastomeric polyurethane, polysulfide, or silicone sealant; of type, grade, class, and use classifications required to seal joints in metal roof panels and remain weather tight; and as recommended in writing by metal roof panel manufacturer. 2. Sealant Tape: Pressure -sensitive, 100 percent solids, gray polyisobutylene compound sealant tape with release -paper backing. Provide permanently elastic, non -sag, nontoxic, non -staining tape 1/2 inch (13 mm) wide and 1/8 inch (3 mm) thick. 3. Butyl -Rubber -Based, Solvent -Release Sealant: ASTM C 1311. 07411 Metal roof panels.doc 07411 - 5 April 2009 Addendum No. 2 City of Fort Worth Westside WTP Project 2.03 MISCELLANEOUS MATERIALS A. Fasteners: Self -tapping screws, bolts, nuts, self-locking rivets and bolts, end -welded studs, and *.s other suitable fasteners designed to withstand design loads. Provide exposed fasteners with heads matching color of metal roof panels by means of plastic caps or factory -applied coating. 1. Fasteners for Roof Panels: Self -drilling or self -tapping, zinc -plated, hex -head carbon - steel screws, with a stainless -steel cap or zinc -aluminum -alloy head and EPDM or neoprene sealing washer. 2. Blind Fasteners: High -strength aluminum or stainless -steel rivets. 2.04 STANDING -SEAM METAL ROOF PANELS A. General: Provide factory -formed metal roof panels designed to be field assembled by lapping and interconnecting raised side edges of adjacent panels with joint type indicated and mechanically attaching panels to supports using concealed clips in side laps. Include clips, cleats, pressure plates, and accessories required for weather tight installation. 1. Steel Panel Systems: Unless more stringent requirements are indicated, comply with ASTM E 1514. B. Vertical -Rib, Snap -Joint, Standing -Seam Metal Roof Panels: Formed with vertical ribs at panel edges and intermediate stiffening ribs symmetrically spaced between ribs; designed for sequential installation by mechanically attaching panels to supports using concealed clips located under one side of panels and engaging opposite edge of adjacent panels, and snapping panels together. N%Wl I. Basis -of -Design Product: BattenLoc,HS, as produced by MBCI; Div. of NCI Building Systems. 2. Material: Aluminum -zinc alloy -coated steel sheet, 0.0269 inch (0.70 mm), 24 gauge thick. a. Exterior Finish: Fluoropolymer. b. Color: As selected by Architect from full range of standard colors. 3. Installation Clips: Floating to accommodate thermal movement. a. Material: Minimum 0.0209-inch- 24 gauge thick, aluminum -zinc alloy -coated steel sheet. 4. Panel Coverage: 16 inches(457 mm). 5. Panel Height: 1-3/4 inches(44 mm). 2.05 ACCESSORIES A. Roof Panel Accessories: Match material and finish of metal roof panels, unless otherwise indicated. *ftwe 07411 Metal roof panels.doc 07411 - 6 April 2009 Addendum No. 2 City of Fort Worth Westside WTP Project 1. Backing Plates: Provide metal backing plates at panel end splices, fabricated from ,%Nor, material recommended by manufacturer. B. Rod Hanger Bracket Flashing: Provide sealant as detailed. 2.06 FABRICATION A. General: Fabricate and finish metal roof panels and accessories at the factory to greatest extent possible, by manufacturer's standard procedures and processes, as necessary to fulfill indicated performance requirements demonstrated by laboratory testing. Comply with indicated profiles and with dimensional and structural requirements. B. Where indicated, fabricate metal roof panel joints with factory -installed captive gaskets or separator strips that provide a tight seal and prevent metal -to -metal contact, in a manner that will minimize noise from movements within panel assembly. 2.07 FINISHES, GENERAL A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. B. Protect mechanical and painted finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. PART 3 - EXECUTION ,%W 3.01 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances, metal roof panel supports, and other conditions affecting performance of work. 1. Examine primary and secondary roof framing to verify that rafters, purlins, angles, channels, and other structural panel support members and anchorages have been installed within alignment tolerances required by metal roof panel manufacturer. B. Examine roughing -in for components and systems penetrating metal roof panels to verify actual locations of penetrations relative to seam locations of metal roof panels before metal roof panel installation. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 PREPARATION A. Clean substrates of substances, including removing projections capable of interfering with roof panel attachment. 3.03 METAL ROOF PANEL INSTALLATION, GENERAL A. General: Provide metal roof panels of full length from eave to ridge, unless otherwise indicated ... or restricted by shipping limitations. Anchor metal roof panels and other components of the Work securely in place, with provisions for thermal and structural movement. 07411 Metal roof panels.doc 0741 1 - 7 April 2009 Addendum No. 2 City of Fort Worth Westside WTP Project 1. Field cutting of metal roof panels by torch is not permitted. 2. Install panel's perpendicular to steel frame. 3. Rigidly fasten eave end of metal roof panels and allow ridge end free movement due to thermal expansion and contraction. Pre -drill panels. 4. Flash and seal metal roof panels to adjacent walls as detailed. Fasten with self -tapping screws. 5. Locate and space fastenings in uniform vertical and horizontal alignment. 6. Locate panel splices over, but not attached to, structural supports. Stagger panel splices and end laps to avoid a four -panel lap splice condition. 7. Lap metal flashing over metal roof panels to allow moisture to run over and off the material. B. Fasteners: 1. Steel Roof Panels: Use stainless -steel fasteners for surfaces exposed to the exterior and galvanized steel fasteners for surfaces exposed to the interior. C. Metal Protection: Where dissimilar metals will contact each other or corrosive substrates, protect against galvanic action by painting contact surfaces with bituminous coating, by applying rubberized -asphalt underlayment to each contact surface, or by other permanent separation as recommended by metal roof panel manufacturer. e.i D. Joint Sealers: Install gaskets, joint fillers, and sealants where indicated and where required for weatherproof performance of metal roof panel assemblies. Provide types of gaskets, fillers, and sealants indicated or, if not indicated, types recommended by metal roof panel manufacturer. 1. Seal metal roof panel end laps with double beads of tape or sealant, full width of panel. Seal side joints where recommended by metal roof panel manufacturer. 3.04 FIELD -ASSEMBLED METAL ROOF PANEL INSTALLATION A. Standing -Seam Metal Roof Panels: Fasten metal roof panels to supports with concealed clips at each standing -seam joint at location, spacing, and with fasteners recommended by manufacturer. 1. Install clips to supports with self -tapping fasteners. 2. Install pressure plates at locations indicated in manufacturer's written installation instructions. 3. Snap Joint: Nest standing seams and fasten together by interlocking and completely engaging factory -applied sealant. 07411 Metal roof panels.doc 07411 - 8 April 2009 Addendum No. 2 City of Fort Worth Westside WTP Project 3.05 ACCESSORY INSTALLATION A. General: Install accessories with positive anchorage to building and weather tight mounting and provide for thermal expansion. Coordinate installation with flashings and other components. Install components required for a complete metal roof panel assembly including trim, copings, flashings, sealants, gaskets, fillers, and similar items. B. Rod Hanger Bracket Flashing: Provide Sealant as detailed. 3.06 ERECTION TOLERANCES A. Installation Tolerances: Shim and align metal roof panel units within installed tolerance of 1/4 inch in 20 feet(6 mm in 6 m) on slope and location lines as indicated and within 1/8-inch(3- mm) offset of adjoining faces and of alignment of matching profiles. 3.07 CLEANING AND PROTECTION A. Remove temporary protective coverings and strippable films, if any, as metal roof panels are installed, unless otherwise indicated in manufacturer's written installation instructions. On completion of metal roof panel installation, clean finished surfaces as recommended by metal roof panel manufacturer. Maintain in a clean condition during construction. B. Replace metal roof panels that have been damaged or have deteriorated beyond successful repair by finish touchup or similar minor repair procedures. END OF SECTION 07411 07411 Metal roof panels.doc 07411-9 April 2009 Addendum No.2 ° 0 City of Fort Worth Westside WTP Project SECTION 10700 FIRE RESISTIVE COATINGS PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following: 1. Low density cementitious fire resistive coating. 2. High density cementitious fire resistive coating. B. Related Sections include the following: 1. Division 5 Section "Structural Steel". 2. Division 5 Section "Steel Joists". 3. Division 5 Section "Steel Roof Deck" 1.03 DEFINITIONS A. Cementious coating: Fire resistive coating, attachment system components and NOW accessories necessary to complete system. 1.04 PERFORMANCE REQUIREMENTS A. General: Provide Cementious coating necessary to achieve a uniform 1 hour resistive rating meeting UL rating P719 or P732. B. ASTM E84 - Flame spread C. ASTM E605 — Density D. ASTM E736 — Cohesive Adhesion E. ASTM E759 — Deflection F. ASTM E760 — Bond Impact F. ASTM E761 — Compressive strength G. ASTM E859 — Air Erosion Resistance H. ASTM E937 — Corrosion Resistance I. ASTM C 177 — Thermal Conductivity 10700 Fire Resistive coatings.doc 10700-1 April 2009 Addendum No. 2 City of Fort Worth Westside WTP Project J. ASTM E136 — Combustibility K. UL 1709 — Rapid Temperature Rise *ftwe 1.05 SUBMITTALS A. Product Data: Include construction details, material descriptions for each type of resistive coating listed. 1.06 QUALITY ASSURANCE A. Installer Qualifications: 1. An employer of workers trained and approved by manufacturer. 2. Installer's with a minimum of 5 years of experience installing specified product. 1.07 DELIVERY, STORAGE, AND HANDLING A. Deliver and store product and ancillary components in accordance with manufacturer's specific recommendations and instructions. 1.08 PROJECT CONDITIONS A. Assure all conditions prior to installation are consistent with the manufacturer's instructions. 1.09 COORDINATION A. Coordinate installation of spray fire resistive material with all surrounding and adjacent materials and trades to assure a complete and fully covered application meeting the required %uw, listed rating. 1.10 WARRANTY A. Provide standard manufacturer's warranty for product failures. PART 2-PRODUCTS 2.01 MANUFACTURERS In other Part 2 articles where titles below introduce lists, the following requirements apply for product selection: A. Basis -of -Design Product: The design for the fire resistive coatings specified is based on the product named. Subject to compliance with requirements, provide either the named product or a comparable product to the manufacturer specified. 2.02 LOW DENSITY CEMENTITIOUS COATING A. Application for all exposed structural steel columns from 10'-0" above finished floor level to roof deck , beams, pipe columns, open web joists, under side of roof deck and related exposed structural steel framing. 10700 Fire Resistive coatings.doc 10700 - 2 April 2009 Addendum No. 2 City of Fort Worth Westside WTP Project B. Provide coating within the Filters, Administration and Membrane building. C. Basis -of -design: CAFCO 300 — Spray applied fire resistive material by ISOLATEK International. www.isolatek.com 1-800-631-9600 2.03 HIGH DENSITY CEMENTITIOUS COATING A. Application for all exposed structural steel columns up to 10'-0" above finished floor level to provide a high level of impact resistance. B. Provide coating within the Filters, Administration and Membrane building. C. Basis -of -design: CAFCO Fendolite M-II — Spray applied fire resistive material by ISOLATEK International. www.isolatek.com 1-800-631-9600 PART 3 - EXECUTION 3.01 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances, based on the manufacturer's requirements. 3.02 PREPARATION New A. Clean substrates of substances, including removing projections capable of interfering with the products ability to bond. 3.03 ACCESSORY INSTALLATION A. General: Install accessories with positive anchorage to building components to receive fire resistive coating as recommended by the manufacturer. 3.04 CLEANING AND PROTECTION A. Protect all surfaces and equipment not receiving spray fire resistive material. B. Remove all additional material from surfaces not required to receive spray fire resistive coating as a result of over spray or spillage. END OF SECTION 10700 10700 Fire Resistive coatings.doc 10700-3 April 2009 Addendum No. 2 City of Fort Worth Westside WTP Project ,%N► APPENDIX 16000-A POWER COMPANY CONSTRUCTION DETAILS Appendix 16000-A.doc 16000A-1 April2009 Addendum No. 2 City of Fort Worth Westside WTP Project ONCOR ELECTRICDEL VERY 6" Conduit Detail Before trench is backfilled, call Ned Williams with Oncor Electric Delivery @ (469) 261-6336 at least one working day in advance for inspection. f 4 16" Min — i� Spai Final Grade l Backfill o-• bt ti av rvt- mectncat Lonomt ➢ Contractor is to pull mandrel through each conduit to check and clear blockage. ➢ Contractor to install one of the following types of approved pull tape in the conduit system. Fibertek WP6000 Neptco RP6000N ➢ Ali 90° elbows to be 36" minimum radius long sweep elbows. ➢ Conduits shall be plugged at both ends. Appendix I6000-A.doc 16000A-2 April 2009 Addendum No.2 City of Fort Worth Westside WTP Project r7iaB000N OF QMHVD aoMo�rclnl�Io t � � E TOP VIEW MARE Vat COMM a RAM Vaal MMR®� amp am "M v ar 01w sm On MLM PC =O f MR ALMS of Mb WFML rsvu vAEM wMan IV aneo I D MN. r AWN NNOM GRADE MM OIAR I'mE BY' NtilE 4 MM OOMYIIf PLAN VIEW MCIM L OMNfACT COWW MAME NM4il± fOt OMM O► OOISW UM AM SI1;4 0 CONOU6 IOn Mt;TALEAnt m MMIIBM Ste! i OW M®1 OM MXL LUMff L=MMV 10 TM a 0 =M r N TAN TMM[ M AN nMtML SMOM rr 00~ IMMIMHrf1OME. "um oormm lfYlml M M S to pw FINE Yb/NM YNIFn!YFR FOS KL /,ReMUNCE WOOL SHIFT 0 FOR SM M MS FOR ALL iMMO M& AND VMMWL CONDUIT Rt81D& RiIYA6RrSY7\ � F COMMism MUM ElecricDelive�r AT MER FM W&4 va MAIL SHW 1 OF M Appendix 16000-A.doc 16000A-3 April2009 **sow No. 2 City of Fort Worth Westside WTP Project City of Fort Worth Westside WTP Transformer Pad Detail (04113/09) ➢ Edge of transformer pad must be a minimum distance of 15' from any building wall with less than a 2 hour fire rating or 1' from any building wall with a 2 hour fire rating or better. Edge of transformer pad must also be a minimum distance of 15' from any door or window and 10' from any fire escape. ➢ After pad is formed and before concrete is poured, call Ned Williams C3a (469) 261-6336 at least one working day in advance for inspection. Plan View 114" 'I l I YIIJlY1 IYGI YYVI J U'IGII UY LYIJ JIYG Vl FIAY Side View 8" 12" Pier 5/8" x 8' Ground Rods Appendix 16000-A.doc Addendum No. 2 16000A-4 April 2009 132" Approx 60" City of Fort Worth Westside WTP Pro 3"::.' NOTE Z 1Y'CENTERS (SEE DETAIL A) i 5• MAX. NOTE 1 6" 6- DETAIL A i i I WA I NOTE 3 I 1 I j I CPI i TRANSFORMER PAD Di REINFORCING SCHEDULE NUMBER SIZE LENGTH SHAPE 6 #5 6' STRAIGHT 6 #i 2'-1" HOOP (DETAIL A) 0.146 CU YARDS CONCRETF/PER TOTAL WEIGHT OF (1) PIER: 566 LBS. NOTES: 1. PIER DEPTH SHALL BE 5 FEET BELOW BOTTOM OF PAD UNLESS ROCK OR OTHER HARD SURFACES ARE ENCOUNTERED. IF ROCK OR OTHER HARD SURFACES ARE ENCOUNTERED PRIOR TO A 5 FOOT DEPTH, PIER DEPTH SHALL EXTEND 6 INCHES INTO THE HARD SURFACE. 2. PIER REINFORCING TO EXTEND 3 INCHES INTO PAD. 3. FOUR PIERS POSITIONED AS SHOWN ARE RECOMMENDED FOR ALL PAD SIZES EXCEPT THE 11VX 132•'PAD. SIX PIERS POSITIONED AS SHOWN ARE RECOMMENDED FOR THIS PAD SIZE. 4. SEE DETAIL SHEET 19 FOR ADDRIONAL NOTES. NCR l� PIER DETAILS FOR THREE PHASE TRANSFORMER PADS DDS-4 UG DETAIL SHEET 20 OF 55 Appendix 16000-A.doc ] 6000A-5 April 2009 Addendum No. 2 Ole City of Fort Worth Westside WTP Project SO&SRO INSTALLATION DETALS FOR PADMOUNTED NETERNG UNITS 0 -530 ID-94 RATED S KV OE 16 KV, 4-WFE WYE, 600 AMP MAX, 10-94 WITH 1 LINE AND 2 LOAD TERMINALS PER PHASE 84" "„ 6„� O" FRONT VIEW - PRU ARY COMPARTMENT RAD REAR VIEW - TRANSFORMER COMPARTMENT ONCOR ELECTRIC DELIVERY A. 5 FT. CLEARANCE SHALL BE MAINTAINED FROM SIDES OF PMU. 8. 10 FT. CLEARANCE SHALL BE MAINTAINED FROM FRONT AND REAR OF PMU. C. SEE 804-531 FOR DESCRIPTION OF MATERIALS AND PAD DETAILS. D. SEE 809-090 FOR WIRING DETAILS. E. SEE 811—D30 FOR PMU SELECTION CRITERIA. F. SEE 804-505 FOR GROUNDING DETAILS. ONE —LINE DIAGRAM RIGHT SIDE VIEW Appendix 16000-A.doc 1600OA-6 Addendum No. 2 Apri12009 City of Fort Worth Westside WTP Project SO -531 10-94 PAD AND CONDUIT DETAILS FOR PMUs RATED 5 KV OR 16 KV, 4-WIRE WYE, 800 AMP MAX, 18 04 91 WITH 1 LINE AND 2 LOAD TERMNM"S PER PHASE a+-- — GROUND ROD --+c INSTRUMENT XFMR COMPARTMENT 1 ------------------------- F[117- -1 SUMP AREA L- _J r- I I 90" PLAN VEW NOTE: ILLUSTRATION OF CONDUIT OMITTED FOR CLARITY. ISOMETRIC VIEW hKM A. PAD SHALL BE CONSTRUCTED WITH PIERS IF FILL DIRT HAS BEEN USED OR IF EARTH IS NOT SUFFICIENTLY COMPACTED. REFER TO UNDERGROUND STANDARD 205-165 FOR PIER CONSTRUCTION. B. ALL REBAR SHALL BE A MINIMUM OF 2" BELOW CONCRETE SURFACE. C. ALL CHAMFERS SHALL BE 1-1/2 " X 45'. ROUNDING OF EDGES WITH ROUNDING TROWEL IS ACCEPTABLE IN LIEU OF CHAMFERRING. D. THIS DRAWING APPLIES TO THE FOLLOWING PMUs: TSN 327758. 327293. E: SEE 8D4-530 FOR ITEMS REFERENCED BELOW. REM QTY I DESCRIPTION REFERENCE TON 1 1 PRIMARY METERING UNIT: 5 kV 6DO-AMP MAX 2 LOAD TERMINALS PER PHASE 811-030 3 775 ' 15 kV 600-AMP MAX, 2 LOAD TERMINALS PER PHASE 811-030 327293 2 1 CONCRETE PAD 804-531 3 3 LINE -SIDE ELBOW CONNECTOR, SIZE AS REQ'D 206-150 4 CABLE 25 KV SIZE AS REQ'D 5 12 RUNS LINE CONDUCTOR CONDUIT & SPARE, SIZE AS REQ'O 6 4 RUNS ILOAD CONDUCTOR CONDUIT & 2 SPARES, SIZE AS REQ'D. 7 2 GROUND ROD. 518 R x 8 FT 4 30 FT WIRE. BARE, STIR CU 2 4 9 12 3 REBAR. 24" LENGTH. ON 12 CENTERS 750 10 1 3 R R 4" LEN TH ON 1 CENTERS 3 37 11 12 3 REBAR 84' LENGTH, ON 12' CENTERS 303750 12 2 #3 REBAR 56" L GTH ON 12" CENTERS 303750 13 6 3 REBAR. 32 LENGTH, ON t2' CENTERS 303750 ONCOR ELECTRIC DELIVERY Appendix I6000-A.doc 16000A7 Addendum No. 2 - April 2009 ,411we %we City of Fort Worth Westside WTP Project A t 205 - 343 PRECAST DEEP WELL PAD 205 - 343 OS - o. 25kW15W LIVE FRONT SWITCHGEAR 03- Iw 02 G cL2 P omw 00nn©m000©© e � 1�1 FRONT tr B Ir A PLAN D 2- r FR MOM. 1. INSTALL W IML41MUM SMALL TO MEDIUM GRAVEL MBE. INCLUDE MINIMUM 1r GRAVEL FILL MOUND SIDES. 2. FOR CLEARANCES ON ALL SIDES OF iNE SWRCNGEAR SEE REFERENCE DRAWING 202--100. 3. EACN PAD MALL INCLUDE FOUR — LIFTING POINTS RATED AT 2000 LBS EACH. 0. WHEN INSTALLING SPARE CONDUIT, CENTER DIMENSION LINES BETWEEN CONDUITS. L CONDUIT NOT TO EXTEND MORE THAN r ABOVE BOTTOM OF DEEPWELL ITEM QTY DESMFMN TsWW J Cu I Mu 1 PAD P1ECAST,20"5EEPWELL nw SWNTCHGEM 320M PPDW26 _1 1 1 PAD PRECAST. 2r DEEPW1 L, `I5W 8MIRCMEAR 2 4 GROUND ROD, CU. CLAD STEEL, Wr x W (SEE 20441W) 3=2 1 GLFS Appendix 16000-A.doc Addendum No. 2 16000A-8 April 2009 City of Fort Worth Westside WTP Project 206 - 610 600 AMP "T" BODY 206 - 610 02 - 02 DEADBREAK 07 - 0z COMPONENT & DEVICES SPECIAL NOTE: THE 600 AMP PRIMARY VOLTAGE 'r BODY CONNECTOR SYSTEM SHALL NOT BE USED AS A GENERAL PURPOSE SPLICE THIS SYSTEM SHOULD BE USED ONLY FOR 200 AMP TAPS ON 600 AMP SYSTEMS WHERE NO OTHER MON IS AVAILABLE AND FOR DEAD FRONT APPARATUS CONNECTIONS OVER 200 AMPS. NOTE T NOTE OO NOTE fi EQUIPMENT BUSHING OR O3 JUNCTION (SEE DRAWING 20"121 O NOTE S 2-WAY JUNCTION Ftr-D NOTE 2, 2 [] (SEE DRAWING 20&412) LMD NOTE B (gl NOTE 9 NE SPANNER WRENCH SEE NOTE 10 NOTE: SEE 206 - fill FOR NOTES AND MATERIAL LIST. Appendix 16000-A.doc Addendum No 2 A P P R O V E D BY 16000A-9 ti..i N%wo, April2009 Nftw 1"M1 City of Fort Worth Westside WTP Project 206 — 611 600 AMP or BODY 206 — 611 03 _ 02 DEADBREAK 03 _ 02 COMPONENTS & DEVICES SPECIAL STATEMENT: THE 600 AMP PRIMARY VOLTAGE -r BODY CONNECTOR SYSTEM SHALL NOT BE USED AS A GENERAL PURPOSE SPLICE. THIS SYSTEM SHOULD BE USED ONLY FOR 200 AMPERE TAPS ON 000 AMP SYSTEMS WHERE NO OTHER OPTION IS AVAILABLE AND FOR DEAD FRONT APPARATUS CONNECTIONS OVER 200 AMPS. NOTES 1. ALL COMPONENTS ARE 16 /25KV RATED AND CAN BE USED INTERCHANGEABLY ON BOTH SYSTEMS. 2. TAPE SHIELD CABLES REQUIRE A TAPE SHIELO ADAPTER ELASTIMOLD TYPE 20 MA OR EQUIVALENT. 3. LIMSHIELD CABLES REQUIRE A UNiSHIELD ADAPTER ELASTIMOLD TYPE 10 TL OR EQUIVALENT. FOR THE INDICATED 1000 175 MIL CU CABLE USE TSN 300139. 4. USED TO CONNECT 'T BODIES AND BUSHING EXTENDERS TOGETHER, STUD INCLUDED. 5. USED TO MAKE A 200 AMP TAP ON 600 AMP T BODY. USES STANDARD LOAD BREAK OR OEAOBREAK 200 AMP BUSHING INSERTS AND ELBOWS, STUD INCLUDED. 6. USED TO DEADEND /INSULATE THE 'r BODY CONNECTION. COMES WITH INSULATED CAP AND REMOVABLE STUD. 7. USED WHERE DEVICE EXTENSIONS ARE REQUIRED, 8. SEE DRAWING 206 - 915 FOR 200 AMP DEADBREAK ELBOWS. 9. SEE DRAWING 206 - 150 AND 206 - 910 FOR 200 AMP LOADBREAK ELBOWS. 10. INSTALLATION TOOL FOR TIGHTENING AND /OR LOOSENING THE CONNECTING PLUG AND REDUCING TAP WELLS, ITEM aTY DESCRIPTION TSWREF Cu MU 1 T-SODY,BOLTED SYSTEM. WSTUD.600A,15 /25KV 287796 BLTSYSB 2 PLUG, DEADBREAK, CONNECTING 600A. IS /25KV INCITE 4) 300145 BLTSYSPLUG 3 REDUCING TAPWELL,600 /200A.16 /25KV (NOTE 5) 300141 BLTSVSTAP 4 PLUG, OEADEND, INSULATING W /CAP, 600A. INCITE 6) 30M51 BLTSYSCAP 5 BUSHING EXTENSION, 600A,15 /25KV (NOTE 71 304606 13LTSYSEXTN 6 CABLE ADAPTER, T-BODY,1 /0 AL 260 MIL ' 312511 BLTSYSAI0 6 CABLE ADAPTER, T-BODY, 2 A AL 176 MIL 312511 BLTSYSA10 6 CABLE ADAPTER, T-BODY, 2 /0 AL-CU 220 MIL 312511 BLTSYSAID 6 CABLE ADAPTER, T-BCIDY, 4 /0 AL 175 MIL 312511 3LTSYSA10 6 CABLE ADAPTER, T-BODY, 4 /0 AUCU 220 MIL 312511 BLTSYSAID 6 CABLE ADAPTER. T-BODY, 4 /0 AL 260 MIL 304599 OLTSYSA40 6 CABLE ADAPTER, T-BODY, 250 AL 220 MIL 304599 OLTSYSA40 6 CABLE ADAPTER. T-BODY,250 CU 22U MIL (TAPE SHIELDI NOTE 2 3D4599 OLTSYSA40 6 CABLE ADAPTER, T-BODY, 350 AL 220 MIL 310553 BLTSYSA35 6 CABLE ADAPTER, T-BODY, 500 AL 175 MIL 300137 BLTSYSA60 6 CABLE ADAPTER, T-BODY, 500 CU 220 MIL (TAPE SHIELD) NOTE 2 300137 BLTSYSA50 6 CABLE ADAPTER, T-BODY, 500 AL 220 MIL 300137 BLTSYSA60 6 CABLE ADAPTER, T-BODY, 500 AL 260 MIL ` 300137 BLTSYSA60 0 CABLE ADAPTER, T-BODY, 750 AL CMPCT 220 MIL 300143 OLMYSA75 6 CABLE ADAPTER. T-BODY,1000 CU 175 MIL (UNISHIELD) NOTE 3 300143 BLTSYSA75 6 CABLE ADAPTER, T-BODY, 1000 AL 220 MIL 30D138 BLTSYSA000 6 CABLE ADAPTER. T-BODY,1000 CU 220 MIL (TAPE SHIELD)NOTE 2 300139 8LTSYSA000 6 CABLE ADAPTER, T-BODY,1000 AL 260 MIL • 300139 9LTSYSA000 6 CABLE ADAPTER. T-BODY, 1000 CU 260 MIL 300138 BLTSYSA000 7 TERMINAL SPADE CONNECTOR 1/0 AL • 30015T BLTSYSCIC 7 TERMINAL SPADE CONNECTOR 2 /0 AUCU 300156 BLTSYSC20 7 TERMINAL SPADE CONNECTOR 4 /0 AUCU 300156 BLTSYSC40 7 TERMINAL SPADE CONNECTOR 250 AUCU 30M52 OLTSYSC25 7 TERMINAL SPADE CONNECTOR 350 ALiCU 293412 BLTSYSC35 7 TERMINAL SPADE CONNECTOR 500 AUCU 300153 BLTSYSC50 7 TERMINAL SPADE CONNECTOR 750 AL CMPCT 300148 BLTSYSC750 7 TERMINAL SPADE CONNECTOR 1000 CU CMPCT 300164 BLTSYSCC000 7 TERMINAL SPADE CONNECTOR 1000 AL/CU 300149 BLTSYSC000 B REPLACEMENT STUD 304603 BLTSYSSTUO 9 SPANNER WRENCH FOR ASSEMBLING 600A COMPONENT (NOTE 10). 316029 USED ON STANDARD TXU CABLES (ALL OTHER ADAPTERS & CONNECTORS ARE FOR MAINTENANCE OR CUSTOMER OWNED CABLES ONLY). APPROVED BY CtCOPR Appendix 16000-A.doc 16000A-10 April 2009 Addendum No. 2 W:\C-14.dwq Apr 15 2009 — 3:15 m User: Chianqqc H EMH-9 15 6" SS —PVC LOX STORAGE :v 12" SL—DIT VAPORI 27 I 12„ DR —DI n r .Q.T. NOTE 1 SEE 4" SS —PVC 2 LA` 48" FT 'PO DETAIL, DIAMET SPACEI 6"1W—DI UPSTRI � I LAS IN CONNE O I COORD INSERT NS O PROFIL 0 3 � O PLAN. PROFIL 0 OZONE GENERATION O � O FACILITY CITY OF FORT WORTH, TEXAS WESTSIDE WATER TREATMENT PLANT PROJECT EQUIPMENT PRE —SELECTION Date Sheet No Addendum No Figure No CFO w= ARPIL 16, 2009 C-14 20 C14—A 0 12" 45 DEGREE BEN LATION N 6028.84 NS 0 FH E 7116.58 p 54" 40 DEGREE BEN N 6015.49 �7__ E 7144.10 DRMH-6 N 6006.15 EMH- E 7074.92 12" 45 DEGREE BEN N 5982.17 E 7112.50 / / U 7 L L I L cn D E 0 N l 0 0 54"x18" TEE N N 5818.87 cD 18" VALVE E 7144.10 PLT-RW-GA-003 LCL N 5818.87 54"x54" TEE WITH Q E 7136.60 BLIND FLANGE SEE NOTE 4 N 5808.87 3 E 7144.10 Sri N 5818.87 I PLT-RW-GA-002 E 7129.10 N 5780.53 o E 7144.10 w 42"x42" TEE WITH `BLIND FLANGE I � CITY OF FORT WORTH, TEXAS WESTSIDE WATER TREATMENT PLANT PROJECT cv EQUIPMENT PRE —SELECTION co Date Sheet No Addendum No Figure No APRIL 16, 2009 C-15 Q2 C15—A 5'-6" 1 -6' 7'-0" 1 -6' 6'-0" 1 -6' 1 -6' 2'-10 1/2" J W CD O U' J U 4'-0" e 4 SB- SB- SLURRY 2 0 JGH PER � F 6 in S -4 - - WARP [N SLAB COLUMN I i \ _ 5 BELOW I I CORE SB-5 TYP OZ-B3 I i� N— - - - - _ — — — — — — E S14 I I I I Id I 0 m 6„ I „ I , 4,-00 , a I ii I FFB-B2_5_1 I Sp' 4 I I I I f a Q 3 UPPER PLAN 0 m V) N fl- N n JASTER JUINTANILLA DALLA.S LLP 2105 cmem ME • mm 3w nWlu 1st 7=1 1117*M WM470-M O O J-0 " MPE AM . 3XIM CITY OF FORT WORTH, TEXAS WESTSIDE WATER TREATMENT PLANT PROJECT U Q / Date Sheet No Addendum No Figure No J APRIL 16, 2009 SB-3 //2\ SB3-A L:\ACAD1\3061972\1972SB-04.dwg Apr 15, 2009 — 4:15pm User: bdaigle �M!RoM 1H tv I� 4'-0- 3 TREADS 11 = 2,_9„ HANDRAIL HL PSZ-6 #4 e 12" OC D TOC EL VARIES o u6 10" �„ x g SEE PLAN — a CID :E SB-3 V O� IM v #5 x � 3'-0" � � �' PAVING EL 8" OC \ Z COORD W/ DWLS CIVIL DWGS En mo T 8 BINTO IllCID WALL BEYOND I I III- � 2. X W/ #3 STIRR o e 12" m 0 D STAIR ID �m 3 SECTION 6 0 D Z9 0 2 QL� m n cn m C D Z 0 3'-6" 2'-0" HANDRAIL SZ-6 CD o o o e rn o #5 8" SLAB REINF (D CONT INTO STAIR o LANDING E ° o �o a I rn O N STAIR L 0 SECTION 4 a v1 3 uj O 1 M V) N Cn N JASTER—QAINT MA DAU AS UY Cn sloe D9BBACE suiE 309 owns. 1x 7 !" 7!-0!I O WE BEND- 1=4 J-0 JOB ND- 3=1972 CITY OF FORT WORTH, TEXAS WESTSIDE WATER TREATMENT PLANT PROJECT U Date Sheet No Addendum No Figure No J APRIL 16, 2009 S13-5 �2 S85—A 3'-6" a : oo: HANDRAIL C A• SZ-6 • STAIR TREAD a� rn L w • • co STD HOOK 1-#6 DOWEL • E INTO EACH 2" KEYWAY a TREAD, TYP In .o 'o I D) 0 0 N Ld STAIR a Q SECTION rT� LO 0 I m V) N N n JASTER—QUIIVTANIId,A DALI11.4. LLP 2105 oane7fe[ . gun[ 300 • MUM 1K 7=1 tN 1*40 BR tl{ 71*4M 0 21114 J-Q J= NE RM 0 730WIFM '— CITY OF FORT WORTH, TEXAS Q WESTSIDE WATER TREATMENT PLANT PROJECT 0 Q / Date Sheet No Addendum No Figure No J APRIL 16, 2009 SB-5 Q2 SB5—B W:\MA-4.dwq Apr 16 2009 — 1:40 m User: Chian c 2" UW—PVC 3 FROM 6" UW-DI MA-6 SEE SHEET MB-2 �:2" BACKFLOW PREVENTER SEE NOTE 21 2" UW-PVC v d :ONTACT No 1 N TRENCH (TYP) CITY OF FORT WORTH, TEXAS WESTSIDE WATER TREATMENT PLANT PROJECT EQUIPMENT PRE —SELECTION Date Sheet No Addendum No Figure No APRIL 16, 2009 MA-4 Q2 MA4—A W:\MA-6.dwa Apr 16 2009 — 2:01 m User: Chianqqc AN LA IOW EL 8 /8.50 2° WASHDOWN CONNECTION no no TOW EL 874.00 —PVC 2" UW—PVC CL EL 872.50 CITY OF FORT WORTH, TEXAS WESTSIDE WATER TREATMENT PLANT PROJECT EQUIPMENT PRE —SELECTION Date Sheet No Addendum No Figure No APRIL 16, 2009 MA-6 Q2 MA6—A =D 'TYP) SEE CIVIL SHEETS FOR CONTINUATION CHEMICAL AND SAMPLE PIPE FROM SAMPLE MANHOLE SEE NOTE 6 (TYP OF 3) 'ex MB-5 AND HVAC SHEETS CITY OF FORT WORTH, TEXAS WESTSIDE WATER TREATMENT PLANT PROJECT EQUIPMENT PRE —SELECTION Date Sheet No Addendum No Figure No APRIL 16, 2009 MB-2 20 M82—A 0TA V — 4:13nm User: Chian IU KAF'IU MIX IU KAHIU MIX BASIN No 2 BASIN No 1 2" VT —PVC ROTAMETER SEE NOTE 5 SEE NOTE 6 (TYP OF 2) 2" DR —PVC SEE NOTE 5 1 1 /2" CS —PVC (TYP OF 2) 1 1 /2" FE3—PVC TO RAPID MIX 2" BCV BASIN No 2 DR —PVC FROM " _ PVC %MPLE STATION 2" B TO RAPID MIX YP OF 2) BASIN No 2 SEE NOTE 3 1/2" OVF—SST SEE NOTE 2 (TYP) DRAIN TRENCH /1 SEE NOTE 4 CITY OF FORT WORTH, TEXAS WESTSIDE WATER TREATMENT PLANT PROJECT EQUIPMENT PRE —SELECTION Date Sheet No Addendum No Figure No C�w =1 APRIL 16, 2009 MEI-6 Q2 M66—A City of Fort Worth Westside WTP Project CITY OF FORT WORTH Westside Water Treatment Plant Project Project P262-607540045683 ADDENDUM NO.3 April 23, 2009 The Contract documents for the Westside Water Treatment Plant Project, for which proposals are to be submitted to the City of Fort Worth, Texas, are hereby clarified and modified by this Addendum No. 3. Offerors must acknowledge receipt of this Addendum on the Proposal — Part B. J. DAN SHANNON ........................ti �+- , 57897 „ IA - PROJECT MANUAL, REVISIONS c ^' EI 0� ®9 ® � �� sS ONKLA. wb v SECTION 02230 — GRANULAR FILL MATERIALS a) Page 02230 — 3, Paragraph 2.0LE: Replace this paragraph in its entirety with the following: "Structural Fill shall be the same material as the Select Fill specified on the Paragraph G of this Section." b) Page 02230 — 3, Paragraph 2.0l .G: Replace this paragraph in its entirety with the following: "Select Fill shall consist of non -expansive sandy clay or clayey sand with a liquid limit of 35 or less, a plasticity index (PI) of 4 to 12 and no more than 55 percent of the material passing the No 200 sieve. The select fill shall be spread in loose lifts, less than 8-inch thick and uniformly compacted to a minimum of 95 percent of modified proctor density as determined by ASTM 1557, between optimum and +3 percentage points above the soil's optimum moisture content. For fill depths over 10' compact to 98% ASTM D698." SECTION 02616 — BURIED DUCTILE IRON PIPE AND FITTINGS a) Page 02616-2, Paragraph 1.05.C; delete this paragraph in its entirety. SECTION 02821 — ORNAMENTAL SECURITY GATES AND FENCING a) Page 02821-3, Paragraph 3.06.A; revise to read as follows: "A. Furnish and install a reinforced, concrete mow -strip continuous, between stone fence columns. Mow -strip shall have a minimum width of 16-inches with construction similar to, and in accordance with, Detail CD/CZ-3." ADDENDUM.No. 3 April 23, 2009 CDM — Texas Registration F-3043 City of Fort Worth Westside WTP Project SECTION 03100 — CONCRETE FORMWORK a) Page 03100 — 3, Paragraph 2.02.E.3: revise the paragraph to read as follow: Provide ties for liquid retaining structures and exterior below grade basement walls that have a steel waterstop tightly attached to each strut or that have a neoprene rubber washer on each strut." b) Page 03100-4, Paragraph 2.02; add the following Paragraph: "F. Prefabricated Drainage Layer: 1. High -strength woven geotextile bonded to a three-dimensional, impact -resistant, polyester core to form an assembly not less than 3/8-inch nor more than 1-inch in thickness. Having configuration for overlapping and sealing adjacent panels to one another. Construction to prevent intrusion of concrete or paste into the flow channels. 2. Provide seals and accessories as required to ensure a free -draining system for monitoring movement of water into the drain space. 3. Manufacturer shall be Mirafi, Inc. - Mira drain 9000 or approved equal." SECTION 11214 —OZONE INJECTION PUMPS a) Page 11214-6, Paragraph 2.02.B.6, revise Design Total Head to 100 ft. SECTION 13312 — PROCESS INSTRUMENTATION AND CONTROLS — NETWORK EQUIPMENT a) Page 13312-3, Remove NSI Qualification No. 2 and 3 and replace with the following: 442. Accuvant — (Security Focus) Jeff Patton Phone: 214-405-1340 jpattonAaccuvant.com AT&T Jim Kane 1116 Houston Street, Ste. 1307 Ft Worth, Texas 76102 Phone: (817)-884-9462 J04170)att.com" SECTION 13335 — PROCESS INSTRUMENTATION AND CONTROLS — CONTROL PANEL UNITNERRUPTIBLE POWER SUPPLY (SINGLE-PHASE) a) Page 13335-3, Paragraph 1.05.F. Modify the sentence to read as follows: "F. The UPS shall be Powerware FERRUPS UPS as manufactured by Eaton Corporation, APC as manufactured by Schneider Electric, or Approved Equal." ADDENDUM.No. 3 l April 23, 2009 CDM — Texas Registration F-3043 City of Fort Worth Westside WTP Project SECTION 15061 — STEEL PIPE AND FITTINGS a) Page 15061-10, Paragraph 3.04.B.1; revise to read as follows: 44 1 . All AWWA C200 pipe, except that used for air service or for lime slurry applications, shall be mortar lined .. " SECTION 15505 — HYDRONIC PIPING a) Page 15505-1, Paragraphs 1.02.A; delete "Hot water heating piping." and "Dual -temperature heating and cooling water piping." b) Page 15505-2, Paragraphs 2.01 and 2.02; revise to read as follows: "2.01 CHILLED WATER PIPING, ABOVE GRADE A. Steel Pipe: ASTM A 53/A 53M, Schedule 40, black, larger than 2-1/2". Fittings: ASME B 16.3, malleable iron or ASTM A 234/A 234M, wrought steel welding type. Joints: Threaded or AWS D1.1 welded. B. Copper Pipe: Type K with wrought fittings, 2-1/2" and smaller. 2.02 EQUIPMENT DRAINS AND OVERFLOWS A. Steel Pipe: ASTM A 53/A 53M, Schedule 40 galvanized. Fittings: Galvanized cast iron, or ASME B 16.3 malleable iron. Joints: Threaded, or grooved mechanical couplings." c) Renumber remainder of product items in this section as needed. SECTION 15900 — HVAC INSTRUMENTATION AND CONTROLS a) Page 15900-7, Paragraph 2.2.A, add TRANS as acceptable vendor. DRAWINGS SHEET CP-5 — GRADING IMPROVEMENTS AREA 4 a) Modify Sheet CP-5, per attached Figure CP5-A, to reflect changes to top of wall, top of sidewalk, and finish grade elevations related to the entrance way, sidewalks and retaining wall in front of the building. Also add notes shown on Figure CP5-A concerning drain ports and wall height above sidewalk. 'VOW ADDENDUM.No. 3 3 April 23, 2009 CDM — Texas Registration F-3043 City of Fort Worth Westside WTP Project SHEET CP-8 — PAVING IMPROVEMENTS AREA 1 a) Pavement Section Table; revise the Road "C" listing to read "2% Crown — 25' Wide (Section 1)". SHEET CP-9 — PAVING IMPROVEMENTS AREA 2 a) Pavement Section Table; revise the Road "C" listing to read "2% Crown — 25' Wide (Section 1)". SHEET CP-10 — PAVING IMPROVEMENTS AREA 3 a) Pavement Section Table; revise the Road "C" listing to read "2% Crown — 25' Wide (Section 1)". SHEET CP-11 — PAVING IMPROVEMENTS AREA 4 a) Pavement Section Table; revise the Road "C" listing to read "2% Crown — 25' Wide (Section 1)". SHEET CP-12 — PAVING IMPROVEMENTS AREA 5 & 6 a) Pavement Section Table; revise the Road "C" listing to read "2% Crown — 25' Wide (Section 1)". SHEET CZ-5 — CIVIL STANDARD DETAILS V a) Detail EF, revise as shown in Figure CZ5-A attached to this Addendum. SHEET S-2 — STRUCTURAL GENERAL NOTES II a) Replace Note 1 of the EXCAVATION AND BACKFILL NOTES in its entirety with the following: "1. All reference to the terms of structural fill, select structural fill and select fill indicated on all structural drawings shall be intended to refer to the select fill specified below. Unless otherwise indicated on plans, the select fill or the excavated on -site limestone shall be used as backfill material against the below grade walls or as fill material below foundation. The select fill and the on -site limestone to be used for the fill or the backfill materials shall meet the requirements listed below. Refer to Specifications for other requirements not specified herein. Select fill: the select fill shall consist of non -expansive sandy clay or clayey sand with a liquid limit (LL) of 35 or less, a plasticity index (PI) of 4 to 12 and no more than 55 percent of the material passing the No 200 sieve. The select fill shall be spread in loose lifts, less than 8-inch thick and uniformly compacted to a minimum of 95 percent of modified proctor density as determined by ASTM 1557, between optimum and +3 percentage points above the soil's optimum moisture content. For fill depths over 10' compact to 98% ASTM D698. On -site limestone: the on -site limestone from on -site excavations shall consist of the hard on -site limestone that is visually free of clay, shaley clay and shale contamination. To prevent clay contamination, rock spoil from excavation should be stockpiled separately from the on -site clay, shaley clay and shale. The limestone shall be crushed to a maximum size of 6 inches with rock fines not more than 20% passing No. 200 sieve. The on -site limestone shall be compacted in 8 inch lifts at or above optimum to 95% ASTM D698. For fill depths over 10' compact to 98% ASTM D698." ADDENDUM.No. 3 4 April 23, 2009 CDM — Texas Registration F-3043 City of Fort Worth Westside WTP Project b) Replace Note 2 of the EXCAVATION AND BACKFILL NOTES in its entirety with the ... following: "2. The backfill material against the below grade walls shall be placed in a wedge extending from the base of the wall to the ground surface on a maximum angle of 45 degrees (1(H): l (V) slope)." c) Add an additional note to the end of the EXCAVAVATION AND BACKFILL NOTES. The additional note shall read as follow: "7. Properties of the fill and the backfill material, compaction and moisture content of each lift of the material shall be inspected and approved by a geotechnical engineer." SHEET S-3 — OZONE/FLOC SED/FILTERS/MEMBRANE KEY MAP FOUNDATION PLAN a) Under FOUNDATION SLAB PAD PREPARATION notes, delete Notes 3, 5 and 6 in their entirety and renumber the remaining notes. b) Under SLAB ON GRADE PAD PREPARATION AT MEMBRANE FACILITY notes, delete Notes 2, 4 and 5 in their entirety and renumber the remaining notes. SHEET SB-6 — OZONE/FLOCCULATION SECTION AND DETAILS III a) Add new Detail 2 per attached Figure SB6-A. b) Add new Detail 5 for retaining wall contraction joints per attached Figure SB6-B. ... SHEET SD-8A — ADMINISTRATION PARTIAL FRAMING PLANS a) Reference Framing Plan at EL 872.00': Revise the text callout "SEE CIVIL DWGS FOR CONTINUATION WALL" to read "SEE RETAINING WALL DETAIL 2/SB-6 FOR CONTINUATION WALL. REFER TO CIVIL DWGS FOR THE WALL LAYOUT". Add a t- in isolation joint between retaining wall shown on plan and the continuation wall. b) Reference Framing Plan at EL 857.00': Revise the top of pier elevations for the two far south Type P4 piers near Gridlines J and 3 to read "863.00"' in lieu of "864.25 "'. SHEET SD-28 — SECTIONS AND DETAILS XIV a) Sections 1 and 2: Revise sections to include drainage on the heel side of the retaining wall consisting of coarse aggregate, filter fabric, and weep holes. The drainage layout shall be similar to the layout shown on retaining wall Detail 2/SB-6 included in this Addendum. SHEET SZ-2 — STRUCTURAL TYP. DETAILS a) Detail I — Embedded Safety Tread. Change "4" Minimum" to "3" Minimum". ADDENDUM.No. 3 5 April 23, 2009 CDM — Texas Registration F-3043 City of Fort Worth Westside WTP Project SHEET M-5 — RAPID MIXERS, FLOCCULATION, AND SEDIMENTATION PM&ID a) Clarification to Contractors. The three motor actuated plug valves, SB-SL-PV-001, 002, and 003, shown on M-5 and on MC-1 shall be 12-inch diameter plug valves as designated on the drawings. The Electric Motor Actuator Schedule for Rotork actuators, presented in Addendum No.2, show these to be 10-inch diameter plug valves. In lieu of the actuators scheduled to be provided for three 10-inch diameter plug valves, the General Contractor will be provided with actuators appropriate for three 12-inch diameter plug valves as part of the Valve Actuator allowance in the proposal form. SHEET M-9 — WASHWATER RECOVERY & DRAIN BOX PM&ID a) Clarification to Contractors. The two motor actuated gate valves, SL-GA-001 and 002, shown on M-9 and on MG-1 and MG-2, shall be 8-inch diameter direct buried gate valves as designated on the drawings. The electric motor actuators shall be installed above ground. The Electric Motor Actuator Schedule for Rotork actuators, presented in Addendum No.2, show these to be 12-inch diameter plug valves. In lieu of the actuators scheduled to be provided for two 12-inch diameter plug valves, the General Contractor will be provided with actuators appropriate for two 8-inch diameter gate valves as part of the Valve Actuator allowance in the proposal form. SHEET MB-9 — RAPID MIX AND FLOCCULATION PLAN AND SECTION a) Plan, revise the pipe call -out "6" UW-DP' adjacent to DRMH-6 to read "2" UW-PVC". SHEET MD-9 — MEMBRANE FACILITY PLAN — EL 870 a) Plan, revise the two air release valve callouts on the 24" BW-STL piping to read "3" ARV". SHEET MD-10 — MEMBRANE FACILITY BACKWASH PUMP PARTIAL PLAN AND SECTIONS a) Section 2, revise as shown in Figure MD 10-A attached to this Addendum. SHEET HZ-1 — HVAC SCHEDULES a) Variable Primary Air -Cooled Chiller Schedule; revise as per Figure HZ1-A attached to this Addendum. b) Air Handling Unit Schedule; revise as per Figure HZ1-B attached to this Addendum. c) Pump Schedule; revise as per Figure HZ1-C attached to this Addendum. SHEET HZ-7 — HVAC CHILLER PLANT P&ID a) Revise the P&ID as per Figure HZ7-A attached to this Addendum. END OF ADDENDUM NO. 3 ADDENDUM.No. 3 6 April 23, 2009 CDM — Texas Registration F-3043 ADDENDUM No. 3 ATTACHMENTS QO LO rn 0 0 N M N 3 Lci 0 U rn N 0 00 0 E c r-i AD CD L CD U rn N O c0 O U S U N O 2 �co 1(LD ADD 2" DRAIN TS- 0 WERY 4' O NG rn o TOP 0� SI WALK ,�6=865.00 o SEE�NO U rn o \ NG 862. 71.96 55 / TS 8652 UN CR 866.35 o a NOTES: a� Ln 1. CONTRACTOR TO MAINTAIN A 3'-G" WALL HEIGHT �. BETWEEN TOP OF WALL AND TOP OF SIDEWALK FOR U ADA PURPOSES. rn N O co 0 0 HORIZONTAL SCALE 30' 15' 0 30' 60' N U SCALE: 1 " = 30' CL '--EOC 86 zx -CR 866.93 866.53 W=866.9 ,L MICHAEL F. GRAVES .... ............. 0...... - CITY OF FORT WORTH. TEXAS WESTSIDE WATER TREATMENT PLANT PROJECT U cm Q c Wyj Date Sheet No Addendum No Figure No APRIL 23, 2DO9 CP-5 �3 CP5—A -WESTSIDE\CZ- =NSIOl N LO 0 WIRE BOTTOM TENSION WIRE SLOPE TOP CD OF MOW STRIP CZ-3 TO DRAIN NSION LLER PEDESTRAIN CHAIN LINK FENCE GATE 1 /2" DIA, GALV EYE -BOLT SEE NOTE 4 NOTES 1 INSTALL 1-FT WIDE N FFNrINC; AS SHOWN IN T GATE POST -� 4" NOMOD STEEL OR EQUAL //A SLOPE TO DRAI 12" DIA 3 ALL MATERIALS SHOWN AND NOTED IN THIS DETAIL SHALL BE FURNISHED IN ACCORDANCE CHA WITH SECTION 02830 OF THE SPECIFICATIONS. THE SPECIFIED FENCING SYSTEM SHALL BE SEC_ R E SI R T W I ET 4 EMBED 1 /2" DIA, GALV EYE -BOLT, 12" IN LENGTH AT 24-IN ON -CENTER. PROVIDE ONE NTS GALV, HEXAGONAL NUT FOR EMBEDMENT AT REBAR DEPTH. THREAD TENSION WIRE AS SHOWN. CITY OF FORT WORTH, TEXAS WESTSIDE WATER TREATMENT PLANT PROJECT EQUIPMENT PRE —SELECTION Date Sheet No Addendum No Figure No APRIL 23, 2009 CZ-5 Q3 CZ5—A 3/4" CHAMFER, TYP TOW EL TOW EL -sn-UN DWGS SEE CIVIL DWGS 2-e5 CONT TOP 11— �I INSIDE FACE OF WALL 2-u5 CONT TOP —` 8 BOT — 8 BOT #4 CONT. HORIZ. a 18" OC EA FACE a4 a 18" VERT OF 0 F x5 a 12" VERT IF 0 FILTER FABRIC o r- COARSE AGGREGATE y ASTM C33, I" MAX SIZE w J 2" DIA WEEP HOLES 2" DIA WEEP HOLES—, a 4'-0" OC °b°.p Via. u a 4'-0" OC a ° x4 a 12" xF—jTOP a 4"x2" (NOM) CONT i 4"x2" (NOM) CONT —� a KEYWAY, TYP —Tr,I_ a4 CONT a 12" OC TOP 8 BOT ¢ J KEYWAY, TYP m4 a 12" x "BOTTOM TO FTG EL 3„ CLR TO FTG EL gg2I777j1 DOWELS TO MATCH SIZE 8 SPACING OF VERT WALL REINF DETAIL 2 NO SCALE SD -BA �I M HOOK, TYP. DOWELS TO MATCH SIZE 8 SPACING OF VERT WALL REINF 2'-0" NOTES: 1. FOOTING SHALL BE PLACED ON UNDISTURBED EXISTING SOIL OR ROCK. FOOTING EXCAVATION SHALL BE INSPECTED BY THE GEOTECHNICAL LABORATORY TO DETERMINE THAT THE PROPER BEARING STRATUM IS OBTAINED AND THAT EXCAVATIONS ARE PROPERLY CLEAN 8 DRY BEFORE CONCRETE PLACED. 2. REFER TO A/SZ-4 FOR BACKFILL BEHIND RETAINING WALLS. 3. SEE DETAIL 5/SB-6 FOR RETAINING WALL CONTRACTION JOINT. H9EFI NMI 9±11 Milk .304M cm �qg p�� '•y�YI� iC • MIIR IIWe 3/4" CHAMFER, TYP — — INSIDE FACE OF WALL K4 CONT. HORIZ. a 18" OC EA FACE #4 a 18" VERT OF #5 a 12" VERT IF FILTER FABRIC COARSE AGGREGATE ASTM C33. I" MAX SIZE .o •o °b0 �0 �a. ° ° #4 a 12" xf STOP n4 CONT a 12" OC TOP 8 BOT a4 a 12" x "BOTTOM I 3" CLR J M HOOK, TYP. CRY OF FORT WORTH, TEXAS WESTSIDE WATER TREATMENT PLANT PROJECT Date Sheet No Addendum No Figure No APRIL 23, 2009 SB-6 ® SB6-A 0 41 0 L a) V3 D `r• E n cD I rn 0 0 N N N L row 1 .qua • ■�i u■ u�O:r of u� , •.uo• . • • CONTINUOUS WATERSTOP - REF. TO SPECIFICATIONS EXPOSED FACE --\ 3/41� x 2'-0" SMOOTH — STAINLESS STEEL DOWELS @ 12" O.C. NOTE: CONTRACTION JOINT SPACING NOT TO EXCEED 30'-0". �i corm " CLR. TYP. PLAN CONSTRUCTION JOINT 3/4" � x 12" PLASTIC SLEEVE AS MANUFACTURED BY GREENSTREAK, INC. w o 'o o CL .. w THIS SIDE OF WALL PLACED FIRST DETAIL 5 NO SCALE SD-8A CITY OF FORT WORTH, TEXAS WESTSIDE WATER TREATMENT PLANT PROJECT Date Sheet No Addendum No Figure No APRIL 23, 2009 SB-6 Q3 SB6—B S: 62142—WESTSIDE MD-10.dw Apr 20 2009 — 3 _ IEEi3 o CC -TO A IA I Cr'% CO RDINATE ATION OF INSTALLATION WITH ROLZNG OF HEMICAL PIPING. PUMP AL INI 4 E HA IN 0 H FL R. 11 INSTALL INVERTED SADDLE SUPPORT PER NOTED DETAIL, BOLTED TO BEAM FLANGE WITH BOLTS INSTALLED AT 5" O.C. ON OPPOSING FACES OF BEAM WEB. EXTEND AND FABRICATE SADDLE AS NEEDED TO MATCH PIPING AND BEAM ELEVATIONS. INSTALL DUAL —ROD PIPE HANGER AND TRUNBUCKLE SYSTEM PER DETAIL AE/MZ-1 TO SECURE PIPE TO SADDLE. HANGING RODS SHALL BE CONNECTED TO BEAM BOTTOM FLANGE ON OPPOSITE SIDES OF THE BEAM WEB. CITY OF FORT WORTH, TEXAS WESTSIDE WATER TREATMENT PLANT PROJECT EQUIPMENT PRE -SELECTION Date Sheet No Addendum No Figure No APRIL 23, 2009 MD-10 Q3 MD10-A O z N Q 7 � a, N F-- U Ld O Z zo - Q ~aw a zW cn ��� i OWd N z En cgs C� W W o o o � N J_ VARIABLE PRIMARY AIR-COOLED CHILLER SCHEDULE UNIT NUMBER CH-1 LOCATION CHILLER DATA CAPACITY, TONS 175.1 EFFICIENCY, EER Fell CITY OF FORT WORTH, TEXAS WESTSIDE WATER TREATMENT PLANT PROJECT EQUIPMENT PRE -SELECTION Date APRIL 23, 2009 Sheet No HZ-1 Addendum No Q3 Figure No HZ1-B AIR HANDLING UNIT SCHEDULE AIR HANDLER UNIT NUMBER F/C-1 F/C-2 F/C-3 F/C-4 SERVICE MEMBRANE BLDG MEMBRANE BLDG OZONATION PLANT MEMBRANE BLDG AT 845 AT 857 AT 872 SUPPLY AIR FLOW (CFM) 15,075 CFM 18,061 CFM 4,951 CFM 17,235 CFM OUTSIDE AIR FLOW (CFM) 1,335 CFM 1,945 CFM 525 CFM 2,135 CFM COIL NUMBER TYPE CHILLED WATER CHILLED WATER CHILLED WATER CHILLED WATER COIL CFM SENSIBLE CAPACITY (MBH) 607.5 MBH 711.6 MBH 189.7 MBH 475.5 MBH TOTAL CAPACITY (MBH) 867.E MBH 984.0 MBH 271.9 MBH 572.6 MBH COIL SENSIBLE HEAT RATIO FACE VELOCITY, MAXIMUM (FPM) 480 FPM 486 FPM 487 FPM 494 FPM ENTERING AIR TEMP, DRY BULB 'F 88.0 'F 87.0 'F 89.0 'F 76.0 'F ENTERING AIR TEMP, WET BULB 'F 70.0 'F 70.0 'F 70.0 'F 62.0 'F LEAVING AIR TEMP, DRY BULB 'F 52.1 'F 51.9 'F 55.0 'F 51.0 'F LEAVING AIR TEMP, WET BULB 'F 51.7 'F 51.4 'F 54.1 'F 50.0 'F MAX. AIR P.D., IN. W.G. 0.7 IN W.G. 0.7 IN W.G. 0.6 IN W.G. 0.7 IN W.G. ENTERING WATER TEMP 'F 4 'F 4 'F LEAVING WATER TEMP 'F 51 'F 51 'F 51 'F 51 'F CHILLED WATER FLOW RATE (GPM) 181 GPM 215 GPM 54 GPM 155 GP CITY OF FORT WORTH, TEXAS WESTSIDE WATER TREATMENT PLANT PROJECT EQUIPMENT PRE —SELECTION Date Sheet No Addendum No Figure No APRIL 23, 2DO9 HZ-1 A HZ1—C PUMP SCHEDULE UNIT NUMBER CHWP-1 CHWP-2 LOCATION PLANT PLANT SERVICE LEAD PUMP, CHW LAG PUMP, CHW TYPE CENTRIFUGAL CENTRIFUGAL PUMP DATA CAPACITY, GPM 60 6 5 HEAD, FT. W.G. 0 RPM 1750 1750 BHP MINIMUM EFFICIENCY, 3-1 /2" 2-1/2 3" 3-1 /2" TI TI TI TI PI PI (D4-94— (y) d r cv a— U L U U U \ L� \ 00Ln Ln + (U CITY OF FORT WORTH, TEXAS WESTSIDE WATER TREATMENT PLANT PROJECT EQUIPMENT PRE —SELECTION Date Sheet No Addendum No Figure No APRIL 23, 2009 HZ-7 Z HZ7—A City of Fort Worth Westside WTP Project VIEW CITY OF FORT WORTH Westside Water Treatment Plant Project Project P262-607540045683 ADDENDUM NO.4 April 28, 2009 The Contract documents for the Westside Water Treatment Plant Project, for which proposals are to be submitted to the City of Fort Worth, Texas, are hereby clarified and modified by this Addendum No. 4. Offerors must acknowledge receipt of this Addendum on the Proposal — Part B. 1J • •,,� , �.1 Pr- � �J­DAN SHANNON PROJECT MANUAL REVISIONS Ifs-p;;, 57897_� Ok " SECTION 01025 — MEASUREMENT AND PAYMENT Now a) Page 01025-3, Paragraph 1.04.C.1. Replace the last sentence with the following: "Piers required for these items shall be included in Bid Item 1, except for piers required for the brick fence columns, which should be included in Bid Item 7 — Ornamental Property Fence." b) Page 01025-3, Paragraph 1.04.E.1. In the first sentence, replace "brick pilasters" with "brick fence columns (including piers),". SECTION 02821 — ORNAMENTAL SECURITY GATES AND FENCING a) Page 02821-2, Paragraph 2.04.F; replace paragraph 2.04.F with the following: "F. Finish: All pickets, channels, frames, posts, fittings, and accessories shall be coated as follows: 1. Powder Coating: 2-coat finish consisting of epoxy primer and TGIC polyester top coat, Ameristar Permacote or equal. Minimum total dry film thickness shall be not less than 6 — 8 mils. Comply with coating manufacturer's written instructions. 2. Color: From manufacturer's standard color selection — Black." SECTION 13200 — WELDED STEEL GROUND STORAGE TANK a) Page 13200-4, Paragraph 1.05.A.1. In the last sentence, add ", D & R Tank Company, Inc., r..r following "Tank Builders, Inc.". ADDENDUM.No. 4 1 April 28, 2009 CDM — Texas Registration F-3043 City of Fort Worth Westside WTP Project SECTION 15250 — THERMAL INSULATION a) Page 15250-9, Paragraph 3.04.B. Replace with the following: `B. Insulation thickness shall be 1 '/Z in. for piping 2-in and less and 2 '/2 in. for piping 2 '/2-in and greater. 'L b) Page 15250-10, Paragraph 3.03.B. Replace with the following: "B. Insulation thickness shall be 1 'Ain. for piping 2-in and less and 2 in. for piping 2 '/z-in and greater. " DRAWINGS SHEET SD-19 — SECTIONS AND DETAILS VI a) Detail 1. Change Note 1 to read as follows: "1. The estimated bearing stratum shown is for the pier types P1 through P4 and is for bidding purposes only. Field verify actual elevations. For pier type P5, assume a total length from grade to bearing stratum of 20'-0" for a total pier length of 27'-0". Bearing stratum elevations for pier type P5 will vary around the site." END OF ADDENDUM NO.4 �M ADDENDUM.No. 4 2 April 28, 2009 CDM — Texas Registration F-3043 City of Fort Worth Westside WTP Project CITY OF FORT WORTH Ifto, Westside Water Treatment Plant Project Project P262-607540045683 ADDENDUM NO.5 April 29, 2009 The Contract documents for the Westside Water Treatment Plant Project, for which proposals are to be submitted to the City of Fort Worth, Texas, are hereby clarified and modified by this Addendum No. 5. Offerors must acknowledge receipt of this Addendum on the Proposal — Part B. PROJECT MANUAL REVISIONS VAL Gr`m D 04 -� TABLE OF CONTENTS a) Add the following item under PART B — PROPOSAL, at the end of the Texas Water Development Board Forms: " - Vendor Compliance with Reciprocity on Non -Resident Bidders (WRD-259)" PART A — INSTRUCTIONS TO OFFERORS a) Page A-5, Section 3. Proposal Requirements. Revise the first bullet to read as follows: "Use the Proposal Form provided in Part B — Proposal. Supplemental forms designated in the Table of Contents to be submitted with the Proposal shall be completed, signed, and included with the Proposal Form. These include TRWD forms WRD-217, SRF-404, WRD-255, and WRD-259. Contractor shall fill in the project information and sign the authorized representative blank for form WRD-217. However, the project participation estimates are not required to be filled in. These can be completed with the M/WBE utilization form — after the bid opening." IW W AN 9-:16)@G&T-I" a) Add the TWDB Form WRD-259, Vendor Compliance with Reciprocity on Non -Resident Bidders, to the end of Part B, following TWDB form WRD-255. This form is attached to the end of this Addendum No. 5. Note that this form shall be completed and included with the Proposal. -Amp END OF ADDENDUM NO. 5 ADDENDUM.No. 5 1 April 29, 2009 CDM —Texas Registration F-3043 WW-259 ,"� M0102 VENDOR COMPLIANCE WITH RECIPROCITY ON NON- RESIDENT BIDDERS Government Code 2252.002 provides that, in order to be awarded a contract as low bidder, a non- resident bidder must bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract in the state in which the non-resident's principal place of business is located. A non- resident bidder is a contractor whose corporate offices or principal place of business is outside of the state of Texas. This requirement does not apply to a contract involving Federal funds. The appropriate blanks in Section A must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non-resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the blank in Section B. A. Non-resident vendors in (give state), our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Non-resident vendors in (give state), our principal place of business, are not required to underbid resident bidders. B. Our principal place of business or corporate offices are in the State of Texas: BIDDER: Company City State Zip By: (please print) Signature Title: (please print) THIS FORM MUST BE RETURNED WITH THE BID - U C.� _VJ City of Fort Worth, Texas Fort Worth Water Department WESTSIDE WATER TREATMENT PLANT PREPARED BY: C♦� Camp Dresser & McKee Inc. Texas Registration No. F-3043 IN ASSOCIATION WITH: Alan Plummer Associates, Inc. Chiang, Patel & Yerby, Inc. Gupta & Associates, Inc. Jaster Quintinilla, LLP Komatsu Architecture, Inc. Multatech Engineering, Inc. Vic Weir Consulting PROJECT P262-607540045683 MARCH 2O09 VOLUME 1 OF 5 .* ...... N..... ..........�.* J..DAN SHANNON .•� r BARTRUFF . ................NNN..S. . V NNNN....N.NNf.N. .P 91 ttih57897 i ZAL SI ~~~~ 3.25 �O S City of Fort Worth Westside WTP Project TABLE OF CONTENTS VOLUME 1 PART A - NOTICE TO OFFERORS Notice to Offerors Instructions to Offerors PART B - PROPOSAL (Completed Forms to be submitted with Proposal) Proposal City of Fort Worth Minority and Women Business Enterprise Bid Specifications Texas Water Development Board Forms - Prime Contractor Affirmative Steps Certification and Goals (WFD-217) - Certification Regarding Debarment, Suspension, and Other Responsibility Matters (SRF-404) - Bidder's EEO/NSF Certifications (WRD-255) PART C - GENERAL CONDITIONS PART C1 - SUPPLEMENTARY CONDITIONS (TO PART C) TEXAS WATER DEVELOPMENT BOARD DOCUMENTS Supplemental Contract Conditions Contractor's Act of Assurance (ED-103) Contractor's Resolution on Authorized Representative (ED-104) Affirmative Steps Solicitation Report (WRD-216) SMWBE Self -Certification (WRD-218) Loan/Grant Participation Summary (SRF-373) PART D - SPECIAL CONDITIONS PART F - BONDS Certificate of Insurance Contractor Compliance with Worker's Compensation Law Performance Bond Payment Bond Maintenance Bond PART G - CONTRACT PART E - TECIINIICAL SPECIFICATIONS DIVISION 1- GENERAL REQUIREMENTS 01000 Responsibilities — Construction Phase 01005 Abbreviations 01010 Summary of Work 01011 Site Conditions 01025 Measurement and Payment 01035 Control of Work F62142-SpecTOC.doc TOC-1 March 2009 City of Fort Worth Westside WTF Project 01040 Construction Sequence 01110 Environmental Protection Procedures 01170 Special Provisions 01172 Pipe Penetrations 01200 Project Meetings 01300 Submittals 01315 Construction Scheduling 01410 Testing and Testing Laboratory Services 01500 Temporary Facilities 01510 Construction Temporary Controls 01600 Delivery, Storage and Handling 01610 Material and Equipment 01656 Disinfection of Potable Water Facilities 01665 Trench Safety Requirements 01666 Testing of Pipelines 01680 Water Tightness 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 02100 Site Preparation 02140 Dewatering and Drainage 02200 Earthwork 02221 Trenching, Backfang and Compaction 02230 Granular Fill Materials 02270 Sedimentation and Erosion Control 02271 Riprap 02360 Drilled Piers 02490 Loaming, Hydroseeding and Erosion Control 02535 Pavement 02605 Precast Reinforced Concrete Pipe Trench 02613 Concrete Pressure Pipe and Fittings 02615 Steel Pipe, Fittings and Specials 02616 Buried Ductile Iron Pipe and Fittings 02640 Buried Valves, Hydrants and Appurtenances 02810 Landscape Irrigation System 02811 Temporary Landscape Irrigation System 02821 Ornamental Security Gates and Fencing 02830 Fences and Gates 02950 Landscape — Trees, Plants and Ground Cover F62142-SpecTOC.doc TOC-2 March 2009 City of Fort Worth Westside WTP Project DIVISION 3 — CONCRETE 03100 Concrete Formwork 03200 Concrete Reinforcement 03250 Concrete Joints and Joint Accessories 03260 Reinforced Concrete Pipe 03300 Cast -in -Place Concrete 03350 Concrete Finishes 03365 Concrete Floor Stain System 03600 Grout 03650 Flowable Fill DIVISION 4 — MASONRY 04810 Unit Masonry Assemblies DIVISION 5 — METALS 05120 Structural Steel 05210 Steel Joists 05311 Steel Roof Deck 05400 Cold Formed Metal Framing 05500 Miscellaneous Metals 05510 Metal Stairs and Railing System 05511 Metal Pan Stairs 05515 Aluminum Ladders and Accessories 05520 Metal Handrails and Guardrails 05521 Pipe Railings 05530 Metal Gratings and Cover Plates 05720 Cable Railing Systems DIVISION 6 - WOOD AND PLASTICS 06105 Miscellaneous Carpentry 06402 Interior Architectural Woodwork 06604 Fiberglass Reinforced Panels 06615 Fiberglass Reinforced Plastic Components DIVISION 7 - THERMAL AND MOISTURE PROTECTION 07110 Bituminous Dampproofmg 07126 Sheet Waterproofing 07210 Building Insulation 07420 Aluminum Panel Systems 07530 Single Ply Membrane Roofing 07605 Flashing and Sheet Metal Fabrications 07700 Roof Specialties and Accessories 07840 Firestopping 07920 Joint Sealants F62142-SpecTOC.doc TOC-3 March 2009 City of Fort Worth Westside WTP Project DIVISION 8 - DOORS AND WINDOWS 08111 Steel Doors and Frames 08211 Solid Core Flush Wood Doors 08330 Overhead Coiling Doors 08410 Aluminum Entrances and Storefronts 08712 Finish Hardware 08800 Glass and Glazing 08951 Translucent Panels DIVISION 9 - FINISHES 09220 Portland Cement Plaster (Stucco) 09260 Gypsum Board Assemblies 09310 Ceramic Tile 09512 Suspended Ceiling Systems 09651 Resilient Flooring 09680 Carpet Tile 09821 Cementitious Finish 09901 Surface Preparation and Shop Prime Painting 09902 Finish Painting 09910 Painting DIVISION 10 — SPECIALTIES 10155 Toilet Compartments 10350 Flagpoles 10400 Signs 10423 Cast Plaque 10520 Fire Protection Specialties 10650 Folding Glass Partition 10810 Toilet Accessories 10950 Miscellaneous Specialties VOLUME 2 DIVISION 11- EQUIPMENT 11210 Vertical Turbine Can Pumps 11213 Backwash Pumps 11214 Ozone Injection Pumps 11216 Sump Pumps 11221 Vertical Shaft Rapid Mixers 11222 Vertical Shaft Flocculators 11225 Sludge Collection Equipment 11227 Inclined Plate Settlers 11240 Tubing Pumps 11242 Hose Pumps 11245 Fiberglass Reinforced Plastic Tanks 11251 Steel Lime Slurry Storage Tanks, Mixers and Transfer Pumps 11276 Air Scour Blowers 11281 Fabricated Stainless Steel Slide Gates F62142-SpecTOC.doc TOC-4 March 2009 City of Fort Worth Westside WTP Project 11319 Submersible Pumps DIVISION 12 - FURNISHINGS 12345 Laboratory Casework and Fixtures DIVISION 13 - SPECIAL CONSTRUCTION 13200 Welded Steel Ground Storage Tank 13205 Wire and Strand Wrapped Prestressed Concrete Tanks 13221 Filter Underdrain System 13226 Filter Media 13228 Wash Water Troughs 13280 Ozone System - General 13282 Liquid Oxygen System 13290 Ozone Generators and Power Supply Units 13292 Ozone Sidestream Venturi Injection System 13296 Off -Gas Ozone Destruction System 13300 Process Instrumentation and Controls — General Provisions 13302 Process Instrumentation and Controls - Testing 13303 Process Instrumentation and Controls — Training 13305 Process Instrumentation and Controls — Control Descriptions Attachment A — Process Control Descriptions 13306 Process Instrumentation and Controls — Applications Engineering Services 13311 Process Instrumentation and Controls — PLC Hardware and Software 13312 Process Instrumentation and Controls — Network Equipment (NSI) 13313 Process Instrumentation and Controls — Network Cabling Installation (NCS) 13321 Process Instrumentation and Controls — Fiber Optic Cabling and Equipment 13330 Process Instrumentation and Controls — Control Panels and Panel Mounted Equipment 13335 Process Instrumentation and Controls — Control Panel UPS (Single Phase) 13340 Process Instrumentation and Controls — Analytical Device 13341 Process Instrumentation and Controls — Flow Devices 13342 Process Instrumentation and Controls — Level Devices 13343 Process Instrumentation and Controls — Pressure Devices 13344 Process Instrumentation and Controls — Wireless 1/0 Radio 13345 Process Instrumentation and Controls — Miscellaneous Devices 13346 Instrumentation and Controls — Temperature Devices 13930 Wet -Pipe Fire -Suppression Sprinklers VOLUME 3 DIVISION 14 — CONVEYING 14900 Monorail and Hoist System DIVISION 15 - MECHANICAL 15052 Pipe Testing - General Requirements 15061 Steel Pipe and Fittings 15063 Copper Pipe and Tubing 15064 Plastic Pipe and Fittings F62142-SpecTOC.doc TOC-5 March 2009 City of Fort Worth Westside WTP Project 15066 Stainless Steel Pipe and Fittings 15072 Ductile Iron Pipe and Fittings 15083 HVAC Piping Insulation 15100 Valves 15120 Piping Specialties 15123 Expansion Fittings and Loops for HVAC Piping 15140 Pipe Hangers and Supports 15250 Thermal Insulation 15410 Domestic Water Piping 15412 Emergency Plumbing Fixtures 15415 Domestic Water Piping Specialties 15420 Sanitary Waste and Vent Piping 15425 Drainage Piping Specialties 15430 Storm Drainage Piping 15440 Plumbing Fixtures 15450 Drinking Fountains and Water Coolers 15485 Electric Water Heaters 15500 HVAC & Plumbing General Provisions 15501 HVAC Motors 15505 Hydronic Piping 15510 HVAC Valves 15522 HVAC Meters and Gages 15585 Hydronic Pumps 15628 Scroll Air Cooled Chillers 15725 Modular Indoor Air -Handling Units 15731 Small Split -System Heating and Cooling 15765 Air Coils 15815 Metal Ducts 15820 Duct Accessories 15838 Power Ventilators 15840 Air Terminal Units 15850 Extruded Aluminum Stationary Louvers 15856 Intake and Relief Ventilators 15900 HVAC Instrumentation and Controls 15940 Sequence of Operation 15950 Testing, Adjusting, and Balancing DIVISION 16 — ELECTRICAL 16000 Electrical - General Provisions 16105 Power System Study 16110 Raceways, Boxes, and Fittings 16115 Cable Tray 16120 Wires and Cables (600V Maximum) 16121 Medium Voltage Cables 16140 Light Switches and Receptacles 16150 NEMA Frame Induction Motors, 600 Volts and Below 16151 Medium Voltage Induction Motors 16195 Power Metering and Protective Relays 16345 Medium Voltage Metal -Clad Switchgear 16380 Medium Voltage Load Interrupter Switchgear 16425 Low Voltage Distribution Switchboards F62142-SpecTOC.doc TOC-6 March 2009 City of Fort worth Westside WTP Project 16428 Low Voltage Generator Quick Connect Switchboards 16430 Pad Mounted Transformers `.r 16461 Distribution Dry -Type Transformers 16470 Panelboards 16475 Low Voltage Enclosed Circuit Breakers and Disconnect Switches 16480 Low Voltage Motor Control Centers 16481 Low Voltage Motor Controllers 16485 Low Voltage Adjustable Frequency Drives 16486 Mechanical Manufacturer's Provided Control Panels (MEM's) 16487 Electrical Manufacturer's Provided Control Panels (OEM's) 16500 Lighting System 16600 Underground System 16660 Grounding System 16670 Lightning Protection System 16720 Fire Alarm System 16859 Electrical Heat Tracing VOLUME 4 MEMBRANE FILTRATION SYSTEM SUPPLIER (MFSS) DOCUMENTS Title: Northwest Water Treatment Plant Membrane Filtration System November 2007 Addenda: Addendum No. I (December 20,2007) V Addendum No. 2 (December 28, 2007) Addendum No. 3 (January 8, 2008) Addendum No. 4 (January 14, 2008) Documents & Specifications Membrane Filtration System P&IDs: Sheet DesgdRtion 1 of 7 Primary System P&ID 2 of 7 Valve Rack P&ID without XR 3 of 7 Clean -in -Place System with Neutralization and CEP Transfer Skids P&ID 4 of 7 CEP Transfer Skids P&ID 5 of 7 Compressed Air with Blower System P&ID 6 of 7 Compressed Air Schematic 7 of 7 P&ID Legend Membrane Filtration System — Valve and Module Rack Installation Guidelines F62142-SpecTOC.doc TOC-7 March 2009 City of Fort Worth Westside WTP Project VOLUME5 EQUIPMENT PRE -SELECTION DOCUMENTS Title: Westside Water Treatment Plant Equipment Pre -Selection February 2009 Addenda: Addendum No. 1(March 6, 2009) Addendum No. 2 (March 13, 2009) Addendum No. 3 (March 17, 2009) Volume 1: Pre -Selection Documents & Specifications Volume 2: Appendix — General Construction Contract Documents Drawings — (Interim Drawings for Information Only, Not for Construction) U F62142-SpecTOC.doc TOC-8 March 2009 PART A NOTICE TO BIDDERS City of Fort Worth Westside WTP Project PART A NOTICE TO OFFERORS Competitive Sealed Proposals for the construction of the WESTSIDE WATER TREATMENT PLANT, Project No. P262-607540045683, will be received at the purchasing office, City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76107, until 1:30 P.M., on April 30, 2009, and will be opened and read aloud approximately thirty minutes later in the Council Chambers. After evaluating the Proposals submitted, the City shall select the Offeror that offers the best value to the City and enter into negotiations with that Offeror. The City may discuss with the selected Offeror options for a scope or time modification and any price change associated with such modification. The offers will be valid for ninety (90) calendar days from the date the proposals are received. Estimated budget for the project is $50,000,000. The award of this contract is contingent upon release of funds from the Texas Water Development Board. All Offerors submitting proposals are required to be pre -qualified in accordance with the requirements of the Instructions to Offerers. A Pre -Bid Conference will be held at the Eagle Mountain Water Treatment Plant, 6801 Bowman Roberts Road, Fort Worth, Texas 76179 on Thursday, April 9, 2009 at 10:30 a.m. The M/WBE participation requirement for this project is presented in Part B of the Contract Documents. Offerors must submit Utilization Plan within 5 business days of submitting their Proposal. Failure to document proposed attainment will remove the Proposal from further consideration. Refer to Paragraph 4 that follows. Contact the M/WBE Office at 817-392-6104 to obtain a list of certified subcontractors and suppliers. ..k" Offerors must submit a bid bond with their proposal. Offeror to whom an award of contract is made will be required to provide Payment, Performance and Maintenance Bonds and provide Contractors General Liability and Statutory Workers Compensation Coverage. Contract Documents have been prepared by Camp Dresser & McKee Inc., (817) 332-8727, 777 Taylor Street, Suite 1050, Fort Worth, Texas 76102, and may be examined without charge at its 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: $300.00 Set of full-size Plans and Specifications: $400.00 General Contract Documents and Specifications for the Water Department Projects, dated January 1, 1978, with the latest revisions, also comprise a part of the Special Contract Documents for this project and may be obtained by paying a non-refundable fee of $50.00 for each set, at the Fort Worth Water Department, 2"d Floor Municipal Building, 1000 Throckmorton Street, Fort Worth, Texas, 76102. For additional information, please contact Mr. Danny Shannon, P.E., Camp Dresser & McKee Inc. at (817) 332-8727. Publication Dates: March 26, 2009 and April 2, 2009 Part A.doc A-1 March 2009 City of Fort Worth Westside WTP Project (THIS PAGE LEFT BLANK INTENTIONALLY) Part A doe A-2 March 2009 City of Fort Worth Westside WTP Project INSTRUCTIONS TO OFFERORS 1. SPECIAL PREQUALIFICATION REQUIREMENTS. All contractors submitting proposals are required to meet the Fort Worth Water Department special pre -qualification requirements for this project prior to submitting proposals. Previous pregualification by the Fort Worth Water Department will not be considered as meeting this requirement. This one-time special project -specific process will prequalify potential offerers whose bids will be considered for award based upon technical evaluation, historical schedule compliance evaluation, evaluation of proposed manager and project superintendent. It is the offerer'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. 1.1 COVER LETTER. The cover letter provided by the prospective offerer with the prequalification information must include the name of a contact individual that the City may contact for additional information if needed. 2 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 proposal date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. 1.3 EXPERIENCE RECORD. 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 the work of both the same nature and technical level as that of the project for which proposals are to be received. 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. 1.4 EQUIPMENT SCHEDULE. The prospective offerer 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 proposal. 1.5 PERSONNEL AND SCHEDULE COMPLIANCE RECORD. The prospective offerer 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. 1.6 AFFIDAVIT FROM SURETY COMPANY. The prospective offerer shall provide an affidavit from its surety company stating the surety company's intent to bond the project at the proposal price. Part Adoc A-3 March 2009 City of Fort Worth Westside WTP Project In the event the Offerer on this contract is a Joint Venture, financial statements from each joint venturer shall be submitted for prequalification, as well as the experience record and list of equipment of each joint venturer. The financial statements required shall have been 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 the each joint venturer. The statements must be current and not more than one (1) year old. In the case that a proposal 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. The following conditions will apply: a) The Director of the Water Department shall be the sole judge as to the acceptability for financial, experience and other qualifications to propose on any Fort Worth Water Department project. b) The City, in its sole discretion, may reject a proposal for failure to demonstrate acceptable performance, experience and/or expertise. c) Any proposals submitted by a non pre -qualified offerer shall be returned unopened, and if inadvertently opened, shall not be considered. d) The City will attempt to notify prospective offerers whose qualifications (financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project on which proposals are to be received. Failure to notify shall be a waiver of any necessary pre -qualifications. For additional information contact Chris Harder, Fort Worth Water Department: N%0011 (817) 392-8293 (telephone) (817) 392-8410 (facsimile) Pre -qualification submittal should be sent to: Mr. Chris Harder, P.E. Fort Worth Water Department 1511 11 to Avenue Fort Worth, TX 76102 2. EXAMINATION OF CONTRACT DOCUMENTS AND SITE: 2.1 Before submitting his Proposal, each Offerer must (a) examine the Contract Documents thoroughly, (b) visit the site to familiarize himself with local conditions that may in any manner affect performance of the work, (c) 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 of the Contract Documents. 2.2 Reference is made to Specification Section 01011 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 Proposal each Offerer will, at his own expense, make such additional surveys and investigations as he may deem necessary to determine his bid price for performance of the work within the terms of the Contract Documents. Part A.doc A-4 March 2009 City of Fort Worth Westside WI? Project The Offerer acknowledges by the submission of his proposal that he is solely responsible for trench excavation safety as prescribed by the Occupational Safety and Health Administration and HB662 and HB665as amended by the 72"d Session of the Texas legislature and amended by the 73'd Session of the Texas Legislature with HB1569. 2.3 The submission of a Proposal will constitute an incontrovertible representation by the Bidder that he has complied with every requirement of this Article 2. 3. PROPOSAL REQUIREMENTS: The following requirements shall be used in the preparation of the Proposal. ■ Use the Proposal Form provided in Part B - Proposal. ■ Entries on the Proposal Form may be handwritten or typed. ■ Acknowledge all addenda on the Proposal Form. ■ Have a Principal sign the Proposal. If the Offeror is a corporation, the president or a vice- president must sign the Proposal. If the Offeror is a partnership, then the person/entity who is the managing/general partner must sign the proposal. ■ Include cashier's check or an acceptable bidder's bond written by a corporate surety payable to the City of Fort Worth, in an amount of not less than five (5%) per cent of the total of the bid submitted (5% of the total of both fire stations if the Offeror is submitting proposals for both fire stations). In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the �..i holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 3.1 SELECTION OF CONTRACTOR: The City's sole selection criterion for this project is price. The City shall select the Offeror that offers the lowest cost proposal, which may or may not include additive alternates. After ranking the proposals, the City shall first attempt to negotiate a contract with the selected Offeror. The City and its Engineer may discuss with the selected Offeror options for a scope or time modification and any price change associated with the modification. If the City is unable to negotiate a contract with the selected Offeror, the City shall, formally and in writing, end negotiations with that Offeror and proceed to the next Offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. 4. MINORITYMOMENS BUSINESS ENTERPRISE (M/WBE) All Offerors shall note that it is the policy of the City of Fort Worth to ensure the full and equitable participation of Minority and Women Business Enterprises (M/WBE) in the procurement of services with a fee of $25,000 or more by establishing an M/WBE goal. Within five (5) City business days from proposal submittal date, exclusive of the proposal submittal date, all Offerors will be required to submit information concerning the M/WBE(s) that will participate in the contract. The M/WBE goal is 17%. The information shall include: (1) the name, address and telephone number of each M/WBE; (2) the description of the work to be Part A.doc A-5 March 2009 City of Fort Worth Westside WI? Project performed by each M/WBE; and (3) the approximate dollar amount/percentage of the participation. The M/WBE firm(s) must be located or doing business in the City's geographic market area that include the following nine (9) counties: Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall. The M/WBE firm(s) must be currently certified or in the process of being certified by the North Central Texas Regional Certification Agency (NCTRCA), or Texas Department of Transportation (TXDOT), Highway Division prior to recommendation for award being made by the City Council. If you will not have any M/WBE participation during this contract, then a detailed explanation must be submitted to explain the Good and Honest Efforts your firm made to secure M/WBE participation. Failure to submit the M/WBE participation information or the detailed explanation of the Offeror's Good and Honest Efforts to meet or exceed the stated M/WBE goal, may Render the proposal non -responsive. 5. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of five (5) per cent of the bid submitted [See paragraph 3 above]. The Bid Security must accompany the bid and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten (10) days after the contract has been awarded. The Bid Security shall be included in the envelope containing the bid proposal. Failure to submit the Bid Security will result in the proposal not being considered for this project. Bidder's bond will be returned if the City fails to award the contract within 90 calendar days of receipt of bids, unless the Bidder agrees to an extension. The surety must be licensed to do business in the state of Texas. 6. BONDS: For projects in excess of $25,000, the successful Offerer entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. 1%001" The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Texas Government Code Section 2253, as amended. In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. No sureties will be accepted by the City that are at the time in default or delinquent on any bonds or which are interested in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City For this contract, the following bonds shall be provided: (1) a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and materials in the prosecution of the work; (2) a Performance Bond shall be provided, in the amount of the contract, conditioned on the faithful performance of the work in accordance with the plans, specification, and contract documents. Said bond shall be solely for the protection of the City of Fort Worth; (3) a two-year Maintenance Bond shall be provided, in the amount of the contract. Part A.doc A-6 March 2009 City of Fort Worth Westside WTP Project 7. AMBIGUITY: In 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. 8. WAGE RATES: Not less than the prevailing wage rates set forth in Contract Documents must be paid on this project. 9. POST BID - PREAWARD SUBMITTALS: Offerors are required to submit the following information to the Fort Worth Water Department, within five business days subsequent to proposal opening (normally by 5:00 PM the next Thursday following a Thursday proposal opening) in order to assist City staff in determining the Contractor's capability of performing the work and in meeting City contract requirements: Minority/Women's Business Documentation (for bids in excess of $25,000) Proposed Subcontractors and Suppliers 10. DISCREPANCIES AND ADDENDA: Should an Offeror find any discrepancies in the drawings and specifications, or should it be in doubt as to their meaning, it shall notify the Engineer at once. If required, the Engineer will then prepare a written addendum that will be sent to all Planholders. The Contractor is responsible for determining if addenda are available and for securing copies prior to submitting a response to this request for sealed bids. Oral instructions or decisions unless confirmed by written addenda will not be considered valid, legal or binding. No extras will be authorized because of failure of the contractor to include work called for in the addenda. Offerors wanting further information, interpretation or clarification of the contract documents must make their request via e-mail or in writing to the City or Engineer at least 96 hours prior to bid opening. It is not guaranteed that requests made after such time will be included by addendum. Offeror must acknowledge all addenda, issued prior to 24 hours before the opening of proposals, in the Proposal. Failure to acknowledge addenda may cause the Proposal to be ruled non- responsive. It is the Contractor's responsibility to obtain Addenda and include its information in the Proposal. 11 WORKERS COMPENSATION INSURANCE: Offerors will be required to demonstrate that coverage is in effect at time of Award of Contract. Sample Certificate of Insurance, or other proof that Workers Compensation Insurance will be obtained, must be submitted within five working days of proposal opening. 12. TAXES: Equipment and materials not consumed by or incorporated into the work are subject to State sales taxes under House Bill 11, enacted August 15, 1991. 13. UTILITIES AND IMPACT FEES: The City will pay water and sewer utilities tap fees and impact fees. Unless shown otherwise, the City will coordinate and pay for water and sewer taps and meters to the property line. The Contractor will include all remaining fees from the electrical and gas companies in the base bid. The Contractor will be responsible for coordinating with City and utility companies for installation of utilities. Unless indicated otherwise on the plans, the contractor will be responsible for costs and installations from the building side of the water meter and sewer tap. 14. TESTING SERVICES: The City shall provide for, independently of the contractor, the inspection services, the testing of construction materials engineering, and the verification testing services necessary for the acceptance of the construction work. Part A.doc A-7 March 2009 City of Fort Worth Westside WTP Project 15. BIDDER LICENSE: Prior to the award of contract to an out-of-state offeror, the offeror 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) ltftmpe 16. NONRESIDENT BIDDERS: Pursuant to Article 601 g, Texas Revised Civil Statues, the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's proposal is lower than the lowest proposal 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 principal place of business is located. "Nonresident bidder" means an offeror whose principal place of business is not in this state, but excludes a contract 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 offeror. 17. TEXAS WATER DEVELOPMENT BOARD REQUIREMENTS: ■ The award of this contract is contingent upon release of funds from the Texas Water Development Board. ■ Any contract or contracts awarded under this Notice to Bidders are expected to be funded in part by a loan from the Texas Water Development Board. Neither the State of Texas nor any of its departments, agencies, or employees are or will be a party to this Notice to Bidders or any resulting contract. ■ Equal Opportunity in Employment — All qualified Applicants will receive consideration for employment without regard to race, color, religion, sex, age, handicap or national origin. Bidders on this work will be required to comply with the President's Executive Order No. 11246, as amended by Executive Order 11375, and as supplemented in Department of Labor regulations 41 CFR Part 60. Small, minority, and women -owned business enterprises are encouraged to respond. ■ This contract is subject to the Environmental Protection Agency's (EPA) "fair share policy", which includes EPA "fair share goals" for Minority Business Enterprise (MBE) & Women's Business Enterprise (WBE) firms in the Construction, Supplies, Equipment, and Services procurement categories. EPA's policy requires that applicants and prime contractors make a good faith effort to award a fair share of contracts, subcontracts, and procurements to SMWBEs. Although the EPA's policy does not mandate that the fair share goals be achieved, it does require applicants and prime contractors to demonstrate use of the six affirmative steps. The current fair share goals for the State of Texas are as follows: MBE: CONSTRUCTION 34%; SUPPLIES 18%; EQUIPMENT 13%; SERVICES 22%. WBE: CONSTRUCTION 8%; SUPPLIES 29%; EQUIPMENT 13%; SERVICES 26%. END OF SECTION Part Adoc A-8 March 2009 PART B PROPOSAL City o: Fort Worth Westside WTP Project PART B PROPOSAL TO: MR. DALE FISSELER, PE CITY MANAGER ATTN: PURCHASING OFFICE 1000 THROCKMORTON CITY OF FORT WORTH, TEXAS FOR: Westside Water Treatment Plant Project Project No. P262.607540045683 Pursuant to the foregoing "Instructions to Offerors," the undersigned has thoroughly examined the plans, specifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director of the Fort Worth Water Department of the City of Fort Worth. Upon acceptance of this Proposal by the City Council, the bidder is bound to execute a contract and furnish acceptable Performance, Payment and Maintenance Bonds approved by the City of Fort Worth for performing and completing the Work within the time stated and for the following sum, to wit; DESCRIPTION OF ITEMS Item Estimated Brief Description of Item Unit Bid Price Amount No. Quantity With Unit Bid Price in Words in Figures in Figures 1 1 Construction of the Westside Water L.S. Treatment Plant, complete, excluding Bid Items 2 through 27. 'vo t,,4,.Cet et 1,4- `E ..a s er.-,a Dollars � 6 6}0 T and � o Cents----�-1 3 ��000 per Lump Sum 2 151000 * Design, Installation and Removal of L.F. Trench Safety System 0 Dollars and Cents $ $ per Linear Foot —r ` Maximum linear footage to be determined by Bidder and entered here. Linear footage shah not be less than 5,00D L.F. ADDENDUM NO.2 Pact B.doc B-1 April 16, 2009 City of Fort Worth Westside WTP Project Item Estimated Brief Description of Item Unit Bid Price Amount No. Quant With Unit Bid Price In Words in Figures in Figures 3 170 Furnish and Install 18-inch Diameter L.F. Drilled Piers _ 4r4y Dollars 50 21500 and _Z reo Cents $ $ per vertical L.F 4 770 Furnish and Install 24-inch Diameter L.F. Drilled Steve A4, Dollars $ 70 $ q 0 0 = =1 and 40 Cents per vertical LF. 5 320 Furnish and Install 30-inch Diameter L.F. Drilled Piers Dollars $ g a $ Z 5 too 0 and /'1 o Cents per vertical L.F. 6 3,500 Furnish and Install 8' Vnyl Coated L.F. Chain Link Property 61r4w DollarsLip p00 and �10 Cents per LF. 7 1,700 Furnish and Install Ornamental L.F. Property Fence one Aundie-al Dollars 12� 2-00 and h d Cents $ $ —� per L.F. 8 1 Furnish and Install Construction L.S. Manager's Field Office 'J a►t t —%c(red A( L-ht 4w. -µ''u Dollars and &NO Cents per Lump Sum 9 1 ALLOWANCE for Owner selected L.S. Applications Engineer (AES) work, including PLC and HMI software programming services Four hundred fifty nine thousand six hundred sixty Dollars $• 459,660.00 $ 459,660.00 and no Cents per Lump Sum ADDENDUM NO.2 Part B.doc $-2 April 16, 2009 City of Fort Worth Westside WTP Project Item Estimated Brief Description of Item Unit Bid Price Amount L� No. Quanti With Unit Bid Price in Words in Figures in Figures 10 1 ALLOWANCE for Owner selected L.S. electric motor actuators for modulating valves Two hundred thirty-four thousand four hundred forty-one Dollars and no Cents $ 234,441.00 $ 234.441.00 per Lump Sum 11 1 ALLOWANCE for Owner selected L.S. Ozone Sidestream Venturi Injector System One hundred ninety six thousand five hundred Dollars $196,500.00 $ 196.500.00 and no Cents per Lump Sum 12 1 ALLOWANCE for Owner selected L.S. Membrane Filtration System Supplier (MFSS) work, including furnishing membranes, and associated piping, valves, equipment and services. Three million four hundred twenty-four j thousand two hundred ninety Dollars NOW and no Cents $ 3,424,290.00 $ 3,424,290.00 per Lump Sum 13 1 ALLOWANCE for Owner selected L.S. Vertical Turbine Can Pumps (Specification Section 11210) Seven hundred fifty thousand Dollars and no Cents $ 750,000.00 $ 750.000.00 per Lump Sum 14 1 ALLOWANCE for Owner selected L.S.. Backwash Pumps (Specification Section 11213) Ninety-two thousand two hundred twenty-eight Dollars and no Cents $ 92.228.00 $ 92�228.00 per Lump Sum 15 1 ALLOWANCE for Owner selected L.S. Sump Pumps (Specification Section 11216) Ninety-four thousand eighty-nine Dollars and no Cents $ 94,089.00 $ 94,089.00 per Lump Sum ADDENDUM N0.2 Part B.doc B-3 April 16, 2009 City of Fort Worth Westside WTP Project Item Estimated No. Quantity 16 1 L.S. 17 1 L.S. 18 1 L.S. 19 1 L.S. 20 1 L.S. Brief Description of Item With Unit Bid Price in Words ALLOWANCE for Owner selected Vertical Shaft Rapid Mixers and Flocculators (Specification Sections 11221 and 11222) One hundred ninety-nine thousand nine hundred seventy-five Dollars and no Cents per Lump Sum ALLOWANCE for Owner selected Sludge Collection Equipment — Four Units (Specification Section 11225) Three hundred seventeen thousand one hundred twenty Dollars and no Cents per Lump Sum ALLOWANCE for Owner selected Inclined Plate Settlers (Specification Section 11227) Five hundred fifty-eight thousand four hundred sixty-one Dollars and no Cents per Lump Sum ALLOWANCE for Owner selected Air Scour Blowers (Specification Section 11276) One hundred thirty-two thousand four hundred fi Dollars and no Cents per Lump Sum ALLOWANCE for Owner selected Submersible Pumps (Specification Section 11319) Forty-six thousand eight hundred seventy-one Dollars and no Cents per Lump Sum Unit Bid Price Amount in Figures in Figures $ 199,975.00 $ 199,975.00 $ 317,120.00 $ 317,120.00 $ 558,461.00 $ 558,461.00 $ 132,450.00 $ 132,450.00 $ 46,871.00 $ 46,871.00 ADDENDUM NO.2 Part B.doc B-4 April 16, 2009 City of Fort Worth Westside WTP Project Item Estimated Brief Description of Item Unit Bid Price Amount No. Quantity With Unit Bid Price in Words in Figures in Figures 21 1 ALLOWANCE for Owner selected L.S. Filter Underdrain System (Specification Section 13221) Seventy-six thousand four hundred thirty-three Dollars and no Cents $ 76.433.00 $ 76.433.00 per Lump Sum 22 1 ALLOWANCE for Owner selected L.S. Filter Media (Specificatlon Section 13226) Eighty-one thousand three hundred forty-eight Dollars and no Cents $ 81,348.00 $ 81.348.00 per Lump Sum 23 1 ALLOWANCE for Owner selected L.S. Ozone System (Specification Sections 13280, 13290, and 13296) One million four hundred and three thousand Dollars and no Cents $ 1,403,000.00 $ 1,403,000.00 r ( ` per Lump Sum 24 1 ALLOWANCE for Owner selected L.S. Motor Actuated Butterfly Valves (Specification Section 15100) Three hundred seventy-six thousand Dollars and no Cents $ 376,000.00 $ 376,000.00 per Lump Sum 25 1 Furnish and install ground storage tank L.S. (Ciearwell No. 1) n�nc l,.u�dre� pia � 4i�ousa nd Dollars and no Cents $ 0),Ra ba $ t So, C3,$:' per Lump Sum 26 1 Furnish and install landscape and L.S. irrigation work u N0thft±A VIth 1 hL Dollars and too Cents $ 2 3 OM $ 2A5 03Q per Lump Sum ADDENDUM NO.2 Part B.doc B-5 April 16, 2009 City of Fort Worth Westside WTP Project 27 1 Process Control System Supplier L.S. (PCSS) Work i Dollars and h o Cents $ 1,1440goo $I q 0 oo c7 per Lump Sum TOTAL BASE PROPOSAL PRICE (Items 1 through 27) (in words) O ,Iv, v -3 . k `0' t5v— CUA ADD ALTERNATE BID ITEMS OWNER will evaluate the Proposals based upon the total base proposal amount above plus the proposal price(s) of none, one or more of the Add Alternate items presented below. OWNER intends to select Add Alternate items in the order they are listed. The OWNER, in its sole discretion, will award the contract based on the base bid alone; the base bid plus Add Alternate A-1; or the base bid plus Add Alternate A-1 and Add Alternate A-2. Add Estimated Brief Description of Item Alternate Quanti With Unit Bid Price in Words No. A-1 1 Installation of Ozone Generator No. 2 L.S. and associated facilities. (excluding Rem A-1a, furnishing ozone generator equipment) ,*,e hws.X L Dollars and i\o _ Cents per Lump Sum A-1 a 1 Allowance for furnishing Ozone L.S. Generator No. 2 equipment and associated facilities. Unit Bid Price Amount in Figures in Rgures $ 3va o Four hundred six thousand Dollars and no Cents $ 406,000.00 per Lump Sum ADDENDUM NO.2 Part B.doc B-6 $ 406,000.00 April 16, 2009 City of Fort Worth Westsidc WTP Project Add Estimated Brief Description of Item Alternate Quanti With Unit Bid Price in Words No. A-2 1 Construction of Washwater Recovery L.S. Basin No. 2 and associated facilities (excluding item A-2a, furnishing sludge collection equipment '_)w, _�LLi4Se 1 1� 1 ayJowt oL Dollars and � V, -0 Cents per Lump Sum A-2a 1 Allowance for furnishing Washwater L.S. Recovery Basin No. 2 sludge collection system equipment and associated facilities. Unit Bid Price Amount in Figures in Figures $ 3111�c� $ ova Eighty thousand one hundred ninety- eight Dollars and no Cents $ 80,198,00 per Lump Sum $ 80 198.00 Bidder shall list below the subcontractor firms that will be used on this project as the Process Control System Integrator (PCSI), thje Network Systems Integrator (NSI), and the Clearwell manufacturer. The PCSI will be D0.' IYhGL The NSI will beds S S S The ground storage tank (Clearwell No. 1) manufacturer will be T0.V1� The undersigned agrees to begin construction within 10 Calendar Days after issue of the work order, and to substantially complete the Work and complete the Work in total within the calendar days specified in Paragraph D-15 of Part D — Special Conditions. The City reserves the right to accept or reject any and all proposals or any combination thereof proposed for the above work. 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 7278 as amended by City Ordinance 7400 (Fort Worth City Code Section 13A-21 through 13A-29). ADDENDUM NO.2 Part B.doc B-7 April 16, 2009 City of Fort Worth Westside WTR Project Residency of Offerors: The 1985 Session of the Texas Legislature passed house Bill 620 relative to the award of contracts to non-resident bidders. The law provides that, in order to be awarded a contract as low bidder, non-resident bidders (out of state contractors whose corporate offices or principal place of business are outside of the State of Texas) that bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract in the state in which the non-resident's principal place of business is located. The appropriate Planks in Section A must be filled out by all non-resident bidders in order for your bid to meet specifications. The failure of out of state or non-resident bidders Failure to complete the forms may disqualify that bidder. Resident bidders must check the box in Section B. A. [-I Non-resident vendors in (give state), our principal place of business, are required to be percent lower than resident bidders by state law. �-J Non-resident vendors in (give state), are not required to Vnerbid resident bidders. B. Our principal place of business or corporate offices are in the State of Texas. Within ten (10) days of receipt of notice of acceptance of this bid, the successful bidder will execute the formal contract and will deliver approved Performance, Payment and Maintenance Bonds for the faithful performance of this contact. The attached cashier's check is to become the property of the City of Fort Worth, Texas, or the attached Bidder's Bond is to be forfeited in the event the contract and bonds are not executed within the time set forth, as liquidated damages for delay and additional work caused thereby. MINORITY/WOMENS BUSINESS ENTERPRISE (M/WBE): I am aware that I must submit information to the Fort Worth Water Department concerning the M/WBE participation within FIVE BUSINESS DAYS of submittal of this Proposal in order to be considered RESPONSIVE. ADDENDUM NO.2 Part B.doc B-8 April 16, 2009 Ciry of Fort Worth Westside WTP Project Respectfully submitted, By. Moist o.�--/ Printed Name of Principal Title Title Address: 14,51 k f o w" !� . Sala c // 720 Street Wino 1,4 `l tJy,-S '�]Sd 036E9 City Zip Phone:.9 7 Z� �T % SU Q Fax: tq -7P- 991 - 9 Email: Receipt is acknowledged of the following addenda: Addendum No. 1: Vef Addendum No, 2: Y Addendum No. 3: Addendum No. 4 Addendum No. 5 ADDENDUM NO.2 �0 jJ& Part B.doc April 16, 2009 jORT WORTH City. of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL. iNSTR:U-CTIO.N.S FOR BIDDERS APPLICATION OF POLICY POLICY STATEMENT It is the. policy ofthe 011yof Fort Worth to ensure the full and equitable participation.by-.Minoriiy.and Women Business Enterprises (MIMP-) in the procurement of aft goods arxd .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. ---._..._._.....__... _ . _.. .......... I MAV..BEPROJEaT-GOALS :.. _....._.__..._ . __. The City's MBENVBE goal on this project Is 151 %.of the base bld value -of the contract COMPLIANCE TO BID SPECIFICATIONS On City contracts of $25,00:0 or more, bidders -are required -to comply with the intent: of the City's MIWBE Ordinance by either of the following: 1. Meet or exceed the above stated MIWBE goal, or 2. GoodFalth Effort documentation, or, 3. Waiver -documentation, or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received .by'the Maragli4 Department, within the following limes allocated, in order for the entire bid to. be considered responsive to the spedficatioris. I. Subcontractor Utilization Fonn, if goal is received by 5:00 p.m., five (5) City business days. after 'the bid met orrexceeded: opening date, exclusive of the bid opening date. 2. Good Faith Effort. and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if participation is less than opening date, exclusive -of the bid opening date. stated goal: 3. Good Faith Effort and Subcontractor received by 6:00 p.m:, five (5) City business days after the bid Utilization Form, if no M/VVBE participation: openingopenigg date, exclusive of the bid opening date. 4. Prime Cohtractor Waiver Fbrm, if you will received by 5:00 p.m., five (5) City business days after the bid perform .all subggntracting/supplier work: openin .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. FAILUklt TO COMPLY WITH THE C!V S:M/,W13E ORDINA"CE,*ILt RESULT IN THE BID BEING CONSIDERED NON-RL=SPONSVE TO'.SPEC IFI6416N' S. Any questions, please contact the M/WBE Office at (817) 3924104. 1= ATTACHMENT 1A Page 1 of 4 F--QRTwORTH City of Fort Worth Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: / Check applicable block.to describe prime LGar*-l:V PROJECT NAME: M/W/DBEVf NON-SON �BID DATE eS�Sid� W.��er ez y t p�q �- Ale>rZ.e-"vl ClWs NVWRE Project Goal: Prime's M/WBE Project Utilization; PROJECT NUMBER t S % /5-.62-% po/,z - Identify all subcontractors/suppliers you will use on this project Fai[ ire to: compleie f is fort ti m, is erifirefy: w fh. ,reque te@ documentetibn; and' received by. the Vanaging DLeaitl�n# pn or before=Ol�1re{S�aCiiy buslnirss days a#er�d opening,eXclusiue-of bid:opeiiing da#e, Willane n the:bldbiyeing�coosicler :ruin;responsive46—bid,,toecificahons ,.., � � "iiersi _ ned: --`-" : A ' s to era iritti a: oniiat ree t= tii : er : -:firms ::tisfelt :;:lit ii]is. T., .. i _s _ 9� re g. .�: �.#.� > a =f, ia$ rimers i�tt_ . ... N1A , BEi r_.?:::. !i'ization-:sedate ��ie/'ri fioeaI ufioii4of c2in ntnrith°eC� 'ofor 11o>{>i' Tfl`ei`feritifi_al `dui, ��yy-'r`Itnovuili ' rraisf° re�e }}��on_o_%,acIs r}' - ris ci ,'eonsaieratiiiioftlis `ualictian "rtd :+niiliiiri�t, 3 1 f�tat�'�erng§icons►tlereiMpr�esponsiv;�i:id�s � •• oiiicafians;� •. 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, EIlis, Kaufinan and Rockwall counties. �derihfy ach 'ier. lev is ei is; l e e +el ofsubcontracting below,the:prime contractor, Ld,-a-direct.payment=fromft apa ill Contractor to a subcQutr Gtor #,'"ilsidomd is tier; a-paymeaby a subcoriftotai w iis,supplier is wrisidere+d,�7 .. .. - 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 Minority/Women Business Enterprise (M/WBE). Tftliau ii► services::are'> itilized tEie: "' _c wilf,I)p *e redit -as lon '-as the WVDE:listed owns arid': ° :etate-4least one dilly licensed ands o�erat opaiYtruck to; be used -on �.th contract. The..lvl/ L may (ease trucks .from=anbth r, LV!/y Bil;£trm,.lncIadirigp :_.: oyvtie}�=gpexatbr� :and:reeeive fiiU Wi�NBE`o��dit:.'Iite iVt/WB� niey-l�a�e truekg�'tbiri - non=N WBEs; .incltiduhg avuner=operatnr5; °tiv#will only. receive:credit for. did fees ,and_ c6M" " fissions e€ ttwl`by dire fV1/�iBE as outlined:in<iliaxease,a ' . -meat. Rev. 5l30/03 9: North Attachment 1A Page 1 of 11 i Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-MNVBEs. Please list MIWBE firms first, use additional sheets if necessary. SUBCONTRACTOR / SUPPLIER T i e r Certification (Check One) Non- M/WBE Detail Subcontracting Work Detail Supplies Purchased Dollar Amount $ Company Name M B E W B E N � T R C A T x D O T Address Telephone Fax Contact Universal Fence Company Inc. 1 X Fencing $ 229,779 2030 South Nursery Irving, Texas 75060 214.492-1005 214-492-1324 Ronparco 1 X Piaster $ 99,521 900 Marlene Dr. Euless, Tx 76040 (817) 354-8217 (817)354-6720 Bill Groce Central North Construction, LLC 1 X Landscaping & Irrigation $ 229,427 4410 Dillehay Drive Parker, Texas 75002 (972) 442-1997 (972) 442-2199 Anita DeNina LKT and Associates 1 X Steel Fabricated Pipe and Fittings $ 1,313,000 PO Box 668 Melissa, TX 75454-0668 P: 2i4-544-0440 F: 214-544-3684 Brinkman Construction 1 X Concrete Paving $ 461,314 PO Box 1122 Desoto, Texas 75123-1122 (972)274-1177 (972)228-9910 Robert Park Guido's Trucks 2 X Material Hauling and Pipe Bedding Material $ 136,000 1105 Mohawk Drive Irving, Texas 75061 (972) 313-9705 (972) 313-9705 Jose Ibarra Magnum Transportation, Inc. 2 X Supply and Delivery of sand and rock material for concrete $ 226,960 2332 Gravel Drive Fort Worth, Texas 76118 (817) 284-1000 (817) 704-4563 Margaret Lisenby Fort Worth Attachment 1A Page 2 of 11 Canatco, Inc 2 X Water proofing and roofing materials $ 180,924 2903 Cedar Ridge Trail Friendswood, Texas 77546 (713) 857-7020 (713) 880-8255 Arturo Canales Fralre's Rebar, Inc 1 X Rebar supply and Install $ 1,698,684 432 West Yarmouth Dallas, Texas 75208 (214) 942-4630 (214)941-0713 Jack Mathis f Hector Fraire Duren industries 2 X Switchgear, Lighting Fixtures, Misc. Electrical Supplies $ 2,500,000 1401 TI Blvd. Suite K Richardson, TX 75081 972-238-7122 972-238-7123 Richard Duran North Texas Trucking 1 X Onsite & Offsite Trucking $ 125,000 P.O. BOX 542842 Dallas, Texas 75354 (214) 904-0693 (214) 904-8089 David Davilla BAV, Inc. 2 X Supply - Framing, Drywall, etc. $ 89,673 3434 Lawnwood Drive Fort Worth, Texas 76111 (817) 546-3340 (817) 546-3344 Cynthia Scoggins TBS Specialties Direct, Inc. 1 X Toilet Partitions, Toilet Accessories, Fire Protection Specialties $ 11,544 1312-B Colony Court Fort Worth, TX 76117 phone: 817-831-0337 fax: 817-831-0339 ArtOGRAFX 1 X Interior Bldg. Signs, Monument Sighs, Cast Plaque $ 18,646 2611 Andjon Dr. Dallas, TX 75220 phone: 214,349-1075 fax: 214-349-0877 Fort Worth Attachment I Page 3 of 11 Cynthia Arnold Materials, 2 X Road Base & Construction Entrance material and hauling $ 30,000 PO Box 632 PO Blum, Texas 76627 (817) 558-9339 (817) 295-0231 Cynthia Arnold Tri Dal, LTD 1 X Underground Utilities $ 1,090,038 4160 N. Preston Rd Celina, Texas 75009 (972) 382-8289 (972) 382-4846 Kory Peterson Flexicore of Texas 1 X Precast Concrete Pipe Trench $ 154,400 PO Box 450049 Houston, Texas 77245 (281) 437-5700 (281) 437-8913 David Ham Composite Panel Technology South, Inc. 1 X Composite Metal Panel $ 8,834 4109 Lindberg Drive Addison, TX 75001 t: 972.720.0477 (2) f: 972.720.0484 Ron Kunego Texas Commercial Glass Concepts 1 X Glass $ 241,981 P.O. Box 2048, Weatherford, TX 76086 t: 817.594.4477 f: 817.594.4484 Glen McCarty / Joe Smith Co-m—m—e—rc—larFireproofing Insulation 1 X Sprayed Fireproofing $ 49,015 10777 Tuberville Drive, #110, Dallas, TX 75243 t: 214.503.7762 f: 214.503.8812 Buddy Spicer/ Kevin Mosher FSG Electric 1 X Electrical & Instrumentation package $ 7,148,600 Walnut Hill Ln, Suite 100 Dallas, Texas 75229 (214)357-5697 (214)357-5794 Joey Valladarez Fort Worth Attachment 1A Page 4 of 11 ATS Drilling, LP 1 X Drill Shaft Excavation $ 38,965 6559 Midway Road Fort Worth, Texas 76117 817-498-0040 817-831-2938 Michael Martin Striping Plus, Inc. 1. X Pavement marking and related items $ 1,905 2469 Doreen Street Grand Prairie, Texas 75050 469-733-1194 469-733-1198 Danny Wood Texas Industries, Inc. 1 X Ready mixed Concrete materials $ 1,807,053 1341 W. Mockingbird Lane Dallas, Texas 75247 eriB52 972-647 972-647-3785 George D Alan 1 X Concrete Staining $ 14,446 2205 Century Circle Irving Tx. 75062 (214) 496-9999 (214) 496-9998 Mike Deck Commercial Millwork 1 X Millwork $ 15,350 2457 NW Dallas St. Grand Prairie, Tx. 75050 (972) 647-6260 (972)602-9250 Mike Berry LOC 1 X Lab Casework $ 19,440 1036 Parkway Court Buford, Ga 30518 (770) 932-0202 (770) 945-0041 Frank Darrow Performance Door 1 X Door and Hardware Material $ 79,000 400 E. Pioneer Dr., Irvin x. 75 Irving, Tx. 7506i 7 4 (972) 554-1863 Jeff Harlan Overhead Door 1 X Overhead Doors $ 33,620 840 Southway Circle Ft Worth, Tx. 76115 (817) 996-5981 (817)921-3649 Jeff Thomas Fort Worth Attachment 1A Page 5 of 11 Greater Metroplex Interiors 1 X Doors, Frames, and Drywall Installation $ 194,031 2020 East Continental Blvd Southlake, Texas 76092 (817)481-o029 (817) 488-5081 Gilbert Arreola Sigma 1 X Ceramic Tile $ 8,727 8222 Chancellor Row Dallas Tx. 75247 (214)637-5200 (214) 637-5210 Justin Templin PDL 1 X Carpet $ 14,793 2545 Golden Bear Dr. Carrolton, Tx. 75006 (972) 733-3006 (972) 733-3182 Marla Brazos Masonry 1 x Masonry, brick, CMU, split face CMU, cast stone, mortar $ 535,550 287 Cherokee Trail Waco, TX 76712 254-848-5830 206-202-0991 Chamberlin Roofing & Waterproofing 1 x Bituminous Sheet d Waterproornprocling,fing. Waterproofing. Insulation, Caulking, Flashing, Roofing, coping, flashing, roof accessories. $ 424,576 2346 Glenda Lane Dallas, TX 75229 214-273-9110 214-273-9120 Chad Morgan / Bryan Payne Universal Painting 1 x Painting, Industrial Coatings $ 306,906 2234 Old Tampa Hwy. Lakeland, FL 33815 863-686-2320 863-686-1954 Rebecca Krassnoski Flowserve I.C.O NAABTECH LLC 4624 Martin Luther King Fnvy, Ste 100 1 X Specification Section 11214 Ozone Injection Pumps $ 38,020 Fort worth, TX 76119 (817) 686-2100 (817) 686-2199 Fort Worth Attachment 1A Page 6 of 11 Watson -Marlow I.C.O Environmental Improvements. 1 X Specification Section 11240, 11242 & lime Slurry Storage �� Pumps $ 330,000 517 N. Kealy (75057) P.O. Box 915 Lewisville, TX 75067 (972)436-2536 fax (972) 436-8670 Belco Manufacturing I.C.O Control Process Systems, Inc. 1 X Specification Section 11245 FRP Tanks $ 449,879 P.O. Box 9666 Tulsa, Oklahoma 74157 (918)445-5205 fax (918) 446-8812 MP Pumps & Heyward Gordon Mixers I.C.O Environmental Improvements Inc. 1 X Specification Section 11251 Lime Slurry Storage Tanks, Mixers & Transfer Pumps $ 150,000 517 N_ Kealy (75057) P.O. Box 915 Lewisville, TX 75067 (972)436-2536 fax (972) 436-8670 Fontaine USA Inc. I.C.O. Newman Renency Group 1 X Specification Section 11281 Slide Gates $ 104,000 4011 West Plano Parkway, Suite 108 Plano, TX 75093 (972) 769-1993 fax (972) 769-9042 D & R Tank Company, Inc. 1 X Specification Section 11320 Ground Storage Tank $ 841,758 1210 Prosperity SE Albuquerque, NM 87105 (505) 873-1101 fax (505) 877 6548 Warminister Fiberglass I.C.O HRM Environmental 1 X Specification fication Section 13228 Wash Water Troughs $ 22,000 3825 Hillwood Way Bedford, TX 76021 (817) 835-0100 fax (817) 835-0195 Mitsubishi Electrical Power Products, Inc. I.C.O. Newman Rectency Group 1 X Specification Section 13282 Liquid Oxygen System $. 685,000 4011 West Plano Parkway, Suite 108 Plano, TX 75093 (972) 769-1993 fax (972) 769-9042 Fort Worth Attachment 1 A Page 7 of 11 Flowserve I.C.O. NAABTECH LLC 4624 Martin Luther King Frwy, Ste 100 1 X Specification Section 11210 Vertical Turbine Can Pumps $ 750,000 Fort worth, TX 76119 (817) 686-2100 (817) 686-2199 Fairbanks -Morse I.C.O. Smith Pump Company 1 X Specification Section 11213 Backwash Rumps $ 92,228 7437 Tower Street Fort Worth, TX 76118 (817) 589-2060 fax (817) 505-4900 Hydromaic / Smith Pump 1 X Specification Section 11216 Sump Pumps $ 94,089 7437 Tower Street Fort Worth, TX 76118 (817) 589-2060 fax (817) 505.4900 Philadelphia Mixing I.C.O. WWater Tech Inc. 1 X Specification Section 11221 & 11222 Vertical Shaft Rapid Mixers Flocculators $ 199,975 3104 Washington Street Waller, TX 77484 (936) 372-5272 fax (936) 372-9224 Envirirodyne I.C.O. CF Engineered Squipment 1 X Specification Section 11225 Sludge Collection Equipment $ 397,318 6505 W. Park Blvd., Ste. 3o6 Plano, TX 75093 (972) 479-1105 fax (972) 479-0133 Meurer Research I.C.O Treatment E ui meet Co. 1 X Specification Section 11227 Inclined Plate Settlers $ 558,461 6220 Campbell Road, Suite 101 Dallas, TX 75248 (972) 931-1116 fax (972) 931-0103 Hibon I.C.O Hartwell Environmental Cor . 1 X Specification Section 11276 Air Scour Blowers $ 132,450 5211 West Arkansas Lane Arlington, TX 76016 (817} 446-9500 fax (817) 446-7200 51- Fort Worth mml Attachment 1A Page 8 of 11 KSB I.C.O CIF Engineered Equipment 1 X Specification Section 11319 Submersible Pumps $ 46,871 6505 W. Park Blvd., Ste. 306 Plano, TX 75093 (972) 479-1105 fax (972) 479-0133 ITT -Leopold 1.C.0 Treatment Equipment Co. 1 X Specification Section 13221 Filter Underdrain System $ 76,433 6220 Campbell Road, Suite 101 Dallas, TX 75248 (972) 931-1116 fax (972) 931-0103 rrT-Leopold I.C.O Treatment Equipment Co. 1 X Specification Section 13226 Filter Media $ 81,348 6220 Campbell Road, Suite 101 Dallas, TX 75248 (972) 931-1116 fax (972) 931-0103 Mitsubishi Electrical Power Products, Inc, I.C.O. Newman Renency Group 1 X Specification Section 13280, 13290 & 13296 Ozone System $ 1,809,000 4011 West Plano Parkway, Suite 108 Plano, TX 75093 (972) 769-1993 fax (972) 769-9042 Mazzei Injector Company, LLC 1 X Specification 13292 22 Ozone Sidestream Venturi Injection System $ 196,500 500 Rooster Drive Bakersfield, CA93307 (661) 363-7500 fax (661) 363-7500 Crispin K-Flo I.C.O. Municipal Valve & Eauloment 1 X Specification Section 15100 Motor Actuated Butterfly Valves $ 376,000 5924 W. Parker Road Suite 200 Plano, TX 75093 (972) 934-1261 fax (972) 943 - 5754 Pall Advanced Separations Systems 1 X Specification Volume 4 Membrane Filtration System $ 3,424,290 839 NYS Rte. 13 P.O. sox 5630 (607) 753-6041 fax (607) 756 1862 Fort worth Attachment 1A Page 9 of 11 PROSERV ANCHOR CRANE GROUP 1 X Monorail Hoist $ 21,644 2020 E. Grauwyler Rd. Irving, Texas 75061 (800) 275.2624 Fax (972) 438-3428 FloTec 1 X townerSelectedl Electric Moto Actuators $ 234,441 200 Union Bower Court X 7509 Irvine, TX 75061 Irvin 5 fax (972) 554-6665 HSO Technology 1 X (owner Selected) Applications Engineer (AES) work $ 459,660 26227 research Road Hayward, CA 94545 (510) 259-1334 fax (510) 259-1392 Gardner & Martin 1 X Flagpoles $ 6,145 2900 East Beltway 8 Pasadena, TX 77503 phone: 281-487-8889 fax: 281487-8884 Lone Star Floors 1 X Entry Mats $ 4,378 720 Avenue F. Suite 105 Piano, Tx 75074 phone: 972-578-0408 fax: 972-578-0304 Hudson Building Systems 1 X Folding Glass Partition $ 66,100 2510 Tarpley Road Suite 2 Carrollton, TX 75006 phone: 972-418-9665 fax: 972-418-9669 Texton Commercial , 1 X Window Blinds $ 2,750 114 Kirby St Garland, TX 75042 phone: 800-442-1540 fax: 972-276-5104 Capital Distributing, Inc. 1 X Residential Appliances $ 4,436 P.O. Box 35965 Dallas, TX 75235 phone:214-638-2681 fax: 214-638-4553 Fort Worth Attachment 1A Page 10 of 11 Grainger lndustrlal Supply 1 X Benches: Model # EDSAL 4TW55 $ 5,400 300 W. Vickery Blvd FL Worth, TX 76104-1201 (817) 840-9501 (817) 840-9503 Northstar Fire Protection 1 X Fire Suppression $ 121,000 405 Hwy_ 121 Bypass, Bldg. C Lewisville, TX 75067 phone: 469-635-440D fax: 469-635-4401 M. Hanna Construction Co., Inc. 1 X Site Clearing, Erosion Installation, Excavation, Embankment $ 1,002,975 P.O. Box 296 Sulphur Springs, TX 75483 PH 903-885-6772 FX 903-885-3099 Hanson Aggregates 1 X Drainage Rock, Misc. Aggregates $ 48,700 6504 South Interpace Oklahoma City, OK 73135 PH 405-760-1301 FX 469-586-1503 Beck Steel 1 X Structural Steel Fabrication $ 499,950 401 N. Loop 289 Lubbock, TX 79403 { 806) 747-7555 (806) 744-0467 Buck Alredge Bosworth Steel Erectors 1 x Structural Steel Erection $ 213,895 4001 Jaffee St. Dallas TX, 752164023 (214) 371-3700 (214) 371-1020 Micah Conrad Northern Iron Works, Inc 1 x Exotic Metal Fabrication $ 155,793 2955 Franks Rd Bethayres, PA 19D06.4214 (215) 947-1867 (215) 947-8396 Howard Dupree Rocky Mountain Railings 1 x Handrail Fabrication $ 68,898 11939 E. 51 st Ave Denver, CO 80239 (303) 432-OD03 (303) 432-2038 Scott Hooper Fort Worth Attachment 1A Page 11 of 11 Chase Associates 1 x Access Manway na Fabrication $ 18,921 PO Sox 75 Edgecomb, ME 04556 (207) 882-7526 (207) 882-6392 Josh Allan Delta Composites 1 X FRP Fabrication 27,895 23219 W. Hardy Rd Spring, TX 77373 (281)907-0619 (281) 907-0323 Jenifer Pinto Dallas Metal Fabricators, Inc. 1 X Stainless Steel Cable Rail $ 19,600 2817 Logan St. Dallas, TX 75215 (214) 421-7417 (214) 421-4554 Bill Ross Jr McQuay In care of 1 X Chillers, AHU's, VAV's, Split Systems, Exhaust Fans , GRD's $ 198,000 Climatec 1082 N 23rd Ave Phoenix, AZ 85209 P: 602-944-3330 F: 602-944-4759 Sigler Commercial 1 X Armstrong HVAC Pumps and Accessories $ 13,750 9702 W Tonto Street Tolleson, AZ 85353 P: 602-225 2522 F: 602-225-2511 TAC 1 X HVAC Controls $ 72,000 1650 W Crosby Rd Carrollton, TX 75006 P: 972-323-5306 F: 972-245-0996 Ferguson 1 X Ductile, Stainless Steel, RCC pipe & fittings, Valves, Accessories $ 1,902,000 2650 S Pipeline Road Euless, TX 76040 P: 817-267-3900 F: 817.267-3912 FoRT'WORTH Total Dollar Amount of M/WBE Subcontractors/Suppliers 1 $ 7,350,472 Total Dollar Amount of Non-M/WBE SubcontractorslSuppliers IS 28,211,181 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORSISUPPLIERS 1 $ 35,561,653 ATTACHMENT IA Page 4 of 4 The_Ontractor:will .not rnakvad'diitons;�:dAeiitvns, or substitutions.;to. this;eerti&&list.withoutthe prior approval:of::the Minor ty and women. Bug�ess Eriterpnse O ce;IVTanager or designee.through the.sulimittal of aRegrcestJf i, pp vvalo C'kia. gWAddWo& Any unjustified,,olange or deleon s�all be.ain4terial�breo$ oTcontaractetanidlemd ey relau[ialt.In db ',I-nentim xpThenshaaedd vifhthe_procedures :outind in<tie .ordinance-subniit.r: ion of flow tt e requested change/additiottior: deletlon-.wiU .dffect-the committed.M/W>BE-goa . If the detail: eiiplanatibii ib-riot suliniitted;dt will'affect the final compliamee determination. By aMdng 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 Iess than one (1) year. Au orized Signature Presiden — Te s Division '[ide 16cCarthy Building Companies Company Name 14131 Midway Rd Address Addison, TX 75001 Clty/sllwhp Michael J. McWay Printed Signature Rick Barnes/Chief Civil -'Est Contact Name/rift (if different) (p) 972-991-5500/ (-F) 972-991-9 249 Telephone and/or Fax rbarnes@mccarthy.com E-mail Address 5/7/2009 Data Rev. 6130/03 FORTWORT H City of Fort Worth Prime Contractor Waiver Form ATTACHMENT I Page 1 of 1 PRIME COMPANY NAME: Check applicable block to describe prime M/W/DBE NON-M/W/DBE PROJECT NAME: BID DATE City's M/WBE Project Goal: PROJECT NUMBER If both answers to this form are YES, do not complete ATTACHMENT IC(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 IC. This form is only applicable ifs answers are yes. Failure to complete this form in Its entirety and be received by the Managing Department on or before 5:00 p.m.. five (5) City business days after bid opening, exclusive of the bid opening date, will result in the bid being considered non- responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is NO your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/WBE(s) on this contract, the payment therefore and any proposed changes to the original 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 M/WBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. �IIAI I � IIIII�II�1 ICI � Authorized Signature Printed signature Title Company Name Addn= Citylswzip Contact Name (if different) Phone Number Fax Number Email Address I►TIP Rev. 5/30/03 ATTACHMENT 1C Page 1 of 3 FORT WORTH City of Fort Worth Good Faith Effort Form PRIIVIE COMPANY NAME: Check applicable block to describe prime Ivl/W/DBE N01, •M/W/UBE PROJECT NAME: BID DATE City's M/WBE Project Goal: ECT NUMBER PROJ you:havc;failed to secure MNVBE participation and you have subcontracting!apd/or supplier opportunities or if -your DBE: 'ct atioa is less than t&e.Ci s ro'ect oat ou must com lete this forma yard. p ty' P j % i y . ._ P _ . 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: fiAanaging Department on or before 5 00: P.M. five (5) City business days after bid opening, exclusive of bid: open1* date, w111_resuit in the:bld being considered;non-responsive to bid 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. (DO NOT LIST NAMES OF FIRMS) On Combined Projects, list each subcontracting and of supplier opportunity through the 2tier. (Use additional sleets, f necessary) List of Subcontracting Opportunities I List of Supplier Opportunities Rev. 05/30103 ATTACHMENT 1 C Page 2 of 3 2.) Obtain a current (not more than three (3) months old from the bid open date) list of MAYBE subcontractors and/or suppliers from the City's M/WBE Office. Yes No Date of Listing 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, attacb.M/WBE mail listing to include name of firm and address and a dated copy of letter mailed.) No 4.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? Yes (if yes, attach list to include name of M/WBE firm, person contacted, phone number and date and time of contact.) No NOTE: A fatslmile may be used to complywith t3ither 3;or 4, but may not'be"used for both. If a facsimile: Is used; attach the fax confirmation, which Is to 'provide MfWBEname, date, time, fax number and: documentation faxed. NOTE: lithe list of MPUNM for. aparticular subcontractin /su lier opportunity is ten_: 10 or l,.ss, the. g PP Pp ty � l ) ' bidder must contact the entire' list to -be: in,compllance with questions 3 and 4. If the list of: MNVBEs fora; particular: subcontracting/suppieer opportunity is ten (10) or more, the bidder must 'contact at least two- thirds,(2/3) ofahe iist'withinsuch: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 additinnal sheetc. ifyrerecsarv. and atmrh. I Company Name Telephon e Contact Person Scope of Work Reason for Rejection Rev. 06130103 ATTACHMENT IC Page 3 of 3 ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain NVVME 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 NII"E(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 Title Company Name Number Address City/State/Zip Printed Signature Contact Name and Title (if different) Phone Number Fax Email Address Date Rev. 06130103 r t` Joint Venture Page 1 of 3 FORT WORTH CITY OF FORT WORTH Joint Venture Eligibility Form Al! questions must be answered; use "NA" if applicable - Name of City project: A joint venture form mug be completed on W& project RFPBid/Purehasing Number: 1. Joint venture twormatlon: Joint Venture Name: Joint Venture Address: afapplicable) Telephone: Facsimile: E-mail address: Cellular: Identify the firms that comprise the joint venture: Please attach extra sheets i addillonal space is required to provide detailedexplanations o work to be performedhy each erm comprising theJ lint venture M/WBE firm Non-M/WBE name: firm name: Business Address: Business Address: City, State, Zip: City, State, Zip: Facsimile E-mail Name of Certifying Agency: Facsimile 2. Scope of work performed by the Joint Venture: Describe the scope of work of the AMBE: Describe the scope of work of the non-N /WBE: Rev. 5/30//03 Joint Venture Page 2 of 3 3. What is the percentage of M/WBE 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 making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating b. Marketing and Sales ---------------------------------------------- c. Hiring and Firing of management personnel ---------------------------------------------- d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the MMBE 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 amountsipercentages change from the originally approved information, then the participants must inform the City's MMIBE 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. MOM Joint Venture . Pam 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. y Name ofM/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 State of On this Notarization County of day of , 20 , before me appeared and to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name Notary Public Siaatre Commission Expires Rev. 51301/03 WRD-217 Revised 07121106 TEXAS WATER DEVELOPMENT BOARD PRIME CONTRACTOR AFFIRMATIVE STEPS CERTIFICATION and GOALS WRD-217 1. PROJECT INFORMATION A. TWDB Protect No. 8. ApplicantlEntily C. Loan/Grant Amount G. Program Type (lnsen W for all Ihal ap*) �-lipa' (oD4SIA 5 ® Drinking Water SRF (DWSRF) Clean Water SRF (CWSRF) 0 Colonia Wastewater (CWTAP) Other D. Contract Number E. Prime Contractor F. Contract Amount II, GOOD -FAITH EFFORT try,plKoi�utuall yir:Enrsnt5kdtstd�rtyOx.Prangwntrr:ctori 1 umrtatuturrlial it it my rr111axXility to rompfy +vitfi affltatr eelffederafrrpufarriuu errdpideua in Kc utif-rotiou ujsm° ahwdty, inRyra[.Amar,iuprotar,mrut.I-0175 wtJndlfmo{iuQeufjdltGd Mtuajfo apporluailiatfirrSID4 qFB& f11&L• wrdSrtl'Ril r by. 1. Including qualified5BE, Mtit, Wtst ano Stshws on procurernent.S010I1aUon lists; 2. Soliciling potential SBE, MBE, WBE and SBRA's; 3. Reducing contract sizelquantitfes, when economically feasible, to permit maximum participation by SBE, MBE, WBE and SBRA's,, 4, Establishing delivery schedules to encourage participallon.by SBE, MBE; WBE and SBRA's; S. Using the services and assistance of the Small Business Administration, Minority Business Development Agency, U'.S. Department of Commerce, Texas Marketplace; 6. Submitting documentation to the Texas Water Development Board to verify good faith effort, steps 1-6. EXCEPTIOPI As the Prime Contractor, i certify that I have reviewed the contract requirements and found no available stibcontracting opportunities. i also certify chat I will fulfill 100 percent of the contract requirements with my own employees & resources. trhec6 U ,1ur•.hrtthk+ Si nature - Auth Representative Title Certification Date (25tO2,-1 i V�64,vlxl(ft.,�:,�it5 D(j(slo t �0 2��°J Ill. PROJECT PARTICI "TIOESTIMATES ton low mnirvct amount) Total Procurement Cost Category Total Potential MBE Participation Goal Extension Potential WBE Participation Goai Extension Construction $ - 34.0% $ 8.0% $ Supplies $ - 29.0% $ Equipment $ 13.0% $ 13.0% $ Services $ • 22.0% $ - ?.G.O°lo $ 'Other Issuance Costs Ill": ell; $4! 10 6"i i?E anAL $ NIA NIA Total Procurement ,at:f !�2%yt .lklp?A;nirgSJV $ $ $ IV. TWDS APPROVAL SiGNATURES OPFCA Engineer Approval Date SWMBE Coordinator Approval Date 'Other ISSUANCE costs can include: ,;it;l;ill x _ _, }.,n� ast;ran: a; t:i tt:= yv , ynf ru: hr•,ii•`.._ , a: titan • r er,.,r_ tl tin, �,irn. retcl" (cr• or other now.b.,d jr 57t rp: r . WAN (5/13/91) SRF NUAlber- CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS The prospective participant certifies to the best of its knowledge and belief tlmt it and its principals: (a) Are not presently debarred, suspended; proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three year period preceding this proposal been convicted.of or had a civil judgement rendered against them for commission of fiaud or a criminal offense in connection with obtaining, attempting -to obtain, or performing a public (Federal, State, or local) transaction or contract tinder a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement; theft, forgery, -bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise crimipally or civilly charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and (d) 1-lave not withid a tlii•ee-year'period.precediitg this applicatiordpi�oposai had -one bi• more public transactions (Federal, Staie,-or focal) terininated for tcause or default. 1 understand that a false statement on this certification may be grounds for rejection of tliis proposal or termination of the award. In addition, under 18 USC Sec. 1001, a false statement may result in a fine of up to $10,000 or imprisonment for up to 5 years, or both. S!, J t S y ad me tie of Authorized Rep �esentative aI Q le-, 7— L'� / n signature of Au orized Repres tive Da 1 any unable to certify to the above statements. Arty explanation is attached 63 WRD-702C Revised 5/23/2005 Appendix F WRD•?35 09112)01 BiDiDER'S EEO/NSF CERTIFICATIONS (WRD-255) Project Name t+�>r5� sl'�Q- ��war Trea',-f - /Jan 1 ProjectNumber Pa(�a ~ C07E' 40O 4'( ;5 Contract For CG i l 0 F eorl- 'r"or-H The following certifications must be completed -by the bidder for each contract. A. EQUAL EMPLOYMENT OPPROTUNITY: ( ✓f l have developed and have on file at my each establishment affirmative action programs pursuant to.41 CPR. fart 60-2. Ihave Participated in- previous contract(s) or subcontract(s) subject to the equal opportunity clause under.Exeeutive Orders 11246 and 11375. 1 have filed all -reports due under -the reduiremet ts-contalned'in 4.1 CFR 60-1.7. ( ) R have not participated in previous conblacts(s) subject to the equal opportunity. clause under Executive 0_rders 11246 acid 11375.. Iwill obtain a similar certification -from any proposed s.ubcontractor(s), AN�hen-appro.priate. B. NONSEGREGATED FACILITIES (certify that 1 do not and will not maintain any facilities provided for my employees in a segregated manner, or permit my .employees to perform their services at any location under lily control where -segregated facilities Are maintahied; and that I will obtain a similar certification prior to the award of any federally assisted subcontract exceeding $10,000 which is not exempt -from the equal opportunity -clause as required by 41 CFR 60-1.8. I understand that a false statement on this certification may be grounds .for rejection of this bid proposal or terniination or tile contract award. Ty ed an Title Biddy's ALItiorize SignatureofBidder's lutitori ciRepreseu 0--)o 09 Date' I C. L l Name & Address of Bidder j y J 3 1lt, %Z>,Q� , Jve+p 65 WRD-702C Revised 5l3I2005 Appendix F APR-29-2009 09:32 FROM- T-298 P.003/003 F-559 WPD-259 Sam VENDOR COMPLIANCE WITH RECIPROCITY ON NON- RESIDENT BIDDERS - Government Code 2257-002 provides that, in order to be awarded a contract as low bidder, a non- res'rdcttt bidder roust bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract in the state in which the non-resident's principal place of business is located. A non- resident bidder is a contractor whose corporate offices or principal place of business is outside of the state of Texas. This requirement does not apply to a contract involving Federal funds, The appropriate blanks in Section A must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of cut -of -state or non-resident contractors to do so will automatically disqualify that bidder. Resident bidders must chrck the blank in Section $, A. Non-resident vendors in (give state), our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Non-nesidedt vendors in (give statel our principal place of business, are not required to underbid resident bidders. Our principal place of business or corporate offices arc in the State of Texas: BiDDSP: Cornpany 'e 5 _ s-Go City State Zip I 1±r' ,'-) a>-< < cz- '9 Title: (please print) TMS FORM MUST BE RETURNED WrM T"FM BID PART C GENERAL CONDITIONS PART C GENERAL CONDITIONS OF THE CONTRACT SECTION A DEFINITIONS, PROCEDURES AND INTERPRETATIONS A-1 CONTRACT DOCUMENTS: By the term Contract Documents is meant all of the written and drawn documents setting forth or affecting the rights of the parties, including but not necessarily limited to, the Contract, Notice to Bidders, Proposal, General Conditions, Special Conditions, Specifications, Plans, Bonds and all Addenda, Amendments signed by all parties, Change Orders, written Interpretations and any written Field Order for a minor change in the Work. A-2 ENTIRE AGREEMENT: The Contract Documents represent the entire agreement between the Parties, and no prior or contemporaneous, oral or written agreements, instruments or negotiations shall be construed as altering the terms and effects of the Contract Documents. After being executed, the Contract Documents can be changed only by a written Amendment signed by the Contractor and the Owner, or Change Order, or by a written Feld Order for a minor change. A-3 WORK: By the term Work is meant all labor, supervision, materials and equipment necessary to be used or incorporated in order to produce the construction required by Contract Documents. A-4 EXECUTION OF THE CONTRACT DOCUMENTS: The Contract Documents shall be executed in six originals, with all required attachments, including required bonds and insurance certificates, by the Contractor and the Owner in such form as may be prescribed by law and returned to the Owner within ten business days of notification to Contractor. Failure to execute contracts and provide required enclosures will be grounds for revocation of award and taking of Bid Bond. A-5 FAMILIARITY WITH PROPOSED WORK: Before filing a Proposal, the bidder shall examine carefully the, plans, specifications, special provisions, and the form of contract to be entered into for the work contemplated. He shall examine the site of work and satisfy himself as to the conditions that will be encountered relating to the character, quality and quantity of work to be performed and materials to be fumished. The filing of a bid by the bidder shall be considered evidence that he has complied with these requirements and has accepted the site as suitable for the work. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated by the plans will not be allowed. A-6 ONE UNIFIED CONTRACT: Insofar as possible, the Contract Documents will be bound together and executed as a single unified Contract. The intention of the Contract Documents being to provide for all labor, supervision, materials, equipment and Iftmo, other items necessary for the proper execution and completion of the Work. Words that have well -recognized technical or trade meanings are used herein in accordance with such recognized meanings. A-7 DIVISION OF WORK: The arrangement of Drawings and/or Specifications into Divisions, Sections, Articles, or other Subdivisions shall not be binding upon the Contractor in dividing the work among Subcontractors or Trades. A-S INTERPRETATIONS: The Engineer will furnish such Interpretations of the Plans and Specifications as may be necessary for the proper execution or progress of the work. Such Interpretations shall be furnished at the instance of the Engineer or at the request of the Contractor, or Owner, and will be issued with reasonable promptness and at such times and in accordance with such schedule as may be agreed upon. Such Interpretations shall be consistent with the purposes and intent of the Plans and Specifications and may be effected by Field Order. In the event of any dispute between any of the parties to the Contract and the Engineer or each other involving the interpretation of the Contract Documents, the evaluation of work or materials performed or furnished by the Engineer Contractor, or any subcontractor or materialsman, or involving any question of fault or liability of any party, the decision of the Owner shall be final and binding. In the event of inconsistency in the contract documents, the following sequence for interpretation shall be used in order of precedence: Change Orders and/or Field Orders (by date of issuance); Addenda (by date of issuance); Drawings; Notes and dimensions on Drawings; Technical Specifications; Special Provisions; Supplementary General Conditions; General Conditions; and, Construction Contract. A-9 COPIES OF WORKING DRAWINGS AND SPECIFICATIONS: The Engineer will furnish to Contractor free of charge 5 sets of working Drawings and 5 sets of Specifications. Contractor shall pay the cost of reproduction for all other copies of Drawings and Specifications furnished to him. All Drawings, Specifications and copies thereof furnished by the Owner or the Engineer are and shall remain the property of the Owner. They are not to be used on any other project and, with the exception of one Contract set for each Party to the Contract, are to be returned to the Owner on request at the completion of the work. Part C.doc C-1 March 2009 A-10 MINORITY AND WOMEN BUSINESS ENTERPRISE (MWWBE) POLICY: The City of Fort Worth has goals for the participation of Minority and Women Business Enterprises (MANBE) In City contracts. Compliance with the policies designed to meet these goals is mandatory in order to be considered a responsive bidder. The City policy and procedures to be followed in submitting bids is included. The City of Fort Worth MWBE Program will take precedence over other subcontractor utilization programs on Block Grant and other federally funded Projects. A-11 CORRELATION AND INTENT: In general, the drawings indicate dimension, locations, positions, quantities, and kinds of construction; the specifications Indicate the quality and construction procedures required. Work indicated on the drawings and not specified of vice -versa, shall be furnished as though set forth in both. Work not detailed, marked or specified shall be the same as similar parts that are detailed, marked or specified. If the drawings are In conflict or conflict with the specifications the better quality or greater quantity or work or materials shall be estimated and shall be furnished or included. Dimensions on drawings shall take precedence over small-scale drawings. Drawings showing locations of equipment, piping, ductwork, electrical apparatus, etc., are diagrammatic and job conditions may not allow installation in the exact location shown. Relocation shall not occur without the Engineers approval. A-12 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 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 equipment. 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. A-13 DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with ADA provisions and any other applicable federal, state and local laws concerning disability and will defend, indemnity and hold City harmless against any claims or `� allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above -referenced laws concerning disability discrimination in the performance of this agreement. SECTION B IDENTITY OF ENGINEER B-1 CONTRACT ADMINISTRATION: Where the term "Engineer" is used in the "General Conditions of the Contract for Construction", it shall refer to the Director, Water Department or his designated Construction Manager. The Director, Water Department will designate a Project Manager and Construction Manager (CM) to administer this contract and perform the functions of the "Engineer" as indicated in the General Conditions. The design engineer or consulting engineer may also be designated to perform the duties of "Engineer". The term "City" and "Owner" are used interchangeably and refer to the City of Fort Worth as represented by the Director of the Fort Worth Water Department or his designated representative. B-2 TERMINATION AND SUSPENSION OF WORK: The Owner has the right to terminate the Project for any reason. If the project is terminated, the Contractor shall: a) Stop work under the Contract on the date and to the extent specified on the notice of termination. b) Place no further orders or subcontracts except as may be necessary for the completion of the work not terminated. c) Terminate all orders and subcontracts to the extent that they relate to the performance of the work terminated by the notice of termination. After termination as above, the City will pay the Contractor a proportionate part of the contract price based on the work completed; provided, however, that the amount of payment on termination shall not exceed the total contract price as reduced by the portion thereof allocatable to the work not completed and further reduced by the amount of payments, if, any otherwise made. Contractor shall submit its claim for amounts due after termination as provided in this paragraph within 30 days after receipt of such claim. In the event of any dispute or controversy as to the propriety or allowability of all or any portion of such claim under this paragraph, such dispute or controversy shall be resolved and be decided by the City Council of the City of Fort Worth, and the decision by the City Council of the City of Fort Worth shall be final and binding upon all parties to this contract. `/ Part C.doc C-2 March 2009 B-3 DUTIES OF THE ENGINEER: As used herein, the term Engineer means the Engineer or his authorized representative. Nothing contained in these Contract Documents shall create any privity of Contract between the Engineer and the Contractor. I-..i B-4 ENGINEER AS REPRESENTATIVE OF THE OWNER: The Construction Manager will provide general administration of the Contract on behalf of the Owner and will have authority to act as the representative of the Owner to the extent provided in the Contract Documents unless changed in writing by the Owner. The Engineer will be available for conferences and consultations with the Owner or the Contractor at all reasonable times. B-5 ACCESS TO JOB SITES: The Engineer shall at all times have access to the Work whenever it is in preparation and progress. The Contractor shall provide facilities for such access so the Engineer may perform its assigned functions under the Contract Documents. The Engineer will make periodic visits to the Site to familiarize himself with the progress and quality of the work and to determine if the work is proceeding in accordance with the Contract documents. On the basis of on -site observations, the Engineer will keep the Owner informed of the progress of the Work and will endeavor to guard the Owner against defects and deficiencies in the Work of the Contractor. Based upon such observations and the Contractor's applications for payments, the Construction Manager will make determinations and recommendations concerning the amounts owing to the Contractor and will issue certificates for payment amounts. B-6 INTERPRETATIONS: The Engineer will be, in the first instance, the interpreter of the requirements of the Plans and Specifications and the judge of the performance thereunder by the Contractor, subject to the final decision of the Owner. The Engineers decisions in matters relating to artistic effect will be final if consistent with the intent of the Contract Documents. B-7 AIJiHORITY TO STOP WORK: The CM will have authority to reject work that does not conform to the Plans and Specifications. In addition, whenever, In Its reasonable opinion, the CM considers it necessary or advisable in order to insure the proper realization of the intent of the Plans and Specifications, the CM will have authority to require the Contractor to stop the Work or any portion thereof, or to require special inspection or testing of the Work whether or not such Work be then fabricated, installed or completed. B-8 MISCELLANEOUS DUTIES OF ENGINEER Shoo Drawings. The Engineer will review Shop Drawings and Samples. Two copies of each approved Shop Drawing and submittal will be provided to the Owner by the Engineer. Three copies will be returned to the Contractor. Change Orders. Change Orders and Field Orders for Minor Changes In the Work will be issued by the Owner Guarantees. The Owner will receive all written guarantees and related documents required of the Contractor. Upon completion of the project the Contractor shall provide the Owner five copies of each guarantee. Inspections The Owner will conduct inspections for the purpose of determining and making his recommendations concerning the dates of substantial completion and final completion. The Engineer will conduct the final acceptance inspection and issue the Certificate of Completion. Operation and Maintenance Manuals The Owner will receive six copies of all applicable equipment Installation, operation, and maintenance brochures and manuals required of the Contractor. B-9 TERMINATION OF THE ENGINEER: In case of the termination of the employment of the Engineer by the Owner, the Owner shall either assume the duties of the Engineer through the Director of the Department of Transportation and Public Works, or shall appoint a successor Engineer against whom the Contractor makes no reasonable objection. SECTION C OWNER C-1 IDENTIFICATION: By the term Owner is meant the City of Fort Worth acting herein by its duly authorized representatives In the manner provided by law. Authorized representatives include the City Manager, Assistant City Manager, the Director of the Water Department and members of the Water Department. Generally speaking a designated representative will be a Project Manager or the Construction Manager identified from within the Water Department to act as a point of contact for day-to-day contract administration. C-2 DUTIES OF THE OWNER: The Owner shall furnish surveys describing the physical characteristics, legal limits and utility locations for the site of the Work; provided, however, that the Contractor hereby covenants that he has inspected the premises and familiarized himself therewith and that the locations of utilities and other obstacles to the prosecution of the Work as shown on the Owner's survey are for information only, are not binding upon the Owner, and the Owner shall not incur any liability for loss or damage by virtue of any inaccuracies or deficiencies In such surveys. The Owner shall secure and pay for title to the site and all necessary permanent or construction easements. The Owner will cooperate with the Contractor In the prosecution of the Work in such manner and to such extent as may be reasonable and shall furnish information under its control with reasonable promptness at the request of the Contractor. Part C.doc C-3 March 2009 C-3 INSTRUCTIONS: The Owner shall issue all instructions to the Contractor through the CM. C-4 ACCESS TO JOB SITE: The Owner shall at all times have access to the Work whenever it is in preparation and progress. The Contractor shall provide facilities for such access so the Owner may perform its assigned functions under the N-now, Contract Documents. C-5 PROGRESS INSPECTIONS: The Owner will make visits to the Site to familiarize themselves with the progress and quality of the Work and to determine if the work is proceeding in accordance with the Contract documents. On the basis of on -site observations and reports concerning the progress and quality of the work, the Owner will approve and authorize the Contractor's applications for payments. C-6 AUTHORITY TO STOP WORK: The Owner will have authority to reflect work that does not conform to the Plans and Specifications. Whenever, in its reasonable opinion, the Owner considers it necessary or advisable in order to insure the proper realization of the intent of the Plans and Specifications, the Owner will have authority to require the Contractor to stop the work or any portion thereof, or to require the Contractor to stop the Work or any portion thereof, or to require special inspection or testing of the Work whether or not such Work be then fabricated, installed or completed. C-7 SUBSTANTIAL COMPLETION INSPECTION: Upon agreement of the Contractor and Engineer that the Work is substantially complete, the Owner will schedule a Substantial Completion Inspection to be conducted by the Engineer and attended by representatives of the Engineer, Owner and Contractor. Items identified during this inspection as being incomplete, defective or deficient shall be incorporated into a punch list and accepted, approved and signed by the Owner and/or CM. C-8 RIGHT TO AUDIT: Contractor agrees that the City shall, until the expiration of three years after final payment under this contract, have access to and the right to examine any directly pertinent books, documents, papers and records of the Contractor Involving transactions relating to this contract. Contractor further agrees to include in all his subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three years after final payment under the subcontract, have access to and the right to examine any directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract. The term "subcontract" as used herein includes purchase orders. Contractor agrees to photocopy such documents as may be requested by the city. The city agrees to reimburse Contractor for the costs of copies at the rate published in the Texas Administrative Code. SECTION D CONTRACTOR D-1 IDENTIFICATION: The Contractor is the person or organization identified as such in the Contract. The term Contractor means the Contractor or his authorized representative. D-2 INDEPENDENT CONTRACTOR: Contractor shall perform all work and services hereunder as an independent contractor, not as agent, or employee of the City. Contractor shall have exclusive control of and the exclusive right to control the details of the Work and services performed hereunder, and all persons performing same, and Contractor shall be solely responsible for the acts of its officers, agents, and employees. Nothing herein shall be construed as creating a partnership or joint enterprise between City and the Contractor, its officers, agents and employees, and the doctrine of respondeat superior shall not apply. D-3 SUBLETTING: It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Director of Transportation and Public Works of the City of Fort Worth. D-4 REVIEW OF CONTRACT DOCUMENTS: The Contractor shall carefully study and compare the Agreement, Conditions of the Contract, Drawings, Specifications, Addenda and modifications and shall at once report to the Owner and to the Engineer any error, inconsistency or omission he may discover. The Contractor shall do no work without Drawings, Specifications and Interpretations. D-5 SUPERVISION: The Contractor shall supervise and direct the Work, using his best skill and attention. He shall be solely responsible for all construction means, methods, safety, techniques, sequences and procedures and for coordinating all portions of the Work under the Contract Documents. D-6 LABOR AND MATERIALS: Unless otherwise specifically noted, the Contractor shall provide and pay for all labor, materials, equipment, tools, construction equipment and machinery, water, heat, utilities, transportation and other facilities and services necessary for the proper execution and completion of the Work. The successful low bidder will use its reasonable best efforts to hire local laborers, workmen and materialmen. The general condition is not to be constructed as limiting the right of any bidder to employee laborers, workmen or materialmen from outside local area. The Contractor shall at all times enforce strict discipline and good order among his employees, and shall not employ on the Work any unfit person or anyone not skilled in the task assigned to him. Part C.doc C-4 March 2009 D-7 COMPLIANCE WITH AND ENFORCEMENT OF PREVAILING WAGE RATE IWMWI Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents. Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31 " day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify In writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, Including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) If the contractor or subcontractor and any affected worker do not resolve the Issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11 th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a parry in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. Records to be Maintained. The Contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the Work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. Pay Estimates. With each partial payment estimate or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. Posting of Wage Rates. The Contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above. On projects where special wage rates apply (e.g. Davis -Bacon) the Contractor agrees to meet all requirements of such programs. D-8 WARRANTY: The Contractor warrants to the Owner and the Engineer that all materials and equipment furnished under this Contract will be new unless otherwise specified, and that all work will be of good quality, free from faults and defects, and in conformance with the Contract Documents. All work not so conforming to these standards may be considered defective. If required by the Engineer or the Owner, the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. The warranty provided in this Section shall be in addition to and not in limitation of any other warranty or remedy provided by law or the Contract Documents. D-9 TAXES: The Contractor is exempt from State Sales Tax on material incorporated into the finished construction, Excise and Use Tax. D-10 LICENSES, NOTICES AND FEES: The Contractor shall obtain all Permits, Licenses, Certificates, and Inspections, whether permanent or temporary, required by law or these Contract Documents. The Contractor shall give all Notices and comply with all Laws, Ordinances, Rules, Regulations and Orders of any public authority bearing on the performance of the Work. if the Contractor observes or becomes aware that any of the Contract Documents are at variance therewith in any respect, he shall promptly notify the Engineer Owner in writing and any necessary changes will be made. if the Contractor performs any Work knowing that It is in violation of, or contrary to, any of such Laws, Statutes, Charter, Ordinances, Orders or Directives, or Regulations without furnishing Notice to the Owner, the Contractor will assume full responsibility therefore and bear all costs attributable thereto. Part C.doc C-$ March 2009 D-11 NOT USED: D-12 SUPERINTENDENT: The Contractor shall employ a competent superintendent and necessary assistants who shall be in attendance at the Project site during the progress of the Work. The superintendent shall be satisfactory to the Contractor and the 1r0/ Owner. The superintendent shall represent the Contractor and all communications given to the superintendent shall be binding as if given to the Contractor. Important communications will be confirmed in writing. Other communications will be so confirmed on written request in each case. D-13 RESPONSIBILITIES FOR EMPLOYEES AND SUB -CONTRACTORS: The Contractor shall be responsible to the Owner for the acts and omissions of all his employees and all Sub -contractors, their agents and employees, and all other persons performing any of the Work under a contract with the Contractor. 0-14 FAILURE TO COMMENCE WORK: Should the Contractor fail to begin the Work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications and Contract Documents, then the Owner shall have the right to either demand the surety to take over the Work and complete same In accordance with the Contract Documents or to take charge of and complete the Work in such a manner as it may deem proper, and If, in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. D-15 PROGRESS SCHEDULE: The Contractor, immediately after being awarded the contract, shall prepare and submit for the Engineer's approval, an estimated progress schedule for the Work. The progress schedule shall be related to the entire Project. This schedule shall indicate the dates for the starting and completion of the various states of construction and shall be revised as required by the conditions of the Work, subject to the Engineer's approval. It shall also indicate the dates for submission and approval of shop drawings and submittals as well as the delivery schedule for major pieces of equipment and/or materials. The Contractor shall submit an updated progress schedule the BCM at least monthly for approval along with the Contractor's monthly progress payment requests. D-16 DRAWINGS AND SPECIFICATIONS AT THE SITE: The Contractor shall maintain at the site for the Owner one copy of all Drawings, Specifications, Addenda, approved Shop Drawings, Change Orders, and other Changes and Amendments in good order and marked to record all changes made during construction. These shall also be available to the Engineer. The Drawings, marked to record all changes made during construction, shall be delivered to the Owner upon completion of the Work. The Engineer will prepare, and provide to the Owner, one complete set of reproducible record drawings of the Work. D-17 SHOP DRAWINGS AND SAMPLES: Shop Drawings are drawings, diagrams, illustrations, schedules, performance charts, brochures and other data which are prepared by the Contractor or any Subcontractor, manufacturer, supplier or distributor, `� and which illustrate some portion of the Work. Samples are physical examples furnished by the Contractor to illustrate materials, equipment or workmanship, and to establish standards by which the Work will be judged. The Contractor shall review, stamp with his approval and submit, with reasonable promptness and in orderly sequence so as to cause no delay in the Work or in the work of any other contractor, normally within the first 90 days of the work, six copies of all shop Drawings and Samples required by the Contract Documents or subsequently by the Engineer as covered by changes or amendments. Shop Drawings and Samples shall be properly identified as specified, or as the Engineer may require. At the time of submission the Contractor shall inform the Engineer in writing of any deviation in the Shop Drawings or Samples from the requirements of the Contract Documents. By approving and submitting Shop Drawings and Samples, the Contractor thereby represents that he has determined and verified all field measurements, field construction criteria, materials, catalog numbers and similar data, and that he has checked and coordinated each shop drawing given in the Contract Documents. The Engineer's approval of a separate item shall not indicate approval of an assembly in which the item functions. The Engineer will review and approve Shop Drawings and Samples with reasonable promptness so as to cause no delay, but only for conformance with the design concept of the Project and with the information given in the Contract Documents. The Engineer's approval of a separate item shall not indicate approval of an assembly in which the item functions. The Contractor shall make any corrections required by the Engineer and shall resubmit the required number of corrected copies of Shop Drawings or new Samples until approved. The Contractor shall direct specific attention in writing or on resubmitted Shop Drawings to revisions other than the corrections requested by the Engineer on previous submissions. The Engineer's approval of Shop Drawings or Samples shall not relieve the Contractor of responsibility for any deviation from the requirements of the Contract Documents unless the Contractor has Informed the Engineer in writing of such deviation at the time of submission and the Engineer has given written approval to the specific deviation. Engineer's approval shall not relieve the Contractor from responsibility for errors or omissions in the Shop Drawings or Samples. No portion of the Work requiring a Shop Drawing or Sample submission shall be commenced until the Engineer has approved the submittal. All such portions of the Work shall be in accordance with approved Shop Drawings and Samples. '*"/ Part C.doc C-6 March 2009 D-18 SITE USE: The Contractor shall confine operations at the site to areas permitted by law, ordinances, permits and the Contract Documents and shall not unreasonably encumber the site with any materials or equipment. Until acceptance of the Work by the City Council of the City of Fort Worth, the entire site of the Work shall be under the exclusive control, care and responsibility of the Contractor. Contractor shall take every precaution against injury or damage to persons or property by the action of the elements or from any other cause whatsoever. The Contractor shall rebuild, repair, restore and make good at his own expenses all injuries or damages to any portions of the Work occasioned by any of the above, caused before acceptance. D-19 CUTTING AND PATCHING OF WORK: The Contractor shall do all cutting, fitting or patching of his Work that may required to make its several parts fit together properly, and shall not endanger any Work by cutting, excavating or otherwise altering the Work or any part of it. D-20 CLEAN UP: The Contractor at all times shall keep the premises free from accumulation of waste materials or rubbish. At the completion of the Work he shall remove all his waste materials and rubbish from and about the Project as well as all his tools, construction equipment, machinery and surplus materials, and shall clean all glass surfaces and leave the Work "Broom -clean" or its equivalent, except at otherwise specified. In addition to removal of rubbish and leaving the buildings "broom -clean", Contractor shall clean all glass, replace any broken glass, remove stains, spots, marks and dirt from decorated work, clean hardware, remove paint spots and smears from all surfaces, clean fixtures and wash all concrete, tile and terrazzo floors. If the Contractor fails to clean up, the Owner may do so, and the cost thereof shall be charged to the Contractor. D-21 COMMUNICATIONS: As a general rule, the Contractor shall forward all communications to the Owner through the BCM. SECTION E SUBCONTRACTORS E-1 DEFINITION: A Subcontractor is a person or organization that has a direct contract with the Contractor to perform any of the Work at the site. The term Subcontractor is referred to throughout the Contract Documents as if singular in number and masculine in gender and means a Subcontractor or his authorized representative. Nothing contained in the Contract, Documents shall create any contractual relation between the Owner and the Engineer and any subcontractor or any of his sub -subcontractors or materialmen. E-2 AWARD OF SUBCONTRACTS: The bidder shall furnish a list of the names of the subcontractors or other persons or organizations (including those who are to furnish materials or equipment fabricated to a special design) proposed for such portions ,"NEW of the Work as may be designated in the bidding requirements, or if none is so designated in the bidding requirements, the names of the Subcontractors proposed for the principal portions of the Work. Prior to the award of the Contract, the Engineer shall notify the successful bidder in writing if either the Owner or Engineer, after due investigation, has reasonable objection to any person or organization on such list. Failure of the Owner and Engineer to make an objection to any person or organization on the list prior to the award of this Contract shall not constitute acceptance of such person or organization. If, prior to the award of the Contract, the Owner or Engineer has an objection to any person or organization on such list, and refuses to accept such person or organization, the apparent low bidder may, prior to the award, withdraw his bid without forfeiture of bid security. If such bidder submits an acceptable substitute, the Owner may, at its discretion, accept the bid or he may disqualify the bid. If, after the award, the Owner or Engineer objects in writing to any person or organization on such list, the Contractor shall provide an acceptable substitute. The Contractor shall not make any substitution for any Subcontractor or person or organization that has been accepted by the Owner and the Engineer, unless the substitution is also acceptable to the Owner and the Engineer. E-3 TERMS OF SUBCONTRACTS: All work performed for the Contractor by a Subcontractor shall be pursuant to an appropriate agreement between the Contractor and the Subcontractor (and where appropriate between Subcontractors and Sub - subcontractors) which shall contain provisions that: 1. Preserve and protect the rights of the Owner and the Engineer under the Contract with respect to the Work to be performed under the subcontract so that the subcontracting thereof will not prejudice such rights; 2. Require that such Work be performed in accordance with the requirements of the Contract Documents; 3. Require submission to the Contractor of applications for payment under each subcontract to which the Contractor is a party, in reasonable time to enable the Contractor to apply for payment; 4. Require that all claims for additional costs, extensions of time, damages for delays or otherwise with respect to subcontracted portions of the Work shall be submitted to the Contractor (via any Subcontractor or Sub -subcontractor where appropriate) in the manner provided in the Contract Documents for like claims by the Contractor upon the Owner; 5. Waive all rights the contracting parties may have against one another for damages caused by fire or other perils covered by the property insurance, except such rights, if any, as they may have to proceeds of such insurance held by the Owner, and, 6. Obligate each Subcontractor specifically to consent to the provisions of this Section Part C.doc C-% March 2009 All of the provisions set out in this section shall be deemed to have been included in every subcontract, and every subcontract shall be so construed and applied as to the Owner and the Engineer, whether or not such provisions are physically included in the sub- contract. E-4 MINORITY AND WOMEN BUSINESS ENTERPRISE (MWWBE): Should the base bid be less than $25,000, the \%0011 requirements of this section do not apply. General: In accordance with City of Fort Worth Ordinance No 15530 (the "Ordinance"), the City of Fort Worth sets goals for the participation of minority and women business enterprises (MWWBE) in City contracts. Ordinance No 15530 is incorporated in these General Conditions by reference. A copy of the Ordinance may be obtained from the Office of the City Secretary. Failure to comply with the Ordinance shall be a material breach of contract. Prior to Award: The MWBE documentation required by the procurement solicitation must be submitted within five city business days after bid opening. Failure to comply with the City's MWBE Ordinance, or to demonstrate a 'good faith effort', shall result in a bid being considered non -responsive. Contractor shall provide copies of subcontracts or cosigned letters of intent with approved MWBE subcontractors and or suppliers prior to award. During Construction: Contractor shall also provide monthly reports on utilization of the subcontractors to the MWBE Office and the Construction Manager. Contractor must provide the City with complete and accurate information regarding actual work performed by an MWBE on the contract and proof of payment thereof. Contractor further agrees to permit an audit and/or examination of any books, records or files in Its possession that will substantiate the actual work performed by an MWBE. The misrepresentation of facts and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state, or local laws or ordinances relating to false statement. An offeror who intentionally and/or knowingly misrepresents material facts shall be determined to be an irresponsible offeror and barred from participating in City work for a period of time of not less than three (3) years. The failure of an offeror to comply with this ordinance where such non-compliance constitutes a material breach of contract as stated herein, may result in the offeror being determined to be an irresponsible offeror and barred from participating in City work for a period of time of not less than one (1) year. The Contractor may count toward the goal any tier of MWBE subcontractors and/or suppliers. The Contractor may count toward its goal a portion of the total dollar amount of the contract with a joint venture equal to the percentage of the MWBE participation in the joint venture for a clearly defined portion of the work to be performed. All subcontractors used in meeting the goals must be certified prior to the award of the Contract. Change Orders: Whenever a change order affects the work of an MWBE subcontractor or supplier, the MWBE shall be given an opportunity to perform the work. Whenever a change order is $50,000 or more, the MWBE Coordinator shall determine the goals applicable to the work to be performed under the change order. During the term of the contract the Contractor shall: 1. Make no unjustified changes or deletions in its MNUBE participation commitments submitted with the bid/proposal or during negotiation, without prior submission of the proper documentation for review and approval by the MWBE Office, 2. If substantial subcontracting and/or supplier opportunities arise during the term of any contract when the Contractor represented in its bid/proposal to the City that it alone would perform the subcontracting/supplier opportunity work, the Contractor shall notify the City before subcontracts for work and/or supplies are awarded and shall be required to comply with subsections 12.3 and 12.4 of the OOrdinance, exclusive of the time requirements stated in such subsections. 3. The Contractor shall submit to the MWBE Office for approval an MWBE REQUEST FOR APPROVAL OF CHANGE FORM, if, during the term of any contract, the Contractor wishes to change or delete one or more MWBE subcontractors or suppliers. Justification for change of subcontractors may be granted for the following: 1. An M/WBE's failure to provide Workers' Compensation Insurance evidence as required by state law; or 2. An MIWBE's-failure to provide evidence of general liability or other insurance: under the same or similar terms as contained in the Contract Documents with limits of coverage no greater than the lower of 1) the limits required of the Contractor by the City; or 2) the limits contained in the Contractor's standard subcontract or supply agreements used on other projects of similar size and scope and within the Contractor's normal business practice with non- M/WBE subcontractor's/subconsultant's or suppliers; or 3. An MWBE's failure to execute the Contractor's standard subcontract form, if entering a subcontract is required by the Contractor in its normal course of business, unless such failure is due to: a) A change in the amount of the previously agreed to bid or scope of work; or b) The contract presented provides for payment once a month or longer and the Contractor is receiving payment from the City twice a month; or N%0011 Part C.doc C-8 March 2009 c) Any limitation being placed on the ability of the M/WBE to report violations of the Ordinance or any other ordinance or violations of any state or federal law or other improprieties to the City or to provide notice of any claim to the Contractor's surety company or insurance company. d) Mediation shall be a consideration before the request for change is approved. 4. An M/WBE defaults in the performance of the executed subcontract. In this event, the Contractor shall: a) Request bids from all M/WBE subcontractors previously submitting bids for the work, b) If reasonably practicable, request bids from previously non -bidding M/WBEs, and c) Provide to the M/WBE office documentation of compliance with (a) and (b) above. 5. Any reason found to be acceptable by the M/WBE Office in its sole discretion. Within ten days after final payment from the City the Contractor shall provide the M/WBE Office with documentation to reflect final participation of each subcontractor and supplier, including non-M/WBEs, used on the project. E-5 PAYMENTS TO SUBCONTRACTORS: The Contractor shall pay each Subcontractor, upon receipt of payment from the Owner, an amount equal to the percentage of completion allowed to the Contractor on account of such Subcontractor's Work. The Contractor shall also require each Subcontractor to make similar payments to his subcontractors. If the Owner refuses to Issue a Certificate for Payment for any cause which is the fault of the Contractor and not the fault of a particular subcontractor, the Contractor shall pay that Subcontractor on demand, made at any time after the Certificate for Payment would otherwise have been issued, for his Work to the extent completed, less the retained percentage. The Contractor shall pay each Subcontractor a just share of any insurance monies received by the Contractor, and he shall require each Subcontractor to make similar payments to his Subcontractors. The Owner may, on request and at its discretion, furnish to any Subcontractor, if practicable, information regarding percentages of completion certified to the Contractor on account of Work done by such Subcontractors. Neither the Owner nor the Engineer shall have any obligation to pay or to see to the payment of any monies to any Subcontractor, E-6 NOT USED: SECTION F SEPARATE CONTRACTS F-1 OWNER'S RIGHT: The Owner reserves the right to award separate contracts in connection with other portions of the Work. When separate contracts are awarded for other portions of the Work, "the Contractor" in the Contract Documents in each case shall be the contractor who signs each separate contract. F-2 MUTUAL RESPONSIBILITY OF CONTRACTORS: The Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their materials and equipment and the execution of their work, and shall properly connect and coordinate his work with theirs. If any part of the Contractor's Work depends for proper execution or results upon the work of any other separate contractor, the Contractor shall inspect and promptly report to the Owner any apparent discrepancies or defects in such work that render it unsuitable for such proper execution and results. Failure of the Contractor to inspect and report shall constitute an acceptance of the other contractor's work as fit and proper to receive his Work, except as to defects which may develop in the other separate contractor's work after the execution of the Contractor's Work. Should the Contractor cause damage to the work or property of any separate contractor on the site, the Contractor shall, upon due notice, settle with such other contractor by agreement, if he will so settle. If such separate contractor sues the Owner on account of any damage alleged to have been so sustained, the Owner shall notify the Contractor who shall defend against such suit at the Contractor's expense, and if any judgment against the Owner arises therefrom, the Contractor shall pay or satisfy such judgment and shall reimburse the Owner for all attorney's fees, court costs and expenses which the Owner has incurred in connection with such suit. F-3 CUTTING AND PATCHING UNDER SEPARATE CONTRACTS: The Contractor shall do all cutting, fitting or patching of his Work that may be required to fit it to receive or be received by the work of other contractors shown in the Contract Documents. The Contractor shall not endanger any work or any other contractors by cutting, excavating or otherwise altering any work and shall not cut or alter the work of any other contractor except with the written consent of the Engineer. Any costs caused by defective or ill-timed work shall be bome by the party responsible therefor. Part C.doc C-9 March 2009 F-4 OWNER'S RIGHT TO CLEAN UP: If a dispute arises between the separate contractors as to their responsibility for cleaning up, the Owner may clean up and charge the cost thereof to the several contractors as the Director of the Department of Transportation and Public Works shall determine to be just. SECTION G MISCELLANEOUS PROVISIONS G-1 CONFLICT OF LAWS: The law of the place where the site is located shall govern the Contract. The Contractor must familiarize himself and strictly comply with all Federal, State, and County and City Laws, Statutes, Charter, Ordinances, Regulations, or Directives controlling the action or operation of those engaged upon the work affecting the materials used. He shall indemnify and save harmless the City and all of its officers and agents against any claim or liability arising from or based on the violation of any such Laws, Statutes, Charter, Ordinances, Regulations, or Directives, whether by himself, his employees, agents or subcontractors. G-2 GOVERNING LAWS: it is mutually agreed and understood that this agreement is made and entered into by the parties hereto with reference to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with reference to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same. G-3 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In performing their duties under the Statutes of the State of Texas and the Charter and Ordinances of the City of Fort Worth in connection with this Contract, or in exercising any of the powers granted the Owner herein, the officers, agents and employees of the City of Fort Worth are engaged in the performance of a governmental function and shall not incur any personal liability by virtue of such performance hereunder, except for gross negligence or willful wrong. G-4 COMPLIANCE WITH LAWS. Contractor agrees to comply with all laws, Federal, state and local, including all ordinances, rules and regulations of the City of Fort Worth, Texas. Materials incorporated into the finished Project are not subject to State Sales Tax. The Owner is responsible for obtaining the Building Permit. The Contractor and the appropriate subcontractor are responsible for obtaining all other construction permits from the governing agencies. Contractor shall schedule all code inspections with the Code Inspection Division in accordance with the permit requirements and submit a copy of updated schedule to the Construction Manager weekly. Building, plumbing, electrical and mechanical building permits are issued without charge. Water and sewer tap, impact & access fees will be paid by the City. Any other permit fees are the responsibility of the Contractor. G-5 INDEMNIFICATION: Contractor covenants and agrees to indemnify Owner, Construction Manager, and Engineer, and their respective personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such iniury, damage or death is caused, in whole or In part, by the negligence or alleged neollgence of Owner. Its officers, servants, or emoloyees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such inlury or damage Is caused in whole or In Part by the negligence or alleged negligence of Owner. Its officers, servants or employees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, If he deems it appropriate, refuse to whom a claim for damages is outstanding as a result of work performed under a City Contract. G-6 SUCCESSORS AND ASSIGNS: Except as provided in Paragraph E-2, this contract shall be binding upon and insure to the benefit of the parties hereto, their Successors or Assigns. Contractor shall not assign or sublet all or any part of this Contract or his rights or duties hereunder without the prior written consent of the Owner. Any such purported assignment or subletting without the prior written consent of Owner shall be void. G-7 WRITTEN NOTICE: Written Notice shall be deemed to have been duly served if delivered in person to the individual or member of the firm or to an officer of the corporation for whom it was intended, or if delivered at or sent by registered or certified mail to the last business address known to him who gives the notice. G-8 SURETY BONDS: Surety Bonds are required on all City contracts in excess of $26,000. The Contractor agrees, on the submittal of his Proposal to make, execute and deliver to said City of Fort Worth good and sufficient surety bonds for the faithful performance of the terms and stipulations of the Contract and for the payment to all claimants for labor and/or materials furnished in the prosecution of the Work, such bonds being as provided and required in Article 5160 of the Revised Civil Statutes of Texas, as amended, in the form Included in the Contract Documents, and such bonds shall be 100 percent of the total contract price, and the Part C.doc C-10 March 2009 said surety shall be a surety company duly and legally authorized to do business in the State of Texas, and acceptable to the City Council of the City of Fort Worth. Bonds shall be made on the forms furnished by or otherwise acceptable to the City. Each bond shall be properly executed by both the Contractor and the Surety Company. Bonds required by the City shall be In compliance with all relevant local, state and federal statutes. To be an acceptable surety on the bond the name of the surety should be included on the current U. S. Treasury List of Acceptable Securities [Circular 5701, and must be authorized to do business in Texas. Sureties not listed in Circular 570 may write performance and payment bonds on a project without reinsurance to the limit of 10 percent of its capital and surplus. Such a surety must reinsure any obligation over 10 percent. The amount in excess of 10 percent must be reinsured by reinsurers who are duly authorized, accredited, or trusteed to do business in the State of Texas. Should any surety for the contracted project be determined unsatisfactory at any time during same, the Contractor shall immediately provide a new surety bond satisfactory to the City. If the contract amount is less than $25,000, payment shall be made in one lump sum 30 calendar days after completion and acceptance of the Work. G-9 OWNER'S RIGHT TO CARRY OUT THE WORK: If the Contractor defaults or neglects to carry out the Work in accordance with the Contract Documents or fails to perform any provision of the Contract, the Owner may, without prejudice to any other remedy he may have, enter the site and make good such deficiencies. In such case an appropriate Change Order shall be issued deducting from the payments then or thereafter due the Contractor the cost of correcting such deficiencies, including the cost of the Engineer's additional services made necessary by such default, neglect or failure. If the payments then or thereafter due the Contractor are not sufficient to cover such amount, the Contract shall pay the difference to the Owner. G-10 ROYALTIES AND PATENTS: The Contractor shall pay all royalties and license fees. He shall defend all suits or claims for infringement of any patent rights and shall save the Owner harmless from loss on account thereof and shall be responsible for all such loss when a particular design, process or the product of a particular manufacturer or manufacturers is specified; however, if the Contractor has reason to believe that the design, process or product specified is an infringement of a patent, he shall be responsible for such loss unless he promptly gives such information to Owner. G-11 TESTS: If the Contract Documents, Laws, Ordinances, Rules, Regulations or Orders of any public authority having jurisdiction require any Work to be inspected, tested or approved, the Contractor shall give the Owner timely notice of its readiness and the date arranged so the Engineer may observe such inspection, testing or approval. The Owner shall bear all costs of such inspection, tests and approvals unless otherwise provided. If after the commencement of the Work, the Owner determines that any work requires special inspection, testing or approval not included above, the Owner, upon written authorization from the Owner, will instruct the Contractor to order such special inspection, testing or approval, and the Contractor shall give notice as required in the preceding paragraph. If such special inspection or testing reveals a failure of the Work to comply (1) with the requirements of the Contract Documents or (2) with respect to the performance of the Work, with taws, Statutes, Charter, Ordinances, Regulations or Orders of any public authority having jurisdiction, the Contractor shall bear all costs thereof, including the Engineer's additional services made necessary by such costs; otherwise the Owner shall bear such costs, and an appropriate Change Order shall be issued. The Contractor shall secure certificate of inspection, testing or approval, and three copies will be promptly delivered by him to the Owner. The Engineer will review the certificates and forward one copy of each with his recommendation(s) to the Owner. If the Owner wishes to observe the inspections, tests or approvals required by this Section, they will do so promptly and, where practicable, at the source of supply. Neither the observations of the Engineer or the Owner in their administration of the Construction Contract, nor inspections, tests or approvals by persons other than the Contractor shall relieve the Contractor from his obligations to perform the Work in accordance with the Contract Documents. G-12 INTERRUPTION OF EXISTING UTILITIES SERVICES: The Contractor shall perform the Work under this Contract with a minimum of outage time for all utilities. Interruption shall be by approved sections of the utility. In some cases, the Contractor may be required to perform the Work while the existing utility is in service. The existing utility service may be interrupted only when approved by the Owner. When it is necessary to interrupt the existing utilities, the Contractor shall notify the Owner in writing at least ten days in advance of the time that he desires the existing service to be interrupted. The Interruption time shall be kept to a minimum. Depending upon the activities at an existing facility that requires continuous service from the existing utility, an interruption may not be subject to schedule at the time desired by the Contractor. In such cases, the interruption may have to be scheduled at a time of minimum requirements of demand for the utility. The amount of time requested by the Contractor of existing utility services shall be as approved by the Owner. G-13 LAYING OUT WORK: The Contractor shall verify dimensions and elevations indicated in layout of existing work. Discrepancies between Drawings, Specifications, and existing conditions shall be referred to Engineer for adjustment before work affected is performed. Failure to make such notification shall place responsibility upon Contractor to carry out work in satisfactory workmanlike manner at the Contractor's sole expense. Part C.doc C-11 March 2009 The Contractor shall be held responsible for the location and elevation of all the construction contemplated by the Construction Documents. Prior to commencing work, the Contractor shall carefully compare and check all Engineerural, Structural, Mechanical an Electrical drawings; each with the other that in any affects the locations or elevation of the work to be executed by him, and should any discrepancy be found, he shall Immediately report the same to the Engineer for verification and adjustment. Any duplication of work made necessary by failure or neglect on his part to comply with this function shall be done at the Contractor's sole expense. G-14 MEASUREMENTS: Before ordering any material or doing any work, the Contractor shall verify all measurements at the site or at the building and shall be wholly responsible for the correctness of same. No extra charge or compensation will be allowed on account of any difference between actual dimensions and dimensions indicated on the drawings. Any difference that may be found shall be submitted to the Engineer for consideration and adjustment before proceeding with the project. G-15 EXISTING OVERHEAD OR UNDERGROUND WORK: The Contractor shall carefully check the site where the project is to be erected and observe any existing overhead wires and equipment. Any such work shall be moved, replaced or protected, as required, whether or not shown or specified at the Contractor's sole expense. Attention Is directed to the possible existence of pipe and other underground improvements that may or may not be shown on the Drawings. All reasonable precautions shall be taken to preserve and protect any such improvements whether or not shown on the Drawings. Location of existing underground lines, shown the Drawings are based on the best available sources, but are to be regarded as approximate only. Exercise extreme care In locating and identifying these lines before excavation in adjacent areas. G-16 ALIGNMENT OF JOINTS IN FINISH MATERIALS: It shall be the responsibility of the Contractor to make certain In the installation of jointed floor, wall and ceiling materials that: 1. Preserve and protect the rights of the Owner and the Engineer under the Contract with respect to the Work to be performed under the subcontract so that the subcontracting thereof will not prejudice such rights; 2. Place joints to relate to all opening and breaks in the structure and be symmetrically placed wherever possible. This includes heating registers, light fixtures, equipment, etc. If because of the non -related sizes of the various materials and locations of openings, etc., it is not possible to accomplish the above, the Contractor shall request the Engineer to determine the most satisfactory arrangement. The Contractor shall establish centerlines for all trades. G-17 INTEGRATING EXISTING WORK: The Contractor shall protect all existing street and other improvements from damages. Contractor's operations shall be confined to the immediate vicinity of the new work and shall not in any interfere with or obstruct the ingress or egress to and from existing adjacent facilities. Where new site work is to be connected to existing work, special care shall be exercised by the Contractor not to disturb or damage the existing work more than necessary. All damaged work shall be replaced, repaired and restored to its original condition at no cost to the Owner. G-18 HAZARDOUS MATERIAL CERTIFICATION: It is the intent of the contract documents, whether expressly stated or not, that nothing containing hazardous materials, such as asbestos, shall be incorporated in to the project. The Contractor shall exercise every reasonable precaution to ensure that asbestos -containing materials are not incorporated into any portion of the project, including advising all materials suppliers and subcontractors of this requirement. The Contractor shall verify that components containing lead do not contact the potable water supply. G-19 LOCATION OF EQUIPMENT AND PIPING: Drawing showing location of equipment, piping, ductwork, etc. are diagrammatic and job conditions may not always permit their installation in the location shown. When this situation occurs, it shall be brought to the Engineer's attention immediately and the relocation determined in a joint conference. The Contractor will be held responsible for the relocating of any items without first obtaining the Engineer's approval. He shall remove and relocate such items at his own expense if so directed by the Engineer. Where possible, uniform margins are to be maintained between parallel lines and/or adjacent wall, floor or ceiling surfaces. G-20 OVERLOADING: The Contractor shall be responsible for loading of any part or parts of structures beyond their safe carrying capacities by placing of materials, equipment, tools, machinery or any other Rem thereon. No loads shall be placed on floors or roofs before they have attained their permanent and safe strength. G-21 MANUFACTURER'S INSTRUCTIONS: Where it is required in the Specifications that materials, products, processes, equipment, or the like be installed or applied in accordance with manufacturer's instructions, direction or specifications, or words to this effect, it shall be construed to mean that said application or Installation shall be in strict accordance with printed instructions furnished by the manufacturer of the material concerned for use under conditions similar or those at the job site. Six copies of such instructions shall be furnished to the Engineer and his approval thereof obtained before work is begun. Part C.doc C-12 March 2009 G-22 CLEANING UP: The Contractor shall keep the premises free from accumulation of waste material or rubbish caused by employees or as a result of the Work. ,..i At completion of work, the General Contractor shall, Immediately prior to final inspection of complete building, execute the following final cleaning work with trained janitorial personnel and with material methods recommended by the manufactures of installed materials. 1. Sweep and buff resilient floors and base, and vacuum carpeting. 2. Dust all metal and wood trim and similar finished materials. 3. Clean all cabinets and casework. 4. Dust all ceilings and walls. 5. Dust, and if necessary wash, all plumbing and electrical fixtures. 6. Wash all glass and similar non -resilient materials. 7. All hardware and other unpainted metals shall be cleaned and polished and all equipment and paint or decorated work shall be cleaned and touched -up if necessary, and all temporary labels, tags, and paper coverings removed throughout the buildings. Surfaces that are waxed shall be polished. 8. The exterior of the building, the grounds, approaches, equipment, sidewalks, streets, etc. shall be cleaned similar to interior of buildings and left in good order at the time of final acceptance. All paint surfaces shall be clean and unbroken, hardware shall be clean and polished, all required repair work shall be completed and dirt areas shall be scraped and cleared of weed growth. 9. Clean all glass surfaces and mirrors of putty, paint materials, etc., without scratching or injuring the glass and leave the work bright, clean and polished. Cost of this cleaning work shall be borne by Contractor. 10. Cleaning, polishing, scaling, waxing and all other finish operations indicated on the Drawings or required in the Specifications shall be taken to indicate the required condition at the time of acceptance of all work under the Contract. 11. Burning: Burning of rubbish on the premises will not be permitted. G-23 DUST CONTROL: Precaution shall be exercised at all times to control dust created as a result of any operations during the construction period. If serious problems or complaints arise due to air-bome dust, or when directed by the Engineer, operations causing such problems shall be temporarily discontinued and necessary steps taken to control the dust. G-24 FIRE PROTECTION: The Contractor shall at all times maintain good housekeeping practices to reduce the risk of fire damage or injury to workmen. All scrap materials, rubbish and trash shall be removed daily from in and about the building and shall not be permitted to be scattered on adjacent property. Suitable storage space shall be provided outside the immediate building area for storing flammable materials and paints; no storage will be permitted in the building. Excess flammable liquids being used inside the building shall be kept in closed metal container and removed from the building during unused periods. A fire extinguisher shall be available at each location where cutting or welding is being performed. Where electric or gas welding or cutting work is done, interposed shields of incombustible material shall be used to protect against fire damage due to sparks and hot metal. When temporary heating devices are used, a watchman shall be present to cover periods when other workmen are not on the premises. The Contractor shall provide fire extinguishers in accordance with the recommendations and NFPA Bulletins Nos. 10 and 241. However, In all cases a minimum of two fire extinguishers shall be available for each floor of construction. G-26 CUTTING AND PATCHING: Wherever cutting and removal of portions of the existing work is indicated, such work shall be neatly sawed or cut by Contractor in a manner that will produce a neat straight line, parallel to adjacent surfaces or plumb for vertical surfaces. Care should be exercised not to damage any work that is to remain. At no time shall any structural members be cut without written consent from the Engineer. G-26 PROJECT CLOSEOUT Final Inspection, Record Drawings: Attention is called to General Conditions Section entitled, "Substantial Completion and Final Payment". Maintenance Manual: Sheets shall be 8'/2" x 11 ", except pull out sheets may be neatly folded to 8'/2 " x 11". Manuals shall be bound In plastic covered, 3 ring, loose leaf binder with title of project lettered on front and shall contain: 1) Name, address and trade of all sub -contractors. Part C.doc C-13 March 2009 2) Complete maintenance instructions; name, address, and telephone number of installing Contractor, manufacturer's local representative, for each piece of operative equipment. 3) Catalog data on plumbing fixtures, valves, water heaters, heating and cooling equipment, temperature control, fan, electrical `'wl panels, service entrance equipment and light fixtures. 4) Manufacturer's name, type, color designation for resilient floors, windows, doors, concrete block, paint, roofing, other materials. Submit six copies of Maintenance Manual, prior to request for final payment. Operational Inspection and Maintenance Instruction: The Contractor shall provide at his expense, competent manufacturer's representatives to completely check out all mechanical and electrical systems and items covered by the Drawings and Specifications. This requirement shall be scheduled just prior to and during the initial start up. After all systems are functioning properly the representatives shall Instruct maintenance personnel of the Owner in the proper operation and maintenance of each item. G-27 GUARANTEE AND EXTENDED GUARANTEE: Upon completion of the Project, prior to final payment, guarantees required by technical divisions of Specifications shall be properly executed in quadruplicate by subcontractors and submitted through the Contractor to Engineer. Delivery of guarantees shall not relieve Contractor from any obligation assumed under Contract. The Contractor shall guarantee the entire Project for two years. In addition, where separate guarantees, for certain portions of work, are for longer periods, General Contractor's guarantee shall be extended to cover such longer periods. Manufacturer's extended warrantees shall be included in this contract. Guarantees shall become valid and operative and commence upon issuance of Certificate of Inspection and Acceptance by Owner. Guarantees shall not apply to work where damage is result of abuse, neglect by Owner or his successor(s) in interest. The Contractor agrees to warrant his work and materials provided in accordance with this contract and the terms of the Technical Specifications contained herein. Unless supplemented by the Technical Specifications or the manufacturer's normal extended warrantees, the Contractor shall warrant all work materials, and equipment against defects for a period of one year from the date of final acceptance. The Contractor further agrees to bear all costs of making good all work that is found to be defective or not provided in accordance with the Contract Documents. Additionally if the facility or contents are damaged due to defective materials or workmanship of the Contractor, the Contractor further agrees to bear all cost of repairing and/or replacing damaged items and components to bring such items back to at least their original condition. G-28 RECORD DRAWINGS: Upon completion of the Work and prior to application for final payment, one print of each of the �/ drawings accompanying this specification shall be neatly and clearly marked in red by the Contractor to show variations between the construction actually provided and that indicated or specked in the Contract Documents. The annotated documents shall be delivered to Engineer. Where a choice of materials and/or methods is permitted herein and where variations in the scope or character of the work from the entire work indicated or specified are permitted either by award of bidding items specified for that purpose, or by subsequent change to the drawings, the record drawings shall define the construction actually provided. The representation of such variations shall conform to standard drafting practice and shall include supplementary notes, legends and details which may be necessary for legibility and clear portrayal of the actual construction. The record drawings shall indicate, in addition, the actual location of all sub -surface utility lines, average depth below the surface and other appurtenances. G-29 CONSTRUCTION FENCE: At the Contractor's option, he may provide a substantial chain -link construction fence around all or a part of the site. The fences and gates must be maintained throughout the construction period. Remove the fences and gates upon completion of the Project and restore the site to the required original or contract condition. G-30 PRODUCT DELIVERY, STORAGE, HANDLING: The Contractor shall handle, store and protect materials and products, including fabricated components, by methods and means which will prevent damage, deterioration and loss, including theft (and resulting delays), thereby ensuring highest quality results as the work progresses. Control delivery schedules so as to minimize unnecessary long-term storage at project site prior to installation. G-31 REMOVAL OF SALVAGED MATERIAL: The Contractor shall remove salvaged material and equipment from the Project site and dispose of it in accordance with the law. Equipment or material identified in the Specifications or Plans for Owner salvage shall be carefully removed and delivered to the Owner at any location in within the City limits as directed by the City. G-32 MANUFACTURER'S REFERENCE: Catalog, brand names, and manufacturer's references are descriptive, not restrictive. Bids on brands of like nature and quality will be considered. Contractor shall inform the City of any substitutions intended for the project in writing prior to the Preconstruction Conference. Failure to inform the City of substitute projects will obligate the Contractor to provide the specified material if awarded the contract. Upon request, the Contractor shall submit samples and/or detailed information as required to allow the Engineer to determine the acceptability of proposed substitutions. Where equipment has been listed as "no substitute accepted", the City will accept no alternates to the specified equipment. Nowoe Part C.doc C-14 March 2009 SECTION H CONTRACT TIME H-1 DEFINITIONS The Contract Time is the period of time allotted in the Contract Documents for completion of the Work and is the number of calendar days elapsing between the date of commencement and the date of substantial Completion plus additional days assessed for failure to complete punch list items from the Final Inspection in a timely manner The Date of Commencement of the Work is the date established in the Notice to Proceed. If there is no notice to proceed, it shall be the date of the Agreement or such other date as may be established therein. The Date of Substantial Completion of the Work or designated portion thereof is the Date certified by the Engineer with the approval of the Owner that construction is sufficiently complete, in accordance with the Contract Documents, so the Owner may occupy the Work or designated portion thereof for the use for which it Is intended. Final acceptance of the completed work or any portion thereof can be made only by the Assistant City Manager, and no other form of acceptance will be binding upon the Owner. A Calendar Day constitutes 24 hours of time and is any one of the seven days of a week, including Sunday, regardless of whether a "Working Day" or not, and regardless of weather conditions or any situation which might delay construction. An extension of contract time shall be in accordance with this Section. Extensions of time will be as recommended by the BCM with final approval by City of Fort Worth. A Workina Da v 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 work for a continuous period of not less than seven hours between 7:00 a.m. and 6:00 p.m. However, nothing In these Contract Documents shall be construed as prohibiting the Contractor from working on Saturdays if he so desires. Legal holidays are defined as being New Year's Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day, Memorial Day, and Veteran's Day. H-2 PROGRESS AND COMPLETION: All the time limits stated in the Contract Documents are of essence to the Contract. The Contractor shall begin the Work on the date of commencement as defined in this Section. He shall carry the Work forward expeditiously with adequate forces and shall complete it within the Contract Time. H-3 DELAYS AND EXTENSIONS OF TIME: If the Contractor Is delayed at any time in the progress of the Work by any act or neglect of the Owner or the Engineer, or by any employee of the Owner, or by any separate contractor employed by the Owner, or by any separate contractor employed by the Owner, or by changes ordered in the Work, or by labor disputes, fire, unusual delay in transportation, unavoidable casualties or any causes beyond the Contractor's control, or by any cause which the Engineer determines may justify the delay, then the contract time may be extended by Change Order for such reasonable time as recommended by the Engineer and approved by the Owner. All claims for extension of time shall be made in writing to the Engineer no more than fifteen days after the occurrence of the delay; otherwise they shall be waived. If no schedule or agreement is made stating the dates upon which written interpretations shall be furnished, then no claim for delay shall be allowed on account of failure to furnish such interpretation until fifteen days after demand is made for them, and not then unless such a claim is reasonable. H-4 NO DAMAGE FOR DELAY: No payment, compensation or adjustment of any kind (other than the extensions of time provided for) shall be made to the Contractor for damages because of hindrances or delays from an cause in the progress of the work, whether such hindrances or delays be avoidable or unavoidable, and the Contractor agrees that he will make no claim for compensation, damages or mitigation of liquidated damages for any such delays, and will accept In full satisfaction for such delays said extension of time. SECTION I PAYMENTS AND COMPLETION 1-1 CONTRACT SUM: The Contract Sum Is stated in the contract and is the total amount payable by the Owner to the Contractor for the performance of the Work under the Contract Documents. 1-2 SCHEDULE OF VALUES: Before the first Application for Payment, the Contractor shall submit to the Engineer a Schedule of Values of the various portions of the Work, including quantities if required by the Engineer, aggregating the total Contract Sum, divided so as to facilitate payments to Sub -contractors, prepared in such form as specified or as the Engineer and the Contractor may agree upon, and supported by such data to substantiate its correctness as the Engineer may require. Each item in the Schedule of Values shall include its proper share of overhead and profit. This Schedule, when approved by the Engineer and the Owner, shall be used as a basis for the Contractor's Applications for Payment. 1-3 ADJUSTMENT OF QUANTITIES: (Not used for Lump Sum Type Contract) Part C.doc C-15 March 2009 1-4 PROGRESS PAYMENTS: On the first day of each month after the first month's work has been completed, the Contractor will make current estimates in writing for review by the Engineer of materials in place complete and the amount of work performed during the preceding month or period and the value thereof at the prices contracted for as shown on the approved Schedule of Values and Progress Schedule. If payments are to be made on account of materials or equipment not incorporated in the Work but delivered and suitably stored at the site or in an independent, bonded warehouse such payments shall be conditioned upon submission by the Contractor of bills of sale or such other procedures satisfactory to the Owner to establish the Owner's title to such materials or equipment or otherwise protect the Owner's interest including applicable insurance and transportation to the site. The Contractor warrants and guarantees that title to all Work, materials and equipment covered by an Application for Payment, whether incorporated in the Project or not, will pass to the Owner upon the receipt of such payment by the Contractor, free and clear of all liens, claims, security interests or encumbrances hereinafter referred to as "liens"; and that no Work, materials or equipment covered by an Application for Payment will have been acquired by the Contractor, or by any other persons performing the Work at the site or furnishing materials and equipment for the Work, subject to an agreement under which an Interest therein or an encumbrance thereon is retained by the seller or otherwise imposed by the Contractor or such other person. The Contractor shall prepare each application for payment on AIA Document G702, "Application and Certificate for Payment", and attached thereto AIA Document G703, "Continuation Sheet", to indicate the progress made to date and the period or month for which payment is requested for each Item listed in the Schedule of Values. A copy of the revised monthly work progress schedule must be attached before the pay request can be accepted. 1-5 CERTIFICATES FOR PAYMENT: If the Contractor has made Application for Payment as above, the above, the Engineer will, with reasonable promptness but not more than seven days after the receipt of the Application, prepare a Certificate of Payment, with a copy to the Contractor, for such amount determined to be properly due, or state in writing reasons for withholding a Certificate. The Issuance of a Certificate for Payment will constitute a representation by the Owner, based on the BCM's observations at the site and the data comprising the Application for Payment, that the Work has progressed to the point indicated; that the quality of the Work is in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole upon Substantial Completion, to the results of any subsequent tests required by the Contract Documents, to minor deviations from the Contract Documents correctable prior to completion, and to any specific qualifications stated in the Certificate); and recommendations to the Owner that the Contractor be paid in the amount certified. In addition, the Engineer's approval of final payment assures the Owner that the conditions precedent to the Contractor's being entitled to final payment as set forth in this Section have been fulfilled. After the Engineer has issued a Certificate for Payment, the Owner shall approve or disapprove same within ten days after it has been delivered to the Director of the Department of Transportation and Public Works. For contracts less than $400,000, Owner shall pay 90% of the approved estimate to the Contractor within seven days after its approval, and the remaining 10% of each such estimate will be retained by the Owner until the final estimate is approved and the Work is accepted by the City Council of the City of Fort Worth. For contracts in excess of $400,000, the Owner will retain only 5% of each estimate until the final estimate is approved and work accepted by the City Council of the City of Fort Worth. No Certificate for a progress payment, nor any progress payment, nor any partial or entire use or occupancy of the Project by the Owner, shall constitute an acceptance of any Work not in accordance with the Contract Documents, or relieve the Contractor of liability in respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall promptly remedy any defects in the Work and pay for any damage to other work resulting therefrom that shall appear within a period of one year from the date of final acceptance of the Work unless a longer period is specified. 1-6 PAYMENTS WITHHELD: The BCM may decline to approve an Application for Payment and may withhold his Certificate In whole cr in part if in his opinion he Is unable to make the representations to the Owner as provided in this Section. The Engineer may also decline to approve any Applications for Payment or, because of subsequently discovered evidence or subsequent inspections, may nullify the whole or any part of any Certificate for Payment previously issued to such extent as may be necessary in his opinion to protect the Owner from loss because of: 1) Defective work not remedied; 2) Claims filed or reasonable evidence indicating probable filing of claims; 3) Failure of the Contractor to make payments properly to Subcontractors, or for labor, materials or equipment; 4) Reasonable doubt that the Work can be completed for the unpaid balance of the Contract Sum; 5) Damage to another contractor; 6) Reasonable indication that the Work will not be completed within the Contract Time; or 7) Unsatisfactory prosecution of the Work by the Contractor. When such grounds for the refusal of payment are removed, payment shall be made for amounts withheld because of them. The Owner reserves the right to withhold the payment of any monthly estimate, without payment of interest, if the Contractor fails to perform the Work in accordance with the specifications. \11111011 Part C.doc C-16 March 2009 1-7 NOT USED 1-8 LIQUIDATED DAMAGES: The deduction for liquidated damages shall be per Part D, Paragraph D-15 1-9 FAILURE OF PAYMENT: If, without fault on the part of the Contractor, the CM should fail to issue any Certificate for Payment within seven days after receipt of the Contractor's Application for Payment, if the Contractor's Application for Payment, or if, without fault on the part of the Contractor, the Owner should fail to approve such estimate or to pay to the Contractor 90% or 95% (as applicable) of the amount thereof within the period of time specified, then the Contractor may, upon seven (7) days additional written notice to the Owner and to the Engineer, stop the Work until payment of the amount owing has been received. 1-10 SUBSTANTIAL COMPLETION AND FINAL PAYMENT: Prior to the request for final payment, the Contractor must meet all provisions for Project Closeout. When the Contractor determines that the Work is substantially complete, the Construction Manager shall inspect the project with the Contractor and prepare a "Preliminary Punch List". When the Engineer, on the basis of a subsequent inspection, determines that the Work is substantially complete, he then will prepare a Certificate of Substantial Completion which, when approved by the Owner, shall allow the Contractor to request a Certificate of Occupancy which will establish the Date of Substantial Completion. The Certificate of Final Completion shall state the responsibilities of the Owner and the Contractor for maintenance, heat, utilities, and insurance, shall set forth the remaining work as a "final punch list". The Contractor shall complete the remaining work listed therein within specified calendar days. When the Certificate of Occupancy has been issued, the retainage will be reduced to 4%. Upon completion of the work listed on the final punch list to the satisfaction of the City of Fort Worth, the retainage may be reduced to 2.5%. Should the Contractor fail to complete all contractual requirements of the contract, including submittals and final pay request within the fixed time, the contract time will again commence. Should the Contractor fail to complete the work within the contract duration, liquidated damages will be assessed Upon receipt of written notice that the Work is ready for final inspection, the City will conduct a joint inspection and certify completion of the final punch list by cosigning it with the Contractor. The Contractor shall submit the following items to the City prior to requesting final payment: 1) Contractor's Affidavit of Payment of Debts and Claims stating that all payrolls, bills for materials and equipment, and other indebtedness connected with the Work for which the Owner or his property might in any way be responsible, have been paid or otherwise satisfied, 2) Consent of Surety to Final Payment, if any, to final payment, 3) Contractor's Affidavit of Release of Liens, and, 4) Other data establishing payment or satisfaction of all such obligations, such as receipts, releases, and waivers of liens arising out of the Contract, to the extent and in such form as may be designated by the Owner. 5) Contractor's Warranty 6) Statement that all outstanding work has been completed 7) Issuance of the Final Certificate of Substantial Completion 8) Final acceptance by the City of Fort Worth. If any Subcontractor, materialman or laborer refuses to furnish a Contractors Affidavit of Release of Liens, the Contractor may, at the election of the Owner, furnish a bond satisfactory to the Owner to indemnify him against any right, claim or lien which might be asserted by such Subcontractor, materialman or laborer. If any such right, claim or lien remains unsatisfied after all payments are made. The Contractor shall refund to the Owner all monies that the latter may be compelled to pay to discharging such right, claim or lien, including all costs and reasonable attorney's fees. The Contractor may then request final payment. The acceptance of final payment shall constitute a waiver of all claims by the Contractor except those previously made in writing and still unsettled. The Contractors two-year warranty will commence upon final acceptance of the Project by the City of Fort Worth. The designated representative of the City Council of the City of Fort Worth will make final acceptance and no other form of acceptance will be binding upon the Owner. Final payment and release of the retainage amount will become due within fifteen days following acceptance. 1-11 FINAL PAYMENT FOR UN -BONDED PROJECTS: Final payment will not be made for a period of 30 calendar days and until all requirements have been met, with the exception of Consent of Surety for Final Payment. Part C.doc C-1 % March 2009 SECTION J PROTECTION OF PERSONS AND PROPERTY J-1 SAFETY PRECAUTIONS AND PROGRAMS: The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. The Contractor shall designate a responsible member of his organization at the site whose duty shall be the prevention of accidents. This person shall be the Contractor's superintendent unless otherwise designated in writing by the Contractor to the Engineer. J-2 SAFETY OF PERSONS AND PROPERTY: The Contractor shall take all reasonable precautions for the safety of, and shall provide all reasonable protection to prevent damage, injury or loss to: (1) All employees on the Work and all other persons who may be affected thereby; (2) All the Work and all materials and equipment to be incorporated therein, whether in storage on or -off the site, under the care, custody or control of the Contractor or any of his Subcontractors or Sub -contractors; and (3) Other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement In the course of construction. Until acceptance of the Work, it shall be under the charge and care of the Contractor, and he shall take every precaution against injury or damage to the Work by the action of the elements or from any other cause whatsoever, whether arising from the execution or from the non -execution of the Work. The Contractor shall rebuild, repair, restore and make good, at his own expense, all Injuries or damages to any portion of the Work occasioned by any of the above, caused before its completion and acceptance. The Contractor shall comply with all applicable Laws, Ordinances, Rules, Regulations and Orders of any public authority having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss. He shall erect and maintain, as required by existing conditions and progress of the Work, all reasonable safeguards for safety and protection, including posting danger signs and other warnings against hazards, promulgating safety regulations and notifying owners and users of adjacent utilities. When the use or storage of explosives or other hazardous materials or equipment is necessary for the execution of the Work, the Contractor shall exercise the utmost care and shall carry on such activities under the supervision of properly qualified personnel. All damage or loss to any property referred to In the preceding paragraphs caused in whole or in part by the Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable, shall be remedied by the Contractor, including damage or loss attributable to faulty Drawings or Specifications and acts or omissions of the Engineer or anyone employed by him or for whose acts he may be liable, and not attributable to the fault or negligence of the Contractor or anyone claiming through the Contractor for such damage or loss. The Contractor shall not load or permit any part of the Work to be loaded so as to endanger its safety. J-3 HARD HATS: Hard Hats will be required at all construction sites included in this Contract from start to completion of work. Each Contractor, employee and visitor at any construction site included in the Contract will be required to wear a hard hat. The Contractor shall enforce the wearing of hard hats by Contractor, employees and visitors. Contractor shall provide ten hard hats for use by the consulting Engineers and Engineers and visitors. J-4 EMERGENCIES: In any emergency affecting the safety of persons or property, the Contractor shall act at his discretion to prevent threatened damage, injury or loss. Any additional compensation or extension of time claimed by the Contractor on account of emergency work shall be determined as provided in Changes in the Work, J-5 SAFE WORK PRACTICES: The Contractor shall employ safe practices in handling materials and equipment used in performing required work so as to insure the safety of his workmen, City employees and the public. The Contractor shall keep the premise free at all times from accumulation of waste materials or rubbish. At the completion of the work, the Contractor shall remove all his wastes and rubbish from and about the work area, as well as his tools, equipment and surplus materials and shall leave the area as clean and free of spot, stains, etc., as before the work was undertaken. J-6 TRENCH SAFETY: The Contractor shall be responsible for all design and implementation of trench shoring and stabilization to meet regulatory requirements. If the Proposal requires, the Contractor shall include a per -unit cost for trench safety measures in his bid. If not included in the Proposal, the Contractor shall include a cost for trench safety measures for all trenches over 5 feet in depth in his Schedule of Values. SECTION K - INSURANCE K-1 INSURANCE REOUIRED: The Contractor shall not commence work under this Contract until he has obtained all insurance required under this Section and such insurance has been approved by the City of Fort Worth, nor shall the Contractor allow any Subcontractor to commence work to be performed under this Contract until all similar insurance of the Subcontractor has been so obtained and approved. The City of Fort Worth will be listed as an "additional insured" on all policies except Worker's Compensation. fir/ Part C.doc C-18 March 2009 K-2 WORKERS'COMPENSATION INSURANCE 1) General 14mor, a) Contractor's Worker's Compensation Insurance. Contractor agrees to provide to the Owner (City) a certificate showing that it has obtained a policy of workers 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. b) 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 workers compensation insurance covering each employee employed 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) 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 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 Worker's 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. d) The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entities 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. 2) Definitions: a) 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 workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. b) Duration of the Project. Includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the City, c) Persons providing services on the project ("subcontractor" in section 406.096)-includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 3) Requirements a) 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 of the project, for the duration of the project. b) The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. c) 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 that coverage has been extended. d) The Contractor shall obtain from each person providing services on a project, and provide to the City: i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and li) 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. e) The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. f) 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. g) The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. h) The Contractor shall contractually require each person with whom it contracts to provide services on a project, to: Part C.doc C-19 March 2009 1) provide coverage, based on proper reporting on the classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; ii) 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; Ili) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; iv) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work 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; v) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. vi) notify the City in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and vii) contractually require each person with whom it contracts, to perform as required by paragraphs h-i) - vii), with the certificates of coverage to be provided to the person for whom they are providing services. 5) Posting of Required Worker's Compensation Coverage a) The Contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by worker's compensation insurance. This includes persons providing, hauling, or delivering `,i equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee". Call the Texas Worker's Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." K-3 LIABILITY INSURANCE: The Contractor shall procure and maintain during the term of this Contract such Liability Insurance as shall protect him, the City of Fort Worth and any Subcontractor performing work covered by this Contract, from claims of damage which may arise from operations under this Contract, including blasting, when blasting is done on, or in connection with the Work of the Project, whether such operations be by himself or by any Subcontractor or by anyone directly or indirectly employed by either of them and the limits of such insurance shall be not less than the following: 1) Automobile Liability: $1,000,000 each accident or reasonably equivalent split limits for bodily injury and property damage. Coverage shall be on "any auto" including leased, hired, owned, non -owned and borrowed vehicles used in connection with this Contract. 2) Commercial General Liability: $1,000,000 each occurrence. Coverage under the policy shall be as comprehensive as that provided in a current Insurance Services Office (ISO) policy form approved for use in Texas and the policy shall have no exclusions by endorsement unless such are approved by the City. 3) Excess Liability Umbrella: $1,000,000 each occurrence; $2,000,000 aggregate limit. This insurance shall provide excess coverage over each line of liability insurance required herein. The policy shall follow the form(s) of the underlying policies. K-4 BUILDER'S RISK INSURANCE: Unless stated otherwise in the Proposal or Invitation, the Contractor shall procure, pay for and maintain at all times during the term of this Contract, Builder's Risk Insurance against the perils of fire, lightning, windstorm, hurricane, hail, riot, explosion, civic commotion, smoke, aircraft, land vehicles, vandalism, and malicious mischief, at a limit equal to 100% of the Contract Sum. The policy shall include coverage for materials and supplies while in transit and while being stored on or off site. If specifically required in the Instructions to Bidders, the policy shall include coverage for flood and earthquake. Different sub -limits for these coverages must be approved by the City. NVA/ Part C.doc C-20 March 2009 Consequential damage due to faulty workmanship and/or design performed by the Contractor or his agents shall be covered. Upon completion of the Work, the Contractor shall notify the City of Fort Worth in writing before terminating this Insurance. K-5 PROOF OF CARRIAGE OF INSURANCE: The Contractor shall provide a certificate of insurance documenting the Transportation and Public Works Department, City of Fort Worth as a "Certificate Holder", and noting the specific project(s) covered by the Contractor's insurance as documented on the certificate of insurance. More than one certificate may be required of the Contractor depending upon the agents and/or insurers for the Contractor's insurance coverages specified for the project(s). K-6 OTHER INSURANCE RELATED REQUIREMENTS 1) All insurance policies for this project except Worker's Compensation shall be written with the City of Fort Worth, Camp Dresser & McKee Inc., and Black & Veatch Corporation listed as additional insured. 2) Applicable insurance policies shall each be endorsed with a waiver of subrogation in favor of the City of Fort Worth. 3) Insurers of policies maintained by Contractor and its subcontractor(s), if applicable, shall be authorized to do business in the State of Texas, or otherwise approved by the City of Fort Worth, and such shall be acceptable to the City of Fort Worth insofar as their financial strength and solvency are concerned. Any company through which the insurance Is placed must have a rating of at least A:VII, as stated in current edition of A. M. Best's Key Rating Guide. At the City's sole discretion, a less favorable rate may be accepted by the City. 4) Deductible limits on insurance policies and/or self -insured retentions exceeding $10,000 require approval of the City of Fort Worth as respects this Contract. 5) The City of Fort Worth shall be notified in writing a minimum of thirty days prior to an insurer's action in the event of cancellation, non -renewal or material change in coverage regarding any policy providing insurance coverage required in this Contract. 6) Full limits of insurance shall be available for claims arising out of this Contract with the City of Fort Worth. 7) The Contractor shall provide certificates of insurance to the City prior to commencement of operations pursuant to this Contract. Any failure on part of the City of Fort Worth to request such documentation shall not be construed as a waiver of insurance requirements specified herein. 8) The City of Fort Worth shall be entitled, upon request and without incurring expense, to review the insurance policies Including endorsements thereto and, at its discretion, to require proof of payment for policy premiums. ,"moor 9) The City of Fort Worth shall not be responsible for paying the cost of insurance coverages required herein. 10) Notice of any actual or potential claim and/or litigation that would affect insurance coverages required herein shall be provided to the City in a timely manner. 11) "Other insurance" as referenced in any policy of insurance providing coverages required herein shall not apply to any insurance policy or program maintained by the City of Fort Worth. 12) Contractor shall agree to either require its subcontractors to maintain the same Insurance coverages and limits thereof as specified herein or the Contractor shall provide such coverage on the Contractor's subcontractors. 13) Contractor's liability shall not be limited to the specified amounts of insurance required herein. SECTION L CHANGES IN THE WORK L-1 CHANGE ORDER: The Owner, without invalidating the Contract, may order Changes in the Work within the general scope of the Contract consisting of additions, deletions or other revisions, the Contract Sum and the Contract Time being adjusted accordingly. All Such Changes in the Work shall be authorized by Change Order, and shall be executed under the applicable conditions of the Contract Documents. A Change Order is a written order to the Contractor signed by the Contractor, Owner and the Engineer, issued after the execution of the Contract, authorizing a Change in the Work or adjustment in the Contract Sum or the Contract Time. The Contract Sum and the Contract Time may be changed only by Change Order. Any changes in work required due to changed or unforeseen conditions, or by request of either the Contractor or the City, shall be coordinated with the Director, Department of Transportation and Public Works. A change order must be written and duly negotiated and executed prior to performing changed work. Part C.doc G21 March 2009 The cost or credit to the Owner resulting from a Change in the work shall be determined in one or more of the following ways: 1) by mutual acceptance of a lump sum property itemized, including the allowance to Contractor for overhead and profit stipulated in the original contract proposal; 2) by unit prices stated in the Contract Documents or subsequently agreed upon; or 3) by cost and a mutually acceptable fixed or percentage fee. If none of the methods set forth herein above is agreed upon, the Contractor, provided he receives a Change Order, shall promptly proceed with the Work involved. The cost of such work shall then be determined on the basis of the Contractor's reasonable expenditures and savings, including a reasonable allowance for overhead and profit as indicted in the original contract proposal. In such cases, the Contractor shall keep and present, in such form as the Engineer shall prescribe, an itemized accounting together with appropriate supporting data. Pending final determination of cost to the Owner, payments on account shall be made on the Engineer's Certificate of Payment as approved by the Owner. If after the Contract has been executed, the Engineer, requests a price proposal from the Contractor for a proposed change in scope of the work, Contractor shall process such proposal within seven days of receipt and return the price quote to the Engineer in writing. The Engineer shall review the price quotation and if approval is recommended, forward the proposed change order request and price proposal to the Owner for approval. If approval is not recommended, the Engineer will attempt to negotiate with Contractor to revise the proposal to a figure which is fair and reasonable and forward it on to the Owner for approval. If the negotiations do not result in an equitable solution, the Engineer shall prepare a cost-plus type Change Order with a price -not -to -exceed figure for approval by the City and require specific documentation to be provided by Contractor in accordance with the paragraph above. Contractor is advised that according to City of Fort Worth Charter, that, the City Council must approve all Change Orders and Work Orders which results in an increase in cost of the contract amount by over $25,000. Normal processing time for the City Staff to obtain City Council approval, once the recommended change order has been received at the City, is approximately thirty days. Owner and Contractor shall endeavor to identify Change Order items as early in the Construction process as possible to minimize their impact on the construction schedule. It unit prices are stated in the Contract Documents or subsequently agreed upon, and if the quantities originally contemplated are so changed in a proposed Change Order that application of the agreed unit prices to the quantities of Work proposed will create a hardship on the Owner or the Contractor, the applicable unit prices shall be equitably adjusted to prevent such hardship. If the Contractor claims that additional cost or time is involved because of (1) any written interpretation issued pursuant to Section A, (2) any order by the Engineer or Owner to stop the Work pursuant to Section B, where the Contract was not at fault, or (3) any written order for a minor change in the Work, the Contractor shall make such claim. L-2 CLAIMS FOR ADDITIONAL COST OR TIME: if the Contractor wishes to make a claim for an increase in the Contract Sum or an extension in the Contract Time, he shall give the Engineer written notice thereof within a reasonable time after the occurrence of the event that gave rise to such claim. This notice shall be given by the Contractor before proceeding to execute the Work, except in an emergency endangering life or property in which case the Contractor shall proceed in accordance with Section J. No such claim shall be valid unless so made. Any change in the Contract Sum or Contract Time resulting from such claim, if approved by the Owner, shall be authorized by Change Order. L-3 OVERHEAD ALLOWANCES FOR CHANGES: Should any change in the work or extra work be ordered, the following applicable percentage shall be added to Material and Labor costs to cover overhead and profit: 1. Allowance to the Contractor for overhead and profit for extra work performed by the Contractor's own forces shall not exceed fifteen percent 1E' . 2. Allowance to the Contractor for overhead and profit for extra work performed by a Subcontractor and supervised by the Contractor shall not exceed ten percent 10% . L-4 MINOR CHANGES IN THE WORK: The Engineer shall have authority to order minor changes in the Work not involving an adjustment in the Contract Sum or an extension of the Contract Time and not inconsistent with the intent of the Contract Documents. Such changes may be effected by Field Order or by other written order. Such changes shall be confirmed in writing by the Engineer and shall be binding on the Owner and the Contractor. L-5 FIELD ORDERS: The Engineer may issue written Field Orders which interpret the Contract Documents, or which order minor changes in the Work without change in Contract Sum or Contract Time. The Contractor shall carry out such Field Orders promptly. Part C.doc C-22 March 2009 SECTION M UNCOVERING AND CORRECTION OF WORK M-1 UNCOVERING OF WORK: if any Work should be covered contrary to the request of the Owner, it must be uncovered for observatlon and replaced, at the Contractor's expense. If any other work has been covered which the Owner has not specifically requested to observe prior to being covered, the Engineer or the Owner may request to see such work and it shall be uncovered by the Contractor. If such Work be found in accordance with the Plans and Specifications, the cost of uncovering and replacement shall, by appropriate Change Order, be charged to the Owner. If such work be found not in accordance with the Plans and Specifications, the Contractor shall pay such costs unless it is found that this condition was caused by a separate contractor employed by the Owner. M-2 CORRECTION OF WORK: The Contractor shall promptly correct all work rejected by the Owner as defective or as failing to conform to the Plans and Specifications whether observed before or after Substantial Completion and whether or not fabricated, installed or completed. The Contractor shall bear all costs of correcting such rejected Work, including the cost of the Engineer's additional service thereby made necessary. If, within one year after the Date of Substantial Completion or within such longer period of time as may be prescribed by law or by the terms of any applicable special guarantee required by the Contract Documents, any of the work is found to be defective or not in accordance with the Contract Documents, the Contractor shall correct it promptly after receipt of a written notice from the Owner to do so, unless the Owner has previously given the Contractor a written acceptance of such condition, describing same specifically and not generally. The Owner shall give such notice promptly after discovery of the condition. All such defective or non -conforming work under the preceding paragraphs shall be removed from the site where necessary and the work shall be corrected to comply with the Contract Documents without cost to the Owner. The Contractor shall bear the cost of making good all work of separate contractors destroyed or damaged by such removal or correction. If the Contractor does not remove such defective or non -conforming work within a reasonable time fixed by written notice from the Owner, the Owner may remove It and may store the materials or equipment at the expense of the Contractor. If the Contractor does not pay the cost of such removal and storage within ten days thereafter, the Owner may upon ten additional days' written notice sell such work at auction or at private sale and shall account for the net proceeds thereof, after deducting all the costs that should have been borne by the Contractor including compensation for additional Engineerural services. If such proceeds of sale do not cover all costs that the Contractor should have borne, the difference shall be charged to the Contractor and an appropriate Change Order '"Now shall be issued. If the payments then or thereafter due the Contractor are not sufficient to cover such amount, the Contractor shall pay the difference to the Owner. If the Contractor fails to correct such defective or non -conforming work, the Owner may correct it in accordance with Section G. The obligation of the Contractor under this Section shall be in addition to and not in limitation of any obligations imposed upon him by special guarantees required by the Contract Documents or otherwise prescribed by law. M-3 ACCEPTANCE OF DEFECTIVE OR NON -CONFORMING WORK: If the Owner prefers to accept defective or non- conforming work, he may do so instead of requiring its removal and correction, in which case a Change Order will be issued to reflect an appropriate reduction in the Contract Sum, or, if the amount is determined after final payment, it shall be paid by the Contractor. SECTION N TERMINATION OF THE CONTRACT N-1 TERMINATION BY THE CONTRACTOR: If the work is stopped for a period of 30 days under an order or any court or other public authority having jurisdiction, through no act or fault of the Contractor or a Subcontractor or their agents dr employees or any other persons performing any of the work under a contract with the Contractor, or if the work should be stopped for a period of 30 days by the Contractor for the Owner's failure to make payment thereon as provided in Section I, then the Contractor may after the end of such period of 30 days and upon seven additional days' written notice to the Owner , terminate the Contract. N-2 TERMINATION BY THE OWNER: If the Contractor is adjudged as bankrupt, or if he makes a general assignment for the benefit of his creditors, or if a receiver is appointed on account of his insolvency, of if the Contractor refuses, except in cases for which extension of time is provided, to supply enough properly skilled workmen or proper materials, or if he fails to make prompt payment to Subcontractors or for materials or labor, or fails to comply with al Laws, Statutes, Charter, Ordinances, Regulations or Orders of any public authority having jurisdiction, or otherwise is guilty of a substantial violation of a provision of the Contract Documents, then the Owner, on its own initiative that sufficient cause exists to justify such action, may, without prejudice to any rights or remedy and after giving the Contractor and his surety, if any, seven (7) days' written notice, terminate the employment of the Contractor and take possession of the site and of all materials, equipment, tools, construction equipment and machinery thereon owned by the Contractor and may finish the work by whatever method he may deem expedient. In such case the Contractor shall not be entitled to receive any further payment until the Work is finished. Part C.doc C-23 March 2009 If the costs of finishing the Work, including compensation for the Engineer's additional services. exceed the unpaid balance of the Contract, the Contractor shall pay the difference to the Owner. The City of Fort Worth may terminate this contract in whole, or from time to time, in part, whenever such termination is in the best `pol interest of the City. Termination will be effected by delivering to the Contractor a notice of termination specifying to what extent performance of the work of the contract is being terminated and the effective date of termination. After receipt of termination the Contractor shall: a) Stop work under the Contract on the date and to the extent specified on the notice of termination. b) Place no further orders or subcontracts except as may be necessary for the completion of the work not terminated. c) Terminate all orders and subcontracts to the extent that they relate to the performance of the work terminated by the notice of termination. After termination as above, the City will pay the Contractor a proportionate part of the contract price based on the work completed; provided, however, that the amount of payment on termination shall not exceed the total contract price as reduced by the portion thereof allocatable to the work not completed and further reduced by the amount of payments, if, any otherwise made. Contractor shall submit its claim for amounts due after termination as provided in this paragraph within 30 days after receipt of such claim. in the event of any dispute or controversy as to the propriety or allowability of all or any portion of such claim under this paragraph, such dispute or controversy shall be resolved and be decided by the City Council of the City of Fort Worth, and the decision by the City Council of the City of Fort Worth shall be final and binding upon all parties to this contract SECTION O SIGNS The Contractor shall construct and install the project designation sign as required in the Contract Documents and in strict accordance with the Specifications for "Project Designation Signs." This sign shall be a part of this Contract and shall be included in the Contractor's Base Bid for the Project. SECTION P TEMPORARY FACILITIES P-1 SCOPE: The Contractor shall furnish, erect, and maintain facilities and perform temporary work required in the performance of this Contract, including those shown and specified. P-2 USE OF TEMPORARY FACILITIES: All temporary facilities shall be made available for use by all workmen and subcontractors employed on the project, subject to reasonable directions by the Contractor as to their proper and most efficient utilization. P-3 MAINTENANCE AND REMOVAL: The Contractor shall maintain temporary facilities In a proper, safe operating and sanitary condition for the duration of the Contract. Upon completion of the Contract, all such temporary work and facilities shall be removed from the premises and disposed of unless otherwise directed or specified hereunder. P-4 FIELD OFFICES AND SHED: The Contractor is not required to provide a temporary field office or telephone for projects under $1,000,000. Contractor shall equip the Project Superintendent with a pager and provide 24-hour contacts to the City. The Contractor shall provide a temporary field office building for himself, his subcontractors and use by the Engineer. For construction contracts with a bid price in excess of $1,000,000.00, the Contractor shall provide a separate field office for the City's construction representative. This building shall be as specified in Part D of the Specifications. The Contractor shall provide and maintain storage sheds other temporary buildings or trailers on the project site as required for his use. Location of sheds and trailers shall be as approved by the Owner. Remove sheds when work is completed, or as directed. P-5 TELEPHONE: The Contractor shall provide and pay for telephone installation and service to the field offices described above. Service shall be maintained for the duration of operations under this contract. The Contractor shall provide for and pay for an automatic telephone -answering device at the site office for the duration of the project. Contractor will install separate fax lines and instruments for the City and the Contractor. P-6 TOILET FACILITIES: The Contractor shall provide proper, sanitary and adequate toilet facilities for the use of all workmen and subcontractors employed on the project. P-7 UTILITIES: Contractor shall make all necessary arrangements and provide for temporary water and electricity required during the construction. Contractor shall provide and install temporary utility meters during the contract construction period. These meters will be read and the Contractor will be billed on this actual use. The Contractor shall provide all labor and materials required to tap into the utilities. The Contractor shall make the connections and extend the service lines to the construction area for use of all trades. Upon completion of the work all utility lines shall be removed and repairs made to the existing lines. Only utilities at existing voltages, pressures, frequencies, etc. will be available to the Contractor. `*aw, Part C.doc C-24 March 2009 Water. Provide an ample supply of potable water for all purposes of construction at a point convenient to the project or as shown on the Drawings. Pipe water from the source of supply to all points where water will be required. Provide sufficient hose to carry water to every required part of the construction and allow the use of water facilities to subcontractors engaged on the work. Provide pumps, tanks and compressors as may be required to produce required pressures. Electric Service. Provide adequate electric service for power and lighting to all points where required. Temporary, electric service shall be of sufficient capacity and characteristics to supply proper current for various types of construction tools, motors, welding machines, lights, heating plant, air conditioning system, pumps, and other work required. Provide sufficient number of electric outlets so that 50 foot long extension cords will reach all work requiring light or power. Lighting. Supply and maintain temporary lighting so that work of all trades may be properly and safely performed, in such areas and at such time that day -lighting is inadequate. Provide at least 0.75 watts of Incandescent lighting per squgr4e foot and maintain a socket voltage of at least 110 volts. Use at least 100-watt lamps. In any event, the lighting intensity shall not be less than 5 foot candies in the vicinity of work and traffic areas. P-8 HEATING: Heating devices required under this paragraph shall not be electric. The Contractor shall provide heat, ventilation, fuel and services as required to protect all work and materials and to keep the humidity down to the extent required to prevent corrosion of any metal and to prevent dampness or mildew which is potentially damaging to materials and finishes. All such heating, ventilation and services shall be provided and maintained until final acceptance of all work. In addition, the Contractor shall provide heat ventilation prior and during the following work operations as follows: a) At all times during the placing, setting and curing of concrete provide sufficient heat to insure the heating of the spaces involved to not less than 40 F. b) From the beginning of the application of drywall and during the setting and curing period, provide sufficient heat to produce a temperature in the spaces involved of not less than 55 F. c) For a period of seven (7) days previous to the placing of interior finish materials and throughout the placing of finish painting, decorating and laying of resilient flooring materials, provide sufficient heat to produce a temperature of not less than 60 F. P-9 TEMPORARY CONSTRUCTION EQUIPMENT AND PROTECTION: The Contractor shall provide, maintain, and remove upon completion of the work all temporary rigging, scaffolding, hoisting equipment, rubbish chutes, ladders to roof, barricades around openings, and all other temporary work as required to complete all work of the Contract. Contractor shall coordinate the use and furnishing of scaffolds with his sub -contractors. The Contractor shall provide, maintain, and remove upon completion of the work, or sooner, if authorized by the Owner, all fences, barricades, lights, shoring, pedestrian walkways, temporary fire escapes, and other protective structures or devices necessary for the safety of workmen, City employees, equipment, the public and property. All temporary construction and equipment shall conform to all regulations, ordinances, laws and other requirements of the authorities having jurisdiction, including insurance companies, with regards to safety precautions, operation and fire hazard. The Contractor shall provide and maintain pumping facilities, including power, for keeping the site, all times, whether from underground seepage, rainfall, drainage of broken lines. The Contractor shall maintain provision for closing and locking the building at such time as possible to do so. If this is not feasible, maintain a night The Contractor shall provide and maintain all barricades or enclosures, required to protect the work in progress from outside elements, dusts, and other disturbances as a result of work under this Contract. Such protection shall be positive, shall meet the approval of the Owner and shall be maintained for the duration of the construction period or as required to provide for the protection as specified. P-10 PROJECT BULLETIN BOARD: The Contractor shall furnish, install and maintain during the life of the project a weather - tight bulletin board approximately 3 feet high by 5 feet wide having not less than two hinged or sliding glass doors with provisions for locking. The bulletin board shall be mounted where and as approved by the Owner, in a prominent place accessible to employees of the Contractor and sub -contractors, and to applicants for employment. The bulletin board shall remain the property of the Contractor and shall be removed by him upon completion of the Contract work. The following information which will be furnished by the City to the Contractor shall be posted on the bulletin board and shall be maintained by the Contractor in easily readable condition at all times for the duration of the Contract. a. The Equal Opportunity Poster and Notice Nondiscrimination of Employment (Standard Form 38). b. Wage Rate Information Poster (Form SOL 155), with the Contract Schedule of minimum wage rates as required by the Davis -Bacon Act. C. Safety Posters. SECTION Q VENUE Should any action arise out of the terms and conditions of this contract, venue for said action shall lie in Tarrant County, Texas. Part C.doc C-25 March 2009 TEXAS WATER DEVELOPMENT BOARD DOCUMENTS Texas Water Development Board SUPPLEMENTAL CONTRACT CONDITIONS For Projects Funded through the Clean Water State Revolving Loan Program (Tier 3) and Drinking Water State Revolving Loan Program 30 WRD-702C Revised 5/23/2005 Appendix F Supplemental Contract Conditions CWSRF Tier 3, and DWSRF Table of Contents Instructions to Bidders Conditions: I. Minoritv and Women -Owned Businesses Goals 2. Contineent Award O'Contract 3. Equal .Employment Opportunity and Affirmative Action 4. Debarment and Suspension Certification 5. Bid Guarantee 6. Nonresident Bidder Forms to be submitted with bids (attached) • Bidder's Certifications regarding Equal Employment Opportunity and Non -Segregated Facilities (WRD-255) SMWBI Affirmative; Steps Certification and Goals (WRD-217) Vendor Compliance with Non -Resident Bidder Requirements (WRD-259) Construction Contract Supplemental Conditions Conditions: 1. Supersession 2. Priviti of Contract 3. Definitions 4. Laws to be Observed 5. Revicw by Owner. and TWDD 6. Performance and Pavtnent Bonds 7. Pi -ogress Payments and Payment Schedule 8. Workman's Compensation Insurance Coverage 9. Chanp-es 10. Prevailins Wan Rates I L Contract Work Hours Requirements (29 CFR 5.1, & 5.6) 12. Equal I;mRloyment Opportunity and Affirmaliye Action (41 CFR 60-1.4, 1.7, 1.8, 4.2, and 4.3) 13. Debarment and Suspension (40 CFR 32, Appendix B) 14. \Minority and Wonicn-Owned Business Enterprise Requirements 15. AI'chealogical Discoveries and Cultural Resources 16. Endangered Species 17. Hazardous Materials 18. Proicct Sign 19. Operation and M,,iintenance .Manuals and Trainin�a, 20. As -built Dimensions and I)rawingjs Forms to be submitted with executed contracts: • Contractor's act of Assurance (ED-103) • Contractor's Resolution on Authorized Representative (E13-104) • Prime Contractor Affirmative Steps Solicitation Report (WRD-216) • SMWBE Self -Certification (WRD-218) Forms to be submitted during construction: • Loan/Grant Participation Summaty (WRD-373) 31 WRD-702C Revised 51231200i Appendix F `,, EPA AND TWDB SUPPLEMENTAL CONDITIONS Instructions to Bidders 1. MINORITY AND WOMEN -OWNED BUSINESS ENTERPRISE GOALS - This provision applies only to Clean Water State .Revolving Find Program projects and Drinking Water Financial Assistance Program projects. This contract is subject to the EPA established Minority Business Enterprise (MBE) / Women's Business Enterprise (WBE) "fair share" goals: MBE: CONSTRUCTION 34%; SUPPLIES 13%; SERVICES 22%; EQUIPMENT 18%. WBE: CONSTRUCTION 8%; SUPPLIES 13%; SERVICES 26%; EQUIPMENT 29%. TWDB document Guidance on Utilization of Small,.Aftnorily and YVomen Owned l3rrsinesses, SRF- 52 describes the requirements of this program. The prime contractor must submit the PRIME CONTRACTOR AFFIRMATIVE STEPS CERTIFICATION and GOALS (WRD-217) with the bid, to demonstrate the Prime Contractor's understanding and commitment to taking affirmative steps. The contractor must provide the Owner with the information required for SX17VBE+ Corti cation mrd Pm-licipalion Srn»nrar j,, TWDB document SRF-373 and provide sufficient documentation (TWDB WRD-216) that a "good faith effort" was made in offering fair opportunity for participation by qualified SMWBE firms. This information must be submitted prior to the contract award so the information can be approved and presented to the TWDB for funding or this contract. 2. CONTINGENT AWARD OF CONTRACT ,%Ag,, This contract is contingent upon release of funds from the Water Development Board. Any contract or contracts awarded under this invitation for Bids are expected to be funded in part by a loan or grant from the Texas Water Development Board, and a grant from the United States Environmental Protection Agency (U.S. EPA.) Neither the State of Texas, or U.S. EPA nor any of its departments, agencies, or employees are or will be a party to this Invitation for Bids or any resulting contract. 3. EQUAL EMPLOYMENT OPPORTUNITY AND AFFIRMATIVE ACTION - This provision applies only to Clean Water State Revolving Fund Program projects and Drinking Water Financial Assistance Program projects Equal Opportunity in Employment -All qualified applicants will receive consideration for employment without regard to race, color, religion; sex, age, handicap or national origin. Bidders on this work will be required to comply with the .President's Executive Order No. 11246, as amended by Executive Order 11375, and as supplemented in Department of Labor regulations 41 CFR Part 60, The Bidder's Certifications regarding Equal Employment Opportunity and Non -Segregated Facilities (WRD-255) must be submitted with the bid. 4. DEBARMENT AND SUSPENSION CERTIFICATION - This provision applies only to Clean Water State Revolving Fund Program projects and Drinking Water Financial Assistance Program projects which receive funds made directly available by Federal funding. 1.4mol 32 WRD-702C Revised 5/23/2005 Appendix F This contract is subject to the provisions the federal Debarment and Suspension requirements of 40 CFR Part 32, including but not limited to Appendix B as follows: Certification Regarding Debarment, Suspension, ineligibility and Voluntary Exclusion --Lower Tier Covered Transactions Instructions for Certification 4.I I. By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below. 4. 2. The certification in this clause is.a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 4.3. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or had become erroneous by reason of changed circumstances. 4.4. The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meaning set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. 4.5. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is proposed for debarment under 48 CFR part 9, subpart 9.4, debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. 4.6. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 4.7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not proposed for debarment under 48 CFR part 9, subpart 9.4, debarred, suspended, ineligible; or voluntarily excluded from covered transactions, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the List of Parties Excluded from Federal Procurement and Nonprocurcment Programs. 4.8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in file ordinary course of business dealings. 4.9..Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is proposed for debarment under 48 CFR part 9, subpart 9.4, suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 33 WRD-702C Revised 5/23/2005 Appendix F Certification Regarding Debarment, Suspension, Ineligibility and 144MW Voluntary Exclusion --Lower Tier Covered Transactions (1) The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently.debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 5. BID GUARANTEE Each bidder shall furnish a bid guarantee equivalent to five percent of the bid price. (Water Code 17.183): If a bid bond is provided, the contractor shall utilize a surety company which is authorized to do business in Texas in accordance with Art. 7.19-1. Bond of Surety Company; Chapter 7 of the Insurance Code. 6. AWARD OF CONTRACT TO NONRESIDENT BIDDER A governmental entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lowest bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which tile nonresident's principal place of business is located. A non-resident bidder is a contractor whose corporate offices or principal place of business is outside of the state of'rexas. (Source: Texas Government Code Chapter 2252 Subchapter A Nonresident Bidders, (§ 2252.002.) The bidder will complete form WRD-259 which must be submitted with the bid. Forms to be submitted with Bid: • Bidder's Certifications regarding Equal Employment Opportunity and Non -Segregated Facilities (WRD-255) • Prime Contractor Affirmative Steps Certification and Goals (W.RD-217) • Vendor Compliance with Non -Resident Bidder Requirements (WRD-259) 34 WRD-702C Revised 5/23/2005 Appendix F Construction Contract Supplemental Conditions Conditions: 'Iftow, 1. SUPERSESSION The Owner and the contractor agree that the TWDB Supplemental Conditions apply to that work. eligible for Texas Water Development Board assistance to be performed under this contract and these clauses supersede any conflicting provisions of this contract. 2. PRI VITY OF CONTRACT Funding for this project. is expected to be provided in part by the Texas Water Development Board. Neither the State of Texas, nor any of its departments,. agencies or employees is, or will be, a party to this contract or any lower tier contract. This contract is subject toapplicableprovisions 31 TAC Chapter 363 in effect on the date of the assistance award for this project. 3. DEFINITIONS (a) The team. Owner means the local entity contracting for the construction services. (b) The term "TWDB" means the Executive Administrator of the Texas Water Development Board, or other person who may be at the time acting in the capacity or authorized to perlbrm the functions of such Administrator, or the authorized representative thereof. 4. LAWS TO BE OBSERVED In the execution of the Contract, the Contractor must comply with all applicable Local, State and Federal laws, including but not limited to laws concerned with labor, safety, minimum wages, and the environment: The Contractor shall make himself familiar with and at all times shall observe and comply with all Federal, State, and Local laws, ordinances and regulations which in any manner affect the conduct of tite work, and shall indemnify and save harmless the Owner, Texas Water Development Board, and their representatives against any claim arising from violation of any such law, ordinance or regulation by himself or by his subcontractor or his employees. 5. REVIEW BY OWNER, and TWDB (a) The Owner, authorized representatives and agents of the Owner, and TWDB shall, at all times have access to and be permitted to observe and review all work, materials, equipment, payrolls, personnel records, employment conditions, material invoices, and other relevant data and records pertaining to this Contract, provided, however that all instructions and approval with respect to the work wiI I be given to the Contractor only by the Owner through authorized representatives or agents. (b) Any such inspection or review by the TWDB shall not subject the State of'fexas to any action for damages. 6. PERFORMANCEAND PAYMENT BONDS Each contractor awarded a construction contract furnish performance and payment bonds: (a) the performance bond shall include without limitation guarantees that work done under the contract will be completed and performed according to approved plans and specifications and in accordance with sound construction principles and practices, and (b) the performance and payment bonds shall be in a penal sum of not less than 100 percent of the contract price and remain in effect for one year beyond the date of approval by the engineer of the political subdivision. 35 WRDD-702C Revised 523/2005 Appendix F (c) The contractor shall utilize a surety company which is authorized to do business in Texas in **MOW accordance with Art. 7.19-1. Bond of Surety Company; Chapter 7 of the .Insurance Code. 7. PROGRESS PAYMENTS AND PAYMENT SCHEDULE (a) The Contractor shall submit for approval immediately after execution of the Agreement, a carefully prepared Progress Schedule, showing the proposed dates of starting and completing each of the various sections of the work, the anticipated monthly payments to become clue the Contractor, and the accumulated percent of progress each month. (b) The following paragraph applies only to contracts awarded on a lump sum contract price: COST BREAKDOWN - The Contractor shall submit to the Owner detailed breakdown of his estimated cost of all work to be accomplished under the contract, so arranged and itemized as to meet the approval of the Owner or funding agencies. This breakdown shall be submitted promptly after execution of the agreement and before any payment is made to the Contractor for the work performed under the Contract. After approval by the Owner the unit prices established in the breakdown shall be used in estimating the amount ofpartial payments to be made to the Contractor. (c) Progress Payments (4) The Contractor shall prepare his requisition for progress payment as of the last clay of the payment month and submit it, with the required number of copies, to the Engineer for his review. Except as provided in Paragraph (3) of this subsection, the amount of the payment due the Contractor shall be determined by adding to the total value of work completed to date, the value of materials properly stored on the site and deducting (1) Give percent (5%) minimum of the total amount, as a retainage and (2) the amount of all previous payments. The total value of wort: completed to date shall be based on the actual or estimated quantities of work completed and on the unit prices contained in the agreement (or cost breakdown approved pursuant to section G.b relating to lump sum bids) and adjusted by approved change orders. The value of materials properly stored on the site shall be based upon the estimated quantities of such materials and the invoice prices. Copies of all invoices steal I be available for inspection by the Engineer. (2) The Contractor shall be responsible for the care and protection of all materials and work upon which payments have been made until final acceptance of such work and materials by the Owner. Such payments shall not constitute a waiver of the right of the Owner to require the fulfillment of all terms of the Contract and the delivery of all improvements embraced in this Contract complete and satisfactory to the Owner in all details. (3) This clause applies to contracts when the Owner is a. Municipal Utility District, or Water Control and Improvement District. The retainage shall be ten percent minimum of the amount otherwise due until at least fifty percent of the work has been completed. After the project is fifty percent completed, the District may reduce the retainage from ten percent to no less than five percent. (d) The five percent (5%) minimum retainage of the progress payments due to the Contractor may not be reduced until the building of the project is substantially complete and a reduction in the retainage has been authorized by the TWDB. *....i 36 WRD-702C Revised 5/23/2005 Appendix F (5) The following clause applies only to contracts where the total price at the time of execution is $400,000 or greater and the retainage is greater than 5% and the Owner is not legally exempted from the condition (Le certain types of water districts). The Owner shall deposit the retainage in an interest -bearing account, and the interest earned on such retainage funds shall be paid to the Contractor after completion of the contract and final acceptance of the project by the Owner. (d) Withholding Payments. The Owner may withhold from any payment otherwise clue the Contractor so much as may be necessary to protect the Owner and if so elects may also withhold any amounts due from the Contractor to any subcontractors or material dealers, for work performed or material furnished by them. The foregoing provisions shall be construed solely for the benefit of the Owner and will not require the Owner to determine or adjust any claims or disputes between the Contractor and his subcontractors or Material dealers, or to withhold any moneys for their protection unless the Owner elects to do so. The failure or refusal of the Owner to withhold any moneys from the Contractor shall in no way impair the obligations of any surety or sureties under any bond or bonds furnished under this. Contract. (c) Payments Subject to Submission of Certificates. Each payment to the Contractor by the Owner shall be made subject to submission by the Contractor of all written certifications required of him and his subcontractors by Section 3 hereof (relating to labor standards) and other general and special conditions elsewhere in this contract. (e) Final Payment. (1) Upon satisfactory completion of the work performed under this contract, as a condition before final payment under this contract or as a termination settlement under this contract the contractor shall execute and deliver to the Owner a release of all claims against the Owner arising under, or by virtue of, this contract, except claims which are specifically N%NWIII exempted by the contractor to be set forth therein. Unless otherwise provided in this contract, by State law or otherwise expressly agreed to by the parties to this contract, Final payment under this contract or settlement upon termination of this contract shall not constitute a waiver of the Owner's claims against the contractor or his sureties under this contract or applicable performance and payment bonds. (2) After final inspection and acceptance by the Owner of all work under the Contract, the Contractor shall prepare his requisition for final payment which shall be based upon the carefully measured or computed quantity of each item of work at the applicable unit prices stipulated in the Agreement or cost breakdown (if Iunnp sum), as adjusted by approved change orders. The total amount of the Final payment due the Contractor under this contract shall be the amount computed as described above less all previous payments. (3) The retainage and its interest earnings, if any, shall not be paid to the Contractor until the TWDB has authorized a reduction in, or release of, retainage on the contract work. (4) Withholding of any amount due the Owner, under general and/or special conditions regarding "Liquidated Damages," shall be deducted fi•om the final payment due the Coil tractor. 8. WOIU(MAN'S COMPENSATION INSURANCE COVERAGE (a) The contractor shall certify in writing that the contractor provides workers' compensation insurance coverage for each employee of the contractor employed on the public project. 37 WRD-702C Revised 5/23/2005 Appendix F N"/ (b) Each subcontractor on the public project shall provide such a certificate relating to coverage of the subcontractor's employees to the general contractor, who shall provide the subcontractor's .*400, certificate to the governmental entity. (c) A contractor who has a contract that requires workers' compensation insurance coverage may provide the coverage through a group plan or other method satisfactory to the governing body of the governmental entity. (d) The employment of a maintenance employee by an employer who is not engaging in building or construction as the employer's primary business does not constitute engaging in building or construction. (e) In this section: (1) "Building or construction" includes: (A) erecting or preparing to erect a structure, including a building, bridge, roadway, public utility facility, or related appurtenance; (B) remodeling, extending, repairing, or demolishing a structure; or (C) otherwise improving real property or an appurtenance to real property through similar activities. (2) -"Governmental-entity" means this state or a political subdivision of this state. The term includes a municipality. 9. CHANGES (a) The Owner may at any time, without notice to any surety, by written order, make any change in the work within the general scope of the contract, including but not limited to changes: (I)In the specifications (including drawings.and designs); (2) In the time, method or manner of performance of the work; (3) In the Owner -furnished facilities,. equipment, materials, services or site, or (4) Directing acceleration in the performance of the work. (5) The original contract price may not be increased. under this section by more than 25 percent. The original contract price may not be decreased snider this section by more than 25 percent Without the consent of the contractor. (Local Government Code 271.060) (b) A change order shall also be any other written order (including direction, instruction, interpretation or determination) from the Owner which causes any change, provided the contractor gives the Owner written notice stating the date, circumstances and source of the order and that the contractor regards the order as a change order. (c) Except as provided in this clause, no order, statement or conduct Of' tile Owner shall be treated as a change under this clause or entitle the contractor to an equitable adjustment. (d) if any change under this clause causes an increase or decrease in the contractor's cost or the time required to perform any part of the work under this contract, whether or not changed by any order, the Owner shall make an equitable adjustment and modify the contract in writing. Except for claims based on defective specifications, no claim for any change tinder paragraph (a)(2) above shall be allowed for any costs incurred more than 20 clays before the contractor gives written notice as required in paragraph (a)(2). In the case of defective specifications for which the Owner is responsible, the equitable adjustment shall include any increased cost the contractor reasonably incurred in attempting to comply with those defective specifications. (e) if the contractor intends to assert a claim for an equitable adjustment under this clause, the contractor mist, within 30 days after receipt of a written change order under paragraph (a)(1) or the furnishing of a written notice tender paragraph (a)(2), submit a written statement to the Owner setting forth the general nature and monetary extent of such claim 'File Owner may extend the 30- day period. The contractor may include the statement of claim in the notice under paragraph (2) of this changes clause. (4) No claim by the contractor for an equitable adjustment shall be allowed if made after rinal payment Under this contract. (g) Changes that involve an increase in price will be supported by docunnentation of the costs components in a Format acceptable to the Owner. 38 WRD-702C Revised 5/23/2005 Appendix f 10. PREVAILING" WAGE RATES This Contract is subject to Government Code Chapter 2258 concerning payment of Prevailing Wage %Mw, Rates. The Owner will determine what are the general prevailing rates in accordance with the statute. 'file applicable provisions include, but are not limited to the following: § 2258.021. Right to be Paid Prevailing Wage Rates (a) A worker employed on a public work by or on behalf of the state or a political subdivision of the state shall be paid: (1) not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the work is performed; and (2) not less than the general prevailing rate of per diem wages for legal holiday and overtime work. (b) Subsection (a) does not apply to maintenance work. (c) A worker is employed on a public work for the purposes of this section if the worker is employed by a contractor or subcontractor in the execution Or a contract for the public work with the state, a political subdivision of the state, or any officer or public body of the state or a political subdivision of the state. Added by Acts 1995, 74th Leg., ch. 76, § 5.49(a), eff. Sept. 1, 1995. Amended by Acts 1997, 75th Leg., ch. 165, § 18.01, eff. Sept. I, 1997. § 2258.023. Prevailing Wage Rates to be Paid by Contractor and Subcontractor; Penalty (a) The contractor who is awarded a contract by a public body or a subcontractor of the contractor shall pay not less than the rates determined under Section 2258.022 to a worker employed by it in the execution of the contract. (b) A contractor or subcontractor who violates this section shall pay to the state or a political subdivision of the state on whose behalf the contract is made, $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. A public body awarding a contract shall specify this penalty in the contract. (c) A contractor or subcontractor does not violate this section if a public body awarding a contract does not determine the prevailing wage rates and specify the rates .in the contract as provided by Section 2258.022. (d) 'file public body shall use any money collected under this section to offset the costs incurred in the administration of this chapter. (e) A municipality is entitled to collect a penalty under this section only if the municipality has a population of more than 10,000. Added by Acts 1995, 74th Leg., ch. 76, § 5.49(a), eff. Sept. 1, 1995. § 2258.024. Records (a) A contractor and subcontractor shal I keep a record showing: (1) the name and occupation of each worker employed by the contractor or subcontractor in the construction of -tile public work; and (2) the actual per diem wages paid to each worker. (b) The record shall be open at all reasonable hours to inspection by the officers and agents of the public body. Added by Acts 1995, 74th Leg., ch. 76, § 5.49(a), eff. Sept. I, 1995. § 2258.025. Payment Greater Than Prevailing Rate Not Prohibited This chapter does not prohibit the payment to a worker employed on a public work an amount greater than the general prevailing rate of per diem wages. Added by Acts 1995, 74th .Leg., ch. 76, § 5.49(a), eff. Sept. I, 1995. 11. CONTRACT WORK HOURS REQUIRMENTS (29 Cf R 5.1, & 5.6) - This provision only applies to Clean Water State Revolving Fend Program projects and Drinking Water 39 WRD-702C Revised 5/23/2005 Appendix F Nftalol r4inancial Assistance Program projects which receive funds made directly available by I+'ederal funding. This contract is subject to Title 29 Code of Federal regulations Part 5 concerning Contract Work Hours, including but not limited to the following. Sec. 5.5 Contract provisions and related matters. (a) omitted. (b) Contract Work 14ours and Safety Standards Act. The Agency Head shall cause or require the contracting officer to insert the following clauses set forth in paragraphs (b)(1), (2), (3), and (4) of this section in full in any contract in an amount in excess of$100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by Sec. 5.5(a) or 4.6 of part 4. of this title. As used in this paragraph, the terms laborers and mechanics include watchmen and. guards. (1) Overtime requirements. No contractor or subcontractor contracting for any part ofthe contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. 1n the event of any violation of the clause set forth in paragraph (b)(1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (b)(1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (b)(1) of this section. (3) Withholding for unpaid wages and liquidated damages. The (write in the name of the Federal agency or the loan or grant Owner) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (b)(2) of this section. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (b)(1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (b)(1) through (4) of this section. (c) in addition to the clauses contained in paragraph (b), in any contract subject only to the Contract Work Hours and Safety Standards Act and not to any of the other statutes cited in Sec. 5.1, the Agency Head shall cause or require the contracting officer to insert a clause requiring that the contractor or subcontractor shall maintain payrolls and basic payroll records cluring the course of the work and shall preserve them for a period of three years from the completion of the contract for all laborers and mechanics, including guards and watchmen, working on the contract. Such records shall contain the name and address of each such employee, social security number, correct classifications, hourly rates of wages paid, daily and weekly number of 40 WRD-702C Revised 523/2005 Appendix F hours worked, deductions made, and actual wages paid. Further, the Agency Head shall cause or require the contracting officer to insert in any such contract a clause providing that the records to be maintained under this paragraph shall be made available by the contractor or subcontractor for inspection, copying, or transcription by authorized representatives of the (write the name of agency) and the Department of Labor, and the contractor or subcontractor will permit such representatives to interview employees during working hours on the job. 12. EQUAL EMPLOYMENT OPPORTUNITY AND AFFIRMATIVE ACTION - This provision only applies to :Clean Water State Revolving Fund Program projects and Drinking Water Financial Assistance Program projects which receive funds wade directly available by Federal funding and the contract agreement is for more than $10,000. During the performance of this contract, the Contractor agrees as follows: (a) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, age, handicap, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, age, handicap, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (b) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, age, handicap, or national origin. (c) The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the Contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (d) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, the Age Discrimination in Employment Act of 1967,29 U.S.C.A. 621 (1985)1 Executive Order 12250 of November 2, 1980, the Rehabilitation Act of 1973, 29 U.S.C.A. 701 et seq. (1985), and of the rules, regulations, and relevant orders of the Secretary of Labor. (e) The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (1) In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other 41 WRD-702C Revised 5/23/2005 Appendix F �1001 sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (g) The Contractor will include the portion of the sentence immediately preceding paragraph (a) and the provisions of paragraphs (a) through (g) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order .l 1246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: PROVIDED, iaOWEVER, That in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the Contractor may request -the United States to enter into such litigation to protect the interest of the United States. (h) The Contractor will comply with Executive Order 11246 based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the Standard Federal Equal Employment Opportunity Construction Contract Specifications, as set forth in 41 CFR Part 60-4 and its efforts to meet the goals established for the geographical area where the Contract is to be performed. The hours of minority and female employment and training must be substantially uniform throughout the length of the Contract, and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals shall be a violation of the Contract, the Executive Order, and the regulations in 41 CFR Part 60-4. The goals are expressed as percentages of Name the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any office of federal contract compliance programs office or from federal procurement contracting officers (5.12) 229-5535. The Contractor is expected to make substantially uniform progress toward its goal in each craft during the period specified. Whenever the Contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the notice which contains the applicable goals set for minority and female participation and which is set forth in the solicitations from which this contract resulted. 13. DEBARMENT AND SUSPENSION - This provision applies only to Clean Water State Revolving Fund Program projects and Drinking Water Financial Assistance Program projects which receive funds wade directly available by Federal funding. This contract is subject to the Title 40 Cocle of Federal Regulations Part 32 concerning Debarment and Suspension. The contractor will comply with the assurances provided with the bid that led to this contract. 14. MINORITY AND WOMEN -OWNED BUSINESSES ENTERPRISES - This provision only applies to Clean Water State Revolving Fund Prograan projects and Drinking Water Financial Assistance Program projects. *"no, 42 WRD-702C Revised 5/23/2005 appendix r (a) The Contractor shall, if awarding sub -agreements, to the extent appropriate for the goals listed in the instructions to bidders make agood faith effort to use minority and women business when possible as sources of supplies, construction, equipment and services by taking the following � steps: (I ) Including qualified small, minority, and women's businesses on solicitation lists; (2) Assuring that small, minority, and women's businesses are solicited whenever they are potential sources; (3) Dividing total requirements, when economically feasible, into small tasks or quantities to permit maximum participation of small, minority, and women's businesses; (4) Establishing delivery schedules, where the requirements of the work permit, which will encourage participation by small, minority, and women's businesses; and (5) Using the services and assistance of the Small Business Administration and the Office of Minority Business Enterprise of the U.S. Department of Commerce, as appropriate. (b) The Contractor shall submit to the Owner information on utilization of minority and women business enterprises within 30 days of entering into an agreement with a minority or women business enterprise. The information shall include reporting called for in SRF-052, Texas Water Development Board Guidance for Utilization of Small, Minority & Women -Owned Businesses in Procurement. (c) The Contractor shall maintain a documentation file on all efforts to obtain Minority and Women -Owned Business .Participation. N%001 15. ARCHEOLOGICAL DISCOVERIES AND CULTURAL RESOURCES No activity which may affect properties listed or properties eligible for listing in the National Register of Historic Places, or eligible for designation as a State Archeological Landmark is authorized until the Owner has complied with the provisions of the National Fistoric Preservation Act and the Antiquities Code of Texas. The Owner has previously coordinated with the appropriate agencies and impacts to known cultural or archeological deposits have been avoided or mitigated. However, the Contractor may encounter unanticipated cultural or archeological deposits during construction. If archeological sites or historic structures which may qualify for designation as a State Archeological Landmark according to the criteria in 13 TAC 41.6 - 41.10, or that may be eligible for listing on the National Register of Historic Places in accordance with 36 CFR Part 800, are discovered after construction operations are begun, the Contractor shall immediately cease operations in that particular area and notify the Owner, the TWDB, and the Texas Antiquities Committee, P.O. Box 12276, Capitol Station, Austin, Texas 78711-2276. The Contractor shall take reasonable steps to protect and preserve the discoveries until they have been inspected by the Owner's representative and the TWDB. The Owner will promptly coordinate with the State Historic Preservation Officer and any other appropriate agencies to obtain any necessary approvals or permits to enable the work to continue. The Contractor shall not resume work in the area of tile discovery until authorized to do so by the Owner. 43 WRD-702C Revised 5/23/2005 Appendix F N%WW1 16. ENDANGERED SPECIES `,. No activity is authorized that is likely to jeopardize the continued existence of a threatened or endangered species as listed or proposed for listing under the Federal Endangered Species Act (ESA), and/or the State of Texas Parks and Wildlife Code on Endangered Species, or to destroy or adversely modify the habitat of such species. If a threatened or endangered species is encountered during construction, the Contractor shall immediately cease work in the area of the encounter and notify the Owner, who will immediately implement actions in accordance with the ESA and applicable State statutes. These actions shall include reporting the encounter to the TWDB, the U. S. Fish and Wildlife Service, and the Texas Parks and Wildlife Department, obtaining any necessary approvals or permits to enable the work to continue, or implement other initigation actions. The Contractor shall not resume construction in the area of the encounter until authorized to do so by the Owner. 17. HAZARDOUS MATERIALS Materials utilized in the project shall be free of any hazardous materials, except as may be specifically provided for in the specifications. If the Contractor encounters existing material on sites owned or controlled by the Owner or in material sources that are suspected by visual observation or smell to contain hazardous materials, the Contractor shall immediately notify the Engineer and the Owner. The Owner will be responsible for the testing for and removal or disposition of hazardous materials on sites owned or controlled by the Owner. The Owner may suspend the work, wholly or in part during the testing, removal or disposition of hazardous materials on sites owned or controlled by the Owner. Iftow 18. PROJECT SIGN A project IDCNTiFICATION SIGN will be provided to the contractor. The contractor shall erect the sign in a prominent location at the construction project site or along a major thoroughfare within the community as directed by the Owner. 19. OPERATION AND MAINTENANCE MANUALS AND TRAINING (a) The Contractor shall obtain installation, operation, and maintenance manuals from manufacturers and suppliers for equipment furnished under the contract. The Contractor shall submit three copies of each complete manual to the Engineer within 90 clays after approval of shop drawings, product data, and samples, and not later than the date of shipment of each item of equipment to the project site or storage location. (b) The Owner shall require the .Engineer to promptly review each manual submitted, noting necessary corrections and revisions. .I f the Engineer rejects the manual, the Contractor shall correct and resubmit the manual until it is acceptable to Engineer as being in conformance with design concept of project and for compliance with information given in the Contract Documents. Owner may assess Contractor a charge for reviews of same items in excess of three (3) times. Such procedure shall not be considered cause for delay. Acceptance of manuals by Engineer does not relieve Contractor of any requirements of terms of Contract. (c) The Contractor shall provide the services of trained, qualified technicians to check Final equipment installation, to assist as required in placing same in operation, and to instruct operating personnel in the proper manner of performing routine operation and maintenance of the equipment. 44 WRD-702C Revised 5/23/2005 Appendix F (d) Operations and maintenance manuals specified hereinafter are in addition to any operation, maintenance, or installation instructions required by the Contractor to install, test, and start-up the equipment. (e) Each manual to be bound in a folder and labeled to identify the contents and project to which it applies. The manual shall contain the following applicable items: (1) A listing of the manufacturer's identification, including order number, model, serial number, and location of pants and service centers. (2) A list of recommended stock of parts, including part number and quantity. (3) Complete replacement parts list. (4) Performance data and rating tables. (5) Specific instructions for installation, operation, adjustment, and maintenance. (6) Exploded view drawings for major equipment items. (7) Lubrication requirements. (8) Complete equipment wiring diagrams and control schematics with terminal identification. 20. AS -.BUILT .DIMENSIONS AND DRAWINGS (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. *Mow, (b) Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as -built dimensions and locations of all work constructed. As a minimum.. the final drawings shall include the following: (i ) Horizontal and vertical locations of work. (2) Changes in equipment and dimensions due to substitutions. (3) "Nameplate" data on all installed equipment. (4) Deletions, additions, and changes to scope of work. (5) Any other changes made. Forms to be submitted with executed contracts: • Contractor's act of Assurance (ED-l03) • Contractor's Resolution on Authorized Representative (ED-104) • Prime Contractor Affirmative Steps Solicitation Rem (W.RD-216) • SMWI:ii Self -Certification (WRD-218) Form to be submitted during_ construction: • Login/Grant Participation Summary (SRF-373) 45 WRD-702C Revised Y23/2005 Appendix f CONTRACTOR'S ACT OF ASSURANCE (ED-103) STATE OF TEXAS COUNTY OF Dallas BEFORE ME, Magda Linville , a Notary Public duly commissioned and qualified in and for the County of Dallas in the State of Texas came and appeared Michael J. Mc Way , as represented by McCarthy Building Co., Inc. 9 the corporation's President - TX Division , who declares he/she is authorized to represent McCarthy Building CO., Inc. pursuant to provisions of a resolution adopted by said corporation on the 23 day of June 20 09 (a duly certified copy of such resolution is attached to and is hereby made a part of this document). Michael J. McWa �_ y , as the representative of McCarthy Building co., Inc. declares that McCarthy Building Co., Inc. assures the Texas Water Development Westside Water Treatment Plant Board that it will construct project at port Worth ____,Texas, in accordance with sound construction practice, all laws of the State of Texas, and the rules of the Texas Water Development Board. GIVEN UNDER MY HAND and seal of office this 23 day of JllIIe , 200 9 A.D. M"" MAGDA Lit t * • NOTARY PUK1C Si/ " :XAS COMMIMON e5: °F`' 10-12- 1 1 59 WRD-702C Revised 5/23/2005 Vriiilc3i nnu My Commission expires Appendix F ED•f03 01103/01 ED-104 SM19102 CONTRACTOR'S RESOLUTION (ED-9 04) ON AUTHORIZED REPRESENTATIVE Michael J. McWay Name or Names I hereby certify that it was RESOLVED by a quorum of the directors of the McCarthy Building Companies, Inc. , meeting name of corporation on the day of June z3 20^, that Michael J. McWay and be, and hereby is, authorized to act on behalf of McCarthy Building Companies, Inc. , as its name of corporation representative, in all business transactions conducted in the State of Texas, and; " That all above resolution was unanimously ratified by the Board of Directors at said meeting and that the resolution has not been rescinded or amended and is now in full forces and effect; and; In authentication of the adoption of this resolution, I subscribe my name and affix the seal of the corporation this 23 day of June } 20 09 l� Secretary (seal) 61 WRD-702C.Revised 5/21/2005 Appendix F TEXAS WATER DEVELOPMENT BOARD AFFIRMATIVE STEPS SOLICITATION REPORT WRD-216 ..r I. PROJECT INFORMATION wRD-216 Revised 07/21/06 A. TWDB Project No. B. Applicant/Entity Name C. Contract Amount D. Program Type (insert "X" for all that apply) 61369 City of Fort Worth $47,044,014.00 Drinking Water SRF (DWSRF) Clean Water SRF (CWSRF) �Colonia Wastewater (CWTAP) Other Project Description: Westside Water Treatment Plant Project Prime Contractor: jMcCarthy Building Companies, Inc. Solicitation By: Applicant/Entity Prime Contractor TWDB Construction Contract Number: 1 II. SOLICITATION LIST Column 1 List on this form, or provide a separate list of each business entity solicited for procurement: Full name, street address, citylstatelzip, for each Small, Minority, Woman, Rural Area or Other N Column 2 Enter one of the following procurement or contract categories: S T CONSTRUCTION, SUPPLIES; EQUIPMENT; SERVICES R Column 3 SBE, MBE, WBE, SRBA, or OTHER (NOTE! "OTHER" = Company or firm Is Non-SBE, MBE, WBE or U SBRA) C Column 4 Evidence of Good Faith Effort solicitations will include a combination of the following outreach T methods. Adequate backup documentation must be attached to this form for each method used. 1 1. Newspaper Advertisements S. Internet & Web Postings O 2. Direct Contact by Phone, Fax, Mailouts 6. Trade Association Publications N 3. Meetings or Conferences 7. Other Government Publications S 4. Minority Media Column 1 Column 2 Column 3 Column 4 Name & Address of Procurement or Type of Solicitation Business Entities Solicited for Procurement Contract Category Business Methods Broadcast Solicitation (1) Newspaper Advertisement Direct Contact M/WBE Plan Rooms and Chamber of Commerce ig ature orized Representative Title Date �� ?wy�J, � 111. TWDB APPROVAL"SIGNATURES .. OPFCA Engineer Approval Date SWMBE Coordinator Approval Date W RD-218 TEXAS WATER DEVELOPMENT BOARD Revised 07/21/06 SMWBE SELF -CERTIFICATION For Utilization of Small, Minority, Women -Owned, & Small Businesses in Rural Areas in Procurement ,%'' WRD-218 I. PROJECT INFORMATION Project No. I Entity Name I Amount I (Insert •x" for all that apply) II LI Drinking Water SRF (DWSRF) E. Contractor Name and Address n Clean Water SRF (CWSRF) Colonia Wastewater (CWTAP) Other 11. CERTIFICATION I her ,,e6y certi& that the above mated rnt is ia- act a Sina 911irwfi 'Wonteit- Own ed orJi alfBusntess in a ra r.A rea in accordancey tfr the 7exas'WatertDeveflprnent BgardAuidance document M�OS2l Small Business Enterprise (SBE) Place "X" in the Minority Business Enterprise (MBE) appropriate — ----- category Women -Owned Business Enterprise (WBE) Small Business in a Rural Area (SERA) Signature - PRIME Contractor Title Date Signature-APPLICANTIENTITY Representative Title Date III. NOTARIZATION State of: (mpiintSeao County of: SWORN TO AND SUBSCRIBED before me on: _ _ _ .._ ... _ ........... ........ .... _......... Signature..Date Printed Name: T �My Commission Expires on; IV. TWDB APPROVAL SIGNATURES OPFCA Engineer Approval Date SMWBE Coordinator Approval Date TEXAS WATER DEVELOPMENT BOARD LOAN/GRANT PARTICIPATION SUMMARY $R;F-373�� I. PROJECT INFORMATION A.,TWDBPro ct je Number B. Applicant/Entity Name G. Contract or Loan Amount D. Program Type Qwt x ra ae uW aPpy) 61,369 City of Fort Worth i1i $47,044,014.00 [X]Drinking Water SRF (DWSRF) r —1Clean Water SRF (CWSRF) �Colonia Wastewater (CWTAP) I Other Project Doscrption: Westside Water Treatment Plant Prime Contractor. ;McCarthy Building Companies, Inc. — Solicitation By.- _ _ X TWDB Construction Contract Number: 1 II. LIST OF ACTUAL CONTRACTS / PROCUREMENTS w Column i Enter the full name, street address, city/statelzip for each firm awarded a contract for the project s T Column 2 Enter the procurement category, CONSTRUCTION; , SERVICES �^ p eg ry: SUPPLIES; EQUIPMENT; R u Column 3 Enter the type of business: SBE; MBE; WBE; SRBA; or OTHER (OTHER = Mn.sBE. MBE, WBE orseRA) T Column 4 Enter the exact amount of the awarded contract o Column 5 Enter the exact date the contract was or will be executed s _ Column S Enter the certification type 0.e. slam; federal; NCTRCA; City of Houston; Self-CWtoation etc.) C414m l 4 Name &Address of Contracted RrrWendor Column 2 Procurement Category Column 3 Type of Business Column 4 Actual Contract Awarded ($) Column 5 Contract Execution. Dale Column 6 Type of SMWBE Certification McCarthy Building Company 1.2001 N. Central Expressway Dallas, Texas 752Q Construction Other $ 47,o44,o14.00 NIA 1 rrerzby ccRify rlat all of the firms Gsted gbarK �vere cawncicd to ,vor% on CGe pecified project. 1 erso certjy drat 1—miff ngmrdt'e4y wtify the -rqu Watar-Ormfopinva -eoardifaay jrifierutedsmalr,ntiaoriiy,women-ownedorn,ralfvmrare urMinairdfrantrig project. Signature - Authorized Representative Title Date V i C-t- iC 15i ..4 (; / o Ill. TWDB APPROVAL SIGNATURES PFCA En ineeir Ap proval pprova) Date DBE Coordinator Approval-,I)ate TEXAS WATER DEVELOPMENT BOARD LOAN/GRANT PARTICIPATION SUMMARY r . SRF-373 I. PROJECT INFORMATION A. TWDB Project Number I B. Applicant/Entity Name C. Contractor Loan Amount D. Program Type.oumwfor ail a.iappo 61,369 City of Fort Worth $47,044,014.00 X �Drinldng Water SRF (OWSRF) ( IClean Water SRF (CWSRF) �Colonia Wastewater (CWTAP) =other Project Description lWestside Water Treatment Plant Prime Contractor. iMcCarthy Building Companies, Inc. Solicitation By: I _ X TW()B Construction Contract Number..i 1 11. LIST OF ACTUAL CONTRACTS / PROCUREMENTS w Column 1 Enter the full name, street address, city/state/zip for each firm awarded a contract for the project T Column 2 Enter the procurement category: CONSTRUCTION; SUPPLIES; EQUIPMENT; SERVICES u Column 3 Enter the type of business: SBE; MBE; WBE; SRBA; or OTHER (OTHER - Non-SM, ME WOE or S9M) e T Column 4 Enter the exact amount of the awarded contract ` 0 _ t Column 5 Enter the exact date the contract was or will be executed s Column 6 Enter the certification type p.e. state; federal NCTRCk Cuy of Houston; Self•Ceiirration Or.) T Column1 Name A Address of Contracted FirmNendor Column 2 Procurement Category - Column 3 Type of Business Column 4 Actual Contract Awarded (�) Column 5 Contract Execution Date Column 6 Type .of SN.WBE Certification Universal Fence Company Construction WBE S 229,779.00 NCTRCA 2030 South Nursery living, Texas 75060 Central North Construction, LLC Construction DBE $ 229,427.00 NCTRCA 4410 Diilehay Drive Parker, Texas 75002 North Texas Trucking Service DBE $ 126,315.00 _ NCTRCA P.O. BOX 542842 Dallas, Texas 75354 LKT and Associates Equipment WBE $ 1,313,000,00 — -� ---- i NCTRCA PO Box 668 Melissa, TX 75454-0668 I Am6y certify Mat affof tfre firers listed e6ow were coutracadto warf•oa tfrc spedfied project 1460 tertffy that I.10T Immediately notify the Taps rovater o0wropnlent ow d fimy of tfie fskdsmag atino6ity, women-mmedorrantrfrrmsare tensimitedfrom tfroprojeu, Signature -Authorized Representative. V { /Date C-- Pi -r III. TWDB APPROVAL SIGNATURES PFCA Engineer Approval !late DBE Coordinator Approval Date . TEXAS WATER DEVELOPMENT BOARD LOAN/GRANT PARTICIPATION SUMMARY I SRF-373� I 1. PROJECT INFORMATION A. TWDB Project Number B. Applieant/Entity Name. G. Contract or J. Loan Amount D. Program Typeroscdx,tot &fitnppiy► 61,369 City of Fort Worth $47,044,014.00 X I Drinking Water SRF (DWSRF) _,' Clean Water SRF (CWSRF) j �Colonia Wastewater (CWTAP) i Other Project Description: Westside Water Treatment Plant Prime Contractor. W McCarthy Building Companies, Inc. Solicitation By X _ TWDB Construction Contract Number:. _ 1 11. UST OF ACTUAL CONTRACTS / PROCUREMENTS N Column 1 Enter the full name, street address, city/slate/zlp for each firm awarded a contract for the project t: T U Column 2 Enter the procurement category: CONSTRUCTION; SUPPLIES; EQUIPMENT; SERVICES 9 rY _ Column 3 Enter the type of business: SBE; MBE; WBE; SRBA; or OTHER (OTHER = Non -See, MBE, WBE or sawn o e awarded contract Column 4 Enter the exact amount of the 0 Column 5 Enter the exact date the contract was or will be executed N g Column 6 Enter the certification e typ pe.state; federal; NCTRCA; Cfly o1 Houston: Se9•Ce+tiiicaHan eta) Column 1 Name & Address of Contracted Firm/Vendor • Column 2 Procurement Category Column 3 Type of Business Column 4 Actual Contract Awarded ($) Column 5 Contract Execution Date Column 6 Type of SMWBE CerCification Brinkman Construction Construction DBE $ 461,314.00 NCTRCA PO Box 1122 Desoto. Texas 75123-1122 Fraire`s Reber, Inc Construction DBE $ 1,698,684.00 NCTRCA 432 West Yarmouth Dallas, Texas 7520E TBS Specialties Direct, Inc. Supplies WBE - $ 11,544.00 NCTRCA 1312-B Colony Court Fort Worth, TX 76117 ArtOGRAFX Supplies - — MBE $ 18,646,00 NCTRCA 2611 Andjon Dr. Dallas, TX 75220 IrNc6y certify that a!!of thefimis Trtearo6om +veh rnneraeted to tvorf on tfia ayrcifrad yrofect. /also tertijy:tfirtt ! miff immediatrfy notify McTe pu 4dater-Development -Social r'fany of the futrdsm ag abrority, uvinen-om edorrnrnffuw are teminatedfrom tfic pmjut. Signature - Authorized Represeritative Title Date III. TWDB APPROVAL SIGNATURES PFCA Engineer Approval Date DBE Coordinator Approval Date TEXAS WATER DEVELOPMENT BOARD LOAN/GRANT PARTICIPATION SUMMARY I S R F-373 I. PROJECT INFORMATION A.. TWDB Project B. Applicant/Entity Name F C. Contractor D. Program Type 0awt-A'waaxthat avcrr) Number Loan Amount 61,369 City of Fort Worth ! $47,044,014.00 ; X ;Drinking Water 5RF (DWSRF) IClean Water SRF (CWSRF) t -J Colonia Wastewater (CWTAP) Other. Project Description: We` stside Water Treatment Plant Prime Contractor: McCarthy Building Companies, Inc. Solicitation By TWDB Construction Contract Number. 1 11. UST OF ACTUAL CONTRACTS / PROCUREMENTS N Column 1 Enter the full name, street address, city/state/zip for each firm awarded a contract for the project s r Column 2 Enter the procurement category: CONSTRUCTION; SUPPLIES; EQUIPMENT; SERVICES P 9 ry� Ft _ _ Column 3 Enter the type of business: SBE• MBE• WBE• SRBA; or OTHER (OTHER- Non-sBE, MBE, wsEorseAA o Column 4 Enter the exact amount of the awarded contract t Column 5 Enter the exact date the contract was or will be executed s Column 6 Enter the certification type (Le. state; fedemt NCTRCA; Cite o♦ lipusion; Se8-CerGG4ation etc.) —`- Column t Name & Address of Contracted FirmNendor CQlumri2 Procurement Category Column 3 Type of Business Column 4 Actual Contract Awarded ($) Column 5 Contract Execution Date Column 6 Type of SMW`9E Certification Guido's Trucks Supplies DBE $ 136,000.00 State of Texas - TxDOT 1105 Mohawk Drive Irving, Texas 75061 Magnum Transportation, Inc. Construction DBE $ 226,960.00 -- NCTRCA _—___.� NCTRCA 2332 Gravel Drive Fort Worth, Texas 76118 Canalco, Inc ---__ _-- Construction DBE ----- $ 180,924.00 2903 Cedar Ridge Trail Frlendswood, Texas 77546 Duran Industries Equipment DBE $ 2,500,000.00 NCTRCA 1401 TI Blvd. Suite K Richardson, TX 75061 r h?r6y txrtify that of of the farms listed above were contracted to -ovrf oa the specfrrd project r also rcrtify that I -wilrintmesatery notify tree 7cou `t Jater Development r8oardif any of L& osledsmnA; minority; women-ountedor narerfintsare to minotcdfmo the project. Signature -Authorized Representative Title Date Ili. TWDB APPROVAL SIGNATURES PFCA Engineer Approval Date DBE Coordinator Approval Date; TEXAS WATER DEVELOPMENT BOARD LOAN/GRANT PARTICIPATION SUMMARY �—SRF-373 �1 I. PROJECT INFORMATION A. TWD13 Protect Number S. Applicant/Entity Name C. Contract or Loan Amount D. Program Type onsert-rWaAmataWWYi 61,369 i City of Fort Worth $47,044,014.00 { Xj Drinking Water SRF (DWSRF) ; Clean Water SRF (CWSRF) Cotonia Wastewater (CWTAP) Other Project Description• �westside Water Treatment Plant Prime Contractor. McCarthy Building Companies, Inc. Sollchation By: BIM X TWDB Construction Contract Number: It. LIST OF ACTUAL CONTRACTS / PROCUREMENTS N Column 1 Enter the full name, street address, city/state/zip for each firm awarded a contract for the project T u o Column 2 Enter the procurement category: CONSTRUCTION; SUPPLIES; EQUIPMENT; SERVICES Column 3 Enter the type of business: SBE; MBE; WBE; SRBA; or OTHER to-rHEn = NMSBE, UBE, WBE aSBRA) Column 4 Enter the exact amount of the awarded contract t o date Column 6 Enter the exact the contract was or will be executed �— N s _ _ Column 6 Enter the certification a slate; federal: NCTWA; City or Houston; SeMerulicalion eta.) � M. COMM I Name &Address of Contracted Firm/Vendor Column 2 Procurement Category Column 3 Type of Business Column 4 Actual Contract Awarded (S) Columns Contract Execution Date Columrkz Type of SMWBE Certification BAV, Inc. Supplies WBE $ 89,673.00 NCTRCA 3.434 Lawnwood Drive Fort Worth, Texas 76111 Cynthia Arnold Materials, LLC Supplies WBE $ 30.015.00 NCTRCA PO Box 632 Blum, Texas 76627 I hcre6y certify that at7 of the firsts risuda6vm axre contmned to Yv i(ou tfte specified project. I also cwtify trial I wiif iaimediatefy notify tfie7ew'Water rveveropraent rBoard�any of tfie rutedsrna f, vuiwrity, tvoraut a+vncddrrararfrrrns are tenninatedfrom the project Signature - Authorized Representative rifle Date l 111. TWDB APPROVAL SIGNATURES PFCA Engineer Approval Date DBE Coordinator Approval Date PART D SPECIAL CONDITIONS City of Fort Worth Westside WTP Project PART D SPECIAL CONDITIONS This Part D — Special Conditions is complimentary to Part C — General Conditions of the Contract. Anything contained in this Part D that is additive to any provision in Part C — General Conditions of the Contract are to be read together. Any conflict between Part C — General Conditions and this Part D, Part D shall control. FOR: WESTSIDE WATER TREATMENT PLANT PROJECT PROJECT NO. P262-607540045683 D-1 GENERAL The order or precedence in case of conflicts or discrepancies between various parts of the Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily, follow the guidelines listed below: 1. Plans 2. Contract Documents 3. Special Conditions The following Special Conditions shall be applicable to this project and shall govern over any conflicts with the General Contract Documents under the provisions stated above. The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2) years from date of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part or all of this project which becomes defective due to these causes. Subject to modifications as herein contained, the Fort Worth Water Department's General Contract Documents and General Specifications, with latest revisions, are made a part of the General Contract Documents for this project. The Plans, these Special Contract Documents and the rules, regulations, requirements, instructions, drawings or details referred to by manufacturers name, or identification include therein as specifying, referring or implying product control, performance, quality, or other shall be binding upon the contractor. The specifications and drawings shall be considered cooperative; therefore, work or material called for by one and not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though required by all. Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre -qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications, which general specifications shall govern performance of all such work. This contract and project, where applicable, may also be governed by the two following published specifications, except as modified by these Special Provisions: 1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CIl Y OF FORT WORTH 2. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION - NORTH CENTRAL TEXAS Any conflict between these contract documents and the above 2 publications shall be resolved in favor of these contract documents. A copy of either of these specifications may be purchased at the office of the Transportation and Public Works Director, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated by the call -out for the pay item by the designer. If not Part D.doc D-1 March 2009 City of Fort Worth Westside WTP Project shown, then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. N%0011 Proposers shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Failure to propose or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non -responsive" and rejecting proposals or voiding contract as appropriate as determined by the City Engineer. D-2 LOCATION AND DESCRIPTION OF PROJECT The Westside Water Treatment Plant site is located at 12200 Old Weatherford Road, Fort Worth, Texas, 76108. This Contract consists of the furnishing of all the material, equipment, labor and supervision necessary for the construction of the Westside Water Treatment Plant as shown on the plans and as described herein. The Westside Water Treatment Plant will be a new treatment facility. This project will include the following items: 1. Construction of new Ozonation Facilities, including liquid oxygen storage and vaporizers, ozone generation facilities included as part of the Ozone/Chemical Building, and ozone diffusion and contactor facility. 2. Construction of a new pre-treatment structure complex, including two rapid mix basins, three two - stage flocculation basins, three sedimentation basins with plate settlers, and eight filter boxes, four with underdrains, media, troughs, piping, and valves. 3. Construction of a new Membrane/Operations Building, including membrane modules and associated equipment, operations facilities, and administration rooms and offices. 4. Construction of a 2.5 million gallon clearwell, either welded steel tank or prestressed concrete tank. 5. Construction of a new high service pump station with associated piping and valves. 6. Construction of new chemical storage and feed facilities. The chemical feed facilities will be located in the Ozone/Chemical Building. The storage area will be located adjacent to the building. *-MOO' 7. Construction of a new lime slurry storage and feed facility. 8. Construction of a new Electrical Building. 9. Civil site work, including paving, grading, yard piping, and site security facilities. 10. Electrical facilities 11. A new instrumentation and control system. D-3 (NOT USED) D-4 PROJECT DESIGNATION SIGNS A project sign is required for this project. It shall be in accordance with the attached Figure 30A presented at the end of the Special Conditions. The Fort Worth symbol shall be modified to reflect the City's current symbol. The signs may be mounted on skids or posts. The Engineer shall approve the exact locations and methods of mounting. The information box shall have the following information: For Questions on this Project Call: (817) 871-8306 M-F 7:30 am to 4:30 p.m. or (817)871-8300 Nights and Weekends Any and all cost for the required materials, labor, and equipment necessary for the furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed. Part D.doc D-2 March 2009 City of Fort Worth Westside WTP Project 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. This project is also subject to Federal Wage rates. Not less than the wage rates issued by the U.S. Department of labor under the Davis -Bacon and related Acts must be paid on this project. The wage rates shall be for the specific project location. Refer to the web site www.gpo.ciov/davisbacon/tx.htmi for the applicable rates. When two or more wage rate scales are shown and wage rates shown in specific classifications are in conflict, the higher wage shall be used. D-6 EXISTING UTILITIES AND IMPROVEMENTS The plans show the locations of all known surface and subsurface structures. However, the Owner assumes no responsibility for failure to show any or all of these structures on the Plans, or to show them in their exact location. It is mutually agreed that such failure shall not be considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever. The Contractor shall be responsible for verifying the locations of and protecting all existing utilities, service lines, or other property exposed by his construction operations. Contractor shall make all necessary provisions for the support, protection, relocation, and/or temporary relocation of all utility poles, gas lines, telephone cables, utility services, water mains, sanitary sewer lines, electrical cables, drainage pipes, and all other utilities and structures both above and below ground during construction. The Contractor is liable For all damages done to such existing facilities as a result of his operations and any and all cost incurred for the protection and/or temporary relocation of such facilities are deemed subsidiary work and the cost of same and shall be included in the cost bid per linear foot of pipe installed. NO ADDITIONAL COMPENSATION WILL BE ALLOWED. Where existing utilities or service lines are cut, broken or damaged the Contractor shall replace or repair the utilities or service lines with the same type of original material and construction, or better, unless otherwise shown or noted on the plans, at his own cost and expense. The Contractor shall immediately notify the Owner of the damaged utility or service line. He shall cooperate with the Owners of all utilities to locate existing underground facilities and notify the Engineer of any conflicts in grades and alignment. Any and all permanent structures such as parking lot surface, fencing, and like structures on either public or private property shall be replaced at no cost to the City by material of equal value and quality as that damaged. In case it is necessary to change or move the property of any owner of a public utility, such property shall not be moved or interfered with until ordered to do so by the Engineer. The right is reserved to the owner of public utilities to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by performance of this contract. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City or the Engineer to be accurate as to extent, location, and depth; they are shown on the plans as the best information available at the time of design, from the owners of the utilities involved and from evidences found on the ground. D-7 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 facilities. All exploratory excavations shall be made 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 total price bid for the project. Part D.doc D-3 March 2009 City of Fort Worth Westside WTP Project D-8 SUBSTITUTIONS The specifications for materials set out the minimum standard of quality, which the City believes necessary to N40001 procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission from 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 fumished, it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed for use, the Engineer's approval thereof must be obtained before the Contractor procures the proposed substitute. Where the term "or equal", or "or approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of proving that the proposed substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of this sub -section as related to "substitutions" shall be applicable to all sections of these specifications. D-9 DISPOSAL OF SPOIL/FILL MATERIAL Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of Engineering Department, acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinances of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved by the Administrator to ensure that filling is not occurring within a floodplain without a permit. A floodplain permit can be issued upon approval of necessary Engineering studies. No fill permit is required if disposal sites are not in a floodplain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary Engineering studies, shall be at the Contractor's expense. In the event that the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the administrator '%Mole approving the disposal site, upon notification by the Director of Engineering Department, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinances of the City and this section. D-10 TEMPORARY SOIL EROSION SEDIMENT AND WATER POLLUTION CONTROL A. DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measures unless otherwise directed by the Engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary measures shall include dikes, dams, berms, sediment basins, fiber mats, jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, baled -hay retards, dikes, slope drains and other devices. B. CONSTRUCTION REQUIREMENTS: The Engineer has the authority to define erodible earth and the authority to limit the surface area of erodible -earth material exposed by preparing right-of-way, clearing and grubbing, the surface area of erodible -earth material exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollution -control measures to prevent contamination of adjacent streams, other water courses, lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary berms, dikes, dams, sediment basins, slope drains and use of temporary mulches, mats, seeding, or other control devices or methods directed by the Engineer as necessary to control soil erosion. Temporary pollution -control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features, but are not associated with permanent control features on the project. The Engineer will limit the area of preparing right-of-way, clearing and grubbing, excavation and borrow to be proportional to the CONTRACTOR'S capability and progress in keeping the finish grading, mulching, seeding, and other such permanent pollution -control measures current in accordance with the accepted schedule. Should seasonal conditions N%Wle Part D.doc D-4 March 2009 City of Fort Worth Westside WTP Project make such limitations unrealistic, temporary soil -erosion -control measures shall be performed as directed by the Engineer. 1. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. 2. Frequent fordings of live streams will not be permitted; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossings are necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live streams. 3. When work areas or material sources are located in or adjacent to live streams, such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream. Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream. 4. All waterways shall be cleared as soon as practicable of false work, piling, debris or other obstructions placed during construction operations that are not a part of the finished work. 5. The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils, bitumen, calcium chloride or other harmful materials. He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish. C. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work. D-11 UTILITIES There are currently no water or sewer facilities located at the plant site. The Contractor may desire to drill an onsite well for water supply since no available potable water is currently available in the area. The Contractor shall at his expense provide all utility services for construction of the new plant, including water, wastewater, electricity, gas, telephone, data, communications, etc. as may be required by him during construction. The Contractor shall be responsible for payment of all tap charges, demand charges, user fees, and all other charges so levied by the respective utility. Any and all costs for the required utility services of the Project shall be considered as a subsidiary cost of the project and no additional compensation will be allowed. Contractor shall pay all user fees for utilities up to the point of Substantial Completion for the respective water facilities and processes. Once Substantial Completion is achieved, the Owner will be responsible for the payment of all utility user fees with the account being transferred to the Owner's name. D-12 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 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. D-13 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 or progress. The Contractor shall provide proper facilities for such access. , No, Part D.doc D-5 March 2009 City of Fort Worth Westside WTP Project D-14 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 regulations published by the OSHA in the Federal Register and to perform all of the responsibilities thereunder. It is the Contractor's responsibility to see that the project is constructed in accordance with OSHA regulations and to indemnify and save harmless the City, Construction Manager, and Engineer from any penalties resulting form the Contractor's failure to so perform. D-15 TIME OF COMPLETION All work under this contract shall be completed within 1,095 calendar days. Liquidated damages will be assessed to the Contractor for failure to complete work necessary to meet the Substantial Completion date and the Final Completion date. Substantial Completion of the project is defined as completion of all process structures, pipelines, and equipment, including electrical and instrumentation, having been installed, tested, and commissioned with approval by the Owner and Construction Manager, allowing the plant to produce 12 million gallons per day (mgd) of potable water, store 2.5 million gallons of treated water, and to pump 12 mgd to the two distribution system pressure planes fed from the plant. To accomplish Substantial Completion, all facilities are required to be operational. Paving to chemical storage facilities that will enable truck deliveries shall also be completed as a condition of achieving Substantial Completion. Substantial Completion shall be met within 915 calendar days from the Notice to Proceed and if such date is not met, liquidated damages shall be assessed the Contractor as stated herein. Contractor will be allowed to work double shifts and Saturdays and Sundays if Contractor can demonstrate that the work items to be performed are related to the critical path of the construction schedule and if the additional work schedule is required to meet Substantial Completion. The time period between Substantial Completion and Final Completion shall be scheduled for completion of ancillary items that have no impact on the treatment, storage, or pumping of water, such as finish grading, the remainder of site paving, painting, and architectural finish work. In the event the Contractor fails to meet the Substantial Completion date of the Project as defined above and outlined in Section 01040, the Owner may withhold money permanently from the Contractor's total compensation at a rate of $1,000 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 withhold at a rate of $1,000 per calendar day as liquidated damages until Final Completion is met. Liquidated damages for Substantial Completion and Final Completion shall not be cumulative. 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. Part D.doc D-6 March 2009 City of Fort Worth Westside WTP Project D-17 (NOT USED D-18 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION Prior to the final inspection being conducted for the project, the Contractor shall contact the city inspector in writing when the entire project or a designated portion of the project is substantially complete, as defined in Paragraph D-15. The Construction Manager along with appropriate City staff and the City's consultant shall make an inspection of the substantially completed work and prepare and submit to the contractor a list of items needing to be completed or corrected. The Contractor shall take immediate steps to rectify the listed deficiencies and notify the owner in writing when all the items have been completed or corrected. Payment for substantial completion inspection, as well as final inspection, shall be subsidiary to the project price. Contractor shall still be required to address all other deficiencies, which are discovered at the time of final inspection. D-19 FINAL ACCEPTANCE After construction work is satisfactorily completed, the Owner shall make a final inspection of the project. The Owner will advise the Contractor if the project has been satisfactorily completed in accordance with the Plans and Specifications and issue a written statement of final acceptance in accordance with the General Conditions. After final acceptance, the Contractor shall provide a two-year Guaranty in accordance with the General Conditions, commencing the date of final acceptance. D-20 COOPERATION OF CONTRACTORS AND CITY It is expected that during various phases of the construction of this Project, other contract work, treated water pipelines and sewer lines, will also be in progress at or adjacent to the Westside Water Treatment ..or Plant site. Each Contractor shall be required to cooperate to the fullest, each with the other, in coordinating work, eliminating conflicts with work or personnel at all times. In case of conflicts, the Engineer shall determine the responsibility or priority of work and his decisions shall be final. The estimated construction schedules for the other construction contracts are presented in Section 01040 — Construction Sequence. D-21 INTERPRETATION OF REQUIREMENTS a. Interpretation: Any question as to interpretation of drawings and specifications or any questions arising after examination of premises must be referred to the Engineer in writing. No interpretation nor instructions given verbally by any persons will be considered valid. b. Lack of Understanding: Lack of understanding of Drawings and Specifications or failure to secure information concerning all conditions will not justify any claims. Extra compensation will not be made simply because of lack of such knowledge. D-22 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 form personal injury, including death, property liability, at any time, however caused, due to the presence or release of, or exposure, whether to the person or 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. Part D.doc D-7 March 2009 City of Fort Worth Westside WTP Project D-23 (NOT USED) D-24 (NOT USED) D-25 (NOT USED) D-26 (NOT USED) D-27 (NOT USED) D-28 TRENCH SAFETY SYSTEM Information, data, typical design schemes included on the Drawings and Specifications, Section 01665 — Trench Safety Requirements is for general guidance to the prospective bidders (and Contractor) and shall not be construed to instruct the Contractor nor specify to the Contractor the design or method of implementing a trench safety system. The Contractor shall be solely responsible for all his activities as set forth in Paragraph C6-6 of the General Conditions. The Contractor shall indemnify the Owner, Construction Manager,and Engineer from any claim related to trench safety. Insurance coverage shall comply with these requirements. The prospective bidders (and Contractor) shall make such explorations, analyses and other investigations as they deem necessary to inform themselves of the actual conditions to be encountered in performing the work required by the Contract Documents, including, but not limited to, information necessary to develop a trench safety program to comply with all requirements of OSHA, federal, state, and local laws, rules and regulations. Compliance with these laws, rules and regulations, including, but not limited to, HB 662 and HB 665 as adopted by the 72nd Session of the Texas Legislature, shall rest solely with the Contractor. D-29 PUMPING AND DEWATERING OPERATIONS Work to be performed will require draining, pumping and dewatering, and certain cleaning operations -Mwo, 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. D-30 CONSTRUCTION MANAGER ENGINEER defines various persons who may be 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-31 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 the award of contract. This resident Superintendent(s), if found to be acceptable, shall not be removed except under extraordinary circumstances. Qualifications of a proposed replacement shall be submitted when a request is made for the replacement of a 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 Part D.doc D-8 March 2009 City of Fort Worth Westside WTP Project of an acceptable quality and in accordance with the Contract Documents. If the Owner has a reasonable objection to the performance of the resident Superintendent, the Contractor shall replace the resident ,%No, superintendent upon written notice from the Owner. The resident Superintendent shall 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 Superintendent. The Contractor shall submit resumes for the electrical and instrumentation superintendents prior to the award of contract for approval by the Owner. The resumes shall list the qualifications and experience records. All requirements for assignment and replacement of resident Superintendents shall apply equally to electrical and instrumentation Superintendents. D-32 CONSTRUCTION MANAGER'S FIELD OFFICE Contractor shall furnish a 2009 model trailer office adjacent to his offices for use by the Construction Manager's resident project representatives, inspectors, and administrative personnel. Within 10 days after the notice of award, the Contractor shall submit a floor plan of the temporary office space. The temporary offices shall have a minimum of 1,200 square feet of floor space. The general arrangement of the Construction Manager's office and facilities provided shall be acceptable to the Construction Manager. The partitioning off of the Contractor's own office space for use by the Construction Manager will not be an acceptable alternative. A. The Construction Manager's office shall be provided with an outside entrance door having a substantial dead -bolt lock and stairs with handrail to access the office. A concrete stoop with boot scraper shall be provided at the foot of the stairs. Gravel shall be placed and maintained throughout the life of the project in a 10-ft wide area around the office perimeter. Skirting shall be installed around the entire perimeter of the office, and the office shall be provided with the necessary tie downs. A pole -mounted light shall be provided to adequately illuminate the area outside the office. Four parking spaces shall be reserved for the Construction Manager's staff next to the field office with the reserved spaces clearly identified. Provide signage mounted on the outside of the field office with the CM's company official logo. Artwork will be provided to the Contractor by the CM after Contract award. B. Windows for light and ventilation shall be provided in the Construction Manager's office. All windows shall be equipped with blinds. Adequate indoor lighting and thermostatically controlled heating and air conditioning shall be provided. C. Contractor shall pay all electricity and heating bills and shall provide voice and data services as specified herein. D. Provide and install a monitored security system for the field office trailer, including all instruments and wiring. Pay the installation fee for the security system and the monthly service fee throughout the construction period. E. The Construction Manager's office shall be plumbed for both hot and cold water service. A restroom located inside the office shall be provided and shall include a sink with hot and cold water service and a toilet. F. The field office shall include three private office spaces; each office shall be approximately 140 square feet in area. In addition to the private office, a reception area, a large conference room, a restroom, and a break area are to be provided. Refer to the drawings attached to the end of Part D for the basic floor plan of the field office and associated specifications. G. Furnishings 1. Each private office shall be furnished with a desk and chair, a 4-drawer filing cabinet, a worktable, two guest chairs, a 3-ft wide by 6-ft high bookcase with six shelves, and one 3-ft by 4-ft minimum dry erase board. v 2. For the conference room, provide a 4-ft by 12-ft minimum conference room table and 10 chairs. A 4-ft by 6-ft minimum dry erase board must also be furnished. Part D.doc D-9 March 2009 City of Fort Worth Westside WTP Project 3. For the reception area, provide a desk and chair, four 4-drawer filing cabinets, and two 3-ft wide by E- ft high minimum bookcases with six shelves each. Provide a 4-ft by 6-ft minimum bulletin board for '**ftapol OSHA / minimum wage posters and two plan racks. 4. Appliances to be provided in the break area shall include a 1.2 cubic foot, 1,000 watt microwave oven and a 14 cubic foot minimum refrigerator with freezer and automatic ice maker. Ice maker shall be plumbed and fully operational. 5. Furnish two, 20-lb tri-class dry type chemical fire extinguishers. 6. One color copy machine is to be located in the reception area connected to the LAN described below. The copy machine shall have the capability of copying, scanning, and printing. Copier shall have collating and stapling capability. A copy machine repair service contract shall be included that covers the life of the construction contract. The CM will provide and pay for paper, staples, and ink cartridges for the copy machine; all other copy machine expenses are the responsibility of the Contractor. 7. One facsimile machine. A facsimile need not be provided if the copy machine furnished in Paragraph D-32, Item F.6 above has the ability and is made ready, including all hardware and software, by the Contractor to receive and transmit faxes. H. A cleaning service shall clean the Construction Manager's office weekly throughout the project's duration. All office cleaning fees shall be paid by the Contractor. I. Maintenance of the Construction Manager's field office shall be by the Contractor throughout the duration of the project. Maintenance requests not resolved in 48 hours may be resolved by the Construction Manager and the cost of such maintenance back charged to the Contractor. J. Contractor shall make all necessary arrangements and pay all installation charges for voice and data lines in the office of the Construction Manager and shall provide all telephone instruments. Two separate telephone lines shall be provided in each private office. A minimum of 6 lines are required in the reception/conference area with eight push-button hand sets; one telephone shall be a key unit capable of receiving and transferring incoming calls. Provide a speaker phone for the conference room. The field office telephone system shall have a total of six outside lines (3 local and 2 metro for telephone stations and 1 metro for the fax machine). Contractor shall provide an answering machine to receive calls while the Construction Manager is out of the office. The telephone service and instruments in the Construction Manager's field office shall be a touch-tone system. The telephone service shall be in the name of the Construction Manager. All charges after installation shall be billed to and paid by the Construction Manager. K. Data service shall consist of a dedicated data line with symmetrical bandwidth of at least 512 kilobits per second with at least one static IP address dedicated for the exclusive use of the Construction Manager. Service shall be DSL or Cable Modem data service. The data line shall be terminated in the office space provided for the Construction Manager in a wall mounted RJ45 jack. The contractor shall provide and install the Local Area Network (LAN) computer connection installation and setup equipment. Contractor shall provide and install the following list of material for installation and setup. Or equals will be allowed. 1. 1 — Cisco 8-port router 2. 2 - DSL or cable modems 3. 1 —19-in Rack, HP Rack part number 10622 22U rack system 4. 1 - 2000 VA UPS Powerware 9125 rack mountable 5. 1 - Tripplite Surge protectors rack mountable model number RS-1215-20 6. 2 — Cat6e cables run to every office in the trailer Part D.doc D-10 March 2009 City of Fort Worth Westside WTP Project 7. 2 — Cat6e cables run to a wall near the conference room table L. Provide and make fully operational two laptop computers and docking stations for use by the Construction Manager. Computer hardware and software shall become the property of the Owner at the completion of the Contract. Computers shall be as follows: 1. Hardware: Computer shall be furnished with an Intel processor with a minimum of 2 GHz RAM, an 800MHz operating speed, and a 4M L2 Cache. Laptop is to include a 14-in screen, 80 GB hard drive, 2GHz processor, 10/100/1000 Mbps Gigabit Ethernet LAN card (RJ-45 connector), port replicator, integrated optical drive, two AC adapters, two batteries, USB multimedia keyboard, and USB optical mouse. In addition, provide a docking station, full-size keyboard, mouse, and a 19-inch flat panel monitor as a permanent work station in the reception area and one private office. Provide a standard carrying case for each laptop. 2. Software: Provide each computer with the following software at a minimum: Microsoft Vista Premium, Microsoft Office Suite (Word, Excel, Powerpoint, Outlook, and Project), Adobe Acrobat, virus protection software, and AutoCAD drawing viewing software (e.g. Bentley View, Drawing TrueView 2008, etc). 3. Service Agreement: Provide with each computer a service agreement covering all hardware and software during the the duration of the construction project. M. After approval of the field office plans by the Construction Manager, the Contractor, within 30 days after notification, shall deliver, locate, and assemble the field office with all associated equipment on the Project site as directed by the Construction Manager The completed unit shall be leveled, blocked and anchored to withstand wind velocity of 60 miles per hour and have all utilities connected ready for occupancy. D-33 CONTRACTOR'S OFFICE The Contractor shall furnish construction field office trailers for the Contractor's and subcontractors' use. These facilities shall be located within construction field office area as designated on the Drawings. This area, to be built by the Contractor, shall also house the permanent field office of the Construction Manager, described in Paragraph D-32. Contractor shall provide temporary utilities (water, sewer, power, natural gas, telephone, and data) to the temporary construction offices. Individual trailer services shall be installed from a power distribution panel to be located in the trailer park. Contractor shall provide meters, step-down transformers, breakers, etc. as required to supply power to the trailers. Contractor shall remove all temporary facilities at the end of construction. Contractor shall be responsible for obtaining all City permits required for the trailer and associated utilities. Contractor shall obtain temporary power from TXU to feed the construction trailer area. D-34 (NOT USED) D-35 SANITARY FACILITIES FOR WORKMEN As set forth in the General Conditions, the Contractor shall provide all necessary sanitary conveniences for the use of workmen at the project site. The Contractor shall also provide adequate drinking water facilities. D-36 PAYMENT FOR MOBILIZATION OR DEMOBILIZATION Payments for mobilization and/or demobilization may be approved on periodical estimates for the percentage completed. The payment for mobilization shall not exceed three and one third (3 1/3 %) percent of the total contract amount. Demobilization shall equal one half (Y2) the mobilization cost. Total payment for mobilization and demobilization will be made to the Contractor when each is complete. Part D.doc D-11 March 2009 City of Fort Worth Westside WTP Project D-37 SEQUENCE OF CONSTRUCTION Prior to the start of any work on the project, Contractor shall meet with the Engineer and develop a %wool construction schedule and sequence of operation. The construction schedule shall be prepared in accordance with Sections 01040 and 01315. D-38 CONSTRUCTION LAYOUT The Owner will provide at the site of the work horizontal control in the form of grid reference points and vertical control in the form of bench marks. From the controls established by the Owner, the Contractor shall be responsible for the complete layout of the work and for establishing lines and elevations as needed during construction. The Contractor shall furnish at his own expense labor, including the services of competent personnel, equipment, including accurate surveying instruments, stakes, templates, platforms, tools, and materials as may be required for laying out any and all parts of the work. The Engineer will be available for assistance in an advisory capacity. D-39 WARRANTY CERTIFICATES The Manufacturer shall warrant that all equipment furnished by it hereunder complies in all respects with the design and specification of this Contract and contains no defect of material or workmanship. In the event of failure of any part or parts of the equipment during the two years of service following Final Completion, due to defects of design, materials, or workmanship, the affected part or parts shall be replaced promptly upon notice by the Contractor. All replacement parts shall be furnished, delivered and installed at the expense of the Manufacturer. All warranty certificates or manufacturers guarantees, for equipment purchased by the Contractor shall be issued in the name of the City of Fort Worth. D-40 LIMITS 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 City Council for final approval or disapproval; and the action thereon by the City Council shall be final and binding. If delay is caused by specific orders given by the Engineer to stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for 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-41 PROGRESS PHOTOGRAPHS 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 digital camera with date back capability, with lenses ranging form wide angle to 135mm. Photographs shall be taken at locations designated by the Engineer. Two glossy color 3" x 5" prints shall be provided for each photograph taken. Each print shall be marked on the reverse side to indicate project name, date and time, location, direction of exposure, and a description of what is being photographed. Prints shall be clear and sharp with proper exposure. If prints of adequate quality are not produced from exposures, additional photographs shall be taken immediately. Floppy disks with each of the digital photographs stored shall also be provided. The Contractor shall provide forty-eight (48) 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 N%0001 Part D.doc D-12 March 2009 City of Fort Worth Westside WTP Project 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 3-ring plastic binders. After the project has been completed and all construction trailers, materials etc. have been removed, the Contractor shall take twenty-four (24) photographs of the completed site. Two 8" x 10" glossy color prints and negatives are to be provided for each photograph. Negatives shall be of a quality to permit enlargements. D-42 SUBMITTALS The Contractor shall be responsible for the accuracy and completeness of the information contained in each submittal (also know as a shop drawing) 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 for compliance with the Contract Documents and are approved by the Contractor as submitted. Submittals must include a certifications statement as required by the Contract Documents. Submittals that do not have the stamp applied or include the required certifications will be returned to the Contractor without processing. The Contractor shall ensure that there is no conflict with other submittals and notify the Construction Manager of each case where the proposed change may affect the work of another Contractor or the Owner. The Contractor shall coordinate submittals among the related crafts and subcontractors. Submittals will not be accepted from subcontractors or suppliers. The Contractor shall assign a number to each submission provided to the Construction Manager to allow each submittal to be tracked while proceeding through the review process. Submittals shall be accompanied by a suitable submittal transmittal form. A separate form shall be used for each specific item, class of material, equipment, and item specified in separate discrete specification 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 a register number to each submittal shall be as indicated in Section 01300 — Submittals. The sequence number shall be issued in chronological order for each type of submittal. 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. Submittals shalt be marked to show clearly the applicable sections of the specification and sheet number of Drawings. Correct assignment of numbers is essential as different submittal types are processed in differentways. Some submittals received do not require that a response be given. Construction Manager will maintain a log of submissions to allow for the monitoring and tracking of Contractor's submittals. Logs will be reviewed periodically to determine that all submittals are received and processed. D-43 RECORD DRAWINGS A. General: During prosecution of the work, the Contractor shall maintain a complete set of drawings upon which all deviations and changes shall be legibly recorded with actual works done. Deviations and changes shall be marked in red on a full-size set of drawings. Record Drawings shall be prepared as discussed in Section 01720 — Project Record Documents. B. Delivery: Record Drawings shall be delivered to the Construction Manager in good condition upon completion and acceptance of the work and before final payment is made. C. Requirements: Record Drawings shall be required for all work performed as a part of this project. Part D.doc D-13 March 2009 City of Fort Worth Westside WTP Project D-44 SHOP DRAWINGS Equipment and material covered in PART E - SPECIFICATIONS shall be furnished with Shop Drawings and Operation and Maintenance Manuals. These documents shall be as required of Sections 01300 and 01730 for submittals and operating and maintenance instructions, respectively. These documents shall be provided for all equipment and material included in PART E regardless if reference is or is not made to Sections 01300 or 01730 within the respective specification section under which the equipment or material is purchased. D-45 REQUEST FOR INFORMATION When necessary, the Contractor shall request additional information, clarification, or interpretation of the Contract Documents. A request for information shall be used when the Contractor believes there is a conflict between the Contract Documents or when the Contractor believes there is a conflict between the Drawings and Specifications. He shall identify the conflict and request clarification using the Request for Information (RFI) form provided by the Construction Manager. Sufficient information shall be attached to permit a written response from the Construction Manager without further information. The Construction Manager will log and review each request. If review of the request indicates a change to the Contract Documents, the Construction Manager will issue a Proposed Contract Modification as described in Paragraph D-46. D-46 CONTRACTOR MODIFICATION REQUEST / PROPOSED CONTRACT MODIFICATION Any requested change in the Contract Documents will be initiated by the Contractor issuing a Contractor's Modification Request or by the Construction Manager issuing a Proposed Contract Modification on the form or forms provided by the Construction Manager. Contractor proposals will be reviewed by the Construction Manager and the Owner. If found acceptable, the proposed change will be incorporated in a Change Order in accordance with the GENERAL CONDITIONS or by Field Order in accordance with Paragraph D-50 of the SPECIAL CONDITIONS. The Contractor's Modification Request shall fully identify and describe the deviations and associated costs stating clearly the reason the change is requested. Any savings in the cost related to a substitution is to be identified in the request for due consideration. D-47 RECORD DATA Record Data shall be submitted to provide information as to the general character, style, and manufacturer of the equipment that will allow the Construction Manager and the Owner to adequately identify the material or equipment incorporated into the Project. Record Data shall be provided for all equipment and material of construction. Record Data are not required for items which Submittals and/or Operations and Maintenance manuals are required. Record Data shall be complete to indicate where the material was incorporated into the project, provide schedules of materials and their use, colors, model numbers and other information which would allow this material to be replaced at some future date. Record Data will be received by the Construction Manager and logged for transmittal to the Owner. Record Data will not be reviewed for comment and no response will be made to the Contractor. D-48 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, 4) has been operated under full load conditions and is operating satisfactorily, 5) there are no conditions present with the completed installation that would affect the manufacturer -supplied warranty. Part D.doc D-14 March 2009 City of Fort Worth Westside WTP Project D-49 NOTIFICATION BY CONTRACTOR NNEW, Contractor shall provide written notification to the Construction Manager of the need for testing, observation or inspection of the Work by the Construction Manager, of the intent to work outside of regular working hours, or requesting shut down of facilities or utilities to make connections. This written communication shall be in the forma of a Notification By Contractor form provided by the Construction Manager. D-50 ALTERATION OF CONTRACT DOCUMENTS The General Conditions shall be modified as follows: By Change Order or Field Order, the Owner reserves the right to make changes to the Contract Documents and in the character or quantities of the Work as may be necessary or desirable for completion of the work in the most satisfactory manner, provided such changes are consistent with the overall intent of the Conti act Documents. A Field Order is a written order issued by the Construction Manager that authorizes minor changes or alterations in the work that does not involve a change to the Contract Time or Contract Amount. Modifications to the Contract can only be authorized by 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 the Contract Amount or Contract Time, he shall not proceed with the work. He shall within 10 days after receiving the Field Order advise the Construction Manager in writing and request a Change Order be issued in accordance with the General Conditions. D-51 UNDERWRITER'S LABORATORIES LABELING: All electrical materials and equipment installed as part of this Project shall bear the label of Underwriters' NNOW Laboratories, Inc. (UL) or other testing laboratory approved by the City of Fort Worth Electrical Inspection Section. Such labeling shall include all electrical equipment provided as part of the building mechanical systems package such as pumps, blowers, fans, etc. The label shall be included with the submittals for the respective pieces of equipment and under all circumstances shall be provided prior to the equipment being shipped to the Project site. D-52 STORMWATER POLLUTION PREVENTION PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations, a Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all construction activities that result in the disturbance of one to five acres (Small Construction Activity) or five or more acres of total land (Large Construction Activity). The contractor is defined as an "operator" by state regulations and is required to obtain a permit. Information concerning the permit can be obtained through the Internet at http://www.tceq.state.b(.us/permitting/water perm/wwperm/construct.html. Soil stabilization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can be obtained through the Internet at www.dfwstormwater.com/runoff.htmi. Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction management techniques that, if properly utilized, can minimize the need for physical controls and possible reduce costs. The methods of control shall result in minimum sediment retention of not less than 70%. NOTICE OF INTENT (NOD: If the project will result in a total land disturbance equal to or greater than 5 acres, the contractor shall sign at the pre -construction meeting a TCEQ Notice of Intent (NOI) form prepared by the engineer. It serves as a notification to the TCEQ of construction activity as well as a commitment that the contractor understands the requirements of the permit for storm water discharges from construction activities and that measures will be taken to implement and maintain storm water N".o, Part D.doc D-15 March 2009 City of Fort Worth Westside WTP Project pollution prevention at the site. The NOI shall be submitted to the TCEQ at least 48 hours prior to the contractor moving on site and shall include the required $100 application fee. The NOI shall be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711-3087 A copy of the NOI shall be sent to: City of Fort Worth Department of Environmental Management 5000 MLK Freeway Fort Worth, TX 76119 NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity, the contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form prepared by the engineer. It serves as a notice that the site is no longer subject to the requirement of the permit. The NOT should be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711-3087 STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site. The SWPPP will be prepared by Engineer. The selected Contractor shall be provided with three copies of the SWPPP after award of contract, along with unbound copies of all forms to be submitted to the Texas Commission on N%"001 Environmental Quality. LARGE CONSTRUCTION ACTIVITY - DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES: A Notice of Intent (NOI) form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the Engineer shall be prepared and implemented at least 48 hours before the commencement of construction activities. The SWPPP shall be incorporated into in the contract documents. The contractor shall submit a schedule for implementation of the SWPPP. Deviations from the plan must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from those anticipated during the preparation of the SWPPP. Modifications may be required to fully conform to the requirements of the Permit. The contractor must keep a copy of the most current SWPPP at the construction site. Any alterations to the SWPPP proposed by the contractor must be prepared and submitted by the contractor to the engineer for review and approval. A Notice of Termination (NOT) form shall be submitted within 30 days after final stabilization has been achieved on all portions of the site that is the responsibility of the permittee, or, when another permitted operator assumes control over all areas of the site that have not been finally stabilized. SMALL CONSTRUCTION ACTIVITY - DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES: Submission of a NOI form is not required. However, a TCEQ Site Notice form must be completed and posted at the site. A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above. A SWPPP, prepared as described above, shall be implemented at least 48 hours before the commencement of construction activities. The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion, sedimentation and water pollution and will be included in the contract documents. The control measures shall be installed and maintained throughout the construction to assure effective and continuous water pollution control. The controls may include, but not be limited to, silt fences, straw bale dikes, rock berms, diversion dikes, interceptor swales, sediment traps and basins, pipe slope drain, inlet protection, stabilized construction entrances, seeding, sodding, mulching, soil retention blankets, or Part D.doc D-16 March 2009 City of Fort Worth Westside WTP Project other structural or non-structural storm water pollution controls. The method of control shall result in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from the proposed control measures must be submitted to the engineer for approval. D-63 MEMBRANE FILTRATION SYSTEM SUPPLIER (MFSS) The Owner has preselected a Membrane Filtration System Supplier (MFSS) for supplying the membrane system equipment and related services for the Westside Water Treatment Plant. Pall Corporation was preselected by the City as the MFSS. Under a Special Engineering Services Agreement with the Owner, the MFSS has designed the membrane filtration system equipment, submitted shop drawings and general arrangement drawings for the membrane filtration system, and participated in meetings with the Owner and Design Engineer during the design phase of the Westside Water Treatment Plant. The General Contractor shall enter into a subcontract agreement with the MFSS for the remaining services outlined in the MFSS scope of work, including the fabrication and delivery of the membrane filtration system equipment; services during construction, including coordination meetings, assistance to and training of the General Contractor for installation of the membranes; preparation of operations and maintenance manuals; calibration of supplied instrumentation; acceptance testing; and operator training. The MFSS shall also provide bonds to the General Contractor for their work. The General Contractor shall be responsible for all work to be provided by the MFSS, as with all other subcontractors which the General Contractor employs. All submittals, scheduling, and other requirements of the MFSS shall be the responsibility of the General Contractor. Volume 4 of the Specifications provides the Membrane Filtration System Preselection Documents. These documents are a part of the General Contract and all goods and services shall be the responsibility of the General Contractor even though provided by the MFSS. These Preselection Documents present the MFSS scope of work, subcontract requirements, and the price proposal provided by Pall Corporation. The process mechanical and instrumentation diagrams (PM&IDs) for the Pall membrane filtration system are presented in the drawings. The PM&IDs define the scope of equipment to be provided by the MFSS. Copies of the MFSS shop drawing submittals are available for the General Contractors only and should be requested by the Contractor from Camp Dresser & McKee Inc. The Contractors shall obtain a copy of these submittals to assist in preparing the Proposal. D-64 EQUIPMENT SUPPLIERS (ESs) The Owner has preselected Equipment Suppliers (ESs) for furnishing some of the process equipment and related services for the Westside Water Treatment Plant. The following list presents the pre -selected ES for each of the pre -selected equipment: Equipment Vertical Turbine Can Pumps Backwash Pumps Sump Pumps Vertical Shaft Rapid Mixers and Flocculators Sludge Collection Equipment Inclined Plate Settlers Air Scour Blowers Submersible Pumps Filter Underdrain System Filter Media Ozone System Motor Actuated Butterfly Valves Specification 11210 11213 11216 11221 and11222 11225 11227 11276 11319 13221 13226 13280, 13290, 13296 15105 Equipment Supplier Part D.doc D-17 March 2009 City of Fort Worth Westside WTP Project The General Contractor shall enter into a subcontract agreement with each of the ESs for the services outlined in the ES scope of work, including the fabrication and delivery of the equipment; services during construction, including coordination meetings, assistance to and training of the General Contractor for Nftwolol installation of equipment; preparation of operations and maintenance manuals; calibration of supplied instrumentation; acceptance testing; and operator training. The Ozone System Supplier (OSS) shall also provide bonds to the General Contractor for their work. None of the other ES will provide bonds to the General Contractor. The General Contractor shall be responsible for all work to be provided by the each of the ESs, as with all other subcontractors which the General Contractor employs. All submittals, scheduling, and other requirements of the ES shall be the responsibility of the General Contractor. Volume 5 of the Specifications provides the Equipment Pre -Selection Documents. These documents are a part of the General Contract and all goods and services shall be the responsibility of the General Contractor even though provided by the ES. These Pre -Selection Documents present the ES scope of work, subcontract requirements, and the price proposals provided by each ES. The drawings and specifications define the scope of work for each ES. Copies of the equipment information submitted with the ES proposals are available for the General Contractors only and should be requested by the Contractor from Camp Dresser & McKee Inc. The Contractors shall obtain a copy of these submittals to assist in preparing the Proposal. END OF SECTION Part D.doc D-18 March 2009 City of Fort Worth Westside WTP Project ,*Moo, HEAVY & HIGHWAY CONSTRUCTION PREVAILING WAGE RATES 2008 Air Too] O era w $10.06 Asphalt Distributor QPaMt0r $13.99 Asphalt Paving Machine Operator $12.78 Asphalt Rafter $11.01 Asphalt Shoveler $ 8.80 Batching Plant Weigher $14.15 Broom or Sweeper Operator $ 0.88 Bulldozer Operator $13.22 cmmter $12.80 Concrete Finisher Pavinst $12.85 Concrete Finisher Structures $13.27 Concrete Paving Curbing Machine Operator $12.00 Concrete Paving Finishing Machine Operator $13.63 Concrete Paying Joint Sealer Operator $12.50 Concrete paying Saw Operator $13.56 Concrete EEmLZ Spreader Oator $14.50 Concrete Rubber $10.61 Crane Clamshell Backhoe, Derrick, Dra line, Shovel emtor $14.12 Electrician $18.12 Flagger $ 8.43 Form Builder/Setter, Structures $11.63 Form Setter Paying & Curb $11.83 Foundation Drill Operator, Crawler Mounted $13.67 Foundation Drill Operator, Truck Mounted $16.30 Front End Loader Operator $12.62 Laborer Common $ 9.18 Laborer Utility $10.65 Mechanic $16.97 Milling Machine Operator, Fine Grade $11.83 Mixer Operator $11.58 Motor Grader Operator, Fine Grade $15.20 Motor Grader Operatmr, Rough $14.50 Oiler $14.98 Painter, Structures $13.17 Pavement MaTidng Machine Operator $10.04 Pi ela er $11.04 Reinforcing Steel Setter, Paving $14.86 Reinforcing Steel Setter Structure $16.29 Roller Operator, Pneumatic Self -Propelled $11.07 Roller Operator, Steel Wheel Flat Wheeltram in $10.92 Roller Operator, Steel Wheel Plant Mix Pavement $11.28 Scraper Oerator $11.42 ServIcer $12.32 Slip Form Machine Operator $12.33 S reader Box Operator $10.92 Tractor Operator, Crawler Type $12.60- Tractor Operator Pneumatic $12.91 Traveling Mixer Operator $12.03 Truck Driver, Lowboy -Float $14.93 Truck Driver Single Axle Heavy $11.47 Truck Driver Single Axle, Light $10.91 Truck -Driver, Tandem Axle Semi -Trailer $11.75 Truck Driver Transit Mix $12.08 Wagon Drill Boring Machine, Post Hole Driller Operator $14.00 Welder $13.57 Work Zone Barricade Servicer $10.09 Part D.doc D-19 Marca 2009 City of Fort Worth Westside WTP Project 2008 PREVAILING WAGE RATES CONSTRUCTION INDUSTRY AC Mechanic $21.69 Plumber $20.43 AC Mechanic Helper $12.00 Plumber Helper $14.90 Acoustical Cefling Mechanic $15.24 Reinforcing Steel Setter $10.00 Brickta er/Stone Mason $19.12 Roofer $14.00 Bricklayer/Stone Mason Helper $10.10 Roofer Helper $10.00 Carpenter $16.23 Sheet Metal Worker $16.96 Carpenter Helper $11.91 Sheet Metal Worker Helper $12.31 Concrete Finisher $13.49 S rinkler System Installer $18.00 Concrete Form Builder $13.12 rinkler System Installer Helper $9.00 Drywall Mechanic $14.62. Steel Worker Structural $17.43 DrMatl Helper $10.91 Concrete Pump $20.50 Drywall Taper $13.00 Crane, Ciamsheel, Backhoe, Derrick, D'Line Shovel $17.76 Drywall Taper Helper $9.00 Forklift $12.63 Electrician (Journeyman) $20.20 Front End Loader $10.50 Electrician Helper $14.43 Truck Driver $14.91 Electronic Technician $19.86 Welder $16.06 Electronic Technician Helper $12.00 Welder Helper 1 $9.75 Floor Layer (Resilient) $20.00 Floor layer Hel er $13.00 Glazier $18.00 Glazier Helper $13.00 Insulator $14.78 Insulator Helper $11.25 Laborer Common $10.27 Laborer Skilled $13.18 Lather $16.10 Painter $14.83 Painter Helper $8.00 Pi efitter $18.85 Pi efitter Helper $12.83 Plasterer $17.25 Plasterer Helper $12.25 Nftw/ Part D.doc D-20 March 2009 b t7 0 R P. d N N O O FRUJEC,T J1Ci1V Figure 30 A Scale 1 " = P PART F BONDS CERTIFICATE OF LIABILITY INSURANCE ° snaz0"V09°"Y' �.A;4101eip. PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND Aon Risk Services Central, Inc., St Louis MO Office, 8182 Maryland Ave., St CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE Louis, Mo. 63105, Attn: Sue Schwartz ,PHONE: (314) 7215100, Fax: (314) 719- DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE 5126, California License Number OB20T71 POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURED INSURER A: Arch Insurance Company 11150 McCarthy Building Companies, Inc. / Div. 02 INSURER B: Insurance Company of the State of PA 19429 12001 N. Central Expressway, Suite 400 Dallas, TX 75243 INSURER C: INSURER D: INSURER E: o. ... .. 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LIMITS SHOWN ARE AS REQUESTED. NSR R ADDINSL TYPE OF INSURANCE POLICY NUMBER DATE (N(NW EFFECTIVE DIM POLICYON MDM LIMITS A , GENERAL LIABILITY 51 PKG2245505 4/1/2009 4/1/2010 EACH OCCURRENCE $ 2,000,00E If COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $ 2,000,000 ._- CLAIMS MADE �✓ OCCURRENCE PREMISES Ea occurenae MED EXP (Arty one person) $ 10,000 ..✓ Per PrgedlLoralion Aggregate PERSONAL & ADV INJURY $ 2,000.000 — GENERAL AGGREGATE $ 4.000,000 PRODUCTS — COMPIOP AGG $ 4,000.000 GENT AGGREGATE LIMIT APPLES PER — POLICY PROUECT .�/. LDc A AUTOMOBILE LIABIL TY 51 PKG2245505 4/1/2009 4/1/2010 COMBINED SINGLE LIMIT $ 2 000 OD0 +✓, ANYAurO (Eaacdderlt) _— ALL OWNED AUiOS BODILY INJURY $ SCHEDULED AUTOS (Per Pe—) — HIRED AUiOS -- BODILY INJURY $ NON OWNED AUTOS (Per accident) = PROPERTY DAMAGE $ (Per accident) — GARAGE LIABILITY AUTO ONLY—EAACCIDENT $ — ANY AUTO = OTHER THAN � $ AUTO ONLY: AGG $ B ✓ — EXCESS AUMBRELLA LIABILITY —✓ 7541664 4/1/2009 4/1/2010 EACH OCCURRENCE $ 15,000,000 AGGREGATE $ 15000.000 OCCUR CAM6MAOE $ DEDUCTIBLE s $ _ RETENTION A WORKERS' COMPENSATION AND 51 WC12245405 4/1/2009 4/1/2010 Q WC STATu- OTHER TORY LIMITS r o� Ity Alva; EMPLOYERS'LIABILITY El EACH ACCIDENT $ 1,000,000 ANY PROPRIETOR I PARTNER I EXECUTIVE E.L. DISEASE —EA EMPLOYEE $ 1,000,000 OFFICERINIEMBEREXCLUDED? E.L. DISEASE — POLICY LIMB $ 1,000,000 If Y—. dmaae ceder SPECIAL PROVISIONS ed— OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS Stan XS 241733 City of Fort Worth Westside Waste Water Treatment Plant - City Project Number. P262-607540045683 The City of Fort Worth, Camp, Dresser & McKee and Blanc and Veatch are additional insureds as respects all coverage shown above except for Workers Compensation. A waiver of subrogation in favor of the City of Fort Worth applies to all policies as required by Written contract. JUN 1 1 2009 'yraf., IFICAT.E tl01.#�ER f-' CA C LfiATION ` �3 ; y ,..,, -, .;. VN SHOULD ANY OF THE ABOVE DESCRIBED POLI C E TI DATE City of Fort Worth THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 DAY WO CEIITO THE Attn: Chris Harder, PE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. 1511 11th Avenue Fort Worth, TX 76102 AUTHORIZED REPRESENTATIVE SdDi108} ©AC6)2) CtlF2.. 3 •.w, THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ CAREFULLY. CONTRACTORS WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: 241733 COMMERCIAL GENERAL LIABILITY COVERAGE PART Name of Person or Organization: ANY PERSON OR ORGANIZATION FOR WHOM THE NAMED INSURED HAS AGREED BY WRITTEN CONTRACT TO FURNISH THIS WAIVER. The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV —Commercial General Liability Conditions) is amended by the addition of the following: 1. If we recover any amount as a result of our exercise of these rights, the amount recovered will be divided as follows: 1. Any insured or other insurer that paid amounts in excess of the limits of coverage that apply under this policy will be reimbursed for the actual amount paid. 2. We will then be reimbursed for any payments we have made. 3. Then, if any amount remains, any insured or other insurer who paid amounts before the limits of coverage for this policy applied will be reimbursed for the actual amount paid. Expenses incurred in obtaining a recovery of any payment we make under this policy from someone other than us will be divided in the same ratio as the recovery is shared. However, if we bring legal action against any other party on our own or try to obtain recovery and fail to do so, we will pay all expenses we incur. 2. We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or 'your work' done under a contract with that person or organization and included in the "products and completed operations hazard'. This waiver applies only to the person(s) or organization(s) shown in the Schedule above. *9/ All other terms and conditions of this Policy remain unchanged. Issued By: ARCH INSURANCE COMPANY Endorsement Number - Policy Number: 51PKG2245505 Named Insured: McCarthy Building Companies, Inc. / Div, 02 Endorsement Effective Date: 4/1/2009 President 00 ML0207 00 1103 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED- AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU - COMPLETED OPERATIONS- PRIMARY AND NON-CONTRIBUTORY ENDORSEMENT This endorsement modifies insurance provided under the following: Section II - Who Is An Insured is amended to include as an insured any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization is an additional insured on your policy. Such person or organization is an additional insured only with respect to liability arising out of: i) "your work" at the location designated; or ii) the "products -completed operations hazard." Coverage afforded to these additional insured parties will be primary to, and non-contributory with, any other insurance available to that person or organization. All other terms and conditions of this Policy remain unchanged. Rfti Policy Number : 51 PKG2245505 Named Insured: McCarthy Building Companies, Inc. / Div. 02 This endorsement is effective on the inception date of this Policy unless otherwise stated herein: Endorsement Effective Date: 4/1/2009 00 ML0019 00 11 03 "W Policy No. 51 WC12245405 WC 00 03 13 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule Person or Organization Any person or organization for whom the named insured has agreed by written contract to furnish this waiver. Job Description 241733 City of Fort Worth Westside Waste Water Treatment Plant - City Project Number: P262-607540045683 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS FOR RECOVERY AGAINST OTHERS TO US ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM We waive any right of recovery we may have against any person or organization to the extent required of you by a written contract executed prior to any "accident", provided that the "accident" arises out of operations contemplated by such contract. The waiver only to the person or organization designated in such contract. All other terms and conditions of this Policy remain unchanged. Policy Number: 51 PKG2245505 Named Insured: McCarthy Building Companies, Inc. / Div. 02 Endorsement Effective Date: 4/1/2009 00 CA0032 00 10 03 Page 1 of 1 CONTRACTOR COMPLIANCE WITH %no WORKER'S COMPENSATION LAW Pursuant to Article 8308-3.23 of Vernon's Annotated Civil Statutes, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City of Fort Worth project Westside Water Treatment Plant Project Project No. P262-607540045863 t By: President — Texas Divisio Title June 23, 2009 Date STATE OF TEXAS COUNTY OF TARRANT BEFORE ME, the undersigned authority, on this day personally appeared Michael J. McWay , 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 McCarthy Building Companies, Inc. for the purposes and considerations therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this _23 day of June 120 Notary Public in and for the State of Texas (a) Contractor agrees to provide to the City a certificate showing that it has obtained a policy of workers compensation insurance covering each of its employees on the project in compliance with state law. No Notice to Proceed will be issued until the Contractor has complied with this section. (b) 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 workers compensation insurance covering each employee employed 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 City. `NNIIII// /i �... ,.;��""'°•,',• JOHN R. FRAZIER Notary Public, State of Texas My Commission Expires NOVember 29, 2012 Executed in Six Counterparts Bond Nos: 82169277, 105205302 PERFORMANCE BOND THE STATE OF TEXAS § CTHY § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, (1) McCarthy Building Companies, Inc. , as Principal Federal Insurance Company, Travelers Casualty and Surety Company herein, and (2) , a corporation organized under the laws of the State of (3) Indiana/Connecticut , and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation situated in Tarrant, Denton, Parker and Wise Counties, Texas, Obligee herein, in the sum of Forty-seven million forty-four thousand fourteen and no one hundredths Dollars ($ 47,044,014.00) for the payment of which sum we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has entered into a certain written contract with the Obligee dated the 23 day of 20_2�1, a copy of which is attached hereto and made a part hereof for all purposes, for the construction of Westside Water Treatment Plant (Project No. P262-607540045683) NOW, THEREFORE, the condition of this obligation is such, if the said Principal shall faithfully perform the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this 23rd day of June 2009 . ATTEST: (Principal) Secretary (SEAL) fitness as to JVrincipal ATT ST: ateu�x (SEAL) Iftw d it Witn as to Surety McCarthy Buildh PRIN IP L By: Nam Title: ve Address: 12001 N. Central Expressway Dallas, TX 75243 Federal Insurance Company Travelers Casualty and Surety Company SURETY ti usan J. Prei Name: --�6 Attorney ih Fact 4— Address: 15 Mountain View Road, Warren, NJ 07059 One Tower Square, Bond/5PB, Hartford, CT 06183 312-454-4245 Telephone Number: 314-s79_s31s NOTE: (1) Correct name of Principal (Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attomey-i n- Fact. The date of bond shall not be prior to date of Contract. n /1 n NOTARIAL ACKNOWLEDGMENT STATE OF ILLINOIS COUNTY OF WILL On this 2P day of June 2009, before me Sandra M. Nowak a Notary Public of the state and County aforesaid, residing therein, duly commissioned and sworn, personally came Susan J. Preiksa, to me known, who being by me duly sworn according to law, did depose and say that she resides in Illinois: that she is an Attorney -in -Fact of Federal Insurance Company, Travelers Casualty and Surety Company and she knows the seal of said corporation: that it was so affixed by order of The Board of Directors of said corporation and that she signed this name thereto by like order: that she executed and delivered such instrument on behalf of said corporation as its voluntary act and deed for the uses and purposes therein mentioned. My Commission Expires: 2-9-10 OFFICIAL SEAL SANDRA M. NOWAK NOTARY PUBLIC - STATE OF ILLINOIS MY COMMI SION WIRES FEBRUARY 2010 Chubb OF Federal Insurance Company Attn. Surety Department NE OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY pacific Indemnity Company Warren, NJ 07059 cHue� Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and )point James A. Cuthbertson, Karen Daniel, Robert E. Duncan, Geoffrey E. Heekin, Linda Iser, Jennifer L. Jakaitis, ...cathleen J. Mailes, Sandra Martinez, Susan J. Preiksa, Patricia Thurmond and Susan A. Welsh of Chicago, Illinois ---""""""-"""" each as their true and lawful Attorney- in- Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 12`". day of September, 2005 /0_� ,1<enneth C. VrerfdbT, ATsisfarff Secretary n . mith, Vice Presider STATE OF NEW JERSEY ss. County of Somerset On this 12ei. day of September, 2005 before me, a Notary Public of New Jersey, personally came Kenneth C. Wendel, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Kenneth C. Wendel, being by me duly swom, did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By- Laws of said Companies; and that he signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that he is acquainted with John P. Smith, and knows him to be Vice President of said Companies; and that the signature of John P. Smith, subscribed to said Power of Attorney is in the genuine handwriting of John P. Smith, and was thereto subscribed by authority of said By- Laws and in deponent's presence. Notad Co pTAF? yam" STEPH I & NADT Notary rublic, Slob of Now Jersey P�G a No.2321097 UBt Commission Expires Oct. 25, 2009 Notary Public r�FW JEPS CERTIFICATION Extract from the By- Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY; "All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman or the President or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the following officers: Chairman, President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys- in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." I, Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the "Companies") do hereby certify that (i) the foregoing extract of the By- Laws of the Companies is true and correct, (ii) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S. Treasury Department; further, Federal and Vigilant are licensed in Puerto Rico and the U.S. Virgin Islands, and Federal is licensed in American Samoa, Guam, and each of the Provinces of Canada except Prince Edward Island; and (iii) the foregoing Power of Attorney is true, correct and in full force and effect. Given under my hand and seals of said Companies at Warren, NJ this 23rd day of June,, 2009. �*y.�t—°puS�4*Hr—µrSrr�;Mr 7,s* ti•.�NSEuRYAOV a vor4 VW it W4VNa�E �G=z Kenneth C. Wend , Assistant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903- 3493 Fax (908) 903- 3656 r e-mail: surety@chubb.com =orr i5-101- 02256- U (Ed. 5- 0;5? CONSENT Policyholder Information Notice IMPORTANT NOTICE To obtain information or make a complaint: You may call Chubb's toll -free telephone number for information or to make a complaint at 1-800-36-CHUBB You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439 AVISO IMPORTANTE Para obtener informaci6n o para someter una queja: Usted puede llamar al numero de tel6fono gratis de Chubb's para informaci6n o para someter una queja al 1-800-36-CHUBB Puede comunicarse con el Departamento de Seguros de Texas para obtener informaci6n acerca de companfas, coberturas, derechos o quejas al 1-800-252-3439 You may write the Texas Department of Insurance Puede escribir al Departamento de Seguros de exas ,Woo P.O. Box 149104 P.O. Box 149104 Austin, TX 78714-9104 FAX # (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent 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. Austin, TX 78714-9104 FAX # (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us D/SPUTAS SOBRE PR/MAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente primero. Si no se resueve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para prop6sito de informaci6n y no se convierte en parte o condici6n del documento adjunto. Form 99-10-0299 (Rev. 1-08) POWER OF ATTORNEY TRAVELER Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Seaboard Surety Company St. Paul Fire and Marine Insurance Company Attorney -In Fact No. 215800 St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No. 003044128 KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Thomas J. Joslin, Karen Daniel, Kathleen J. Mailes, Linda Iser, Sandra Martinez, Susan A. Welsh, Susan J. Preiksa, Geoffrey E. Heekin, Marcia K. Cesafsky, Patricia M. Doyle, and Richard A. Moore Jr. of the City of Chit-aon , State of Illinois , their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. 1N WITNESS WHEREOF, the Companies have caused this instrument t&be signed and their corporate seals to be hereto affixed, this 11 th Iftow,al of October 2007 Farmington Casualty Company St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St. Paul Mercury Insurance Company Fidelity and Guaranty InsuranceUnderwriters, Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company p,(G,,SU,A�� pp..• �yy,�.,,StWEry J� F,RF 6 4 SRN.. �NS`� p�Ugq JP�[1 ANp. 1%p 51WnY� �+' Y"'�O 30��I1� fl (�y- � "h^v,RWtrD Y1' � �9 riORPORATt:.~ P`J0.PRR4 � C� v® G,➢1 q4� �,a� State of Connecticut City of Hartford ss. By: Georg Thompson, nior ice President On this the 11 th day of October 2007 , before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Suety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. 4y Commission expires the 30th day of June, 2011. �'0oil, * Marie C. Tetreault, Notary Public 58440-5-07 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second l-'ic President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on hchak� of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and SureZ Crnnpany of America jpd United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power, orAttomey cxeouted by said Idompanies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand.tact affixrd thr scsls oT saidCeipanies this y of 20 1 Kori M. Johans Assistant Secretary 1 G�gI.y$U,���L r QT,yy�c.{-�su'�ry 'yF\FE64' o�*M..�N6G� Jp+•�xsagg4 eJ��Tr �No qG ,yetwtry r'Hb d T �I Fm Y:tA� f:RyD HnatPDRD, 1951 m;5EALjcn "SS1CL3 CON tr t896 # ,� o'`m cajf 3•• bey �r+ '� � ��OP `;,��E dt......-�L'�i v:••... :•'a° � ae� �'�!') . hw To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attomey-In-Fact number, the above -named individuals and the details of the bond to which the power is attached. INS: THIS POWEP OF ATMANEY IS INVALID WITHOUT THE REV BORDER IMPORTANT NOTICE To obtain information or make a complaint: You may call Travelers Casualty and Surety Company of America and its affiliates' toll - free telephone number for information or to make a complaint at: 1-800-328-2189 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 "MV E-mail: ConsumerProtectionCc#-tdi.state.b(.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact your Agent or Travelers first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document and is given to comply with Texas legal and regulatory requirements. (PN-042-B) Ed.10.18.07 Executed in Six Counterparts Bond Nos: 82169277, 105205302 PAYMENT BOND `'' THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, (1), McCarthy Building Companies, Inc. as Principal Federal Insurance Company, Travelers Casualty and Surety Company herein, and (2) , a corporation organized and existing under the laws of the State of (3) Indiana/Connecticut , as surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation situated in Tarrant, Denton, Parker and Wise Counties, Texas, Obligee herein, in the amount of Forty- seven million forty-four thousand fourteen and no one hundredths Dollars ($ 47,044,014.00) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the Z 5 day of 20_e.!i, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length, for the following project: Westside Water Treatment Plant 108W (Project No. P262-607540045683) NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253, Texas Government Code, as amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this 23rd day of June 2009 ATTEST: (Principal) Secretary (S.EA L) Witness as to`P rincipal ATTEST: ' (SEAL) Witne'ss as to Surety McCarthy Building PRIN IP L By: Name: Title: ✓� S t U� G ies, Inc. 1A Address: 12001 N. Central Expressway Dallas, Federal Insurance Company Travelers Casualty and Surety Company SURETY M Name: Susan J. Preiksa Attorney in Fact Address: 15 Mountain View Road, Warren, NJ 07059 _ One Tower Square, Bond/5PB, Hartford, CT 06183 312-454-4245 J Telephone Number: 314-579-8315 NOTE: (1) Correct name of Principal (Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attomey-in-Fact. The date of bond shall not be prior to date of Contract. NOTARIAL ACKNOWLEDGMENT STATE OF ILLINOIS COUNTY OF WILL On this 23�d day of June 2009, before me Sandra M. Nowak a Notary Public of the state and County aforesaid, residing therein, duly commissioned and sworn, personally came Susan J. Preiksa, to me known, who being by me duly sworn according to law, did depose and say that she resides in Illinois: that she is an Attorney -in -Fact of Federal Insurance Company, Travelers Casualty and Surety Company and she knows the seal of said corporation: that it was so affixed by order of The Board of Directors of said corporation and that she signed this name thereto by like order: that she executed and delivered such instrument on behalf of said corporation as its voluntary act and deed for the uses and purposes therein mentioned. My Commission Expires: 2-9-10 OFFICIAL SEAL SANDRA M. NOWAK NOTARY PUBLIC STATE OF ILLINOIS MY COMMIS ION XPIRES FEBR AIRY 2010 Ic��ttabb POWER Federal Insurance Company Attnz Surety l:>epartrne nt OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY pacific Indemnity Company Warren, NJ 07059 ct-ru®� Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and )point James A. Cuthbertson, Karen Daniel, Robert E. Duncan, Geoffrey E. Heekin, Linda Iser, Jennifer L. Jakaitis, ,mocathleen J. Mailes, Sandra Martinez, Susan J. Preiksa, Patricia Thurmond and Susan A. Welsh of Chicago, Illinois ------"""""""" each as their true and lawful Attorney- in- Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 121". day of September, 2005 enneth C. VrertdbTAssis arff Secretary . mith, Vice Presiden STATE OF NEW JERSEY ss. County of Somerset On this 12r". day of September, 2005 before me, a Notary Public of New Jersey, personally came Kenneth C. Wendel, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Kenneth C. Wendel, being by me duly swom, did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By- Laws of said Companies; and that he signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that he is acquainted with John P. Smith, and knows him to be Vice President of said Companies; and that the signature of John P. Smith, subscribed to said Power of Attorney is in the genuine handwriting of John P. Smith, and was thereto subscribed by authority of said By- Laws and in deponent's presence. Notari ��EN . eggo co NOTA19 Y STL""VN d. BRADT No" R,blic, Stag of Now Jersey PUBLIC' a No.2321097 �, Commission Expires Oct. 25, 2009 Notary Public ~�t' JEPy CERTIFICATION Extract from the By- Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: "All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman or the President or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the following officers: Chairman, President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys- in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." I, Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the "Companies") do hereby certify that (i) the foregoing extract of the By- Laws of the Companies is true and correct, (ii) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S. Treasury Department; further, Federal and Vigilant are licensed in Puerto Rico and the U.S. Virgin Islands, and Federal is licensed in American Samoa, Guam, and each of the Provinces of Canada except Prince Edward Island; and (iii) the foregoing Power of Attorney is true, correct and in full force and effect. Given under my hand and seals of said Companies at Warren, NJ this 23rd day of June,, 2009. r 1 • � M'oIANP Y + �SrtNs`a �NEWYDa�� Kenneth C. Wend , Assistant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903- 3493 Fax (908) 903- 3656 Ij f• e-mail: surety@chubb.com =orrri i U- 02'158- U (Ed: ti- (':s CONSENT Policyholder Information Notice IMPORTANT NOTICE To obtain information or make a complaint: You may call Chubb's toll -free telephone number for information or to make a complaint at 1-800-36-CHUBB You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439 AVISO IMPORTANTE Para obtener informaci6n o para someter una queja: Usted puede llamar al numero de teldfono gratis de Chubb's para information o para someter una queja al 1-800-36-CHUBB Puede comunicarse con el Departamento de Seguros de Texas para obtener information acerca de compaiiias, coberturas, derechos o quejas al 1-800-252-3439 You may write the Texas Department of Insurance Puede escribir al Departamento de Seguros de exas NEW P.O. Box 149104 Austin, TX 78714-9104 FAX # (512) 475-1771 Web: http://www.tdi.state.tx. us E-mail: ConsumerProtection@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent 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. P.O. Box 149104 Austin, TX 78714-9104 FAX # (512) 475-1771 Web: http://www.tdi.state.tx. us E-mail: ConsumerProtection@tdi.state.tx.us DISPUTAS SOBRE PR/MAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente primero. Si no se resueve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para prop6sito de informacion y no se convierte en parte o condici6n del documento adjunto. Form 99-10-0299 (Rev. 1-08) POWER OF ATTORNEY TRAVELER.? J Farmington Casualty Company St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America a.. St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Attorney -In Fact No. 215800 Certificate No. 003044126 KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Thomas J. Joslin, Karen Daniel, Kathleen J. Mailes, Linda Iser, Sandra Martinez, Susan A. Welsh, Susan J. Preiksa, Geoffrey E. Heekin, Marcia K. Cesafsky, Patricia M. Doyle, and Richard A. Moore Jr. of the City of Chicago , State of Illinois , their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. TN WITNESS WHEREOF, the Co es have caused this instrument to be signed and their corporate seals to be hereto affixed, this �:+� of October 2007 Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Seaboard Surety Company St. Paul Fire and Marine Insurance Company 11 th St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company cr,su,��r � SIWEry ' �FtFE a y ��M iMS� p'"'idso,p�, �,s1Y qNe 017_D�, POR�TP,� �:,OR SSAL:aS 'At! AINo' NV. State of Connecticut City of Hartford ss. By: Georg Thompson, enior ice President On this the 11 th day of October 2007 , before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, 3n.c., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Sut"ery Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. G•7� In Witness Whereof, I hereunto set my hand and official seal. sy Commission expires the 30th day of June, 2011.G Marie C. Tetreautt, Notary Public 58440-5-07 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING: THIS PONDER OV ATTORNEY IS rNNALID 'TROUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vic President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behiz, of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surcty Canpany QfAmeri% Q%nd United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Powerof Q.tfomey executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and 8ft%xed the gf*s of said Companies this Ca�day of1`ti. c 2<a Kori M. JohansdVAssistant Secretary G�suq�� SIWEIy ' ' "Eati CS—E— p�Wy Aao/E•7�+monlCpIo� Aglfi`- To verify the authenticity of this Power of Attorney, call 1-800421-3880 or contact us at www.travelersbond.com. Please refer to the Attomey-In-Fact number, the above -named individuals and the details of the bond to which the power is attached. WARNINCh: TH S POWER OF AT 0khPEY IS INVALID WITHOUT THE RED SCqDER IMPORTANT NOTICE To obtain information or make a complaint: You may call Travelers Casualty and Surety Company of America and its affiliates' toll - free telephone number for information or to make a complaint at: 1-800-328-2189 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 ,%.W Web: http://www.tdi.state.tx.us E-mail: ConsumerProtectionO—tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact your Agent or Travelers first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document and is given to comply with Texas legal and regulatory requirements. (PN-042-B) Ed.10.18.07 Executed in Six Counterparts Bond Nos: 82169277, 105205302 MAINTENANCE BOND THE STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL BY THESE PRESENTS: That McCarthy Building Companies, Inc. —("Contractor'), as principal, and, Federal Insurance Company, Travelers Casualty and Surety Company, a corporation organized under the laws of the State of Indiana/Connecticut , ("Surety"), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tarrant County, Texas, the sum of Forty-seven million forty-four thousand fourteen and no one hundredths Dollars ($ 47,044,014.00), lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs, executors, administrators, assigns and successors, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort Worth, dated the Z3 of tv_ , 20 01, a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: Westside Water Treatment Plant the same being referred to herein and in said contract as the Work and being designated as project number(s) P262-607540045683 and said contract, including all of the specifications, conditions, addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and being made a part hereof; and, WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of after the date of the final acceptance of the work by the City; and WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term of Two (2) years; and WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in part at any time within said period, if in the opinion of the Director of the City of Fort Worth Water Department, it be necessary; and, WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work as herein provided. NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said Contract, these presents shall be null and void, and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect, and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF, this instrument is executed in Six counterparts, each of which shall be deemed an original, this 23rdday of June A.D. 2009 ATTEST: (SF -AL) Secretary ATTEST: (S E A L) McCarthy Building Companies, Inc. Federal Insurance Company Travelers Casualty and Surety Company Surety / - -- - J Sus J. P I ' Title Attorney -In -Fact 15 Mountain View Road, Warren, NJ 07059 One Tower Square, Bond/5PB, Ha(fljjrd, CT 06183 Address NNW NOTARIAL ACKNOWLEDGMENT STATE OF ILLINOIS COUNTY OF WILL On this 23rd day of June 2009, before me Sandra M. Nowak a Notary Public of the state and County aforesaid, residing therein, duly commissioned and sworn, personally came Susan J. Preiksa, to me known, who being by me duly sworn according to law, did depose and say that she resides in Illinois: that she is an Attorney -in -Fact of Federal Insurance Company, Travelers Casualty and Surety Company and she knows the seal of said corporation: that it was so affixed by order of The Board of Directors of said corporation and that she signed this name thereto by like order: that she executed and delivered such instrument on behalf of said corporation as its voluntary act and deed for the uses and purposes therein mentioned. My Commission Expires: > l5� �� - ►��k1 2-9-10 OFFICIAL SEAL SANDRA M. NOWAK NOTARY PUBLIC - STATE OF ILLINOIS MY COMMIS ION XFIRES FEBRUARY , 2010 -m_�—POWman-, Federal Insurancu Company an-, Surety ides.,,artffieni- (:�°Itb OF Vigilant Insurance Company 15 Iliouotain Veew �iAd Surety ATTORNEY Pacific Indemnity Company Warred, NJ 07059 Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constiiLlte and )point James A. Cuthbertson, Karen Daniel, Robert E. Duncan, Geoffrey E. Heekin, Linda Iser, Jennifer L. Jakaitis, Cathleen J. Mailes, Sandra Martinez, Susan J. Preiksa, Patricia Thurmond and Susan A. Welsh of Chicago, Illinois .............. each as their true and lawful Attorney- in- Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 121h. day of September, 2005 enneth C. W-erfdbTAgsisfarff Secretary n . mith, Vice Presiden STATE OF NEW JERSEY ss. County of Somerset On this 121h. day of September, 2005 before me, a Notary Public of New Jersey, personally came Kenneth C. Wendel, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Kenneth C. Wendel, being by me duly sworn, did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By- Laws of said Companies; and that he signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that he is acquainted with John P. Smith, and knows him to be Vice President of said Companies; and that the signature of John P. Smith, subscribed to said Power of Attorney is in the genuine handwriting of John P. Smith, and was thereto subscribed by authority of said By- Laws and in deponent's presence. NotanQ'��N co NOTAt? STfffilN d. MADT _. Nokwy f ublic, Star of Now Joney /'UBL\C' a No.2321097 ti Z Commission Expires Oct. 25, 2009 Notary Public J EP CERTIFICATION Extract from the By- Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: "All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman or the President or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the following officers: Chairman. President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys- in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." 1, Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the "Companies") do hereby certify that (i) the foregoing extract of the By- Laws of the Companies is true and correct, (f) the Companies are duly licensed and authorized to transact surety business in all 50 of the United Slates of America and the District of Columbia and are authorized by the U.S. Treasury Department; further, Federal and Vigilant are licensed in Puerto Rico and the U.S. Virgin Islands, and Federal is licensed in American Samoa, Guam, and each of the Provinces of Canada except Prince Edward Island; and (iii) the foregoing Power of Attorney is true, correct and in full force and effect. Given under my hand and seals of said Companies at Warren, NJ this 23rd day of June,, 2009. y3sus�k� �ou�xnr � `�SUPAAq.�,r d oo �� �tp�voe.�fo 0_ �OIAHP Y �SirN1\N atiER�4 wY� Kenneth C. Wend , Assistant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER BATTER, PLEASE CONTACTUS AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903- 3493 Fax (908) 903- 3656 _ n e-mail: surety,7�chuhb.co-m U,� L•.. n... Policyholder Information Notice IMPORTANT NOTICE To obtain information or make a complaint: You may call Chubb's toll -free telephone number for information or to make a complaint at 1-800-36-CHUBB 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: ConsumerProtection@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent 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. AVISO IMPORTANTE Para obtener informacion o para someter una quej a: Usted puede llamar al numero de telefono gratis de Chubb's para informacion o para someter una quej a al 1-800-36-CHUBB Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companies, coberturas, derechos o quejas al 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas P.O. Box 149104 Austin, TX 78714-9104 FAX # (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: C onsu merProtection @ tdi. state. tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente primero. Si no se resueve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en pane o condicion del documento adj unto. Form 99-10-0299 (Rev. 1-08) POWER OF ATTORNEY TRAVELERSJ� Farmington Casualty Company St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America . St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Attorney -In Fact No. 215800 Certificate No. 003044124 KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Thomas J. Joslin, Karen Daniel, Kathleen J. Mailes, Linda Iser, Sandra Martinez, Susan A. Welsh, Susan J. Preiksa, Geoffrey E. Heekin, Marcia K. Cesafsky, Patricia M. Doyle, and Richard A. Moore Jr. of the City of Chicago , State of i116DOjg , their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 11 th ,may of October 2007 Farmington Casualty Company St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company ,.sty ANO Y Z 1977 MCORROR4rED ±� m �f _, + W fSN^ f s W ! gar 1 1 o s HARTfORD, < J FNRIFORD, �! m �:.SS�ii.L;t y � tiN .� � �OF �5��•ANCE yf........;�a i m•.. :'a � <e State of Connecticut City of Hartford ss. By: Georg Thompson, enior ice President On this the 11th day of October 2007 , before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers CaCyalty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. TAi \ ► \ W w" 9 y Commission expires the 30th day of June, 2011. pL,G Marie C. Tetreault, Notary Public 58440-5-07 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Yi� President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on bchati' of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Sartty !�ompan�y-pf Americ,%-"d United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power,eWa6rttey,�xe ,ited by sdikompanies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seal{ of said Cothpanies this Mad., of . Y 2009 Kori M. Johans Assistant Secretary G�SUA ..py�••, �iy F\RE 6 RM IMf I+ IXSU R�tY ANO Y o,d'rrb" o OR4TfD aO '^ �IEo"P�"Ai��sa ►�`aappOAAr�4�� ` `� ail` ,,9 kk �tSEAL�of +�=.S81LL:'i ;, caNN• $ �• � � 1666 � `y - �� � � /,i,�+ .� %�F HCF °'`o'f.......:+aIJJ o•:'•., .�ae 'r a.� � . ,� '�bjA1N� To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attomey-In-Fact number, the above -named individuals and the details of the bond to which the power is attached. WARNI *G-- THIS p[7YJER OF ATTORNEY 15 INVAL10 WIWOUT THE IMPORTANT NOTICE To obtain information or make a complaint: You may call Travelers Casualty and Surety Company of America and its affiliates' toll - free telephone number for information or to make a complaint at: 1-800-328-2189 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.b(.us ... E-mail: Consume rProtectionM- di.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact your Agent or Travelers first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document and is given to comply with Texas legal and regulatory requirements. (PN-042-B) Ed. 10.18.07 PART G CONTRACT OFFICIALRECORD C.ITY SECRETARY P'f. WORTH, TX PART G CONSTRUCTION CONTRACT THE STATE OF TEXAS KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT This agreement made and entered into this the 23`d day of June A.D., 2009_, by and between the CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized and existing under and by virtue of a special charter adopted by the qualified voters within said City on the 11th day of December, A.D. 1924, under the authority (vested in said voters by the "Home Rule" provision) of the Constitution of Texas, and in accordance with a resolution duly passed at a regular meeting of the City Council of said city, hereinafter called OWNER, and McCarthy Building Companies, Inc. of the City of Dallas County of Dallas State of Texas hereinafter called CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith, the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows: Westside Water Treatment Plant Project Project No. P262-607540045683 That the work herein contemplated shall consist of furnishing as an independent contractor all ..� labor, tools, appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents adopted by the City Council of the City of Fort Worth, which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein. The Contractor hereby agrees and binds himself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Owner. City agrees and binds itself to pay, and the said Contractor agrees to receive, for all of the aforesaid work, and for stated additions thereto or deductions therefrom, the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount shall be Forty-seven million forty-four thousand fourteen and no one hundredths Dollars ($ 47,044,014.00) and includes the base bid and Alternates. The Contractor shall provide a Payment Bond, Performance Bond, and two-year Maintenance Bond, each in the full amount of the contract. If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Conditions, there shall be deducted from any monies due or which may thereafter become due him, the liquidated damages outlined in the Part D - Special Conditions, not as a penalty but as liquidated damages, the Contractor and his Surety shall be Uabte, to ,tha Own (Sr for 11%W such deficiency. OFFICIAL RECORD Part G - Contract G-1 CITY SECRETARY March 2009 FT. WORTH, TX IN WITNESS WHEREOF, the City of Fort Worth has caused this instrument to be signed in four -�- counterparts in its name and on its behalf by the Assistant City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers in six counterparts with its corporate seal attached. Done in Fort Worth, Texas, this the 23 day of June , 2009_ 14'dq"' l` Contractor signature By: Michael J. M Name President — Texas Division Office APPROVAL RE MMEN ED:, By: Fort Worth Water Department APPROVED: Assistant City Manager RECORDED: ' By: r� 1A City Secrets i APPROVED AS FOR AND E ALI �� Zv`j By: ate Assist Ci A rney Contract Authozi zatioi Date OFFICIAL RECORD '1ITY SECRETARY FT. WORTH, TX Part G - Contract G-2 March 2009 PART E TECHNICAL SPECIFICATIONS City of Fort Worth Westside Water Treatment Plant Project Specification Seals (Page 1 of 4) March 2009 Division 1 (All Sections) Division 2 (02050 thru 02270 and 2490) (02605 thru 02640 and 02830) Division 9 (09821, 09901, and 09902) Division 11 (11210 thru 11216) (11240 thru 11276) Division 13 (13200 thru 13296) Division 14 (All Sections) Division 15 (15052 thru 15072) (15100 and 15120) (15140 thru 15250) Division 2 (02360) Division 3 (excluding 03260 and 03365) Division 5 (05120 thru 05311) (05500 and 05510) (05515, 05520 and 05530) Division 6 (06615) V ��P• F TF��t :......................:.�� J. DAN SHANN ON �.�............ ...... ..... 57897 �•: CAMP DRESSER & McKEE INC. TEXAS REGISTRATION No F-3043 101 ...: . BOW LIN ....................... 7,3524 �'� ST �e/°N AL�``'� Z��o CAMP DRESSER & McKEE INC. TEXAS REGISTRATION No F-3043 City of Fort worth Westside Water Treatment Plant Project Specification Seals (Page 2 of 4) March 2009 Division 2 (022001 02271, 02535, and 02821) CP&Y Inc Division 3 (03260) TEXAS REGISTRATION No F-1741 ��Ptti of •'••fit+ 1. •7f7. MK±t IAEL F GRAVES 79733 : s Division 2 (02810, 2811 and 02950) ���..A� ••:s, -wtuE c. LwHAAD . ... ......... 12M L o : , city of Fort- Worth Westaide Water Treatment Plant Project Specification Seals .(Page 3 of 4"). March 2009 (1-3300 thru 13345) Division 3 (0336-5) Division 4 (All Sections) Division 5 (054001:05511, 05521 and 05720) Division 6 (excluding 06615) Division 7 (All Sections) Division 8 (All Sections) Division 9 (09.220 thru 09680 and 09910) Division 1.0 (All Sections) Division 12 (All Sections) Division 11 (11221 thru 11227) (11281 and 11319) CAMP DRESSER &.McKEE INC. TEXAS REGISTRATION No F-3043 . wl ALAN E. DAVIS ........................ 89254 Wli&NA L ALAN PLUMMER ASSOCIATES INC. TEXAS REGISTRATION No F-13 -0 City of Fort Worth Westside Water Treatment Plant Project Specification Seals (Page 4 of 4) March 2009 Division 13 (13930) Division 15 (15083 and 15123) (15410 th ru 15950 ) Division 16 (All Sections) E 0 F �Q 4 B j, 0 TIn.OThi1' 1�i'S ...6.B486 ... J F /.c•C GUPTA X- j45<bc.IAI--T4 J� Gt s-r�� ,tPDo i — 2S 93 DIVISION 1 GENERAL REQUIREMENTS City of Fort worth Westside WTP Project SECTION 01000 RESPONSIBILITIES - CONSTRUCTION PHASE PART L GENERAL 1.01 OWNER A. The City of Fort Worth is the Owner. The principal point of contact between the Owner, the Engineer, and the General Contractor is the Construction Manager. The Owner may on occasion communicate directly to the Contractor and the Engineer; however, the primary day-to-day communication is with and through the Construction Manager, B. The Owner will provide the necessary decisions and directions to the Construction Manager in a timely fashion, as required, to facilitate the construction effort. The Construction Manager will keep the Owner informed of all matters and issues, and the Owner will provide all required approvals and directives to the Construction Manager for his execution. 1.02 CONSTRUCTION MANAGER A. The Construction Manager is City of Fort Worth's designated representative responsible for the administration and management of City of Fort Worth's responsibilities as contained in the Contract Documents. However, nothing herein shall be construed as authorizing the Construction Manager to issue any directions or orders, unless such direction or order is expressly approved in writing by City of Fort Worth that would have the effect of requiring an adjustment to the Contract Price and or Contract Time and or quality of the Work. B. Construction Management responsibilities are accomplished through the assignment of a Construction Manager, Resident Engineers, and Inspection Staff. C. The Construction Manager will act as a representative of City of Fort Worth, but with limited authority to act on behalf of the Authority as outlined in the Contract Documents and Specifications. The Construction Manager is responsible for the monitoring of the Contractor's activities and progress during construction. The Construction Manager will be the point of contact for all communication between the Project Team Members. D. The Construction Manager's duties are officially contained within the Contract between Black & Veatch Corporation and the City of Fort Worth. The Construction Manager's duties are also defined in the Construction Contract. The following is a brief summary of the Construction Manager duties: 1. Monitor the work of the Contractors on behalf of the Owner. 2. Maintain a construction administration and inspection staff. Establish on -site organization and lines of authority to provide competent observation and administration of the projects on behalf of the Owner. 4. Establish and implement procedures for, and maintain coordination among, the Owner, the Engineer, the Contractor, and the Construction Manager, with respect to all aspects of the project. F62142SO1000.doc 01000-1 March 2009 City of Fort worth Westside WI? Project 5. Expedite the submission of the proposed project schedules by the Contractors, review for u acceptance with the Owner, and determine any necessary revisions. This includes any changes required during the progress of the work. 6. Reevaluate and update the schedules monthly, in accordance with project requirements. A representative of the Contractor shall meet with the Construction Manager as directed and shall furnish him information necessary for such reevaluation and updating, and if applicable, information in regard to the Contractor's proposed effort to overcome any incurred delays. The form of such information shall be as required by the Construction Manager and the Contract Documents. 7. Monitor the work of the Contractor in accordance with the CPM Schedule. 8. Schedule and conduct periodic job meetings attended by the Contractor's, Engineer's and Owner's representatives to discuss procedures, progress, problems, scheduling and other items. The Construction Manager will take the minutes of the meetings and will arrange for their distribution. 9. Monitor and inspect the work of the Contractor on the project until final completion thereof and acceptance of the project by the Owner, including a comprehensive final inspection to assure the materials furnished and work performed are in accordance with the Plans and Specifications and the other Contract Documents and the work on the project is progressing on schedule. 10. In the event an interpretation of the meaning and intent of the Plans and Specifications becomes necessary during construction, provide clarification and information after coordinating with the Design Engineer. 11. Establish procedures for expediting document flow and control. All correspondence, documents, etc. will be through the Construction Manager so as to be maintained and monitored by the document control system. 12. Monitor the submission and processing of shop drawings, catalogs, and samples. 13. Establish procedures for the processing of change orders, including requests for contract time extensions. 14. Review all requests for change orders and consult with the Engineer and Owner with respect thereto. Prepare independent cost estimate of time and expense. Negotiate final change order time and completion with Contractor. 15. Maintain cost accounting records in accordance with the established procedures with respect to work to be performed by change order or otherwise on a time and materials, basis unit cost or similar basis. 16. Make recommendations to the Owner and Engineer for such changes in the work as the Construction Manager may consider necessary or desirable. 17. Monitor the mark-up of changes in the preparation and submission of the Contractor's record drawings. N%Woe F62142so1000.doc 01000-2 March 2009 City of Fort Worth Westside WTP Project 18. Review all applications by the Contractor for Progress Payments and Final Payment, and make recommendations to the Owner for approval thereof, in accordance with established procedures. All Applications for Payments shall be submitted to the Owner through the Construction Manager in accordance with the established procedures. 19. Work in close harmony with the operations & maintenance staff, to facilitate the necessary coordination with the Owner of all shutdowns of services, tests and submission of contract items per specifications. 20. The Construction Manager may call for meetings of the Contractor, subcontractors, and material suppliers, as he deems necessary, for the proper coordination of the Work. Such meetings will be held at the site on regular working days, during working hours, unless otherwise directed by the Construction Manager or Owner. 21. Maintain orderly files for correspondence, reports, meeting notes, shop drawings, samples, contract documents, change orders, schedules, and progress photos. 22. Provide coordination between Contractor and operations and maintenance staff for scheduling of manufacturer representative training sessions and equipment start-up and instructional sessions. 23. In no event shall any act or omission on the part of the Construction Manager relieve the Contractor from his obligation to perform his work in full compliance with the Contract Documents. 24. The Owner, Engineer, Construction Manager and their representatives shall at all times have access to the Work. The Contractor shall provide proper facilities for such access and for inspection of the Work. The purpose of this access is to monitor the Contractor's work. SUCH MONITORING IS NOT INTENDED TO CONTROL THE CONTRACTOR AS TO THE MANNER OR PERFORMANCE OF THE WORK. 1.03 ENGINEER A. The Engineer will make periodic visits to the site, at intervals appropriate to various stages of construction, or as requested by the Construction Manager, to observe the quality of the Contractor's work and to respond to requests for technical input. B. The Engineer will issue, with reasonable promptness, such written clarifications or interpretations of the Contract Documents, which shall be consistent with, or reasonably inferable from, the intent of said documents. This information will be transmitted to the Construction Manager. C. The Engineer will expeditiously process shop drawings, related data submittals, and sample approvals. The Engineer will make every effort to review shop drawings and return within 14 days, except where review is delayed for coordination with subsequent submittals. The Contractor's CPM schedule should include a review duration of 30 days per Section 01300. D. The Engineer will respond with reasonable promptness to Contractor's proposals for product and material substitutions. However, the Contractor is advised that review of requests for product and material substitution may take longer than the standard submittal review time. F62142SO1000.doc 01000-3 March 2009 E. The Engineer will witness operational and performance tests for major equipment. F. The Engineer will provide technical review on change order proposals and advise with respect to interface with plant design and operations. N%001 1.04 CONTRACTOR A. The Contractor will communicate directly with the on -site Construction Manager or his representative on all matters. Matters requiring input from the Engineer will be addressed to the Construction Manager's attention in order to assure continuity among parties. The Construction Manager will screen all matters submitted by the Contractor prior to being submitted to the Engineer. The Construction Manager will address to the Engineer those matters that require interpreting of the intent and meaning of the Contract Drawings and Specifications. The Contractor will: Be responsible for its means and methods of construction. 2. Comply with all procedures established and/or implemented by the Construction Manager and approved by the Owner. 3. Comply with all safety regulations governing the project, and with the safety procedure attached as an addendum to the Contract. 4. With regard to the schedule: a. Cooperate with the Construction Manager in updating the Contractor's CPM schedule and, if required, promptly famish the Construction Manager with all data requested. b. Know that the accepted schedule will be the basis of the dates for starting and completing '%.i various activities of the Work and for completion of the Work for the entire project. It will be the duty of the Contractor to conform to his accepted schedule and to arrange his work in such a manner that it will be installed within the time limit indicated in cooperation with his subcontractors. C. Coordinate the letting of subcontracts, materials and equipment, purchases, shop drawings, submissions, delivery of materials, sequence of operations, etc., to conform to the schedule, and shall famish proof of same as may be required by the Construction Manager and the Owner. B. Notify the Construction Manager of any planned work items which will impact facility operations or the work of others. Notification shall be given enough time in advance to allow coordination with facility operations staff and so as not to delay the progress of the work. C. Keep the Construction Manager informed of the progress of his work. No work shall be closed or covered until it has been duly inspected. D. Notify the Construction Manager at least 24 hours prior to the need for inspections by the Owner's independent testing service. The Construction Manager will provide a copy to the Contractor of all test reports. E. Submit shop drawings and other documents requiring review by the Engineer in a timely manner so as not to delay the construction process. All shop drawings shall be reviewed and approved by the Contractor prior to submittal. F62142901000.doc 01000-4 March 2009 F. Do all the work and perform and furnish all the labor, services, materials, equipment, plant, machinery, apparatus, appliances, tools, supplies, and all other things usual and necessary to make the work complete in all its parts in the manner and within the time specified in the Contract Documents. G. Coordinate his operations with Owner -performed activities and any other contractors who may be employed on other work of the Owner. H. Cooperate in the arrangements for storage of materials and equipment. I. Adhere to the security requirements of the Contract. J. Be solely responsible for the supervision of the work and give the work the constant attention necessary to ensure expeditious and orderly progress thereof. K. Provide the telephone number of a competent representative who can be reached at all times, 7 days a week, 24 hours a day, with the capability of responding within two hours with positive corrective action to emergency calls from local officials. L. Continuously maintain adequate protection of all his work from damage and shall protect the Owner's property from injury or loss arising in connection with this Contract. M. Coordinate all required manufacturer representative training and instructional presentations to Owner's operations and maintenance staff. PART 2: PRODUCTS (NOT USED) � PART 3: EXECUTION (NOT USED) END OF SECTION F62142SO1000.doc 01000-5 March 2009 City of Fort Worth Westside WTP Project SECTION 01005 ABBREVIATIONS PART 1: 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 ATTC 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 �.r ASAE American Society of Agricultural Engineers ASCE American Society of Civil Engineers ASHRAE 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 CGA Compressed Gas 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 ..� NACE National Association of Coatings Engineers F62142501005.doc 01005-1 March 2009 City of Fort worth westside wrrP Project 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 TEMA Tubular Exchanger Manufacturers' Association UBC Uniform Building Code UL Underwriter's Laboratories, Inc. WWPA Western Wood Products Association END OF SECTION F62142501005.doc 01005-2 March 2009 City of Fort worth Westside WTP Project SECTION 01010 SUN04ARY 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 Contractor 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, structural, architectural, electrical, and instrumentation work. D. The Westside Water Treatment Plant will be a new Plant on a new site. v 1.02 DESCRIPTION OF THE PROJECT A. The work of this project is located in Tarrant County, Texas at 12200 Old Weatherford Road, Fort Worth, Texas 76108, as shown on the Location Map on Sheet G-5 of the Drawings. B. The Westside Water Treatment Plant facilities will be constructed for an initial treatment production capacity of 12 million gallons per day (mgd) with capabilities for incremental expansion with membranes to a production capacity of 35 mgd. The ozone contact basin, treatment structures, membrane building, ozone/chemical building, and high service pump station will be constructed to facilitate the 35-mgd capacity by adding equipment, but not requiring additional structures. In the future, the plant will be expanded to an ultimate 70-mgd production capacity. C. The Westside Water Treatment Plant project includes, but is not limited to, the following major items as shown on the Drawings and as Specified: Mobilization work, including: a. Construction of a Contractor's field office area, including Construction Manager's trailer, Contractor and Subcontractor trailers, paving, and temporary utilities. b. Site security fencing and gates. 2. Site preparation ... 3. Site work including grading, paving, erosion control, landscaping, irrigation, fencing, and F62142SO101O.doc 01010-1 March 2009 City of Fort Worth Westside WTP Project stormwater detention pond. 4. Yard piping, valves, and structures, including valve vaults and meter vaults. 5. Ozone/Chemical Building, including: a. Two skid -mounted ozone generators and power supply units (one of the ozone generators is an add -alternate item) b. Two sodium hypochlorite storage tanks c. Chemical feed pumps for, sodium hypochlorite, liquid ammonium sulfate (LAS), ferric sulfate, sodium hydroxide (caustic), and fluosilicic acid d. One caustic recirculation pump e. Associated piping, valves, appurtenances, and instruments 6. Liquid oxygen (LOX) storage area, including: a. Two LOX storage tanks b. Three LOX vaporizers 7. Chemical storage area, including: a. Two LAS storage tanks b. Two ferric sulfate storage tanks c. One caustic storage tank d. One fluosilicic acid storage tank 8. Lime slurry storage and feed facility, including: a. Two lime slurry storage tanks with mixers b. Two transfer pumps c. Three feed pumps 9. Ozone diffusion and contact basin facilities, including: a. Two flash -mixing ozone diffusion assemblies with injection nozzles b. Four ozone injection pumps c. Associated piping, valves, and instruments d. Two serpentine ozone contact basins *4%0041 F62142s01010.doc 01010-2 March 2009 City of Fort Worth Westside WTP Project e. Two ozone off -gas destruct units. 10. 35-mgd treatment structure, including: a. Two rapid mix basins with vertical mechanical mixers b. Three two -stage flocculation basins with vertical turbine flocculators c. Three sedimentation basins with plate settlers, and circular sludge removal mechanisms d. Basin drain system including piping and valves e. Eight GAC contactor basins (filters), three with anthracite media, support gravel, underdrains, troughs, valves, piping, and instruments. (The other five contactor basins will be completed during future expansion.) 11. Membrane/Operations Building, including: a. Four skid -mounted membrane racks b. Three membrane feed pumps with variable frequency drives (VFDs) c. Membrane system chemical storage and feed facilities d. Three GAC contactor backwash pumps e. Two membrane backflush pumps f. Two GAC contactor air scour blowers g. Air compressor system It. Associated piping, valves and instruments i. Operations facilities including laboratory, operator control room, electrical room, HAVC room, and break room j. Administration facilities, including offices, conference/training room, and restrooms 12. 2.5 MGal clearwell for storing treated water storage reservoir (Clearwell No. 1). The clearwell shall be either prestressed concrete or welded steel construction. 13. High Service Pump Station with vertical turbine canned -type pumps including: a. Two Westside III pumps b. Two Westside IV pumps c. Suction and discharge piping, valves and appurtenances F62142501010.doc 01010-3 March 2009 City of Fort worth Westside W7? Project 14. Washwater Recycle System, including: a. Two 60-ft. diameter washwater recovery basins with circular sludge removal mechanisms (One of the washwater recovery basins is an add -alternate bid item) *Mwe b. Recycle pump station with four submersible pumps c. Associated piping and valves 15. Electrical and instrumentation equipment and systems, including power, lighting and instrumentation for equipment being furnished and installed on this project. 16. Plant process instrumentation and control system 17. Trench Safety — protection for trenches for piping and excavations for below ground structures. 1.03 CONTRACTS A. The work of this project will be executed in one (1) lump sum contract as shown in the Bid Form and as described in Section 01025. 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. 1.04 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. B. The Contractor shall serve as an overall coordinator among all Subcontractors. 1.05 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 Subcontractors. C. Handling of material and equipment at site, including 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. G. Perform construction surveying and staking for the Project. F62142SO1010.doc 01010-4 March 2009 City of Fort Worth Westside WTP Project 1.06 CONTRACTOR'S RESPONSIBILITIES A. General Construction - Contractor. 1. Execute, or be responsible for respective subcontractors, all work, including site, structural, process piping and equipment, instrumentation, and electrical work. 2. 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. At least five 3/4-inch hose bibbs, located where directed by the Engineer, shall be provided for use by all subcontractors. 3. Provide adequate temporary sanitary 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, and also for testing and operating of all equipment after permanent wiring has been installed, until final acceptance by the Owner or until the Engineer certifies Substantial Completion or when the Owner takes beneficial use of the equipment or facility. 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. 5. Provide and pay for temporary service for lighting of temporary offices, including offices of all subcontractors and construction manager, resident engineer, etc. 6. Provide initial and replacement lamps, wiring, switches, sockets and other necessary electrical ..o, equipment required for temporary lighting and for small power tools. Provide wiring, equipment, and connections for portable or temporary heating units. Provide temporary heat; make all arrangements and pay all fuel costs, supervise and maintain all heating units. 9. Construct and maintain temporary access roads as required. 10. Provide and maintain fire fighting equipment 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 his work as shown on the Plans and specified hereinafter. 12. Furnish all concrete equipment bases and set anchor bolts, and all other required cast -in -place appurtenances according to the manufacturer's recommendations and approved equipment installation drawings of all other contractors, unless otherwise specified or shown on the Plans. 13. 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. F62142S01010.doc 01010-5 March 2009 City of Fort Worth Westside WTP Project 1.10 COORDINATION WITH OTHER CONTRACTORS A. During the construction phase of this project, the Owner will have other construction projects '`.., under construction at or adjacent to the Westside Water Treatment Plant site. There will also be related construction projects located off -site that will impact the construction of this project. It will be the Contractor's responsibility to cooperate with all other contractors, as well as the Owner, regarding space for offices, storage/laydown, etc., and scheduling of work in areas common to both projects and all other matters. The Owner will make the final decision on all matters involving conflicts between contractors over use of space, scheduling use of facilities and/or shutdowns, etc. The Owner will not be responsible for any delays, conflicts, disagreements, etc., arising from his decisions. B. Projects that will be underway concurrently with this project include, but are not limited to, the following: 1. Westside raw water pipeline — A 54-inch raw water pipeline will carry water from the 96-inch Tarrant Regional Water District Eagle Mountain connection pipeline. Contractor will construct a continuation of this pipeline within the plant site as part of this contract. Contractor shall install one joint of pipe and a closure piece to connect to the pipeline being installed by others. The raw water pipeline will be connection will occur at the east property line. Contractor shall plan on making this connection no earlier than November 1, 2011. Timing shall be coordinated with the other project contractors. The raw water pipeline is one of four projects, including the Westside Water Treatment Plant Project, being managed by the City's Construction Manager. Contractors for all four projects shall coordinate through the Construction Manager to ensure timely project completion. 2. Westside treated water transmission pipelines — Two new distribution pipelines (36-inch Westside III and 30-inch Westside IV) will be constructed to transfer treated water from the Westside WTP to the distribution system. Contractor shall install one joint of pipe and a closure piece for each of the two pipelines for connecting to each pipeline being installed by others. These pipelines will be connected at the northeast comer of the plant property. Contractor shall �"� plan on making these connections no earlier than November 1, 2011. Timing shall be coordinated with the other project contractors. The two treated water transmission mains are included in one of four projects, including the Westside Water Treatment Plant Project, being managed by the City's Construction Manager. Contractors for all four projects shall coordinate through the Construction Manager to ensure timely project completion. Westside sanitary sewer/sludge pipeline — A new 24-inch sanitary sewer pipeline will be constructed at the Westside WTP to carry plant sewer and process sludge from the plant Contractor shall install one joint of pipe and a closure piece for connecting to the pipeline being installed by others. This pipeline will be connected along the south property line. Contractor shall plan on making this connection no earlier than November 1, 2011. Timing shall be coordinated with the other project contractors. The sanitary sewer/sludge pipeline is one of four projects, including the Westside Water Treatment Plant Project, being managed by the City's Construction Manager. Contractors for all four projects shall coordinate through the Construction Manager to ensure timely project completion. C. The Owner and Engineer have preliminary drawings that show the details of these projects available for the Contractor's review if more information is desired. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) END OF SECTION F62142S01010.doc 01010-6 March 2009 City of Fort Worth Westside WTP Project SECTION 01011 SITE CONDITIONS PART 1: GENERAL 1.01 SUBSURFACE INFORMATION A. Subsurface investigations have been made to indicate subsurface conditions at particular locations within the Westside Water Treatment Plant site. A geotechnical report, "Geotechnical Investigation, Northwest Water Treatment Plant, Fort Worth, Texas, Project No. E07-1002" prepared by Mas-Tek Engineering & Associates, Inc., is available for examination by appointment at Engineer's Office during regular business hours. This report presents information related to the borings taken in the vicinity of the proposed new construction. Copies of the boring logs are attached to this section for the Contractor's convenience. B. Test borings have been made to indicate subsurface materials and conditions only at the particular locations of the borings at the time the borings were made. These test borings are for informational purposes. Bidders shall perform any necessary investigations to determine the nature of the subsurface materials. 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 *4WA.. 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 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 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 assumes 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 information derived from field surveys. 1.03 RESPONSIBILITY FOR UTILITY PROPERTIES AND SERVICE A. Known utilities and structures adjacent to or expected to be encountered in the work are shown on the Drawings. The locations shown are 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 14"001 accuracy or completeness. F62142SO1011.doc 01011-1 March 2009 City of Fort Worth Westside WTP Project 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. 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. D. 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. E. 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. F. 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 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. G. 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. H. 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. I. 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. J. The Contractor shall give immediate notice to the Engineer and the Owner of the utility when an 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. K. 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. N..001 F62142s01011.doc 01011-2 March 2009 City of Fort Worth Westside WTP Project 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. 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 F62142SO101I.doc 01011-3 March 2009 LOG OF BORING B-1 Project: Northwest Treatment Plant - Fort Worth, Texas Project No.: E07-0131 Date: 03/06/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: Bailed to 36' Depth to water when checked: After 24 hours was: 27' Depth to caving when checked: was: ELEVATION SOIL SYMBOLS MC LL PL PI -20D DO P.PEN UNCON Strain DEPTH SAMPLER SYMBOLS DESCRIPTION % % % PCf 15r ksf % feet & FIELD TEST DATA 18 55 21 35 4.5+ veathered LIMESTONE, as+« clay layers nestone layers 20 60 22 31i 4,5 :d LIMESTONE, fractured w/ weathered LIMESTONE, Bred seams PONE w/ shale seams tone w/ shale seams @ 111 I 1 1 I 1128 I l 39.0 ( 2.8 nestone layer at 26.5' nestone layer at 28' FIGURE:2 MTE, INC. LOG OF BORING B-1 Project: Northwest Treatment Plant - Fort Worth, Texas Project No.: E07-0131 Date: 03/06/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: Balled to 35' Depth to water when checked: After 24 hours was: 27' Depth to caving when checked: was: PTH M SAMPLER SYMBOLS DESCRIPTION MC I LL PL -200 DD P.PEN UNCON Strain feet & FIELD TEST DATA % % % P� % pcf tsf ksf "6 Very hard gray LIMESTONE w/ shale seams 40 Boring terminated at 40' 45 50 55 60 65 70 75 Notes: Completion Depth: 40' FIGURE:3 MTE, INC. LOG OF BORING B-2 Project: Northwest Treatment Plant - Fort Worth, Texas Project No.: E07-0131 Date: 02/21/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: After 24 hours was: Dry Depth to caving when checked: was: ELEVATION/ (feet) SOIL SAMPLERS SYMBOLS & FIELD TEST DATA DESCRIPTION %OLS % LL % PL % Pt % % DD pcf P.tsf tsf UNCON ksf Strain % 0 5 10 15 ao .25 -30 35 50/1" 5a0.75" 50/0.12' 5a0" 5a0.75" 50/0.25" sa0.75" sue. sal" 50/0.5" so10.25" 5010" soro.zs soro '\',\I Dark gray CLAY 22 4.1 4A Hard to very hard tan weathered LIMESTONE, fractured w/ clay seams -numerous clay seams to 3' Hard to very hard gray LIMESTONE w/ shale seams Notes: Completion Depth: 40' FIGURE:4 MTE, INC. LOG OF BORING B-2 Project: Northwest Treatment Plant - Fort Worth, Texas Date: 02/21/2007 Elev.: Location: See Figure' Depth to water at completion of boring: Dry Depth to water when checked: After 24 hours Depth to caving when checked: ELEVAT10Nl I SOIL SYMBOLS DEPTH SAMPLER SYMBOLS I DESCRIPTION •40 45 50 55 M 65 •70 •75 Project No.: E07-0131 was: Dry was: Hard to very hard gray LIMESTONE w/ shale seams 50/0,12" T goring terminated at 40' Notes: Completion Depth: 40' % I% I PL %, PI I% ef I P Isf N I U kst 1 DID I Shin FIGURE:5 MTE, INC. LOG OF BORING B-3 Project: Northwest Treatment Plant - Fort Worth, Texas Project No.: E07-0131 Date: 03/04/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry rlenfh fn water when r-har-kPrl- After 2A hnllrs wasp nry Depth to caving when checked: was: ELEVATION/ DEPTH feet SOIL SYMBOLS SAMPLER SYMBOLS & FIELD TEST DATA DESCRIPTION MC % LL % PL % PI -200 % DD Pcf P.PEN tsr UNCON kar Strain % 0 5 ,D 25 30 35 33/6" 29/6" 40/6" 5W 50/0.25" 50/0" 50/0" 50/0" 50/0" 50/0.38" 50/0.12" 50/0.12" 50/0" 5010" 5010" — — Dark gray CLAY 3.8 _ Dark brownish gray CLAY 25 3.6 4.4 4.5 4.1 2.6 — Light brown slightly calcareous to calcareous CLAY 13 18 Tan calcareous CLAY w/ very hard limestone layers _ Very hard tan weathered LIMESTONE, fractured w/ occasional clay seams _ Very hard gray LIMESTONE w/ shale seams & very hard sandstone layers _ Notes: Completion Depth: 40' ri�l_V1Ka_-iV MTE, INC. LOG OF BORING B-3 Project: Northwest Treatment Plant - Fort Worth, Texas Project No.: E07-0131 Date: 03/04/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: After 24 hours was: Dry Depth to caving when checked: was: ELDEPTH SAMPSOIL LERSYMBOLS DESCRIPTION MC LL PL P� -200 DD P.PEN UNCON Strain feet & FIELD TEST DATA % % % % pcf lsf ksf % Very hard gray LIMESTONE w/ shale seams 5010.25" 40 5010- Boring terminated at 40' 45 50 55 60 70 75 Notes: Completion Depth: 40' FIGURE:7 MTE, INC. LOG OF BORING B-4 Project: Northwest Treatment Plant - Fort Worth, Texas Project No.: E07-0131 Date: 03/03/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: After 24 hours was: Dry Depth to caving when checked: was: ELEVATION! SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION MC LL PL 200 DO P.PEN UNCON Strain feet & FIELD TEST DATA % % % PI % Pd ls( ksf % 4.0 — — vai n yi ay vL.n 1 20 Olive brown CLAY 3.5 16 60 22 38 3.5 Yellowish brown & tan calcareous CLAY 4-5 Tan & gray weathered CLAY -SHALE w/ sand seams, 4.5++ jointed 14 75 27 48 115 4.5++ 4.5++ 4.5+ Hard to very hard tan weathered LIMESTONE, fractured ^ Moderately hard gray & tan weathered SHALE, jointed TONE w/ shale seams FIGURE:8 MTE, INC. LOG OF BORING B-4 Project: Northwest Treatment Plant - Fort Worth, Texas Date: 03/03/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: After 24 hours Depth to caving when checked: Project No.: E07-0131 was: Dry was: ELEVAT10NI SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION % LL % PI -2% DD P.Isf UNCON Strain feet & FIELD TEST DATA % pcf s! kh Hard to very hard gray LIMESTONE w/ shale seams Rh snro.sa^ & sandstone seams 40 Boring terminated at 40' 45 50 55 M91 70 75 Notes: Completion Depth: 40' FIGURE:9 MTE, INC. LOG OF BORING B-5 Project: Northwest Treatment Plant - Fort Worth, Texas Project No.: E07-0131 IDate: 02/28/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: After 24 hours was: 30' Depth to caving when checked: was: ELEVATION! SOIL SYMBOLS MC ILL PL PI -200 DD P.PEN UNCON Strain DEPTH SAMPLER SYMBOLS DPSCRIPTION feet % /o L /o Pcf tsf ksf % 4.5+ — — 3ley CLAY w/ sand seams, 21 3.6 4.5+ 62 23 39 4.2 23 4.5 athered CLAY -SHALE w/ hard 4.5++ ed 4.5++ 20 40 17 2T I 3 107 4.5+ k tan weathered SHALE, w/ 4.5+ — — >, jointed d gray SHALE w/ very hard id TONE w/ shale layers & very FIGURE:10 MTE, INC. LOG OF BORING B-5 Project: Northwest Treatment Plant - Fort Worth, Texas Date: 02/28/2007 Elev.: Location: See Figure ' Depth to water at completion of boring: Dry Depth to water when checked: After 24 hours Depth to caving when checked: Project No.: E07-0131 was: 30' was: ELEVATION/ SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION % LL PL PI -% Pd P.Isf UNsf Sl% feel & FIELD TEST DATA % % % % pcf Isf ksf °6 1 Very hard gray LIMESTONE w/ shale layers 40 soro.z5• Boring terminated at 40' -45 -50 -55 -60 -65 -70 -75 Notes: Completion Depth: 40' FIGURE:11 MTE, INC. LOG OF BORING B-6 Project: Northwest Treatment Plant - Fort Worth, Texas Project No.: E07-0131 Date: 03/07/2007 Elev.: Location: See Figure 1 ')epth to water at completion of boring: Bailed to 39' epth to water when checked: After 24 hours was: 25' Depth to caving when checked: was: ELEVATION/ feet SAMPLER SYMBOLS & FIELD TEST DATA DESCRIPTION %MBOLS % u % PL % PI -% °h DO pd P.Lsf lsf UN sr ksf Strain % 0 Dark gray & olive brown CLAY- - Olive brown shaley CLAY w/ numerous calcareous 2.8 - deposits, jointed 17 2.1 _ 13 3A 5 17 4.5+ 20 66 22 44 106 4.5+ 10 - - - — -hard limestone layers below 9' 4.5+ gray weathered )ne seams, jointed d dark gray SHALE w/ —T nestone layers, jointed 4 ,4s 404.5 1.9 d dark gray SHALE w/ very & sandstone layers, mm==�Eml �® TONE, w/ sandstone layers 3 153 348.8 1.7 'd dark gray SHALE wl very FIGURE:12 MTE, INC. LOG OF BORING B-6 Project: Northwest Treatment Plant - Fort Worth, Texas Date: 03/07/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: Bailed to 39' Depth to water when checked: After 24 hours Depth to caving when checked: Project No.: E07-0131 was: 25' was: ­;PTH n SAMPLER SYMBOLS DESCRIPTION MC LL PL Pi -200 DD P.PEN UNCON Strain faet & FIELD TEST DATA % % % % pd tsf ksf % Very hard gray LIMESTONE 2 146 379.5 1.4 40 Boring terminated at 40' 45 So 55 dim •65 •70 -75 Notes: Completion Depth: 40' FIGURE:13 MTE, INC. LOG OF BORING B-7 Project: Northwest Treatment Plant - Fort Worth, Texas Project No.: E07-0131 Date: 04/16/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: 8.5' Depth to water when checked: During Drilling was: 12.5' (8' after 24 hours) Depth to caving when checked: was: P MCLL PL P� -200 DD RPEN UNCONStrain SAMPLER SYMBOLS DESCRIPTION % % ;c .s PCI tst ksf & FIELD TEST DATA 28 1.9 — — — 25 2.75 imestone fragments 22 3.3 — — 3.75 mestone layers 2.6 veathered LIMESTONE, veathered LIMESTONE, s TONE w/ shale seams LIMESTONE w/ shale TONE w/ shale seams FIGURE:14 MTE, INC. LOG OF BORING B-7 Project: Northwest Treatment Plant - Fort Worth, Texas Date: 04/16/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: 8.5' Depth to water when checked: During Drilling Depth to caving when checked: DEPTH 40 45 50 65 70 75 SAMPLER SYMBOLS DESCRIPTION & FIELD TEST DATA Very hard gray LIMESTONE w/ shale seams 50(0.25" 5010.25" goring terminated at 40' Notes: Completion Depth: 40' Project No.: E07-0131 was: 12.5' (8' after 24 hours) was: MCI LIPL Pi 2� I DO IP.PCf fiNIUNiCONISsf rain FIGURE:15 N%wa/ MTE, INC. LOG OF BORING B-8 Project: Northwest Treatment Plant - Fort Worth, Texas Project No.: E07-0131 Date: 04/16/2007 Elev.: Location: See Figure 1 I)epth to water at completion of boring: Dry wo0epth to water when checked: After 24 hours was: 31' Depth to caving when checked: was: ELDEPTIOW SAMPLER SYMBOLS MC LL PL Pi -200 DO P.PEN UNCON Strain DEPTH SAMPLER SYMBOLS DESCRIPTION % feet &FIELD TEST DATA % % % PCf Isf ksf % :alcareous nodules 28 3.D 25 2.4 gavel & calcareous nodules 23 59 24 35 2.25 :areous w/ calcareous veathered LIMESTONE, y layers � gray weathered J w/ shale seams PONE w/ shale seams & MTE, INC. 15 I40I111I24 3.8 3.8 4.5+ FIGURE:16 LOG OF BORING B-8 Project: Northwest Treatment Plant - Fort Worth, Texas Date: 04/16/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: After 24 hours Depth to caving when checked: Project No.: E07-0131 was: 3V was: ��DEPTH SAMPLER SYMBOLS DESCRIPTION MC LL ain PL PI -200 DD P.PEN UNCON Str feet & FIELD TEST DATA % % % % pd 1s1 kst ,40 50 55 60 65 -70 -75 Very hard gray LIMESTONE w/ shale seams SM.25" 5W.25" Boring terminated at 40' Notes: Completion Depth: 40' FIGURE:17 MTE, INC. LOG OF BORING B-9 Project: Northwest Treatment Plant - Fort Worth, Texas Project No.: E07-0131 Date: 03/12/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry to water when checked: After 24 hours was: Dry ,Depth Depth to caving when checked: was: ELEVATION/ DEPTH feet SOIL SYMBOLS SAMPLER SYMBOLS 6 FIELD TEST DATA DESCRIPTION % LL % P1 -% DD pcf P.Isf sf UNCON S% ° Dark gray CLAY- 2.2 — — Olive brown & gray shaley CLAY 15 as«+ 4.5++ — s sorz.zs" Very hard tan weathered LIMESTONE, 3t; fractured w/ clay seams TONE PONE w/ shale layers & LIMESTONE w/ shale MTE, INC. FIGURE:18 LOG OF BORING B-9 Project: Northwest Treatment Plant - Fort Worth, Texas Project No.: E07-0131 Date: 03/12/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: After 24 hours was: Dry Depth to caving when checked: was: IELEVATIOW SSOIL SYMBOLSDESCRIPTION MC LL PL 200 DO P.PEN UNCON Strain feet & FIELD TEST DATA % % PI DEPTH AMPLER SYMBOLS % % pcf tsf ksf layers 5=.75' 40 50/0.25" Boring terminated at 40' 45 50 55 70 75 Notes: Completion Depth: 40' FIGURE:19 IVITE, INC. LOG OF BORING B-10 Project: Northwest Treatment Plant - Fort Worth, Texas Project No.: E07-0131 Date: 03/09/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Aepth to water when checked: after 24 & 48 hours was: 35' Depth to caving when checked: after 48 hours was: 39.6' ELEVATION/ SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION % % % PI -% DD P.tsf UNCON Strain feel & FIELD TEST DATA % % % % pd tst ksf -actred limestone layer 3.75 AY, jointed 23-- 22 63 22 41 2.4 26 2.0 iley CLAY w/ hard 1.6 ed 24 56 20 36 101 4.5+ �Y w/ hard limestone layers, � tan weathered SHALE, w/ jointed 4 150 336.2 1.3 d dark gray SHALE w/ very 16 110 — 17.7 1.9 LIMESTONE w/ shale _ dstone layers CMEM FIGURE:20 MTE, INC. LOG OF BORING B-10 Project: Northwest Treatment Plant - Fort Worth, Texas Date: 03/09/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: after 24 & 48 hours Depth to caving when checked: after 48 hours EVATION/ I SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION Hard to very hard gray LIMESTONE w/ shale layers & sandstone layers 40 Boring terminated at 40' so 55 60 65 70 Project No.: E07-0131 was: 35' was: 39.6' MC LL PL PI -200 DD I P.PEN I UNCON Strain A % % % pd Is( kst % 175 1 I 1 1 11 1 1 1 I I' Notes: Completion Depth: 40' FIGURE:21 MTE, INC. LOG OF BORING B-11 Project: Northwest Treatment Plant - Fort Worth, Texas Project No.: E07-0131 Date: 03/01/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: After 24 6 48 Hours was: Dry Depth to caving when checked: After 48 hours was: 39' ELEVATION/ SOIL SYMBOLS MC LL PL 200 1 DO I P.PEN UNCON Strain DEPTH AMPLER SYMBOLS DESCRIPTION % % % SP' % pcf tsf ksl % D(feet) & FIELD TEST DATA 3y CLAY w/ hard limestone 41 T 15 3.0 3.6 2.75 1 shaley CLAY w/ rown silty sand seams & jointed 15 65 23 42 116 1 4.5++ 4.5+ 22 1681 23 1451 1 103 1 4.5++ 3< tan weathered nestone layers, jointed 15 5s 20 39 1114.5++l -d gray SHALE w/ id seams & very hard ?d TONE w/ shale dstone layers FIGURE:22 MTE, INC. LOG OF BORING B-11 Project: Northwest Treatment Plant - Fort Worth, Texas Date: 03/01/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: After 24 & 48 Hours Depth to caving when checked: After 48 hours Project No.: E07-0131 was: Dry was: 39' 'EL EeTH�I S�ID SST DATA S SOIL SYMBOLS ( DESCRIPTION IM%I% �IPI1 %I PdIP.SENIUNkONISo�ainl Very hard gray LIMESTONE w/ shale layers & sandstone layers Boring terminated at 40' 45 50 55 60 70 75 Notes: Completion Depth: 40' I I I I I I I I I I FIGURE:23 MTE, INC. LOG OF BORING B-12 Project: Northwest Treatment Plant - Fort Worth, Texas Project No.: E07-0131 Date: 03/13/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: After 24 & 48 Hours was: 38.5' Depth to caving when checked: After 24 & 48 hours was: 39.3' ELEVATION/ SOIL SYMBOLS MC LL I PL -200 DO P,PEN UNCON Strain DEPTH SAMPLER SYMBOLS DESCRIPTION feet & FIELD TEST DATA % % P� % pcf Isf ksf % alCareouS nodules 18 4.5++ 4.5++ 'ery limestone seams- 3.9 16 57 19 38 114 4.5++ lard limestone layers 4.5+ ely weathered SHALE, w/ 13 50 17 33 118 4.54+ lers, jointed 19164�22�1 gray weathered SHALE, w/ ters, jointed d _gray SHALE w/ very hard tttttt+ t jointed TONE w/ shale layers & very rs FIGURE:24 MTE, INC. LOG OF BORING B-12 Project: Northwest Treatment Plant - Fort Worth, Texas Date: 03/13/2007 Elev.: Location: See Figure Depth to water at completion of boring: Dry Depth to water when checked: After 24 & 48 Hours Depth to caving when checked: After 24 & 48 hours Project No.: E07-0131 was: 38.5' was: 39.3' ELEVATION/ SOIL SYMBOLS DESCRIPTION MC LL PL 200 DD PREN UNCON Strain DEPTH SAMPLER SYMBOLS PI rr—n A rin n TFCT nATA % % % % pcf !sf ksf % 1-N El -45 -50 -55 -60 -65 -70 •75 Hard to very hard gray LIMESTONE w/ shale layers & sandstone layers Boring terminated at 40' Notes: Completion Depth: 40' FIGURE:25 MTE, INC. LOG OF BORING B-13 Project: Northwest Treatment Plant - Fort Worth, Texas Project No.: E07-0131 Date: 04/16/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: 10' Depth to water when checked: During Drilling was: 4' (7' afte 24 hours) Depth to caving when checked: was: ELEVATION! SOIL SYMBOLS MC LL PL PI -200 DO P.PEN UNCON JS1n DEPTH SAMPLER SYMBOLS DESCRIPTION % % % % pd Is( kst feel 8 FIELD TEST DATA �0 Dark brown CLA w/ calcareous nodules 40 Brown CLAY w/ limestone seams Tan severely weathered LIMESTONE, highly fractured w/ brown clay layers & hard limestone 5 17J8. layers ,sfe -seepage at 4' 3716' Hard to very hard tan weathered LIMESTONE. fractured w/ clay layers 50/1" Hard to very hard tan weathered LIMESTONE, 10 50/0.75' fractured w/ clay seams v ery hard gray LIMESTONE w/ shale seams u■■�1 a-■.■ 11 �■owl 1.1 L 1 [Notes: Completion Depth: 40' MTE, INC. FIGURE:26 LOG OF BORING B-13 Project: Northwest Treatment Plant - Fort Worth, Texas Project No.: E07-0131 Date: 04/16/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: 10' Depth to water when checked: During Drilling was: 4' (7' afte 24 hours) Depth to caving when checked: was: ELEVATION! SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION % % % PI •% DO P.Is( UNsf Strain feel & FIELD TEST DATA % % % % pcf Is( ksf % ik Moderately hard to hard gray SHALE w/ hard Ofo.75' limestone seams 40 5010.91 Boring terminated at 40' 45 50 P-V 65 70 75 I I I I I I I I I I I l Notes: Completion Depth: 40' FIGURE:27 MTE, INC. LOG OF BORING B-14 Project: Northwest Treatment Plant - Fort Worth, Texas Project No.: E07-0131 Date: 04/19/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: After 24 hours was: Dry Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION % LL PL PI -% DD P.t5f UNsf Strain fee! & FIELD TEST DATA % % %% pcf s( k% o Dark brown CLAY w/ limestone seamsItzitl Hard to very hard tan weathered LIMESTONE, MMI fractured w/ clay seams sao.s^ Very hard tan weathered LIMESTONE, fractured w/ clay layers sao.s^ I - Very hard gray LIMESTONE w/ shale seams 5010.26' Notes: Completion Depth: 40' FIGURE:28 MTE, INC. LOG OF BORING B-14 Project: Northwest Treatment Plant - Fort Worth, Texas Project No.: E07-0131 Date: 04/19/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: After 24 hours was: Dry Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS MC I LL I PL 200 DO PREN UNCON Strain DEPTH SAMPLER SYMBOLS DESCRIPTION % % % PI % rKr Isf ksf % (feet) & FIELD TEST DATA -40 •45 -50 •55 •60 •65 •70 •75 Very hard gray LIMESTONE w/ shale seams 5D/0.25" goring terminated at 40' Notes: Completion Depth: 40' FIGURE:29 MTE, INC. LOG OF BORING B-15 Project: Northwest Treatment Plant -Fort Worth, Texas Date: 03/03/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: After 24 & 48 hours Depth to caving when checked: After 48 hours DEPTH SAMPLER SYMBOLS feet & FIELD TEST DATA Project No.: E07-0131 was: Dry was: 39.4' DESCRIPTION — LL PL -200 OD P.PEN UNOON Strain % % % FI % pet Isf kst % rn CLAY w/ limestone seams 3.0 4.s++ 20 65 23 42 4.5++ aley CLAY w/ occasional 1 ,stone layers, jointed 17113 22 41 2.75 4 14.5++ ad LIMESTONE, fractured w/ TONE w/ shale seams FIGURE:30 MTE, INC. LOG OF BORING B-15 Project: Northwest Treatment Plant -Fort Worth, Texas Date: 03103/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: After 24 & 48 hours Depth to caving when checked: After 48 hours DESCRIPTION Very hard gray LIMESTONE w/ shale seams Boring terminated at 40' •45 -50 •55 •80 •65 •70 -75 Notes: Completion Depth: 40' Project No.: E07-0131 was: Dry was: 39.4' % ILL % I % I Fi ( % I PDD d I P. sf I UNION I Strain FIGURE:31 MTE, INC. LOG OF BORING B-16 Project: Northwest Treatment Plant - Fort Worth, Texas Project No.: E07-0131 Date: 04/10/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: After 24 hours was: 33' Depth to caving when checked: was: ELEVATIONI SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION MC LL PL % DD P.PEN UNCON Stral teat 8 FIELD TEST DATA % % % PI pcf tst ks[ % 4.s+ — — vain vi UVV11 VLnt VY! IUo S Imes one ragmen s 18 47 16 31 4.5++ Tan & light brown slightly calcareous CLAY w/ z.2s calcareous deposits 20 65 23 42 101 1.0 1.4 13.9 1.1 26 96 4.5++ Tan & light gray weathered CLAY -SHALE w/ silty sand seams & hard limestone layers, jointed 14 '47 17 30 114 4.5+ 4.5+ -T-T Hard to very hard tan weathered LIMESTONEw/ clay seams I TTTTTT d gray SHALE w/ hard I -ONE w/ shale seams & FIGURE:32 MTE, INC. LOG OF BORING B-16 Project: Northwest Treatment Plant - Fort Worth, Texas Date: 04/10/2007 Elev.: Location: See Figure' Depth to water at completion of boring: Dry Depth to water when checked: After 24 hours Depth to caving when checked: Project No.: E07-0131 was: 33' was: ELEVATION/ I SOIL SYMBOLS DESCRIPTION MC LL PL -200 DD P.PEN UNCON Strain DEPTH SAMPLER SYMBOLS % % % PI % cf tsf ksf % , -% 2 CICI n TFQT nere P Very hard gray LIMESTONE w/ shale seams & sandstone seams Boring terminated at 40' 45 50 55 60 65 70 75 Notes: Completion Depth: 40' FIGURE:33 MTE, INC. LOG OF BORING B-17 Project: Northwest Treatment Plant - Fort Worth, Texas Project No.: E07-0131 Date: 03/15/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: After 24 & 48 hours was: Dry Depth to caving when checked: After 48 hours was: 39.9' ELEVATION/ I SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION % LL PL PI 1-20% pd P.PEN ON S% tmin feet 8 FIELD TEST DATA % % % Isf k% AY 1s 4.0 — — 3.5 eathered SHALE w/ hard 16 2-7s ;d 28 2.s 4.5++ 20 4.5+ 3.0 27 75 28 49 3.0 19 60 19 41 4.0 weathered LIMESTONE, -d gray SHALE w/ very hard idstone layers TONE w/ gray shale layers layers FIGURE:34 MTE, INC. LOG OF BORING B-17 Project: Northwest Treatment Plant - Fort Worth, Texas Project No.: E07-0131 Date: 03/15/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: After 24 & 48 hours was: Dry Depth to caving when checked: After 48 hours was: 39.9' ELEVATIOIW SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION MC LL PL -200 DD P.PEN UNCON 5ireln feel & FIELD TEST DATA PI % % % Pd tsf ksf % Very hard gray LIMESTONE w/ gray shale layers 3A 5=25- & sandstone layers 40 sm.,r Boring terminated at 40' 45 50 55 60 70 75 Notes: Completion Depth: 40' FIGURE:35 MTE, INC. LOG OF BORING B-18 Project: Northwest Treatment Plant - Fort Worth, Texas Project No.: E07-0131 Date: 04/10/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry epth to water when checked: After 24 hours was: 28' Depth to caving when checked: was: ELEVATION/ DEPTH feet SOIL SYMBOLS SAMPLER SYMBOLS & FIELD TEST DATA DESCRIPTION % % % % PL % PI -% % OD pd P.Isf Isf UNsf ksf Strain % 0 z9 Dark brown CLAY w/ limestone fragments 2e NA26 3.1 Tan slightly calcareous CLAY w/ calcareous 3.25 deposits 21 69 23 46 2.75 Tan CLAY w/ hard limestone layers, jointed 2.z 5 • 2.0 15 140117 123 ered CLAY -SHALE w/ sand TTJ4TTT� 3T Tie layers, jointed 253 ed LIMESTONE, fractured w/ TONE w/ shale seams & very FIGURE:36 MTE, INC. LOG OF BORING B-18 Project: Northwest Treatment Plant - Fort Worth, Texas Date: 04/10/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: After 24 hours Depth to caving when checked: DEPTH 40 45 50 -55 -60 -65 •70 •75 SAMPLER SYMBOLS DESCRIPTION & FIELD TEST DATA Very hard gray LIMESTONE w/ shale seams soro.s^ M25• Boring terminated at 40' Notes: Completion Depth: 40' Project No.: E07-0131 was: 28' was: % 1%IPA IPI1"% I PU DD IPtsfNIU ksf ISt%in FIGURE:37 MTE, INC. LOG OF BORING B-19 Project: Northwest Treatment Plant - Fort Worth, Texas Project No.: E07-0131 Date: 03/20/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry repth to water when checked: After 24 hours was: 38' Depth to caving when checked: After 24 hours was: 39.9' ELEVATION! SOIL SYMBOLS MC LL PL PI -200 DD P.PEN UNCON Strain DEPTH SAMPLER SYMBOLS DESCRIPTION % % % / pd Isf ksf % feel & FIELD TEST DATA 20 60 20 40 4.5++ one nodules zz 3.7 23 68 24 44 4.4 21 4.5+ LAY w/ trace sand, calcareous 4.5+ — — '.Verely weathered 13 26 16 10 120 4.5+ me layers & numerous 3d LIMESTONE, fractured �10 37 ,5 2z 126 4.5+ ?rS 5 146 401 1.2 TONE w/ shale layers & very 3 i47 — 554 0 5 145 391 1.7 LIMESTONE w/ veri hard FIGURE:38 MTE, INC. LOG OF BORING B-19 Project: Northwest Treatment Plant - Fort Worth, Texas Project No,: E07-0131 Date: 03/20/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: After 24 hours was: 38' Depth to caving when checked: After 24 hours was: 39.9' ELEVATION/ SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION MC LL PL PI -200 DD P.PEN UNCON Strain feet & FIELD TEST DATA % % % % pcf tsf ksf J;A Hard dark gray shaley LIMESTONE w/ very hard sandstone layers 40 Boring terminated at 40' 45 50 55 60 65 70 75 Notes: Completion Depth: 40' FIGURE:39 MTE, _INC. LOG OF BORING B-20 Project: Northwest Treatment Plant -Fort Worth, Texas Project No.: E07-0131 Date: 04/11/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: 30' ,Depth to water when checked: After 24 hours was: 25' Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS MCILL PL PI -200 DD P.PEN UNCON Streln DEPTH SAMPLERSYMBA A DESCRIPTION % % % % per Isr ksr % teal &FIELD TEST DATA mestone fragments 22 2.75 Id LIMESTONE, highly n clay layers 24 34 19 15 3.5 > CLAY w/ calcareous to 41 17 24 ao veathered LIMESTONE, s TONE w/ shale seams FIGURE:40 MTE, INC, LOG OF BORING B-20 Project: Northwest Treatment Plant - Fort Worth, Texas Date: 04/11/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: 30' Depth to water when checked: After 24 hours Depth to caving when checked: DEPTH I SAMPLER SYMBOLS (feat) & FIELD TEST DATA N. Nano 1 sum. 1/ 45 50 55 .60 .65 -70 •75 DESCRIPTION Very hard gray LIMESTONE w/ shale seams Boring terminated at 40' Notes: Completion Depth: 40' Project No.: E07-0131 was: 25' was: % I % I % I PI I - % I D� I P. sf Uk50N I Strain FIGURE:41 MTE, INC. LOG OF BORING B-21 Project: Northwest Treatment Plant - Fort Worth, Texas Project No.: E07-0131 Date: 04/19/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: End of day was: Dry Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS MC LL PL PI -2CC 00 P.PEN UNCON Strain DEPTH SAMPLER SYMBOLS DESCRIPTION feet & FIELD TEST DATA % % % % pcf Isf ksf ro ......�umum- . -a ��ME E.-3 rorr�� Ili �ii-�i.� • � � Dark brown CLAY wl limestone fragments & roots —a7 3.3 Hard to very hard tan weathered LIMESTONE, fractured w/ clay seams Very hard gray LIMESTONE w/ shale seams L pli ( I I I I I 1 I I I I Notes: Completion Depth: 40' FIGUREA2 MTE, INC. LOG OF BORING B-21 Project: Northwest Treatment Plant - Fort Worth, Texas Project No.: E07-0131 Date: 04M9/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: End of day was: Dry Depth to caving when checked: was: rDEPTH N/ SOIL SYMBOLS SAMPLER SYMBOLS DESCRIPTION % LL PL PI -% DD P.tsf UNsf St% & FIELD TESTDATA % °k % % pct tsf ksf Very hard gray LIMESTONE w/ shale seams s°ro.as 40 sa°.z5• Boring terminated at 40' 45 5° ,55 '60 •65 •70 •75 Notes: Completion Depth: 40' I I I I I I I I I 1 FIGURE:43 MTE, INC. LOG OF BORING B-22 Project: Northwest Treatment Plant - Fort Worth, Texas Project No.: E07-0131 Date: 04/19/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: After 24 hours was: Dry Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS MC LL PL I PI 1-200 DD P.PEN UNCON Strain DEPTH SAMPLER SYMBOLS DESCRIPTION feet & FIELD TEST DATA % % % % pcf tsf ksf 0 Dark brown & tan CLAY w/ limestone fragments, 13 I'S — — roots & tan silty sand seams 20 2.3 Tan & gray CLAY w/ calcareous nodules 25 1.0 27 1.25 Tan & gray shaley CLAY w/ calcareous deposits 4.5++ 5 — fractured 24 93 36 57 102 4.5++ Hard to very hard tan weathered LIMESTONE, fractured Tan shaley CLAY 12/6" 10 — 26/6" 50/3.5" Hard to very hard tan weathered LIMESTONE, fractured w/ clay seams Very hard gray LIMESTONE w/ shale seams solo.2s" & very hard sandstone layers 15 5010.25" 50/0.25" L M II I I I I I I I I __I I Notes: Completion Depth: 40' FIGURE:44 MTE, INC. LOG OF BORING B-22 Project: Northwest Treatment Plant - Fort Worth, Texas Date: 04/19/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: After 24 hours Depth to caving when checked: DEPTH SAMPLER SYMBOLS (feet) & FIELD TEST DATA _won=- ..-. . 00 . •45 -50 -55 •60 -65 •70 •75 DESCRIPTION Very hard gray LIMESTONE w/ shale seams & sandstone layers Boring terminated at 40' Notes: Completion Depth: 40' Project No.: E07-0131 was: Dry was: MC ,5 % I h PI I o2001 PD P P(N I UNICON Strraaln FIGURE:45 MTE, INC. LOG OF BORING B-23 Ift Project: Northwest Treatment Plant - Fort Worth, Texas Project No.: E07-0131 Date: 04/10/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: 30' flenth to water when rherked- After 24 hours was- 18' Depth to caving when checked: was: ELEVATION! DEPTH (feet) SOIL SYMBOLS SAMPLER SYMBOLS & FIELD TEST DATA DESCRIPTION MC % LL % PL % PI -200 % DD Pd P.PEN tst UNCON ksf Strain % Ole 0 5 10 zo 25 30 35 75. sa0.5 013. s0/0.5" 5010.25" 50/0.25" 5010.25" 50/0.5" 5010.29' SO/O.S 5= 25" — — 9.0 — — — — Dark brown & tan CLAY w/ limestone & cobble cobbie 2z 25 25 97 2:6 2.7 1.1 1.5 — 1.7 Tan & gray CLAY w/ some sand & limestone cobble Hard to very hard tan weathered LIMESTONE, fractured w/ clay seams 4.5++ Tan & light gray weathered CLAY -SHALE w/ silt & sand seams & hard limestone seams, jointed 20 74 27 47 111 4,5+ q,5+ Hard to very hard gray & tan weathered LIMESTONE �a Moderately hard gray & tan weathered SHALE, jointed Very hard gray LIMESTONE w/ shale seams & very hard sandstone layers Notes: Completion Depth: 40' FIGURE:46 MTE, INC. LOG OF BORING B-23 Project: Northwest Treatment Plant - Fort Worth, Texas Date: 04/10/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: 30' Depth to water when checked: After 24 hours Depth to caving when checked: DEPTH I SAMPLER SYMBOLS (feet) & FIELD TEST DATA EN. .._,ki •45 50 -55 '60 -65 •70 •75 DESCRIPTION Very hard gray LIMESTONE wl shale seams & sandstone layers Boring terminated at 40' Notes: Completion Depth: 40' Project No.: E07-0131 was: 18' was: % I �I%IPII-% I PD IP.cf s(NIUNIONISlor�ain FIGURE:47 MTE, INC. LOG OF BORING B-24 Project: Northwest Treatment Plant - Fort Worth, Texas Project No.: E07-0131 Date: 03115/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: 36' rlanfh fn wafar when ehpckad- Af %r 9d R AR hnurs was• 31)' Depth to caving when checked: After 24 & 48 hours was: 37.4' EL EPTHNI feet MBOLS SAMPLER $OIL SYSYMOLS & FIELD TEST DATA DESCRIPTION MC % LL % PL % PI -200 % DO pcI P.PEN lsf UNCON ksf Strain 0 Dark brown & olive CLAY w/ roots 4.5+ 2 125 3.25 — Tan & olive CLAY w/ limestone nodules 3 1.25 — 1.4 24 Tan CLAY w/ hard limestone layers 12 4.5++ s — Moderately hard severely weathered SHALE w/ 4,5*+ _� hard tan limestone layers, jointed 23 70 23 47 102 -18" hard tan weathered limestone layers 4.5++ 10} 8.5' & 10.5' =_- Hard to very hard gray LIMESTONE w/ shale seams —_ REC 96% & very hard sandstone layers —_= ROD98% 15 =—= 4 145 552.7 1.1 20 --- --� REC 100% ROD 100% — =— 9 130 94.1 1.6 25 — — —= REC 10(rA _—= RQD 100% 30 -6" shale layer at 31' — — — 6 143 194 1.2 35 = = — _— REC 96% ROD 95% Notes: Completion Depth: 40' FIGURE:48 MTE, INC. LOG OF BORING B-24 Project: Northwest Treatment Plant - Fort Worth, Texas Project No.: E07-0131 Date: 03/15/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: 36' Depth to water when checked: After 24 & 48 hours was: 30' Depth to caving when checked: After 24 & 48 hours was: 37.4' I% ELDEPTTIHON/ SAMPLER SYMBOLS DESCRIPTION SOIL SYMBOLS MC ILL PL 1,, .200 DD RPEN UNCON Strain feet & FIELD TEST DATA % % % pcf lsf kst % Hard to very hard gray LIMESTONE wl shale seams 5 148 349 1.5 & sandstone layers 40 _ — Boring terminated at 40' 50 55 70 75 Notes: Completion Depth: 40' FIGURE:49 MTE, INC. LOG OF BORING B-25 Project: Northwest Treatment Plant - Fort Worth, Texas Project No.: E07-0131 Date: 04/12/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: 11' Depth to water when checked: After 24 hours was: 11' Depth to caving when checked: was: ELEVATION/ DEPTH feet SOIL SYMBOLS SAMPLER SYMBOLS 8 FIELD TEST DATA DESCRIPTION MC % LL %% PL PI -200 % DD pd P.PEN tsf UNCON ksF $Ira 0 3.3 Dark brown CLAY w/ trace gravel 2.6 28 2.1 1.7 28 1.9 5 27 Hard to very hard tan'weathered LIMESTONE, fractured w/ clay layers 2.8 Tan & light brown CLAY w/ calcareous deposits 17 1D9 2.6 3.9 10.7 ;areous CLAY 18 112 1.2 0.9 9.3 3.0 �d LIMESTONE, fractured FONE w/ shale seams & very -d gray SHALE w/ very hard TONE w/ shale seams layers FIGURE:50 MTE, INC. LOG OF BORING B-25 Project: Northwest Treatment Plant - Fort Worth, Texas Date: 04112/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: 11' Depth to water when checked: After 24 hours Depth to caving when checked: ELEVATIC DEPTH 40 45 50 55 60 70 75 SAMPLER SYMBOLS DESCRIPTION 8 FIELD TEST DATA Very hard gray LIMESTONE w/ shale seams d45010-5" & sandstone layers 5ao.z5^ Boring terminated at 40' Notes: Completion Depth: 40' Project No.: E07-0131 was: 11' was: ICl/.I%IPII % IPCf 5ENIUNkONIS% FIGURE:51 MTE, INC. LOG OF BORING B-26 Project: Northwest Treatment Plant - Fort Worth, Texas Project No.: E07-0131 Date: 04/11/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: 12' Depth to water when checked: After 24 hours was: 9' Depth to caving when checked: was: EPTH N7 SA AP�LER SYMBOLS DESCRIPTION MC LL PL Pf -200 DD P.PEN UNCON Strain feel & FIELD TEST DATA % %% % pc( isf ksf 3.0 — T 22 2.8 & trace calcareous nodules 21 4-0 53 22 31 4.5++ 3.5 veathered LIMESTONE, s FONE w/ shale seams d gray SHALE w/ very hard FIGURE:52 MTE, INC. LOG OF BORING B-26 Project: Northwest Treatment Plant - Fort Worth, Texas Date: 04/11/2007 Elev.: Location: See Figure Depth to water at completion of boring: 12' Depth to water when checked: After 24 hours Depth to caving when checked: Project No.: E07-0131 was: 9' was: ELEVATION! I SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION % % PL PI -% DO P.tsf UNsf Strain i�,.��� & ncS n � Qr neTe % °ro % % pcf I5f kst % 40 45 50 55 60 70 75 Moderately hard to hard gray SHALE w/ very hard limestone layers 50/0.75' 5010.25' -[-Boring terminated at 40' Notes: Completion Depth: 40' I I1 I I 1 I i I r. FIGURE:53 MTE, INC. LOG OF BORING B-27 Project: Northwest Treatment Plant - Fort Worth, Texas Project No.: E07-0131 Date: 03/18/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry llanth to water when ehaekad- Aftar 9d hnurc wart 91' Depth to caving when checked: was: ELEVATION/ DEPTH feel SOIL SYMBOLS SAMPLER SYMBOLS & FIELD TEST DATA DESCRIPTION MC % LL % PL % PI -200 % DO pd P.PEN lsf UNCON ksf Strain % mole ° 5 10 15 20 25 30 35 ROD 100% REC 96% ROD 96% REC 100% ROD 100% REC 100% ROD 100% Dark brown CLAY Hard to very hard tan weathered LIMESTONE w/ clay seams, fractured Moderately hard tan & gray severely weathered calcareous SHALE w/ hard limestone layers, jointed 12 12 41 16 25 124 4.5+++ 4.5++ — — 2.3 1.4 0.8 0.9 LJ Hard to very hard gray LIMESTONE w/ shaley limestone layers & shale seams 6 6 6 143 141 143 170 275 118 Hard to very hard gray LIMESTONE w/ shale seams 6 142 223.3 Notes: Completion Depth: 40' FIGURE:54 MTE, INC. LOG OF BORING B-27 Project: Northwest Treatment Plant - Fort Worth, Texas Date: 03/18/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry . Depth to water when checked: After 24 hours Depth to caving when checked: 50 ss 70 75 Project No.: E07-0131 was: 21' was: SAYP* RcYMBOTS I DESCRIPTION I M I% I P I PL PI 10% 100 I P•EN I UNICON sf I Strain Hard to very hard gray LIMESTONE wl shale seams Boring terminated at 40' Notes: Completion Depth: 40' FIGURE:55 MTE, INC. LOG OF BORING B-28 Project: Northwest Treatment Plant - Fort Worth, Texas Project No.: E07-0131 Date: 04/15/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: After 24 hours was: Dry Depth to caving when checked: was: ELEVATION/I MC LL PL -200 00 P.PEN UNCON Strain feet DEPTH SAMPLER SYMBOLS DESCRIPTION % % % PI % rxr Isr ksf % & FIELD TEST DATA 0 Dark brown CLAY w/ limestone fragments & roots " F66 Very hard tan weathered LIMESTONE, fractured w/ clay seams SM.26" 5oro.25Very hard tan weathered LIMESTONE, fractured w/ tan clay seams Very hard gray LIMESTONE w/ shale seams Notes: Completion Depth: 40' FIGURE:56 MTE, INC. LOG OF BORING B-28 Project: Northwest Treatment Plant - Fort Worth, Texas Date: 04/1512007 1Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: After 24 hours Depth to caving when checked: Project No.: E07-0131 was: Dry was: ' ELDEPTH N`( SAM�PL;ER S SOIL YMBOTS OLS I DESCRIPTION I M� I LL % I PL I pI I �� pcf I PREN N UNk ON I Shin I 50/U5• 5010.25" 50 55 60 65 70 75 Very hard gray LIMESTONE w/ shale seams Boring terminated at 40' Notes: Completion Depth: 40' FIGURE:57 MTE, INC. LOG OF BORING B-29 Project: Northwest Treatment Plant - Fort Worth, Texas Project No.: E07-0131 Date: 04/12/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: 10' epth to water when checked: After 24 hours was: 9' Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS DEPTH SAMPLERSVMBOLS DESCRIPTION MG LL PL I PI -200 DD I P.PEN I UNCON Strain feet & FIELD TEST DATA % % % % Pcf tsf ksf % alcareous nodules 3.0 30 3.2 ] ravel 27 2.6 26 68 24 44 2.6 Y w/ limestone fragments, 15 3.5 — — )us deposits 47 18 29 4.4 ;areous CLAY w/ trace hard limestone seams 3.25 15 40 15 25 117 3.1 4.8 8.2 �d LIMESTONE, s tttttt—t—t— FONE wl shale seams layers d gray SHALE w/ very hard TONE w/ shale seams layers FIGURE:58 MTE, INC. LOG OF BORING B-29 Project: Northwest Treatment Plant - Fort Worth, Texas Date: 04/12/2007 Elev.: Location: See Figure Depth to water at completion of boring: 10' Depth to water when checked: After 24 hours Depth to caving when checked: Project No.: E07-0131 was: 9' was: I LL E THetl SAMPLER SYMBOLS ST DATA N/I S SOIL SYMBOLS ( DESCRIPTION I MC I mo) � i Pi l % pa I P siN I UNk ON I Shin) 40 45 So 55 60 65 70 Very hard gray LIMESTONE w/ shale seams 5011 25- & very hard sandstone layers soro.25- Boring terminated at 40' L 1 I I I I I I I I I 1 ill Notes: Completion Depth: 40' FIGURE:59 MTE, INC. LOG OF BORING B-30 Project: Northwest Treatment Plant -Fort Worth, Texas Project No.: E07-0131 Date: 04/11/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: 10' Depth to water when checked: during drilling was: 12' (8' after 24 hours) Depth to caving when checked: was: �L EPTHNr SAMPLER SYMBOLS DESCRIPTION MC LL PL PI -200 DD P.PEN UNCON Strain feet & FIELD TEST DATA % L% % % pd lsf ksf % race gravel 26 2.0 26 2.2 29 2.6 27 2.6 26 3.5 4.4 veathered LIMESTONE, :areous CLAY w/ hard 21 4.0 veathered LIMESTONE, s TONE w/ shale seams d gray SHALE w/ very hard PONE w/ shale seams layers FIGURE:60 MTE, INC. LOG OF BORING B-30 Project: Northwest Treatment Plant - Fort Worth, Texas Date: 04/11/2007 Elev.: Location: See Figure' Depth to water at completion of boring: 10' Depth to water when checked: during drilling Depth to caving when checked: Project No.: E07-0131 was: 12' (8' after 24 hours) was: ELEVATION! SOIL SYMBOLS DESCRIPTION % % PL % Pd P.Id UNsf Strain DEPTH SAMPLER SYMBOLS /° % % PI % c( Is( ks( % ...._�� n_ nc1 n rccT Here P 40 50 55 e0 es 70 75 rVery hard gray LIMESTONE w/ shale seams soro.25"ry hard sandstone layers s0ro.zsng terminated at 40' Notes: Completion Depth: 40' FIGURE:61 MTE, INC. LOG OF BORING B-31 Project: Northwest Treatment Plant - Fort Worth, Texas Project No.: E07-0131 Date: 04/16/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: 29' Depth to water when checked: After 24 hours was: 17' Depth to caving when checked: was: ELEVATION/ DEPTH SOIL SYMBOLS SAMPLER SYMBOLS DESCRIPTION MC LL PL P, 1-200 DD P.PEN UNCON Strain fee! & FIELD TEST DATA % % % % Pcf Isf ksf % 0 3.a Dark brown CLAY w/ calcareous nodules 2T 3.5 Brown CLAY w/ calcareous nodules & trace 18 limestone fragments 3.8 3.3 Tan calcareous CLAY w/ calcareous deposits 18 19 2.5 5 18 2.6 Very hard tan weathered LIMESTONE, fractured w/ clay seams 10 50M.5" 50/0.5" 15 50/0.75" 5010.26" Tan & gray severely weathered CLAY -SHALE, jointed 20 so/a.s^ 502.75" T Very -hard -gray -LIMESTONE w/ shale seams & very hard sandstone layers 25 5010'25" 50/0.25" -30 50/0.51 50/0.2s" 35 5010.25" 50M.25" Notes: Completion Depth: 40' FIGURE:62 MTE, INC. LOG OF BORING B-31 Project: Northwest Treatment Plant - Fort Worth, Texas Date: 04/1612007 Elev.: Location: See Figure 1 Depth to water at completion of boring: 29' Depth to water when checked: After 24 hours Depth to caving when checked: ELEVATIOW SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION feet & FIELD TEST DATA Very hard gray LIMESTONE w/ shale 5010.75" & sandstone layers 40 5Dros5• Boring terminated at 40' 45 50 70 75 Notes: Completion Depth: 40' MTE, INC. Project No.: E07-0131 LOG OF BORING B-32 Project: Northwest Treatment Plant - Fort Worth, Texas Project No.: E07-0131 Date: 04/19/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: 38' Depth to water when checked: After 24 hours was: 33' Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS MC LL PL PI -200 DD RPEN UNCON Strain DEPTH SAMPLER SYMBOLS DESCRIPTION % % % % pd Isr kef % feet & FIELD TEST DATA mestone fragments 13 3.6 13 weathered LIMESTONE, t�S — T s TONE w/ shale seams FIGURE:64 MTE, INC. LOG OF BORING B-32 Project: Northwest Treatment Plant - Fort Worth, Texas Date: 04/19/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: 38' Depth to water when checked: After 24 hours Depth to caving when checked: DEPTH I SAMPLER SYMBOLS (feet) & FIELD TEST DATA l 45 50 55 60 65 70 75 DESCRIPTION Very hard gray LIMESTONE w/ shale seams Boring terminated at 40' Notes: Completion Depth: 40' Project No.: E07-0131 was: 33' was: %° I % LL I % I PL PI I % 00 ( Pd tsf N l UNCksON I Strain FIGURE:66 MTE, INC. LOG OF BORING B-33 Project: Northwest Treatment Plant -Fort Worth, Texas Project No.: E07-0131 Date: 0411212007 Elev.: Location: See Figure 1 Depth to water at completion of boring: 8' Depth to water when checked: After 24 hours was: 5' Depth to caving when checked: was: ELEVATION/ DEPTH feet SOIL SYMBOLS SAMPLER SYMBOLS 3 FIELD TEST DATA DESCRIPTION MC % LL % PL % PI -200 % DID pef P.PEN id UNCON ksf Stain % D 5 10 25 30 35 5Oro.75" 50l0.25" REC 60% ROD 60% 5=.25" REC 92% ROD 92% REC 93% ROD 93% REC 93% ROD 93% REC 93% ROD 93% REC 97 % RQD 97% _ — - 1.3 — 2.8 1.3 ,.6 Dark brown CLAY w/ trace calcareous nodules & gravel 24 4.5+ 3.1 Brown CLAY w/ trace gravel 21 17 2.4 2.6 — Tan & gray CLAY w/ calcareous deposits -seepage at 8' 16 3.0 4.3 4A Hard to very hard tan weathered LIMESTONE, fractured w/ clay seams Very hard gray LIMESTONE w/ shale seams -1" severely fractured seam w/ iron stain at 18, -shaley limestone from 18 to 19'-20 5 10 As 131 — 503 — 93.4 _=== Moderately hard to hard dark gray SHALE w/ very hard limestone layers \Very hard gray LIMESTONE Hard dark gray highly calcareous SHALE Hard gray shaley LIMESTONE Very hard gray LIMESTONE 6 142 — 322.2 2s2 Hard dark gray calcareous SHALE s 144 Notes: Completion Depth: 40' FIGURE:66 MTE, INC. LOG OF BORING B-33 Project: Northwest Treatment Plant - Fort Worth, Texas Date: 04/12/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: 8' Depth to water when checked: After 24 hours Depth to caving when checked: Project No.: E07-0131 was: 5' was: ELEVATION! I SOIL SYMBOLS DESCRIPTION % LL PL % DD P.PEN UNCON Strain DEPTH SAMPLER SYMBOLS % % PI cf lsf ksl % rr,...n s. cIu r� reeT Here P 40 4s so 55 ng 70 7s Boring terminated at 40' Notes: Completion Depth: 40' FIGURE:67 MTE, INC. LOG OF BORING B-34 Project: Northwest Treatment Plant - Fort Worth, Texas Project No.: E07-0131 Date: 04/11/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: 12' Depth to water when checked: After 24 hours was: 11' Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS MC LL PL PI -200 DD P.PEN UNCON Sire n DEPTH SAMPLER SYMBOLS DESCRIPTION feet & FIELD TEST DATA % % % % pc( Isf ks( % 2.4 33 2.1 30 69 25 44 1.5 2.1 ]ravel 2.4 23 71 26 45 4.5++ us deposits & hard ed 17 57 20 37 4.5+ 20 3.0 26 15 13 19 0.5 veathered LIMESTONE, TONE w/ shale seams _ d gray SHALE w/ limestone TONE w/ shale seams layers FIGURE:68 MTE, INC. LOG OF BORING B-34 Project: Northwest Treatment Plant - Fort Worth, Texas Date: 04/11/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: 12' Depth to water when checked: After 24 hours Depth to caving when checked: DEPTH SAMPLER SYMBOLS I Ifeet) & FIELD TEST DATA -45 -50 -55 -60 .65 •70 -75 DESCRIPTION Very hard gray LIMESTONE wl shale seams & sandstone layers Boring terminated at 40' Notes: Completion Depth: 40' Project No.: E07-0131 was: 11' was: MC ! � I P% I PI I % I PD I P.PSEN I UNiCCON sf I Strain % FIGURE:69 MTE, INC. LOG OF BORING B-35 Ift Project: Northwest Treatment Plant - Fort Worth, Texas Project No.: E07-0131 Date: 04/16/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: 12' Depth to water when checked: After 24 hours was: 11' Depth to caving when checked: was: ELEVATION/ DEPTH feet SOIL SYMBOLS SAMPLER SYMBOLS & FIELD TEST DATA DESCRIPTION MC 1 Il S PL PI -200 °� DD pcf RPEN lsf UNCON ks( Strain % D 5 10 - _ _ 15 -20 25 30 35 5010.5" s0ro.25" 5010.5" 5010.26' 5010.75" 5010.25" 5012" 5011.25- 5010.5" 501D.25" _ _ Dark brown CLAY w/ trace calcareous nodules 22 2.5 3.0 3.5 4.0 3.0 Brown CLAY w/ trace gravel & calcareous nodules 23 21 Tan & brown CLAY w/ trace limestone fragments & calcareous deposits 20 3.5 _ Tan CLAY slightly calcareous w/ hard limestone seams -seepage at 11' 1a 109 3.0 1.2 Tan calcareous CLAY wl limestone fragments 1a 26 16 10 Very hard tan weathered LIMESTONE, fractured W/ clay seams Very hard gray LIMESTONE w/ shale seams �- —= = _= — Moderately hard to hard gray SHALE w/ hard limestone seams Very hard gray LIMESTONE w/ shale seams & very hard sandstone layers V Notes: Completion Depth: 40' FIGURE:70 MTE, INC. LOG OF BORING B-35 Project: Northwest Treatment Plant - Fort Worth, Texas Project No,: E07-0131 Date: 04/16/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: 12' Depth to water when checked: After 24 hours was: 11' Depth to caving when checked: was: 'ELEVAIfeTION/ I SOIL SYMBOLS ll SFELDTESTDATA I DESCRIPTION I %I LL %I PL �Ip,l %OI DD Pd IPtsf ksONISoainl Very hard gray LIMESTONE w/ shale seams & sandstone layers 40 50l0.2s" 5010.25- goring terminated at 40' 45 50 55 60 65 70 75 Notes: Completion Depth: 40' FIGURE:71 MTE, INC. LOG OF BORING B-36 NON Na Project: Northwest Treatment Plant - Fort Worth, Texas Project No.: E07-0131 Date: 04/16/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: 18' Depth to water when checked: After 24 hours was: 16' Depth to caving when checked: was: ELEVATION/ DEPTH feet SOIL SYMBOLS SAMPLER SYMBOLS & FIELD TEST QATA DESCRIPTION MC % LL % PL % PI -200 % DD P¢f P.PEN Isf UNCON ksf Strain % D 5 10 15 20 25 30 35 5010.25" SOWS' REC2D% ROD 20% 5M.75" 50f0.25" REC4D% RQD 40% REC 92% RQD92% REC 92% RQD92% REC 91% RQD 91% REC 94% RQD 94% REC 100% RQD 100 % T Brown CLAY wl limestone fragments 2.9 Tan CLAY w/ severely weathered limestone & hard limestone layers 4.5+ 4.5+ _ Hard to very hard tan weathered LIMESTONE, fractured w/ numerous clay layers & severely weathered shale layers Tan & gray severely weathered SHALE w/ very hard limestone layers .� Veryhard tan weathered LIMESTONE w/ claycla ers, y fractured Very hard tan & gray LIMESTONE Very hard gray LIMESTONE w/ shale seams & very hard sandstone layers Moderately hard to hard dark gray SHALE w/ very hard limestone seams Hard dark gray highly calcareous SHALE Hard dark gray calcareous SHALE Notes: Completion Depth: 40' FIGURE:72 MTE, INC.. LOG OF BORING B-36 Project: Northwest Treatment Plant - Fort Worth, Texas Project No.: E07-0131 Date: 04/16/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: 18' Depth to water when checked: After 24 hours was: 16' Depth to caving when checked: was: ELEVATION SOIL SYMBOLS MC LL PL -200 DD P.PEN UNCON Strain DEPTH SAMPLER SYMBOLS DESCRIPTION PI Il..-.. x ria1 n T=QT nATA % % % % pCf Is( ksf a0 .45 -50 55 .60 •65 -70 -75 Very hard gray LIMESTONE w/ shale seams Boring terminated at 40' Notes: Completion Depth: 40' FIGURE:73 N%W1,01 MTE, INC. Symbol Description Strata symbols CLAY moo rAnMP" Moons ►wrlwm i■::NE ■EININ■ ININININE ■ININNI■ moons moons I sink w u 'a`AR INotes• LIMESTONE , weathered Limestone Calcareous Clay KEY TO LOG TERMS & SYMBOLS Symbol Description _ SHALE, severely - - weathered LIMESTONE, severely weathered Weathered Clay -Shale SHALE, weathered CLAY, shaley SHALE Weathered Shaley Clay Shaley Limestone :ac�� L�� Severely Weathered 99 Clay -Shale Calcareous- 1r. Misc. Symbols Water table when checked --N— Boring continues 'K7_ - Water table at boring completion 1. Exploratory borings were drilled on dates indicated using truck mounted drilling equipment. 12. Water level observations are noted on boring logs. 3. Results of tests conducted on samples recovered are reported on the boring logs. Abbreviations used are: DD = natural dry density (pcf) LL = liquid limit (%) MC = natural moisture content M PL = plastic limit (%) Uncon.= unconfined compression (tsf) PI = plasticity index P.Pen.= hand penetrometer (tsf) -200 = percent passing #200 (4. Rock Cores REC = (Recovery) sum of core sample recovered divided by length of run, expressed as percentage. RQD = (Rock Quality Designation) sum of core sample recovery 4" or greater in length divided by the run, expressed as percentage. MTE, INC. FIGURE:741 Symbol Description KEY TO LOG TERMS & SYMBOLS Misc. Symbols IM Depth to caving Soil Samplers Thin Wall Shelby Tube Auger Rock Ifl Core m THD Cone Penetration Test ® Standard Penetration Test FIGURE:75 MTE, INC. LOG OF BORING SBA Project: Northwest Water Treatment Plant - Fort Worth, Texas Project No.: E07-1002 Date: 10/11/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: Depth to water when checked: was: Depth to caving when checked: was: ELEVATION! SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION MC LL PL PI -200 DO P-PEN UNCON Strain feel & FIELD TEST DATA % % % % pd is( ksf 96 ° Brown CLAY w/ limestone cobble 4.5.+ — — NN NIM Tan calcareous CLAY 9 47 18 29 45— — — 2.8 5 — - - - _ - Tan & gray shaley CLAY 19 3_7 Hard tan weathered LIMESTONE, fractured - - Tan & gray shaley CLAY 4.5+ — — — 24 62 22 40 99 4.5i 10 Hard ra LIMESTONE -- - - Tan & gray calcareous CLAY 17 39 15 23 110 4.5 15 Boring terminated at 16.5' 25 30 35 4.5 I Notes: Completion Depth: 16.5' FIGURE:2 MTE, INC. LOG OF BORING SB-2 Project: Northwest Water Treatment Plant - Fort Worth, Texas Date: 10/11/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: ,..i Depth to water when checked: was: Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS DEPTH SAMPLERSYMBOLS DESCRIPTION ° . Dark brown CLAY Brown & tan CLAY Tan calcareous CLAY Tan & gray shaley CLAY .5 ,o - - Tan & gray shaley CLAY Hard gray LIMESTONE - _ - Tan & gray shaley CLAY 15 -20 -25 .30 .35 Boring terminated at 14.5' Notes: Completion Depth: 14.5' t MTE, INC. Project No.: E07-1002 MC LL PL PI -200 DD P.PEN UNCON Strain % % % % pcf tsf ksf % 4—° — -- 27 169125 144 3.5 FIGURE:3 LOG OF BORING SB-3 Project: Northwest Water Treatment Plant -Fort Worth, Texas Project No.: E07-1002 Date: 10/11/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: Depth to water when checked: was: Depth to caving when checked: was: tLCVAI IVIW .JVIL ZiTMDVL, MC IL PL -200 DO P.PEN UNCON Strain DEPTH SAMPLER SYMBOLS DESCRIPTION feet & FIELD TEST DATA % % % PI % pet tst ksf 0 Brown CLAY w/ limestone cobble 4.5+ Light brown & tan calcareous CLAY w/ limestone 4.5++ fragments & limestone cobbles 4.5+ 5 - - - Tan & gray shaley CLAY 23 ss 22 44 1oz 4.5++ Hard gray LIMESTONE t0 Tan & gray calcareous CLAY W/ limestone fragments 12 41 16 25 119 4.5 Hard tan & gray weathered LIMESTONE, fractured 15 Boring terminated at 16' 25 35 I Notes: Completion Depth: 16' FIGURE:4 MTE, INC. LOG OF BORING SB-4 Project: Northwest Water Treatment Plant Fort Worth, Texas Project No.: E07-1002 Date: 10/11/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: Depth to water when checked: was: Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS MC LL PL -200 00 P.PEN LINCON Strain DEPTH SAMPLER SYMBOLS DESCRIPTION PI (feet)& FIELD TEST DATA % % % % pcf tsf ksf ° Dark brown CLAY - - 4.s+ Tan & gray calcareous CLAY 4.5++ - - Tan & gray shaley CLAY 4,5++ — — s 4.5++ 23 58 21 37 100 4.5++ 4.5++ 10 _ 32 84 31 53 91 4.5+ Hard tan & gray weathered LIMESTONE w/ clay layer, fractured 15 Boring terminated at 14.3' 20 25 30 35 Completion Depth: 14.3' FIGURE:5 MTE, INC. 14%. 'VM,. LOG OF BORING SB-6 Project: Northwest Water Treatment Plant - Fort Worth, Texas Project No.: E07-1002 Date: 10/11/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: Depth to water when checked: was: Depth to caving when checked: was: ELEVATIONI SOIL SYMBOLS MC LL PL 200 DD P.PEN UNCON Strain DEPTH SAMPLER SYMBOLS DESCRIPTION % % % PI % 0 Isr kaf % feel & FIELD TEST DATA 0 Brown CLAY wl limestone fragments 4.5+ Tan calcareous CLAY 2.s 5ttti -- t Tan & light gray calcareous CLAY 2.5 4.5++ Hard tan weathered LIMESTONE, fractured 10 Hard gray LIMESTONE _= = Moderately hard gray SHALE 19 n 31 46 106 4.5++ — — Hard gray LIMESTONE T1 ,s Boring terminated at 15' 25 30 Notes: Completion Depth: 15' FIGURE:7 MTE, INC. LOG OF BORING SB-7 Project: Northwest Water Treatment Plant - Fort Worth, Texas Project No.: E07-1002 Date: 10111/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: Depth to water when checked: was: Depth to caving when checked: was: I EVATION/ I SOIL SYMBOLS MC LL PL PI •200 00 P.PEN UNCON Strain DEPTH SAMPLER SYMBOLS DESCRIPTION % % % % Pd tsf k5r % feel & FIELD TEST DATA 10 F` \I Brown CLAY w/ limestone cobble 4.5+ 4.5+ 5 10 Tan & light gray calcareous CLAY T T T T4 5+T T 19 53 17 36 107 3.0 Tan & gray shaley CLAY 3.0 4.5++ 24 79 30 49 f8 4.5+ Hard gray LIMESTONE 1s Boring terminated at 15' mop z0 25 30 35 Notes: Completion Depth: 15' FIGURE:8 MTE, INC. LOG OF BORING SB-8 Project: Northwest Water Treatment Plant - Fort Worth, Texas Date: 10/11/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: Depth to water when checked: was: Depth to caving when checked: was: Project No.: E07-1002 c�Dv;� -' SAMwPr-LER arreov�oSYMBOLS DESCRIPTION MC LL PL PI -200 DD P.PEN UNCON Strain DEPTH feel 8 FIELD TEST DATA % % % % Pd rsr ksr % ° Dark brown CLAY w/ limestone fragments 4.5++ Tan calcareous CLAY w/ limestone fragments 4.1 Hard gray LIMESTONE Hard tan weathered LIMESTONE, fractured Tan & light gray shaley CLAY iri�rn LIMESTONE — Boring ' • at 11 20 25 30 35 33 187 1 3D 157 4.5+ 87 I 4.5tJ 1 I Notes: Completion Depth: 11.9' FIGURE:9 MTE, INC. LOG OF BORING SB-9 Project: Northwest Water Treatment Plant - Fort Worth, Texas Date: 1011112007 Elev.: Location: See Figure 1 Depth to water at completion of boring: Depth to water when checked: was: Depth to caving when checked: was: ELEVATIOM SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION Feel & FIELD TEST DATA ° Dark brown CLAY w/ trace limestone fragments - - Tan & light gray shaley CLAY .5 Hard tan weathered LIMESTONE, fractured Boring terminated at 12.2' 15 2° 25 �30 35 Notes: Completion Depth: 12.2' MTE, INC. Project No.: E07-1002 MC LL I PL PI -200 DD I P.PEN I UNCON Strain % % % % pd Isf ksf % _ 2.6 2.6 25 66 21 45 99 3.6 4.0 FIGURE:10 LOG OF BORING SB-10 Project: Northwest Water Treatment Plant - Fort Worth, Texas Project No.: E07-1002 Date: 10/11/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: ,t./ Depth to water when checked: was: Depth to caving when checked: was: ELEVATION/ SOILSYIABOLS MC LL PL -200 00 P.PEN UNCON 5lrain DEPTH SAMPLER SYMBOLS DESCRIPTION % % % PI % pd Isr ksf % feel & FIELD TEST DATA 0 Dark brown CLAY w/ limestone cobbles 4.5+ Hard tan weathered LIMESTONE, fractured Tan shaley CLAY 18 66 iB 48 110 2.8 — —' s Hard tan weathered LIMESTONE, fractured 10 Hard gray LIMESTONE Boring terminated at 12' 15 25 30 35 INotes: Completion Depth: 12' FIGURE:11 �_. MTE, INC. LOG OF BORING SBA 1 Project: Northwest Water Treatment Plant - Fort Worth, Texas Project No.: E07-1002 Date: 1011112007 Elev.: Location: See Figure 1 Depth to water at completion of boring: Depth to water when checked: was: Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION % % % PI •% oD P,Isr UNsf Strain feel & FIELD TEST DATA % °h % % pd Isf ksf ° Dark brown CLAY w/ numerous limestone fragments 4.5++ & cobble 4.5+ Hard tan weathered LIMESTONE, fractured 5 {{{ Moderately hard gray weathered SHALE - Very hard gray LIMESTONE Boring terminated at 12' u z0 25 30 35 Notes: Completion Depth: 12' FIGURE:12 MTE, INC. LOG OF BORING SB-12 Project: Northwest Water Treatment Plant -Fort Worth, Texas Date: 1011112007 Elev.: Location: See Figure 1 Depth to water at completion of boring: Depth to water when checked: was: Depth to caving when checked: was: Project No.: E07-1002 DEPTH SAMPLER SYMBOLS DESCRIPTION MC LL PL Pi -% P f P.PEN UNCON Slrein feel & FIELD TEST DATA % % % °� pd isf ksf 0 5 10 15 20 25 .30 .35 Dark brown CLAY w/ limestone fragments & cobble Hard tan weathered LIMESTONE, fractured Hard gray LIMESTONE Boring terminated at 11' I Notes: Completion Depth: 11' FIGURE:13 ,�_�_ MTE, INC. LOG OF BORING SB-13 Project: Northwest Water Treatment Plant - Fort Worth, Texas Project No.: E07-1002 Date: 1011112007 Elev.: Location: See Figure 1 Depth to water at completion of boring: Depth to water when checked: was: Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS MC LL PL 200 DO P.PEN UNCON Strain DEPTH SAMPLER SYMBOLS DESCRIPTION % % % PI % pcf tsf ksf % feel 8 FIELO TEST DATA ° Dark brown CLAY wl limestone fragments Hard tan weathered LIMESTONE, fractured -6" very hard tan limestone layer at 3' to 3.5' 5 Tan & light gray calcareous CLAY wl severely weathered limestone seams Hard tan weathered LIMESTONE, fractured 10 _= = Hard gray LIMESTONE Boring terminated at 10' 'i5 MTE, INC. FIGURE:14 LOG OF BORING SB-14 Project: Northwest Water Treatment Plant - Fort Worth, Texas Project No.: E07-1002 Date: 10/1112007 Elev.: Location: See Figure 1 Depth to water at completion of boring: ,w,w, Depth to water when checked: was: Depth to caving when checked: was: CLC VMIIIIIVI DEPTH SAMPLER SYMBOLS DESCRIPTION % % PL % PI % pd sf DD P.Isf UNks ON Strain feel 8 FIELDJVILJTESTIWIpVLJ DATA F ° Dark brown CLAY w/ limestone fragments 4.5+ NN Tan calcareous CLAY w/ severely weathered 4.5+ limestone seams 16 41 19 22 112 4.5++ 5 4.5+ Hard tan weathered LIMESTONE, fractured very hard tan limestone below • ■v�I�I u..�I uw.�I clay_ 15 1 Boring terminated at 14.2' 20 25 30 35 I Notes: Completion Depth: 14.2' - FIGURE:15 MTE, INC. LOG OF BORING SB-15 Project: Northwest Water Treatment Plant - Fort Worth, Texas Date: 10/11/2007 Elev.: Location: See Figure' Depth to water at completion of boring: Depth to water when checked: Depth to caving when checked: ELMBOLS EPTH� SAMPIL RYSYMBOLS DESCRIPTION feet & FIELD TEST DATA ° Dark brown CLAY Tan calcareous CLAY w/ severely weathered limestone seams •5 Tan severely weathered LIMESTONE, fractured Hard tan weathered LIMESTONE, fractured ..ter r, -very hard tan limestone below 10.5' Boring terminated at 14' 15 •20 25 .30 35 Notes: Completion Depth: 14' MTE, INC. was: was: Project No.: E07-1002 % % % PI -200 DO P.PEN UNCON Strain % % % % Pcf Isf ksf % 4.5++ — — — 4.5+ 17 1391 t5 1241 111214.5++ FIGURE:16 LOG OF BORING SB-16 Project: Northwest Water Treatment Plant - Fort Worth, Texas Date: 10/11/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: Depth to water when checked: was: Depth to caving when checked: was: Project No,: E07-1002 o"""""""' �"""'"�" MC LL PL -200 DO P.PEN UNCON Strain DEPTH SAMPLER SYMBOLS DESCRIPTION % % % PI % Pcf Is( ksf % feel & FIELD TEST DATA 0 Dark brown & brown CLAY 4.5++ — — 4.5++ Light brown & tan highly calcareous CLAY 10 zs 1B „ 4-5 5 4.5+ Hard tan weathered LIMESTONE, fractured -10 Tan & light gray calcareous CLAY -15 -6" hard limestone seam @ 15.4' Boring terminated at 17' .20 -25 -30 -35 17 47 15 31 113 4.5++ 4.5+ 4.5+ Notes: Completion Depth: 17' FIGURE:17 MTE, INC. LOG OF BORING SB-17 Project: Northwest Water Treatment Plant - Fort Worth, Texas Project No.: E07-1002 Date: 10/11/2007 Elev.: Location: See Figure 1 Depth to water at completion of boring: Depth to water when checked: was: Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS MC I LL I PL •200 DO P PEN UNCON Stmn DEPTH SAMPLER SYMBOLS DESCRIPTION % % % PI % per Isf ksf % feel & FIELD TEST DATA F° 1K'N Dark brown CLAY wl calcareous nodules 4,5++ — 5 L\N I Light brown CLAY w/ calcareous nodules Tan very calcareous CLAY '10 Tan & light gray shaley CLAY Hard tan weathered LIMESTONE, fractured Boring terminated at 14' 15 20 2s •30 •35 1513311511 4.5+ 4.5++ 3.0 2,3 — — 115 3.75 4.3 4.5+ I Notes: Completion Depth: 14' FIGURE:18 ��_ MTE, INC. KEY TO LOG TERMS & SYMBOLS Symbol Description Strata symbols CLAY Calcareous I�I/I•= weathered IMUMME1 _ • SHALE SHALE, weathered LIMESTONE, severely weathered Notes: 1. Exploratory borings were drilled on dates indicated using truck mounted drilling equipment. 2. Water level observations are noted on boring logs. 3. Results of tests conducted on samples recovered are reported on the boring logs. Abbreviations used are: DD = natural dry density (pcf) LL = liquid limit (�) MC = natural moisture content (%) PL = plastic limit (%) Uncon.= unconfined compression (tsf) PI = plasticity index P.Pen.= hand penetrometer (tsf) -200 = percent passing #200 4. Rock Cores REC = (Recovery) sum of core sample recovered divided by length of run, expressed as percentage. RQD = (Rock Quality Designation) sum of core sample recovery 4" or greater in length divided by the run, expressed as percentage. FIGURE:19 MTE, INC. SWELL TEST RESULTS BORING ' NO DEPTH (FEET) DRY DENSITY: ` �P IN=SITU IVIOITItRE CONTENT' iFlh(Al; - MOISTURE CdNTENT ' . LOAD _ (PSG) VERTICAL SWELL - B-1 7-11 98.8 23.9 27.3 1125 3.4 11.5-16.5 110.5 16.8 18.9 1750 2.1 B-3 6-8.5 102.4 23.1 26.0 906 3.3 10-13.5 118.6 11.9 15.2 1469 2.0 B-4 6-7 100.4 23.4 28.6 813 5.8 9-12.5 90.5 31.5 36.4 1375 5.7 B-5 6.5-11 103.9 21.9 24.5 1125 2.6 13.5-16 106.8 17.4 21.4 1875 3.2 B-6 12.2-13.5 106.3 19.3 23.2 1625 3.5 B-7 4-8.5 107.2 19.2 21.0 813 1.8 9-13 98.4 23.9 28.4 1375 4.5 B-8 6.2-9.6 87.1 33.5 38.1 1000 4.9 B-9 4-6 99.3 25.1 28.9 625 4.2 B-10 3-4.5 110.0 18.0 23.2 500 6.3 B-13 5-7 110.8 17.3 19.6 750 2.5 B-14 4-5 111.6 16.3 17.9 563 1.7 B-15 4-6.5 112.4 16.7 19.3 625 2.7 B-16 13-14 112.5 17.0 18.4 1688 1.4 B-17 8.5-10 115.0 15.2 15.5 1188 0.3 PROCEDURE: 1. Sample placed in confining ring, design load (including overburden) applied, free water with surfactant made available, and sample allowed to swell completely. 2. Load removed and final moisture content determined. City of Fort Worth Westside WTP Project SECTION 01025 MEASUREMENT AND PAYMENT PART 1: GENERAL 1.01 GENERAL The Total Amount Bid in the Proposal shall cover all 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: famishing 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 Proposal shall be considered subsidiary obligations of Contractor and all costs in connection therewith shall be included in the prices bid. 1.02 PROPOSAL A. The Proposal is a part of these Contract Documents and lists each item of work for which payment will be made. No payment will be made for items other than those listed in the Proposal. B. Required items of work and incidentals necessary for the satisfactory completion of the Project which are not specifically listed in the Proposal, and which are not specified in this Section to be measured or to be included in one of the items listed in the Proposal shall be considered as incidental to the work required under this contract, and all costs thereof, including Contractor's overhead costs and profit, shall be considered as included in the prices bid for the various Bid Items. The Contractor shall prepare his bid accordingly. C. Work includes furnishing all plant, labor, equipment, tools and materials, and performing all operations required to complete the work satisfactorily, in place, as specified and as indicated on the Drawings. 1.03 MEASUREMENT AND PAYMENT A. Measurement of an item of work will be by the unit indicated in the Proposal. B . Measurement will include all necessary and incidental related work not specified to be included in any other item of work listed in the Proposal. C. Unless otherwise stated in individual sections of the specifications or in the Proposal no separate payment will be made for any item of work, materials, parts, equipment, supplies, or related items required to perform and complete the requirements of any section. The costs for all such items required shall be included in the Contract price bid for item of which it is a part. D. Payment will be made at the Contract price per unit indicated in the Proposal with total price of the Contract being equal to the Total Bid, as specified and as modified, by extending unit prices multiplied by quantities, as appropriate to reflect actual work included in the Project. Such price and payment shall constitute full compensation to the Contractor for furnishing all plant, labor, equipment, tools, and materials, and for performing all operations required to furnish to the Owner the entire Project, complete in place, as specified and as indicated on the Drawings. �.r E. Measurement for payment does not signify acceptance of Work. F62142501025.doc 01025-1 March 2009 City of Fort worth Westside WTP Project F. Quantities shown in the Proposal are approximate quantities only. Payment will be made only for measured quantities actually installed and accepted by Owner. G. Measurements, such as linear feet, will be to the nearest whole unit. H. Some individual technical specification sections may contain measurement and/or payment provisions that may or may not be consistent with this Section 01025 and the Proposal in Part B. In all cases, Section 01025 and the Proposal will take precedence over the technical specifications with regard to measurement and payment. I. Where estimated quantities are shown for lump sum payment items, such quantities are provided for the Contractor's information only. The Engineer is not responsible for the accuracy of such informa- tion and the Contractor shall perform his own calculations to verify such quantities. No adjustment will be made in the price due to real or alleged errors in the estimated quantities. If the Owner elects to delete any lump sum item, the dollar amount to be deleted from the Contract shall be the total amount shown in the Proposal/ Schedule of Values for that item, including overhead and profit. 1.04 BID ITEMS A. WESTSIDE WATER TREATMENT PLANT (Item 1) Measurement and payment of the Lump Sum bid in the Proposal for construction of the Westside Water Treatment Plant shall be full compensation for furnishing labor, materials, equipment and incidentals, except the work required in Bid Items 2 through 27, and Add Alternate Items A-1, A -la, A-2 and A-2a, required to complete the work in its entirety as shown on the Drawings and/or as specified, including mobilization and cleanup. B. TRENCH SAFETY SYSTEM (Item 2) 1. Work under this item 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 or structural excavations more than five feet deep, as shown on the Drawings and as specified. This item also includes the cost of obtaining soil borings and the associated geotechnical analyses, and the preparation of a trench safety plan by a registered professional engineer. This item does not include the typical work ordinarily required for installing pipe without regard to the safety requirements, contained in Section 01665 (e.g. excavation, dewatering, pipe installation, embedment, backfill, etc.). 2. Measurement and payment for Item 2 shall be on the actual linear footage of trench safety system installed at the unit price bid. However, the Contractor shall be paid no more than the maximum linear footage of trench safety system determined by the Contractor prior to the bid and inserted in the Proposal. Trench safety systems for structural excavations shall be paid by the linear footage of the structures foundation perimeters that are more than five feet deep. Trench safety systems for pipe trenches shall be paid by the linear footage of pipe trench greater than five feet deep, irrespective of the number of pipes in the trench. F62142501025.doc 01025-2 March 2009 City of Fort Worth Westside WTP Project C. DRILLED PIERS (Items 3, 4 and 5) 1. Work under these items includes furnishing all labor, materials, and equipment necessary for constructing the drilled piers, including casings where required, below the new plant structures as shown on the plans and specified in Section 02360. This work does not include piers required for light posts, security camera posts, fence posts, brick fence columns, and front entrance gate walls and fence. Piers required for these items shall be included in Bid Item 1. 2. Measurement and payment will be based upon the actual vertical linear feet of drilled piers installed at the unit price bid. D. CHAIN LINK PROPERTY FENCE (Item 6) 1. Work under this item includes furnishing all labor, materials, and equipment necessary for constructing the 8' vinyl coated chain link fence and associated mow strip as specified in Section 02830 and as located and detailed on drawings. 2. Measurement and payment will be based upon the actual linear feet of chain link fence installed at the unit price bid. E. ORNAMENTAL PROPERTY FENCE (Item 7) 1. Work under this item includes furnishing all labor, materials, and equipment necessary for constructing the ornamental iron fence and associated brick pilasters and mow strip as specified in Section 02821 and as located and detailed on the drawings. Work does not include the Ornamental Security Gates specified in Section 02821 and as shown and detailed on the drawings. Work also does not include the decorative brick and CMU walls and signage at the plant entrance. These items shall be included in Bid Item 1. 2. Measurement and payment will be based upon the actual linear feet of ornamental fence installed at the unit price bid. F. CONSTRUCTION MANAGER'S FIELD OFFICE (Item 8) Work under this item includes furnishing all labor, materials, and equipment necessary for furnishing and installing the Construction Manager's Field Office as specified in Part D — Special Conditions, Paragraph D-32. Work does not include the grading, temporary roadways, or paving required for the temporary facilities area as detailed on the drawings. Work also does not include the monthly costs for utilities for the facility. These items shall be included in Bid Item 1. 2. Measurement and payment for the lump sum bid in the Proposal for constructing the Construction Manager's Field Office shall be full compensation for furnishing labor, materials, equipment and incidentals required to complete the work in its entirety as specified. G. ALLOWANCE FOR APPLICATIONS ENGINEERING SERVICES (Item 9) 1. The work associated with Bid Item 9 shall be performed by the Owner selected Applications Engineer (AES) for the allowance shown in the Proposal. The AES shall be HSQ Technologies. All associated Contractor mark-ups shall be included as part of Bid Item 1. Measurement and payment for Bid Item 9 will be for the work items delineated for the AES in the Specifications and in the Drawings. All other instrumentation related work shall be included as part of Bid Item 1. F62142501025.doc 01025-3 March 2009 City of Fort Worth Westside WTP Project 2 Contractor shall enter into a subcontract agreement with HSQ Technology for the Scope of Work designated for the Applications Engineer within the Contract Documents and as summarized in the proposal letter from HSQ to Camp Dresser & McKee Inc. attached to the end of this specification. H. ALLOWANCE FOR ELECTRIC ACTUATORS FOR MODULATING VALVES (Item 10) 1. The work associated with Bid Item 10 shall be performed by the Owner selected electric actuator supplier for the allowance shown in the Proposal. The electric actuator manufacturer shall be Rotork Controls, Inc. These modulating valve actuators shall be supplied by FloTec. All associated Contractor mark-ups shall be included as part of Bid Item 1. Measurement and payment for Bid Item 10 will be for the work items delineated for the electric actuator supplier for modulating valves in the Specifications and in the Drawings. All other valve actuators and the related work associated with installation and start-up of all valve actuators shall be included as part of Bid Item 1. 2. Contractor shall enter into a subcontract agreement with Ducor, Inc. dba FloTec for the Scope of Work designated for the electric actuator supplier for modulating valves within the Contract Documents and as summarized in the proposal letter from FloTec to Camp Dresser & McKee Inc. attached to the end of this specification. I. ALLOWANCE FOR OZONE SIDESTREAM VENTURI INJECTOR SYSTEM (Item 11) The work associated with Bid Item 11 shall be performed by the Owner selected ozone sidestream venture injector system supplier for the allowance shown in the Proposal. The manufacturer and supplier of the injector system shall be Mazzei Injector Corporation. All associated Contractor mark-ups shall be included as part of Bid Item 1. Measurement and payment for Bid Item 11 will be for the work items delineated for the ozone sidestream venturi injector system supplier in the Specifications and in the Drawings. All other related work associated with installation and start-up of the equipment shall be included as part of Bid Item 1. 2. Contractor shall enter into a subcontract agreement with Mazzei Injector Corporation for the Scope of Work designated for the ozone sidestream venturi injector system within the Contract Documents and as summarized in the proposal letter from Mazzei Injector Corporation to Camp Dresser & McKee Inc. attached to the end of this specification. ALLOWANCE FOR MEMBRANE FILTRATION SYSTEM SUPPLIER (MESS) WORK (Item 12) 1. The work associated with Bid Item 12 shall be performed by the Owner selected Membrane Filtration System Supplier (MFSS) for the allowance shown in the Proposal. The MFSS shall be Pall Corporation. All associated Contractor mark-ups shall be included as part of Bid Item 1. Measurement and payment for Bid Item 12 will be for the work items delineated for the MFSS in the Specifications and in the Drawings. All other membrane filtration system related work shall be included as part of Bid Item 1. 2. Contractor shall enter into a subcontract agreement with Pall Corporation for the Scope of Work designated for the MFSS within the Pre -Selection Documents presented in Volume 4 of these Contract Documents. Additional documents related to the Pall Corporation Scope of Work are also presented in the Volume 4. Shop drawing submittals for the membrane filtration system equipment is available for the General Contractors from Camp Dresser & McKee Inc. *44001, F62142S01025.doc 01025-4 March 2009 City of Fort Worth Westside WI? Project K. ALLOWANCE FOR PRE -SELECTED EQUIPMENT WORK (Items 13 through 24) The work associated with Bid Items 13 through 24 shall be performed by the Owner selected Equipment Suppliers (ESs) for the allowances shown in the Proposal. The ESs shall be as presented in Part D — Paragraph D-4. All associated Contractor mark-ups shall be included as part of Bid Item 1. Measurement and payment for Bid Items 13 through 24 will be for the work items delineated for the ES in the Specifications and in the Drawings. All other related work, including installation, shall be included as part of Bid Item 1. 2. Contractor shall enter into a subcontract agreement with each of the Equipment Suppliers (ESs) for the Scopes of Work designated for each ES within the Pre -Selection Documents presented in Volume 5 of these Contract Documents. Additional information concerning the ESs scopes of work is included in Volume 5. L. GROUND STORAGE TANK (CLEARWELL NO. 1) (Item 25) 1. Work under this item includes furnishing all labor, materials, and equipment necessary for constructing the ground storage tank as specified in Section 13200 or 13205 and as shown on the drawings. 2. Measurement and payment for the lump sum bid in the Proposal for constructing the ground storage tank shall be full compensation for furnishing labor, materials, equipment and incidentals required to complete the work in its entirety as shown on the drawings and as specified. M. LANDSCAPE AND IRRIGATION WORK (Item 26) Work under this item includes famishing all labor, materials, and equipment necessary for constructing the landscape and irrigation work as specified in Sections 02810, 02811, and 02950, and as shown on the Landscape and Irrigation drawings. All associated Contractor mark-ups shall be included as part of Bid Item 1. Site grading shall be included as part of Bid Item No. 1. 2. Measurement and payment for the lump sum bid in the Proposal for constructing the landscape and irrigation work shall be full compensation for furnishing labor, materials, equipment and incidentals required to complete the work in its entirety as shown on the drawings and as specified. N. PROCESS CONTROL SYSTEM SUPPLIER (PCSS) WORK (Item 27) Work under this item includes furnishing all labor, materials, equipment and incidentals necessary for performing the process instrumentation and control system work to be provided by the Process Control System Supplier (PCSS), including work to be performed by the Network Systems Integrator (NSI) and Network Cable Supplier (NCS) as subcontractors to the PCSS. The work shall include items as delineated and specified in Section 13300 and related Division 13 specifications, and as shown on the Drawings. Any other related instrumentation work shall be included as Part of Bid Item 1. Work by the Owner selected Applications Engineering Supplier (AES) is included in Bid Item 9. All associated Contractor mark-ups shall be included as part of Bid Item 1. 2. Measurement and payment for the lump sum bid in the Proposal for performing the PCSS work shall be full compensation for furnishing labor, materials, equipment and incidentals required to complete the work in its entirety as shown on the drawings and as specked. F62142501025.doc 01025-5 March 2009 City of Fort Worth Westside wTP Project 1.05 ADD ALTERNATE ITEMS A. Add Alternate Items are presented in the Proposal and described on the Drawings. OWNER MAY N%Mol SELECT ONE OR MORE Add Alternate items to include in the project. If Add Alternate Item A-1 is selected, Add Alternate Item A -la will also be selected. If Add Alternate Item A-2 is selected, Add Alternate Item A-2a will also be selected. The Add Alternate items will be selected in the order presented in the Bid Form. B. PURCHASE AND INSTALLATION OF OZONE GENERATOR NO. 2 AND ASSOCIATED FACILITIES (Add Alternates A-1 and A -la) 1. Work under Add Alternate A-1 and Add Altemate A-1 a includes furnishing all labor, materials and equipment necessary for providing and installing Ozone Generator No. 2, with PSU No. 2 and the associated skid- mounted instruments, piping, valves, and appurtenances. The work is further designated on the Drawings. The pre -selected ozone generator equipment cost is included in Add Alternate A -la. If selected, Contractor shall include this scope of work and price within the subcontract agreement with the Equipment Supplier for the ozone system as described in Paragraph 1.04.K above. 2. Measurement and payment of the Lump Sum bid in the Proposal for providing and installing Ozone Generator No. 2 and associated facilities shall be full compensation for famishing labor, materials, equipment and incidentals required to complete the work in its entirety as shown on the Drawings and/or as specified. C. CONSTRUCTION OF WASHWATER RECOVERY BASIN NO. 2 AND ASSOCIATED FACILITIES (Add Alternates A-2 and A-2a) 1. Work under Add Alternate A-2 and Add Alternate A-2a includes furnishing all labor, materials N%Mol and equipment necessary for constructing Washwater Recovery Basin No. 2 and associated equipment, piping, valves, and appurtenances as designated on the Drawings. The pre -selected sludge collection equipment cost is included in Add Alternate A-2a. If selected, Contractor shall include this scope of work and price within the subcontract agreement with the Equipment Supplier for the sludge collection equipment as described in Paragraph 1.04.K above. Measurement and payment of the Lump Sum bid in the Proposal for constructing Washwater Recovery Basin No. 2 and associated facilities shall be full compensation for furnishing labor, materials, equipment and incidentals required to complete the work in its entirety as shown on the Drawings and/or as specified. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) END OF SECTION F62142S01025.doc 01025-6 March 2009 City of Fort worth westside wTP Project 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 Agreement. 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 PRIVATE LAND A. 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 substantially 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 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 14UNW, shall be excavated and backfilled by the Contractor at the direction of the Engineer. Test pits shall be F62142501035.doc 01035-1 March 2009 City of Fort Worth westside wTP Project 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. Detours around construction will be subject to the approval of the Owner and the Engineer. Where detours are permitted, the Contractor shall provide all necessary 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 unless approved in writing by the City of Fort Worth. 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 �..i 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. 1.09 MAINTENANCE OF FLOW A. The Contractor shall, at his own cost, provide for the flow of watermains, 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. F62142S01035.doc 01035-2 March 2009 City of Fort Worth Westside WTP Project 1.11 WORK PERFORMED BY OTHERS A. General Others will perform work on or adjacent to this Site during times of the Work performed under this Contract. 2. Contractor shall interface and coordinate with Others performing work in accordance with the requirements in Section 01315. Work under this Contract shall be interfaced and connected to Work by Others as noted, especially as set out in this Section. B. Coordination with Other Contractors The Contractor shall cooperate with other contractors on the premises to facilitate the progress of all projects at or near the site of work. 2. The Contractor shall coordinate with other contractors for connections and testing of facilities where there is an interface between projects. Such coordination shall be performed under the direction of the Engineer. 3. Other projects which the contractor shall coordinate such connections and testing may include the following: a. Westside raw water pipeline b. Westside treated water transmission pipelines c. Westside sanitary sewer/sludge pipeline 4. If other contracts are not completed by such time that is necessary to facilitate testing, the Engineer will determine if, and for how long, the time for completion of the Work under the Contract should be extended, as provided in the General Conditions. 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 F62142S01035.doe 01035-3 March 2009 City of Fort worth Westside WTP Project SECTION 01040 CONSTRUCTION SEQUENCE PART 1: GENERAL 1.01 SCOPE OF WORK A. Intent of construction phasing as specified herein and as shown on the Drawings is to facilitate coordination between the various parts of the project in order to bring the most critical processes on line in a specific order over a specific time frame. All tasks of the phased construction schedule, whether described herein or not, are the responsibility of the Contractor. B. The work specified herein, which may interrupt normal plant operations after startup, shall be accomplished at times that are convenient to the Owner. The Contractor shall plan to work overtime if needed to complete construction of the project and shall make no claims for extra compensation for overtime work required to conform to these requirements. The Contractor shall coordinate with the Construction Manager and Owner's personnel at least two weeks prior to performing any work associated with tying into existing facilities and piping or for any shutdown of the Plant or portions of the Plant once it has become operational. C. The Contractor shall also coordinate his work, and the associated construction sequencing and facility shutdowns, with other contractors for the following three projects that will be constructed in conjunction with and during the timeframe of this project: 1. Westside Raw Water Pipeline 2. Westside Treated Water Transmission Pipelines 3. Westside Sanitary Sewer / Sludge Pipeline D. The planned start of construction and substantial completion dates of these projects, and the Westside Water Treatment Plant Project are: Project Water Treatment Plant Raw Water Pipeline Notice to Proceed August 17, 2009 November 1, 2010 Treated Water Transmission Pipelines November 1, 2010 Sanitary Sewer / Sludge Pipeline November 1, 2010 Substantial Completion Date February 17, 2012 November 1, 2011 November 1, 2011 November 1, 2011 E. In the event that underground piping or utilities are encountered which are not shown on the Drawings, such piping or utilities shall not be disturbed without prior approval of the Construction Manager. F. All plant operations shall be performed by City of Fort Worth plant personnel, coordinated through the Nftale Construction Manager by the Contractor. F62142S01040.doc 01040-1 March 2009 City of Fort Worth Westside WTP Project 1.02 RELATED WORK DESCRIBED ELSEWHERE A. Project Summary is included in Section 01010. N%Wwl B. Construction Scheduling is included in Section 01315. 1.03 SUBMITTALS A. The Contractor shall submit to the Construction Manager for approval a detailed Construction Schedule as outlined in Section 01315 and complying with other requirements specified herein. B. For all work that will require a temporary shutdown of plant operations or an entire plant shutdown, the Contractor shall submit a proposed work plan indicating the manpower, tools, equipment, and construction procedures to be used at least seven days prior to the requested shutdown period. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION 3.01 SCHEDULE CONSIDERATIONS A. Substantial Completion of the project is defined as completion of all process structures, pipelines, and equipment, including electrical and instrumentation, having been installed, tested, and commissioned with approval by the Owner and Construction Manager, allowing the plant to produce 12 million gallons per day (mgd) of potable water, store 2.5 million gallons of treated water, and to pump 12 mgd to the two distribution system pressure planes fed from the plant. To accomplish Substantial Completion, paving to chemical storage facilities that will enable chemical deliveries shall also be completed. B. Final Completion of the project shall be met within 1,095 calendar days from the Notice to Proceed. The time period between Substantial Completion and Final Completion shall be scheduled for completion of ancillary items that have no impact on treating, storage, or pumping of water, such as finish grading and the remainder of site paving, painting, and architectural finish work. C. The Contractor shall be responsible for developing his own schedule to meet the completion requirements of the contract. F62142301040.doc 01040-2 March 2009 City of Fort worth Westside WTP Project 3.02 LIQUIDATED DAMAGES A. The Contractor understands and agrees that the time of completion is an essential consideration of development of his 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 to be sustained by the Owner by its inability to treat and deliver potable water to its customers in the Westside Water Treatment Plant service area. 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 Day the work or any portion thereof, remains uncompleted after the specified times or adjusted times if modified by Change Order, the Contractor shall pay as agreed Liquidated Damages, the amounts specified in Paragraph D-15 of the Special Conditions (Part D). END OF SECTION F62142501040.doc 01040-3 March 2009 City of Fort Worth Westside WTP Project 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 U.S. EPA. 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 corrective action to be taken. State or local agencies responsible for verification of certain aspects of the environmental protection 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 his/her 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 F62142SO1110.doc 01110-1 March 2009 City of Fort Worth Westside WTP Project of time or for excess costs or damages by the Contractor unless it is later determined that the Contractor was in compliance. 1.04 RVIPLEMENTATION 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 Texas Natural Resource Conservation Commission, 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 researching the need for a U.S. EPA NPDES permit for the %upo, construction site. If one is required, the Contractor is responsible for obtaining the permit and for monitoring the site per the permit requirements until final completion. Contractor is responsible for closing at NPDES permit. Notification of permit closure will be a requirement for final payment. 1.06 DISPOSAL OF EXCESS EXCAVATION AND OTHER WASTE MATERIALS A. Excess excavated material not required to be incorporated into the Work, or unsuitable for use as trench backfill, and other waste material must be disposed of at an off site location determined by the Contractor and acceptable to the Construction Manager. 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 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. E. Refer to Part D - Special Conditions, Paragraph D-9 for additional requirements. F62142S01110.doc 01110-2 March 2009 City of Fort Worth Westside WTP Project 1.07 USE OF CHEMICALS A. All chemicals used during project construction or famished 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. 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, his employees and agents may be exposed to on the project site. 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. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION 3.01 EROSION CONTROL A. Provide positive means of erosion control such as shallow ditches or small diversion berms 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 ,%No, backfilled and the ground surface restored to original condition. F62142S01110.doc 01110-3 March 2009 City of Fort Worth Westside WTP Project 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 Texas Commission on Environmental Quality (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/1 or greater, shall be treated with a dechlorination solution or otherwise treated and/or used in a method approved by the Engineer, prior to discharge. 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 areas requiring earthwork for the construction of the new facilities, 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 may possibly be defaced, bruised, injured, or otherwise damaged by the Contractor's equipment, dumping or other operations, protect such trees by placing boards, planks, or poles around them. Monuments and markers shall be protected similarly before beginning operations near them. D. Any trees 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. F62142SO1110.doc 01110-4 March 2009 City of Fort Worth Westside WTP Project 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 cleared portions of the job site or areas to be cleared as shown on the Drawings and shall require written approval of the Engineer and shall not be within wetlands or floodplains. 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 embanl�ments to be constructed within the work area. 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 shall 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. F62142501110.doc 01110-5 March 2009 City of Fort Worth Westside WTP Project 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. 3.06 NOISE CONTROL A. The Contractor shall make every effort to minimize noises caused by his/her 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 F62142SO1110.doc 01110-6 March 2009 City of Fort worth westside wTP Project 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. A list of streets and intersections where work will be in progress to be supplied at intervals as required by the Engineer. 2. Areas where approved detours are in effect. 3. Immediate notification of any gas, water, or sewer main breaks. B. The Contractor will be required to reimburse the City for the actual cost of the services of Water 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 manufacturers 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 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. F62142S01170.doc 01170-1 March 2009 City of Fort Worth Westside WTP Project 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. The Owner shall be furnished with a year's supply of required lubricants including grease and oil of the type recommended by the manufacturer with each item of equipment supplied under Divisions 11, 13, and 15. 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 tool boxes. 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 Texas Utilities for pole line N%M001 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. 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. F62142501170.doc 01170-2 March 2009 City of Fort Worth Westside WTP Project Finished surfaces of all exposed parts shall be properly protected against adverse conditions that may prevail from time of shipment until ready for operation. ,%Ww, 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. 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. All equipment with built-in heating elements shall be powered during storage. 4. 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. 5. 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. 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 the equipment at the time of substantial completion. 7. Prior to acceptance of the equipment, the Contractor shall have the manufacturer inspect the 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 will be judged to be defective. It shall be removed and replaced at the Contractor's expense. 1.13 SPECIAL PRECAUTIONS A. None F62142501170.doc 01170-3 March 2009 City of Fat Worth Westside WTP Project 1.14 INSTALLATION OF EQUIPMENT A. Special care shall be taken to ensure proper alignment of all equipment with particular reference to the N%Moll 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. 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. 1.15 SLEEVES AND OPENINGS A. The Contractor shall provide all openings, channels, chases, etc., in new construction and famish 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 finish 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. 1.16 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. 1.17 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 famish 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. F62142501170.doc 01170-4 March 2009 City of Fort worth westside WTP Project 1.18 NOISE LRVIITATIONS 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 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. 1.19 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. 1.20 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 *%MpOe Engineer. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) END OF SECTION F62142SOI 170.doc 01170-5 March 2009 City of Forth Worth Westside WTP Project SECTION 01172 PIPE PENETRATIONS PART 1: GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required and install pipe penetration assemblies as shown. This Section covers materials for the various pipe penetration configurations. Refer to the Contract Drawings for details of assembly and for location. 1.02 SUBMITTALS A. Submit, as provided in Section 01300, manufacturers' literature on all items to be furnished, installation instructions, and where applicable, fire rating and certified test results of the various components. PART 2: PRODUCTS 2.01 PIPE SLEEVES A. Unless otherwise shown, all pipe sleeves shall be Schedule 40 304 stainless steel pipe. Where indicated, provide a 2-in minimum circumferential water stop welded to exterior of sleeve at its midpoint. Ends of sleeves shall be cut, ground smooth and shall be flush with the wall or ceiling and ,"we extend 2-in above finished floors. Sleeves to be sealed by caulking shall be sized as required. Sleeves to be sealed with mechanical seals shall be sized in accordance with the seal manufacturer's recommendations. Sleeves for insulated piping shall be sized as required. 2.02 WALL CASTINGS A. Unless otherwise shown, wall castings shall be ductile iron conforming to ANSUAWWA A21.51/C151, thickness Class 53, diameter as required. Flanges shall be drilled and tapped for studs where flush with the wall. Castings shall be provided with an intermediate 2-in minimum circumferential flange/waterstop, integrally cast with or welded to the casting, located as follows: for castings set flush with walls located at the center of the overall length of the casting; for castings which extend through wall located such that it falls within the middle third of the wall. 2.03 SEALING MATERIALS A. Mechanical seals shall be modular, adjustable, bolted (Type 316 SST, unless noted otherwise), mechanical type consisting of interlocking synthetic rubber links shaped to continuously fill the annular space between the pipe and sleeve. The seal shall be rated by the manufacturer for 40-ft of head or 20 psig. Mechanical seals shall be Link -Seal LS-300-M, LS-400-M, or LS-500-M, depending on pipe size, manufactured by Thunderline Corp., Wayne, MI or equal. B. Caulking for PVC piping shall consist of braided oakum packing or fire retardant pliable material, Fig. 310 by Sealtite Co.; White Oakum W.S.-600 by American Manufacturing Co., or equal, followed by lead wool, compacted to form a watertight seal. v F62142501172.doc 01172-1 March 2009 City of Forth Worth Westside WTP Project C. Sealant shall be a two part foamed silicone elastomer as manufactured by Dow Corning Co., product No. 3-6548 silicone R.T.V.; 3M brand fire barrier products caulk C.P. 25 and 3M brand putty 303; or Flame -Safe fire stop systems Fig. No. FS-500 by Thomas & Betts Corporation. Sealant bead configuration, depth and width shall be in accordance with manufacturer's recommendations. 2.04 MISCELLANEOUS MATERIALS A. Bonding compound shall be Sikadur Hi -Mod epoxy by Sika Corporation, equal by Euclid Chemical Corporation; Master Builders Company, or equal. B. Non -shrink grout shall be Masterflow 713 by Master Builders Company; Euco N-S by Euclid Chemical Co.; Five Star Grout by U.S. Grout Corp., or equal. PART 3: EXECUTION 3.01 INSTALLATION A. Assemble and install components of pipe penetration assemblies as detailed on the Drawings. END OF SECTION F62142S01172.doc 01172-2 March 2009 City of Fort Worth Westside WTP Project Nume SECTION 01200 PROJECT MEETINGS PART 1: GENERAL 1.01 GENERAL A. The Construction Manager will schedule and administer a pre -construction meeting, periodic progress meetings, weekly coordination meetings and specially called meetings throughout the progress of the Work Construction Manager will: 1. Prepare an agenda for meetings. 2. Make physical arrangements for meetings. 3. Preside at meetings. 4. Record the minutes, including significant proceedings and decisions. 5. Reproduce and distribute copies of minutes within five working days after each meeting. a. To participants in the meeting. b. To parties affected by decisions made at the meeting. B. Representatives of contractors, subcontractors, and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. C. The Contractor shall attend meetings to ascertain that work is expedited consistent with Contract Documents and construction schedules. 1.02 PRE -CONSTRUCTION MEETING A. A pre -construction conference will be scheduled no later than 15 days after the date of the Notice to Proceed. B. Location: As designated by the Construction Manager. C. Attendance: 1. Owner's representatives 2. Construction Manager's representatives 3. Design Architect/Engineer's representatives 4. Contractor's representatives 5. Major subcontractors F62142S01200.doc 01200-1 March 2009 City of Fort worth westside wTP Project 6. Major suppliers 7. Utilities 8. Others as appropriate D. Suggested Agenda: 1. Distribution and discussion of: a. List of major subcontractors and suppliers. b. Projected Construction Schedules. 2. Critical work sequencing. 3. Major equipment deliveries and priorities. 4. Project Coordination. a. Designation of responsible personnel. 5. Procedures and processing of: a. Correspondence b. Field Decisions C. Proposal Requests d. Submittals e. Change Orders f. Applications for Payment 6. Adequacy of distribution of Contract Documents. 7. Procedures for maintaining Record Documents. 8. Use of premises: a. Office, work, and storage areas b. Owner's requirements 9. Construction facilities, controls, and construction aids. 10. Temporary utilities. 11. Housekeeping procedures. F62142Sb1200.doc 01200-2 March 2009 City of Fort Worth Westside WTP Project 1.03 MONTHLY PROGRESS MEETINGS A. Conduct regular monthly meetings. The progress meetings will be held every 30 days monthly with the first meeting 30 days after the pre -construction meeting or 30 days after the date of the Notice to Proceed. B. Hold special meetings as required by the progress of the Work. C. Location of the meetings to be designated by the Construction Manager. D. Attendance: 1. Owner's representatives 2. Construction Manager's representatives 3. Design Architect/Engineer's representatives as appropriate to the agenda 3. Contractor's representatives 4. Subcontractors as appropriate to the agenda 5. Suppliers as appropriate to the agenda 6. Others as appropriate E. Suggested 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 the Construction Schedule. 5. Review of off -site fabrication, delivery schedules. 6. Corrective measures and procedures to regain projected schedule. 7. Revisions to Construction Schedule. 8. Progress schedule during succeeding work period. 9. Coordination of schedules. 10. Review submittal schedules; expedite as required. 11. Status of submittals. 12. Maintenance of quality standards. 13. Pending changes and substitutions. F62142S01200.doc 01200-3 March 2009 City of Fort Worth Westside WTP Project 14. Review proposed changes for effect on Construction Schedule and on completion date. 15. Other business. F. The Contractor shall attend progress meetings and shall study previous meeting minutes and current agenda items, in order to be prepared to discuss pertinent topics such as deliveries of material and equipment, progress of the Work, etc. G. The Contractor is to provide a current submittal log at each progress meeting. 1.04 WEEKLY COORDINATION MEETINGS A. Regular weekly meetings shall be scheduled with the first meeting held after the pre -construction conference, but prior to the Contractor initiating his mobilization to the project site. B. The location of the meetings shall be designated by the Construction Manager. C. Attendance: 1. Owner's Representatives 2. Construction Manager's representative 3. Contractor's Representative D. Suggested Agenda: 1. Short term schedule status (2 week preview). 2. Coordination requirements. 3. Delivery Schedules 4. Field observations, problems, conflicts. 5. Status of pending issues. 6. Inspection issues. E. The Contractor shall attend the weekly meetings and shall be fully prepared to discuss pertinent topics. The Contractor shall have studied the meeting agenda items and the previous meeting minutes prior to the scheduled meeting. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) END OF SECTION F62142501200.doc 01200-4 March 2009 City of Fort Worth Westside WTP Project 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. 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 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. F62142SO1300.doc 01300-1 March 2009 City of Fort worth westside wTP Project C. Samples 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 %wool' 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 determine and verify the following: Field measurements 2. Field construction criteria 3. Catalog numbers and similar data 4. Conformance with the Specifications 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 person who actually reviewed the submittal. "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 11" 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 utilize an 8-character submittal cross-reference identification numbering system, preceded with a prefix designating the type of submittal. The numbering system shall be as follows: 1. The prefix shall be two or three characters designating the type of submittal (e.g. shop drawing, request for information, field order, etc.) These prefixes will be provided by the Construction Manager. 2. The first five digits shall be the applicable Specification Section Number. 3. 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. 4. The last character shall be a letter, A-Z, indicating the resubmission of the same Drawing (i.e. A=2nd submission, 13=3rd submission, C= 4th submission, etc.). A typical submittal number would be as follows: SD 03300-08-B SD = Shop Drawing 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 F62142501300.doc 01300-2 March 2009 City of Fort Worth Westside WTP Project D. Notify the Engineer in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. ,%a. 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 therefore. 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 30 calendar days following receipt of submittal by the Engineer. C. The Contractor shall submit shop drawings in either hard copy or electronically. All submittals shall be made with the selected method, and the Contractor shall inform the Construction Manager by letter one week after award of the Contract, which method has been selected. Submittals made by any ,%R.l method other than that selected by the Contractor will be returned without review. D. For electronic submittals if so selected by the Contractor, drawings and the necessary data shall be submitted electronically to Engineer and Construction Manager as specified below. Submittal documents shall be in black and white unless color is required for the review of the submittal. All electronic files shall be in Portable Document Format (PDF) as generated by Adobe Acrobat Professional Version 7.0 or higher. The PDF file(s) shall be fully indexed using the Table of Contents, searchable with thumbnails generated. PDF images must be at a readable resolution. For most documents, they should be scanned or generated at 300 dots per inch (dpi). Optical Character Recognition (OCR) capture must be performed on these images so that text can be searched, selected and copied from the generated PDF file. The PDF documents shall have a bookmark created in the navigation frame for each major entry ("Section" or "Chapter") in the Table of Contents. Thumbnails shall be generated for each page or graphic in the PDF file. 1. The opening view for each PDF document shall be as follows: Initial View: Bookmarks and Page Magnification: Fit In Window The file shall open to the Contractor's transmittal letter, with bookmarks to the left. The first bookmark shall be linked to the Table of Contents. 2. PDF document properties shall include the submittal number for the document title and the 14upe Contractor's name for the author. F62142501300.doc 01300-3 March 2009 City of Fort Worth Westside WTP Project 3. Electronic submittal file sizes shall be limited to 10 MB. When multiple files are required for a submittal the least number of files possible shall be created. 4. The contractor shall post submittals and retrieve the Engineer's submittal review comments through the Construction Manager's project website accessible through the Internet. 5. Instruction on procedures for posting and retrieving submittals will be provided after award of the Contract. E. Number of hard -copy submittals required: L Shop Drawings as defined in Paragraph 1.02 A: Eight copies. If Contractor requires more than three copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. 2. Monthly project schedule updates: Ten copies. 3. Product Data as defined in Paragraph 1.02 B: Four copies. 4. Samples: Submit the number stated in the respective Specification Sections. 5. All other submittals: Eight copies. F. Submittals shall contain: 1. The date of submission and the dates of any previous submissions. 2. The Project title and number. 3. Contractor identification. %Moo, 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the specification section number, page and paragraph(s). 6. Field dimensions, clearly identified as such. 7. Relation to adjacent or critical features of the Work or materials. 8. Applicable standards, such as ASTM or Federal Specification numbers. 9. Identification by highlighting of deviations from Contract Documents. 10. Identification by highlighting of revisions on resubmittals. 11. An 8-in X 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 %Moo, concept and Contract Documents. They shall not be construed as: F62142501300.doc 01300-4 March 2009 City of Fort Worth Westside WTP Project 1. Permitting any departure from the Contract requirements; 14.r 2. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials; and/or 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 - "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 - "APPROVED AS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT 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. �.r Code 3 - "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 Engineer's transmittal requiring the confirmation. Code 4 - "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 Engineer's transmittal requiring the resubmittal. Code 5 - "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 - "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. �.r 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 P62142S01300.doc 01300-5 March 2009 City of Fort Worth Westside WTP Project by use of revision triangles or other 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 deemed by the Engineer to be 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 MOCK UPS 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 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. 1.09 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. F62142501300.doc 01300-6 March 2009 City of Fort Worth Westside WI? Project 1.10 REPETITIVE REVIEW 'VANOV, 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 reimburse the Owner 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. 1.11 OPERATION AND MAINTENANCE DATA AND MANUALS. A. Adequate operation and maintenance information shall be supplied for all equipment requiring maintenance or other attention. The equipment Supplier shall prepare a project specific operation and maintenance manual for each type of equipment indicated in the individual equipment sections or the equipment schedule. B. Parts lists and operating and maintenance instructions shall be furnished for other equipment not listed in the individual equipment sections or the equipment schedule. C. Operation and maintenance manuals shall include the following: Equipment function, normal operating characteristics, and limiting conditions. 2. Assembly, installation, alignment, adjustment, and checking instructions. 3. Operating instructions for startup, routine and normal operation, regulation and control, shutdown, and emergency conditions. 4. Lubrication and maintenance instructions. 5. Guide to troubleshooting. 6. Parts lists and predicted life of parts subject to wear. 7. Outline, cross section, and assembly drawings; engineering data; and wiring diagrams. Test data and performance curves, where applicable. D. The operation and maintenance manuals shall be in addition to any instructions or parts lists packed with or attached to the equipment when delivered, or which may be required by Contractor. E. Three hard copies of each manual shall be submitted to prior to the date of shipment of the equipment. When the O&M manuals are returned with the review status "APPROVED AS NOTED/RESUBMIT" or "NOT APPROVED", the corrections shall be made as instructed by the Engineer, and two copies of the corrected portion(s) and one complete corrected copy of the O&M manual returned to the Engineer. After review by Engineer is complete, one hard copy and one electronic copy of each operation and maintenance manual shall be prepared and delivered to Engineer not later than 30 days prior to placing the equipment in operation. The electronic copy shall be submitted through the project website, and will be reviewed for content and organization and assigned a review status by the Engineer. When corrections are required, a corrected version of the electronic copy shall be resubmitted. Procedures for submission of the electronic copy will be provided after award of the F62142501300.doc 01300-7 March 2009 City of Fort worth Westside WTP Project Contract. When review of the electronic copy by the Engineer is complete, three copies of each electronic O&M manual shall be delivered on CD-ROM to the Construction Manager. Each CD shall contain only one copy of one manual. F. All material shall be marked with project identification, and inapplicable information shall be marked out or deleted. G. Shipment of equipment will not be considered complete until all required manuals and data have been received. H. Hard Copy Operation and Maintenance Manuals. Hard copies submitted for review shall be temporarily bound in heavy paper covers bearing suitable identification. All manuals and other data shall be printed on heavy, first quality 8-1/2 x 11 inch paper, with standard three -hole punching. Drawings and diagrams shall be reduced to 8-1/2 x 11 inches or 11 x 17 inches. Where reduction is not practicable, larger drawings shall be folded separately and placed in envelopes, which are bound into the manuals. Each envelope shall be suitably identified on the outside. Each volume containing data for three or more items of equipment shall include a table of contents and index tabs. The final hard copy of each manual shall be prepared and delivered in substantial, permanent, three-ring or three -post binders with a table of contents and suitable index tabs. I. Electronic Operation and Maintenance Manuals. Electronic manuals shall be in Adobe Acrobat's Portable Document Format (PDF), and shall be prepared at a resolution between 300 and 600 dots per inch (dpi), depending on document type. Optical Character Recognition (OCR) capture shall be performed on these documents. OCR settings shall be performed with the "original image with hidden text" option in Adobe Acrobat Exchange. File size shall be limited to 10 MB. When multiple files are required the least number of files possible shall be created. Documents prepared in PDF format shall be processed as follows: 1. Pages shall be searchable (processed for optical character recognition) and indexed when multiple files are required. 2. Pages shall be rotated for viewing in proper orientation. 3. A bookmark shall be provided in the navigation frame for each entry in the Table of Contents. 4. Embedded thumbnails shall be generated for each completed PDF file. 5. The opening view for PDF files shall be as follows: Initial View: Bookmarks and Page Page Number: Title Page (usually Page 1) Magnification: Set to Fit in Window Page: Single Page 6. Where the bookmark structure is longer than one page the bookmarks shall be collapsed to show the chapter headings only. 7. When multiple files are required the first file of the series (the parent file) shall list every major topic in the Table of Contents. The parent file shall also include minor headings bookmarked based on the Table of Contents. Major headings, whose content is contained in subsequent files (children) shall be linked to be called from the parent to the specific location in the child file. The child file shall contain bookmark entries for both major and minor headings contained in F62142501300.doc 01300-8 March 2009 City of Fort Worth Westside WTP Project the child file. The first bookmark of any child file shall link back to the parent file and shall read as follows "Return to the Equipment Name Table of Contents", e.g. Return to the Polymer Feed IVISOV, System Table of Contents. 8. Drawings shall be bookmarked individually. Files shall be delivered without security settings to permit editing, insertion and deletion of material to update the manual provided by the manufacturer. J. Labeling. As a minimum, the following information shall be included on all final O&M manual materials, including CD-ROM disks, jewel cases, and hard copy manuals: Equipment name and/or O&M title spelled out in complete words. Project Name. City Project/Contract Number. Specification Section Number. Example: "Section 15500" Manufacturer's name. File Name and Date. For example: Backwash Pump Operation and Maintenance Manual Somewhere Plant Expansion Project/Contract No. Specification Section 11110 Manufacturer `,„ OM1I I10-001.pdf, 5/05/07 PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) END OF SECTION F62142S01300.doc 01300-9 March 2009 City of Fort Worth Westside WTP Project 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 (Name of Contractor) to design in accordance with Specification Section (Insert P.E. Responsibilities) for the (Name of Project) The undersigned further certifies that he/she has performed the design of the (Name of Project) 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 therefore by the Owner. P.E. Name Contractor's Name Signature Signature Address Title Address Place P.E. Stamp Here With Date and Signature F62142S01300.doe 01300-10 March 2009 City of Fort worth westside WT? Project SECTION 01315 CONSTRUCTION SCHEDULING PART 1: GENERAL 1.01 GENERAL OVERVIEW A. Contractor shall prepare and maintain a detailed progress schedule as described in this section. This schedule shall be Contractor's working schedule and shall be used to plan, organize and execute the work, record and report actual performance and progress, and show how Contractor plans to complete all remaining work as of the end of each progress report period. The schedule shall be in the form of an activity on node (precedence diagram method) oriented network (Critical Path Method) and the principles and definition of the term used herein shall be as set forth in the Associated General Contractors of America (AGC) publication The Use of CPM in Construction, copyright 1976. In the event of discrepancies, this section shall govern the development and utilization of the CPM schedule. B. The Detailed Project Schedule shall provide sufficient detail and clarity of form and technique so that Contractor can plan, schedule, monitor, control and report on the progress of his work. In addition, it shall provide Owner with a tool to monitor and follow the progress for all phases of the work. C. Contractor shall solicit input from and involve major sub -contractors in preparation of the preliminary and baseline schedules. Contractor shall further involve his major sub -contractors in .,W preparation of updates and revisions to the approved baseline schedule. Contractor shall submit written concurrence from his major sub -contractors for the approved baseline schedule. D. Contractor shall possess or contract for the services of a Project Scheduler for the CPM scheduling of this project. A suitable Project Scheduler should have five (5) years experience as the person primarily responsible for preparing and maintaining detailed CPM project schedules on projects of similar size and nature as this project. The Project Scheduler shall not be the Contractor's Project Manager, Project Engineer, or Superintendent. The Project Scheduler shall attend all meetings pertaining to scheduling, progress of the work, alleged delays and time impacts. Prior to the Initial Schedule Conference the Contractor shall provide to Owner and Construction Manager a statement of qualification of the proposed Project Scheduler. The qualifications shall include the name, company employment history, project scheduling experience with corresponding contract values and verifiable references with phone numbers. The qualifications will be reviewed by Owner and the Construction Manager for approval or disapproval within five (5) days. Additionally, Owner reserves the right to remove, without rights to work on the project, any member of the Contractor's scheduling staff who is, in the sole judgment of Owner, incompetent in scheduling and require the Contractor to replace the removed scheduler. 1.02 1NTTIAL TEWETABLE A. Contractor shall promptly prepare a Preliminary Guideline Schedule covering the first ninety - (90) days of the project in detail and shall submit the same for approval by Owner within ten - (10) calendar days after the Notice of Award. The remaining time frame of the contract activities 1`000, shall be shown as summary bars within the project milestones as required by Contract. No payment application requests will be processed until the Preliminary Guideline Schedule has F62142301315.doc 01315-1 March 2009 City of Fort Worth Westside WTP Project been submitted. Owner or Construction Manager will approve or disapprove, in writing, Contractor's submittal of the Preliminary Guideline Schedule within 10 calendar days after %Mow, receipt of the submittal. In case of disapproval, Contractor shall make the necessary changes and resubmit the Preliminary Guideline Schedule within 10 calendar days from the date of such disapproval. Limited technical assistance is available to Contractor upon written request and prior to any formal review and/or finalization of the Preliminary Guideline Schedule. Pre -submittal reviews are also available to facilitate coordination of Contractor's schedule with other preceding, parallel and succeeding contracts. B. The Preliminary Guideline CPM Schedule shall: Illustrate a feasible CPM schedule for completion of the work under this Contract within the time and milestones 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 and resource and cost loading of the schedule is not required at this time. 3. Include the activity code structure as discussed in 3.2 of this section. Consult with Construction Manager before implementing a structure for the Preliminary Guideline Schedule. C. The Preliminary Guideline CPM Schedule is not to be considered binding except for the time required for contract completion and the mandatory milestones. D. Contractor shall develop his own outline of the Work and prepare his proposed CPM schedule. The computer -based schedule shall be the product the software described in PART 2 of this specification section and shall meet all of the requirements defined herein. E. Preliminary Guideline Schedule Submittal Format: Contractor shall submit three (3) copies of the Preliminary Guideline Schedule in letter (8 t/2" x 11") size printouts in bound volumes containing the schedule information in different layouts as directed by Construction Manager. Apart from the hard copies, Contractor shall also submit the schedule on two (2) disks as part of the submittal. See 1AA Electronic File Format for additional details. A brief narrative shall accompany the submittal, describing Contractor's approach to the job. 1.03 DETAILED PROJECT SCHEDULE A. The Detailed Project Schedule for this contract shall be constructed to show the order in which Contractor proposes to carry out the work. Contractor shall indicate on the Detailed Project Schedule any restrictions caused by limited access and available work areas and the availability and use of manpower, material and equipment. Contractor shall utilize the Detailed Project Schedule to plan, schedule and coordinate the work under this contract (including all activities of subcontractors, equipment vendors and suppliers). The following criteria shall form the basis for assembly of the logic: 1. What activity must be completed before a subsequent activity can be started? 2. What activities can be done concurrently? F62142501315.doc 01315-2 March 2009 City of Fort Worth westside wTP Project 3. What activity must be started immediately following a completed activity? 4. What major economic facility or specific manpower or equipment restrictions are required for sequencing these activities? B. The Detailed Project Schedule shall comply with any restrictions imposed by the scope of work and by any contractually specified intermediate milestone and/or completion dates included in the contract. The degree of detail shall be to the satisfaction of Owner, but the following factors shall have a bearing on the required depth of activity detail: 1. The physical and structural breakdown of the project; 2. The contract milestones and/or completion dates; 3. The type of work to be performed and the labor trades involved; 4. All purchase, manufacture and delivery activities for all major materials and/or equipment; 5. Deliveries of Owner -furnished equipment and/or materials; 6. Preparation, submittal and approval of shop and/or working drawings and material samples; 7. Approvals required by regulatory agencies and/or other third parties; 8. Plans for all subcontract work; 9. Assignment of responsibility for performing specific activities; 10. Access to and availability of work areas; 11. Identification of interfaces and dependencies with preceding, concurrent and follow-on contractors; 12. Actual tests, submission of test reports and approval of test results: 13. Planning for phased or total acceptance by Owner; 14. Resource loading of work activities to indicate labor and equipment available to perform the work; 15. Identification of any manpower, material and/or equipment restrictions. C. The activities included in the Detailed Project Schedule shall be analyzed in detail to determine activity time duration's in units of project working days. Duration's shall be based on the labor (crafts), equipment and materials required to perform each activity on a normal workday basis. Activity duration's over 20 working days are not permitted except in the case of non -construction activities such as procurement of materials, delivery of equipment and concrete curing. All duration's shall be the result of definitive manpower and resource planning by Contractor to perform the work in consideration of contractually defined on -site work conditions. The manpower to be assigned, by craft definition, shall be shown on each construction activity of the F62142501315.doc 01315-3 March 2009 City of Fort Worth Westside WTP Project network. No more than five (5) crafts may be assigned to a specific activity. If more crafts are required, then the activity in question must be broken down into additional activities. See 3.3 I-anow Project Calendars for additional details. D. Contractor may use manpower or equipment constraints, separately noted, to optimize and level manpower and equipment requirements. The individual activities involved may be sequenced within the limits of the available total float. However, when this leveling technique is used in establishing the initial schedule, it shall be reflected in the logic with constraints identified as "constraint —for manpower or equipment leveling purposes only." Near -critical paths resulting from the use of manpower constraints shall be kept to a minimum. Near -critical paths shall be defined as those paths having 14 days or less of total float at the time of initial submission. Only one critical path for the project is acceptable. 1. Contractor shall utilize all mandatory completion and intermediate milestone dates state in the Contract Documents when using manpower and equipment constraints. Failure to meet mandatory and intermediate milestone dates shall be sufficient cause for rejection of the schedule submittal. E. A unique activity coding structure is provided in PART 3 of this specification section. The use of this unique activity coding structure is mandatory. F. Apart from the required cost loading, the estimated cost to perform each work activity shall be noted graphically on each construction related cost bearing activity included in the network. The sum of the costs assigned to all activities shall equal the contract value. No activity costs shall be assigned to manufacture or delivery activities. Present cost graphics as a histogram and cumulative curve. See 1.6 Cash Flow Projection for additional data G. As part of each update submission, the status of work in progress shall also be similarly identified and the reported percent complete graphically indicated on each activity remaining in progress as of the last report period. See 1.10 Updates for additional information. 1.04 ELECTRONIC PROJECT FORMAT A. Electronic File Format: Below is a guideline of the file -naming format to be used throughout the project for saving and transmitting schedules to Construction Manager. All file extensions shall be designated by four (4) digits. The first two digits refer to Project Name Designation and the remaining two the update number. Preliminary Guideline Schedule Submittal(s): PS1A = Preliminary Submittal 1, Initial (A) submittal PS113 = Preliminary Submittal 1, Revision B, etc... 2. Baseline Schedule Submittal(s): BLO1 = Baseline Submittal 1 BL02 = Baseline Submittal 2 etc. F62142501315.doc 01315-4 March 2009 City of Fort Worth Westside WTP Project 3. Monthly Update Schedule Submittals: • UPO1 = Update 01 • UP02 = Update 02 • UP03 = Update 03, etc. B. The mathematical analysis of the Detailed Project Schedule shall be made by computer and tabulation for each activity shall include as a minimum the following: 1. Activity Node Numbers; 2. Activity description; 3. Activity code(s); 4. Schedule and actual/remaining duration for each activity; 5. Earliest start date (by calendar date); 6. Earliest finish date (by calendar date); 7. Actual Start Date (by calendar date); Naw S. Actual Finish Date (by calendar date); 9. Latest start date (by calendar date); 10. Latest finish date (by calendar date); 11. Float in work days; 12. Monetary value of each activity; 13. Percentage of activity completed; 14. Contractor's earnings based on the reported portion of activity completed. C. A unique event numbering system shall be required to code or identify activities. Consult with Construction Manager prior to development of event numberinglactivity ID system. Activity ID shall NOT EXCEED 8 characters in length and an Activity ID shall not contain blank spaces. D. The software used to generate schedules, cash flow projection and manpower forecast shall be as specified in PART 2 of this specification section. E. The following printouts and electronic layouts shall be required as part of the initial schedule submission and each update thereafter. Contractor shall create and submit additional layouts if Iftew directed by Construction Manager: F62142501315.doc 01315-5 March 2009 City of Fort Worth Westside wTP Project 1. Activity sort by area of work and milestones; 2. Critical Path (based on the total float); 3. Look a heads for 30, 60, and 90 days; 4. Activities in progress; 5. Coding sheet without any bars. 1.05 PRE -CONSTRUCTION SCHEDULING CONFERENCE A. Within twenty days following the receipt of the Notice of Award, meet with Construction Manager to discuss and agree on the proposed standards for the CPM schedule including cost loading based on the schedule of values, resource loading, etc. At this conference present to the Construction Manager, a summary of proposed cash flow projection and manpower requirement forecast methodology. 1.06 CASH FLOW PROJECTION AND COST LOADING A. Each on -site construction activity on the CPM schedule shall be cost -loaded and shall have allocated to it a dollar value in accordance with the requirements of this Section. Each activity's assigned cost shall consist of all costs associated with that activity, including all overhead and profit costs. The sum of all activity costs shall be equal to the current Contract value at all times. In submitting cost data the Contractor certifies that the costs are not unbalanced and that the value assigned to each activity represents the Contractor's total cost to perform that activity. I*Amol B. If it is determined that the cost data does not meet the requirements for a balanced bid breakdown, the Contractor shall present documentation substantiating any cost allocation questioned. Cost allocations will be considered unbalanced if an activity on the CPM schedule has been assigned a disproportionate allocation of direct costs, overhead and profit. Such cost unbalancing may cause Owner or Construction Manager to reject the CPM schedule. C. Using the cost assigned to each activity of the Detailed Project Schedule, Contractor shall develop a cash flow analysis illustrated by a computer listing and a graphic display, both of which shall depict the estimated cash draw down in the aggregate, by month, over the life of the project. The cash flow projection shall be updated each month to show actual cash draw down and a forecast of remaining payments to be made over the remaining life of the project. D. Submittal and approval of the monthly CPM schedule shall be a condition precedent to the making of monthly payments to the Contractor. Failure to provide the CPM update information and narrative and attend the Schedule Update Meeting, as specified herein, shall result in no progress payment being made to the Contractor. E. Those schedules of value items required to be paid on a unit cost basis as specified in the bid summary and Section 01025 — Measurement and Payment shall be incorporated into the CPM schedule and measured and updated according to this section following the guidelines set forth under Section 01025. Nftwoll F62142501315.doc 01315-6 March 2009 City of Fort Worth Westside WTP Project F. Expected payment requests for each month shall be included with proposed updates. The cash flow shall show the net payment requests for each month and the cumulative payment requests to date shall be shown after deducting retainage and any other monies withheld. The cash flow shall be shown in tabular format and in graphic format. G. The Contractor, at the Preconstruction Scheduling Conference, shall explain in detail the procedure to be used to develop the schedule activity cost loading and cash flow. This procedure is subject to the review and approval of Owner and/or Construction Manager. Receipt and approval of the Schedule Cost Loading and Cash Flow Summary is a condition precedent to the making of any payments under the Contract. Failure to submit an acceptable schedule cost loading and cash flow summary shall be cause for withholding any progress payments due or that may become due under this Contract, until such a time as an acceptable cost loading and cash flow summary is received. 1.07 FLOAT OWNERSHIP AND EARLY COMPLETION A. Project float, total float, slack time, or contingency within the Construction Progress Schedule (i.e., the difference in time between the projected early completion date and the required Contract completion date), and free float or critical path float within the overall Construction Progress Schedule is not for the exclusive use of either Owner or the Contractor but is jointly owned by both and is an expiring resource available to and shared by both as needed to meet Contract milestones and the Contract completion date. Pursuant to the float sharing requirements of the Contract, use of float suppression techniques such as preferential sequencing, special lead/lag logic restraints, extended activity times, or imposed dates shall be cause for rejection of the Construction Progress Schedule and any revisions or updates. The use of float time shall be shared as directed by the Construction Manager. B. Owner -initiated changes that extend or shorten the Contract Times shall be the sole basis to adjust the Contract completion date. Delays in the critical path not associated with proper requests for time extensions in accordance with the General Conditions and General Requirements shall be deemed to be the responsibility of the Contractor. C. Any delays to the Contractor's early completion date shall be non-compensable and is considered Project Float which is not for the exclusive use of the Contractor or Engineer. D. The only allowable constraint for use in the construction schedule will be for contract milestone dates using a "Finish no later than" constraint, unless approved by the ENGINEER. 1.08 MANPOWER REQUIREMENTS FORECAST AND RESOURCE LOADING A. Contractor shall prepare a manpower analysis in the form of a series of graphic displays depicting manpower by principal trades in the aggregate, and in accordance with the Detailed Project Schedule. The graphs shall display the number of man -days of effort, for each month, over the life of the project. This submission may be computerized or manually prepared, but shall be correlated with the manpower assigned to each activity of the Detailed Project Schedule. The Manpower Requirements Forecast shall be updated monthly and shall include the manpower actually used by trade as of the current report period and the manpower required to complete all remaining contract work. B. At a minimum, the schedule shall show separate activities for the following: F62142S01315.doc 01315-7 March 2009 City of Fort Worth Westside WTP Project 1. <INSERT ACTIVITY BREAKDOWN> 1.09 SUBMITTALS A. The detailed Project Schedule fully resource and cost -loaded, the Cash Flow Projection and the Manpower Requirements Forecast shall be submitted to Owner for approval within (30) calendar days after notice of award in the following quantities: Detailed and Summary Schedules in E size (reproducible and 4 sets of prints); 2. Computer tabulations (5 copies 8 1/2 " x 11" in size); 3. Manpower Requirements Forecast (5 copies 81/2" x 11" in size): 4. Cash Flow Projections (5 copies 8 t/2" x 11" in size). B. A description about the approach to the job. In addition to the brief description, submit a separate list of all 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. C. In addition to the above, Contractor shall provide a copy of its computer file in the form of a disk, utilizing Primavera Project Planner Version 3.1 or other approved version. The disk shall include the information contained in the schedule submittal. If additional submittals are necessary, a disk for each submittal shall be provided by Contractor. 1.10 APPROVAL PROCESS A. Owner or Construction Manager shall approve or disapprove, in writing, Contractor's submissions within fifteen (15) calendar days after receipt of all required information. Upon approval of the detailed schedule all subsequent progress schedule update(s) shall be approved or disapproved within ten (10) calendar days. B. If Contractor fails to submit the initial Detailed Project Schedule, Manpower Requirements Forecast, Cash Flow Projection, or the computer disk within the time prescribed, or revisions and updates thereof within the requested time, Owner may withhold approval of progress payment estimates until such time as Contractor submits the required information. C. At the request of Owner or Construction Manager, Contractor shall participate in any meetings necessary to reach a mutual agreement and approval of the initial Detailed Project Schedule, Manpower Requirements Forecast and Cash Flow Projections. D. If any of the required submissions are returned to Contractor for corrections or revisions, they shall be resubmitted along with a new computer disk for approval within ten (10) calendar days after the return mailing date. Re -submittals shall be in the same quantities as noted above. Review and response by Construction Manager shall be given within ten (10) calendar days after receipt of each new submission. E. The selection and number of activities shall be subject to CONSTRUCTION Manager's approval. The detailed network shall be time scaled. F62142501315.doc 01315-8 March 2009 City of Fort Worth Westside WTP Project 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 Construction Manager. Failure to include on a network any element of work required for the performance of this Contract shall not excuse Contractor from completing all work required within any applicable completion date, notwithstanding the review of the network by Construction Manager. G. Except where earlier completions are specified, CPM schedules which show completion of all work prior to CONTRACT completion date may be approved by Construction Manager but in no event shall they be acceptable as a basis for claim for delay against Owner or Construction Manager by Contractor. H. CPM schedules that contain activities showing negative float or which extend beyond the contract completion date in the computer -generated schedule will not be approved. I. Contractor shall participate in the initial review and evaluation of the proposed network diagram and schedule by the Construction Manager. The approved network shall then be approved CPM schedule to be used for planning, organizing and directing the work, and reporting progress. J. Approval of the CPM activity network by Construction Manager is advisory only and shall not relieve 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 Construction Manager in no way makes Construction Manager an insurer of the CPM schedule's success or liable for time or cost overruns flowing from its shortcomings. Owner hereby disclaims any obligation or liability by reason of approval by its agent, the Construction Manager, of the CPM schedule. 1.11 UPDATES A. The initial updating shall take place during the first week after the approval of Contractor's schedule. Subsequent updates shall be scheduled at the third week of each month thereafter for the duration of the contract. The Detailed Project Schedule and computer tabulations shall be reviewed jointly at a meeting with Construction Manager for the purpose of verifying: 1. Actual start dates; 2. Actual completion dates; 3. Activity percent completion; 4. Revised logic (as -built and projected) and changes in activity duration's, cast and manpower assigned; 5. Cost influence of change orders, if any; 6. Revisions due to unauthorized modifications; B. Incorporation of approved time extensions. Construction Manager shall inform Contractor of the date, time, and place of each updating. F62142501315.doc 01315-9 March 2009 City of Fort Worth Westside WTP Project C. Contractor shall come to the updating meeting with the above data prepared in advance for each meeting to provide, as of the end of the updating period, a complete and accurate report of N"WO-1 current procurement and construction progress and a depiction of how Contractor plans to continue the work to meet all contract completion dates. All network changes and status data agreed to during each update shall be considered as acceptable by both parties unless written notice of any exceptions is given by an objecting party within ten (10) calendar days after receipt of Contractor's update submission. For major network changes that cannot be agreed to during an updating meeting, Contractor shall submit, in writing, such revisions for Owner's approval prior to inserting such changes into the network. Submissions may be in the form of marked -up networks, fragnets, or schedule abstracts, provided they are submitted with a letter of transmittal. The submission and approval procedures for this information shall follow the same timetable described for Change Order, Delays, and Time Extensions of this specification section. D. As part of the monthly updating process, Contractor shall prepare a Narrative Progress Report describing the physical progress during the report period, plans for continuing the work during the forthcoming report period, actions planned to correct any negative float predictions, and an explanation of potential delays and/or problems and their estimated impact on performance and the overall project completion date. In addition, alternatives for possible schedule recovery to mitigate any potential delay and/or cost increases should be included for consideration by Owner. E. Data Date: The project data date is the date at which all activities are being measured against for that reporting period. The reporting period will be recorded on a monthly basis, e.g. January lst through January 31" with the 315L as the data date. This project will use the last day of the month as the data date. F. Submittal: Eight copies each of the Narrative Progress Report, the updated Detailed Project Schedule (networks and computer computations), the Cash Flow Projection, the Manpower Requirements Forecast and an updated computer disk shall be submitted to Owner within five (5) calendar days after each updating meeting. G. If Contractor fails to timely submit any of the update deliverables, Owner may withhold approval of progress payment estimates until such time as Contractor submits the required update reports. 1.12 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 Construction Manager shall take all of the following actions, as directed by the Construction Manager, at no additional cost to Owner. Contractor shall submit to the Construction Manager, for approval, a recovery schedule showing the steps intended 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 bring the project back on schedule within the completion dates and milestones. 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. F62142501315.doc 01315-10 March 2009 City of Fort Worth Westside WTP Project 3. Reschedule activities to achieve maximum practical concurrence of accomplishment of activities and comply with the revised schedule. B. If, when so requested by Construction Manager, Contractor fails to submit a recovery schedule, the Construction Manager may direct Contractor to increase the level of effort in man -power (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 Owner. C. In the event, Contractor fails to follow the updated or revised schedule described in paragraph B above, Owner may elect to withhold progress payments until Contractor complies with the revised schedule. D. Should Contractor's efforts not remove or arrest the delay to the critical path of the approved schedule, then Owner shall be entitled, at its option, to supplement Contractor's work -force and equipment to remove and arrest any delay, and shall be entitled to deduct all costs and expenses associated therewith from payments due to the Contractor. If insufficient Contract funds remain, Owner may recover such funds from Contractor and/or its Surety. 1.13 CHANGE ORDERS, DELAYS, AND TIME EXTENSIONS A. When change orders or delays are experienced by Contractor and Contractor requests an extension of time, Contractor shall submit to Owner a written Time Impact Analysis illustrating the influence of each change or delay on the current contract schedule completion date. Each Time Impact Analysis shall include a fragnet demonstrating how Contractor proposes to incorporate the change order or delay into the Detailed Project Schedule. A fragnet is defined as a sequence of new activities and/or activity revisions that are proposed to be added to the existing schedule to demonstrate the influence of delay and the method for incorporating delays and impacts into the schedule as they are encountered. B. The contract completion time will be adjusted only for causes specified in this Contract. In the event Contractor requests an extension of any contract completion date, he/she shall furnish such justification and supporting evidence as the Construction Manager may deem necessary to determine whether Contractor is entitled to an extension of time under the provisions of this Contract. Construction Manager will, after receipt of such justification and supporting evidence, make findings of fact and will advise Contractor in writing thereof. If Construction Manager finds that Contractor is entitled to any extension of any contract completion date, the Construction Manager'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. C. Each Time Impact Analysis shall demonstrate the estimated time impact based on the events of the change or the delay, the date the change was given to Contractor or the delay was incurred, the status of construction at that point in time, and the event time computation of all activities effected by the change or delay. The event times used in the analysis shall be those included in the latest update of the Detailed Project Schedule or as adjusted for the events of delay. F62142501315.dcc 01315-11 March 2009 City of Fort Worth Westside WTP Project D. Time extensions will be granted only to the extent that equitable time adjustments for the activity or activities affected exceed the total or remaining float along the critical path at the time of N%W*11 actual delay or at the time notice to proceed was issued for a change. Each Time Impact Analysis shall be submitted in triplicate and within seven (7) calendar days after a delay occurs or notice of direction for proceeding with a change order is given to Contractor. In addition, submittal on a disk shall be required from the Contractor. In cases where Contractor does not submit a Time Impact Analysis for a specific change order or delay within the specified period, it shall be deemed to have irrevocably waived its rights to any additional time and cost. E. Each request for change in any contract completion date shall be submitted by the Contractor to Construction Manager, in accordance with the notice requirements of the General Conditions. No time extension will be granted for requests that are not submitted within the foregoing time limit. F. Without obligation to extend the overall completion date or any intermediate completion dates set out in the CPM network, Owner may initiate changes to the Contract work that absorbs float time. Owner -initiated changes that affect the critical path on the CPM network shall be the sole grounds for extending (or shortening) said completion dates. Contractor initiated changes that encroach on the float time identified in the CPM network may be accomplished with Owner's concurrence. Such changes, however, shall give way to Owner -initiated changes competing for the same float time. G. Approval or rejection of each Time Impact Analysis by Owner shall be made within fifteen (15) calendar days after receipt of each Time Impact Analysis, unless subsequent meetings and negotiations are necessary. Upon approval, a copy of a Time Impact Analysis signed by Owner shall be returned to Contractor for incorporation into the schedule. H. Upon mutual agreement by both parties, fragnets illustrating the influence of change orders and delays shall be incorporated into the Detailed Project Schedule during the first update after agreement is reached. I. In the event Contractor does not agree with the decision of Owner regarding the impact of a change or delay, it shall be resolved in accordance with the disputes clause of the contract. 1.14 CAUSES FOR EXTENSIONS OF TIME A. The Contract Times will be adjusted only for causes specified in this Contract. In the event, Contractor requests an extension of Contract Time, he shall furnish justification and supporting evidence per requests specified elsewhere in these Contract Documents. CM will, after receipt of such justification and supporting evidence, make findings of fact and will advise Contractor in writing thereof. If Construction Manager and Owner determine that an extension of the Contract Time is reasonable in accordance with the Contract Documents and Contractor is entitled to an extension of Contract Time under the provisions of the Contract, Construction Manager's determination as to the total number of days extensions shall be based upon the current accepted and updated CPM schedule and on all data relevant to the extension. Such data shall be included in the next monthly updating of the schedule. Contractor acknowledges and agrees that 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, do not have any effect on the contract Time, and therefore will not be the basis for a change in Contract Time. F62142S01315.doc 01315-12 March 2009 City of Fort Worth Westside WTP Project B. Contract Time will be extended as a result of weather delays based only on the following criteria: C. General Requirements: Even though a cause of delay meets any, or all, of the provisions stated herein, it shall in all cases be presumed that no extension, or further extension of time is due unless Contractor shall demonstrate that the delay is justified and had an impact to the critical path of the updated CPM schedule for the delay period. To this end, Contractor shall maintain adequate records supporting any claim for an extension of time and shall submit such records, including a revised CPM schedule showing the impact of the delay, with the claim. This claim shall be submitted in writing within 48 hours after the onset of such delay and shall be in the form acceptable to Construction Manager. D. Construction Manager and Owner will determine Contractor's entitlement to an extension of the Contract Time. Owner records, as set forth herein, shall be the official source for weather data related to abnormal weather conditions. A time extension of no more than one day will be granted for one day of lost work, regardless of the number of allowable reasons for lost time. The period of any extension of time shall be only for the portion of the critical path of the Work actually delayed due to the abnormal weather conditions. Any extension of Contract Time allowed under any of the following rules shall be considered non-compensable and has no impact on Contract Price. Any "float" in the project schedule shall belong exclusively to the Project and Contractor hereby agrees and acknowledges it is not entitled to any additional compensation for any completion of the project prior to expiration of the Contract Time. The following rules (1-5) shall apply to any analysis for weather related delays to this Project. Rule Number One: The total amount of precipitation that occurs during one calendar month. a) If the amount of precipitation in a given month is less than the average precipitation for that month, as stated in Table 1, no claim will be allowed under this rule. If the average inches of precipitation for the month is exceeded, the number of days having precipitation greater than one quarter (0.25") inch that is greater than the average number of precipitation days per month in figure 2, is considered to be justification for a one day time extension for each day in excess of the average number of precipitation days. For each day, or period of consecutive days of "excess precipitation", a time extension of one day may be allowed for the following day as a "mud day". (See Rule Number Four.) 2. Rule Number Two: The frequency of the occurrences of precipitation during one calendar month. a) Precipitation of greater than one quarter (0.25") inch per day for three or more days of a consecutive five day period is considered to be unusual frequency and, as such, is considered to be justification for a one day extension. This rule can be used even when Rule Number One is not applicable, but may not apply concurrently with other rules. For each "frequency of precipitation" day, a one day time extension may be allowed for the following day as a "mud day". (See Rule Number Four.) 3. Rule Number Three: Unusually heavy precipitation. Iftow a) Precipitation of greater than one inch during a single day is considered justification for a one day time extension. For each "heavy precipitation" day or period of F62142501315.doc 01315-13 March 2009 City of Fort worth Westside WTP Project consecutive days, a one -day time extension may be allowed for the following day as a "mud day". (See Rule Number Four.) Rule Number Three is applicable only after 1%ftwle the precipitation for the month exceeds the normal precipitation for that month as stated in Table 1. 4. Rule Number Four: The effect of precipitation on the project's site conditions. a) Unfavorable site conditions that hamper work can result from unusual weather during that period when the work is unenclosed.- This rule considers both mud and snow cover according to the season. A one day time extension for "mud" may be allowed for each day, or period of consecutive days, approved under Rule Number One, Two and Three. Three inches (3") or more of snow cover is considered justification for an extension of time. However, only one application of this rule, mud or snow, per day is allowed. 5. Rule Number Five: Temperature a) A daily high temperature of twenty (20T) degrees Fahrenheit or less is considered to be justification for a one day time extension. This rule cannot be applied concurrently with any other rule. Temperatures above the statistical mean are not considered justification for an extension of Contract Time. Table 1 Average Monthly Precipitation (All measurements are in inches.) 30-year period of 1971 to 2000 Coop Identification: 412244 Dallas, Texas Love Airport National Climatic Data Center NOAA, US Department of Commerce JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC 1.89 2031 3.13 3.46 5.30 3.92 2.43 2.17 2.65 4.65 2.61 2.53 fir/ F62142501315.doc 01315-14 March 2009 City of Fort worth Westside WTP Project Table 2 Average number of calendar days with precipitation of 0.25 inches or more in a single 24-hour period. 30-year period of 1971 to 2000 Coop Identification: 412244 Dallas, Texas Love Airport National Climatic Data Center NOAA, US Department of Commerce JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC 2.7 2.5 2.6 2.4 2.7 2.3 2.2 2 2.4 2.4 2.4 2.3 E. The precipitation statistics shown in Tables 1 and 2 are derived from daily rainfall data from the National Climatic Data Center. Copies of raw data summaries used to derive the averages used are available upon written request. Only rainfall data collected by Owner staff or its authorized agents during the course of the contract will be considered for the purpose of evaluation of entitlement to time extensions. 1.15 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, Contractor's CPM Schedule shall be coordinated with the schedules of the other contracts. Obtain the schedules of the other appropriate contracts from the Owner's scheduling consultant for the preparation and updating of the CPM schedule and make the required changes in the schedule when indicated by changes in corresponding schedules. 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 all such cases, the decision of 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. Contract Time extensions for interference, to the extent they are granted, shall be non-compensable. 1.16 SUBMITTAL OF AS -BUILT SCHEDULE A. As a condition precedent to release of any retention, the last update to the CPM schedule submitted shall be identified by the Contractor as the "As -Built Schedule". The "As -Built Schedule" shall reflect the exact manner in which the project was actually constructed (including start and completion dates, activities, sequences, and logic) and shall be signed and certified by the Contractor's Project Manager and Project Scheduler as being a true reflection of the way in which the project was actually constructed. F62142S01315.doc 01315-15 March 2009 City of Port Worth Westside WTP Project PART 2: PRODUCTS 2.01 SOFTWARE SCHEDULING PROGRAMS A. The following scheduling software program is acceptable for use on this project. 1. Primavera Project Planner (P5) published by Primavera Systems, Inc. or equal. If equal software is used, such software must interface with and be, in all respects compatible with P5. Such equal must be able to produce all analysis and reports that are reportable by P5. B. Consult with Construction Manager for version of P5 to be used on this project prior to development of the required preliminary schedule. 1. Maintain software license agreement throughout duration of project. 2. Coordinate with Construction Manager prior to utilizing P5 upgrades during duration of project. PART 3 : EXECUTION 3.01 ACTIVITY CODES A. Contractor shall create the following program -wide activity codes per Primavera (P5) or a WBS for later versions of Primavera that will be used for coordination of the Owner's Master Plan Schedule. The Code fields / WBS are preliminarily listed below and shall be re -confirmed to the contractor within 3 workdays from the Notice of Award. It is mandatory to use the code structure provided here. In order to minimize Contractor efforts, Contractor shall consult Construction Manager prior to using this code structure for Preliminary Guideline and Detailed Schedule Submittals. 1. PL00 - Program Administrative / Milestones 2. PL02 — (INSERT WBS STRUCTURE HERE) 3.02 ACTIVITY RELATIONSHIPS A. Relationships between activities shall be identified with the following information: 1. Predecessor and successor activity ID. 2. Relationship types: a) FS -Finish to start b) SS -Start to start c) FF -Finish to finish d) SF —Start to finish — This relationship is not allowed, unless authorized by Owner. e) Lag -Negative lag is not allowed, unless authorized by Owner. Nftwole F62142S01315.doc 01315-16 March 2009 City of Fort Worth Westside WTP Project 3.03 PROJECT CALENDARS A. Calendars shall use day as the planning unit for the schedule. One of four calendars shall be used for each activity: Calendar 1: shall be used for 5-day workweek activities: Monday through Friday. All holidays and non -work days shall be assigned to this calendar. This calendar shall be used for all normal Work activities. Calendar 1 shall be the default calendar. 3. Calendar 2: shall be used for 7-day workweek activities. No non -work days shall be entered into this calendar. Activities such as concrete curing shall use this calendar. 4. Calendar 3: shall be used for 7-day workweek activities. All holidays shall be entered into this calendar. 5. Calendar 4: shall be used for 6-day workweek activities. All holiday and non -work days shall be assigned to this calendar. 6. Global Calendar: The global P5 calendar shall have all holiday and non -work days assigned. 7. Additional calendars: May be assigned depending upon need. However, Contractor shall consult with the Construction Manager before other calendars are entered and/or used in the Project schedule. Iftow B. The work day to calendar day correlation shall be based on a single shift and five day work week with adequate allowance for holidays, adverse weather and all other special requirements of the work. The single shift shall comply with Article 1.51 of the General Conditions. Contractor may, at his option, propose alternate baseline calendars to allow a second shift and/or a single shift on Saturdays, subject to the concurrence and approval of Owner. Under no circumstances will a schedule allowing regularly scheduled work on Sundays be approved. 3.04 MANDATORY MILESTONES A. The following milestones are mandatory. Substantial Completion is 915 days from Notice to Proceed. 2. Final Completion is 1,095 days from Notice to Proceed. 3.05 RIGHT TO ADJUST SCHEUDLE REQUIREMENTS A. Owner or Construction Manager reserves the right to adjust the requirements described under Part III of this Section during the pre -construction scheduling conference or throughout the project duration to conform to its Master Schedule Requirements. END OF SECTION F62142S01315.doc 01315-17 March 2009 City of Fort worth Westside WTP Project SECTION 01410 � TESTING AND TESTING LABORATORY SERVICES PART 1: GENERAL 1.01 REQUIREMENTS INCLUDED A. Owner will employ and pay for the services of an Independent Testing Laboratory to perform testing specifically indicated on the Contract Documents and may at any other time elect to have materials and equipment tested for conformity with the Contract Documents. 1. 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. B. All other testing, including testing of materials as required for approval of submittals, shall be at the expense of 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. Each Section listed: Laboratory tests required and standards for testing. C. Testing Laboratory inspection, sampling and testing is required for but not limited to the following: 1. Earthwork is included in Section 02200. 2. Excavation, Trenching, and Backfilling for Utilities and Process Piping is included in Section 02221. 3. Cast -in -Place concrete is included in Section 03300. 1.03 LABORATORY DUTIES A. Cooperate with Engineer and Contractor; provide qualified personnel after due notice. 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. '*..i F62142501410.doe 01410-1 March 2009 City of Port Worth Westside WTP Project 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. Result of tests. 13. Clarification of testing procedures and observations, when requested by Engineer. E. Perform additional tests as required by Engineer or the Owner. 1.04 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. 3. Perform any duties of the Contractor. 1.05 CONTRACTOR'S RESPONSIBILITIES 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. F62142014104oc 01410-2 March 2009 City of Fort worth Westside WTP Project 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: 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 laboratory sufficiently 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 11400, laboratory to perform materials development of concrete mix designs, and additional inspections, sampling and testing required for the Contractor's convenience. G. If the results of tests indicate the material or equipment complies with the Contract Documents, the Owner shall pay for the cost of the testing laboratory. If the tests and any subsequent retests indicate the materials and equipment fail to meet the requirements of the Contract Documents, the Contractor may pay for the laboratory costs directly to the testing firm or the total of such costs shall be deducted from any payments due the Contractor. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) END OF SECTION F62142S01410.doc 01410-3 March 2009 City of Fort worth Westside WTP Project SECTION 01500 TEMPORARY FACILITIES PART 1: GENERAL 1.01 TEMPORARY OFFICES A. Temporary offices shall be established on the job site where approved or directed by the Engineer, adequately fumished, and maintained in a clean, orderly condition by the Contractor. The Contractor or his/her authorized representative shall be present in the field office at all times while work is in progress. Instructions received there from the Engineer shall be considered as delivered to the Contractor. B. The Contractor shall supply all fuel for heating and pay all electric bills. 1.02 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 (TXU) 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 'Name 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. 1.03 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. Water for testing and disinfection shall be provided by the Contractor. Contractor shall be responsible for all piping and equipment necessary for getting water to its intended use. 1.04 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. F62142S01500.doc 01500-1 March 2009 City of Fort Worth Westside WTP Project 1.05 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- *-ftwol 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. 1.06 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 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. 1.07 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 provided 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. 1.08 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. 1.09 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 in the vicinity of the work, except those shown to be removed on the plans. Any such trees damaged shall be repaired or replaced, as directed by the Engineer, at the Contractor's expense. Sprinkler zones to be taken out of service for construction will be capped off to allow the remaining system to remain operational or the Contractor shall provide temporary irrigation system as directed by the Engineer. 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. N4"001 F62142501500.doc 01500-2 March 2009 City of Fort worth Westside WTP Project 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. Contractor shall provide weekly street cleaning and monthly wet street brooming. 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. 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. 1.10 TEMPORARY ACCESS ROADS AND PARKING SPACE A. The Contractor shall construct temporary construction access roads and detours as are required to execute the work. The roads shall meet with the approval of the Engineer, and be maintained in good condition until no longer needed; at which time the temporary roads shall be removed and the area left in a condition satisfactory to the Engineer. B. The Contractor shall construct temporary parking facilities for his employees, his Sub -Contractor's employees, other employees and the Engineer. 1.11 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 tile 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. F62142501500.doc 01500-3 March 2009 City of Fort Worth Westside WTP Project 1.12 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 N%W001 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. 1.13 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 F62142S01500.doc 01500-4 March 2009 City of Port worth wtstside WIP Project 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 shall 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 the hours of 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 will be allowed to work double shifts, Saturdays, Sundays and legal city holidays if it can be demonstrated that the work items to be performed are related to the critical path of the construction schedule and if the additional work schedule is required to meet Substantial Completion milestones. The Contractor's superintendent must be onsite to supervise all work. 1.02 TEMPORARY CONSTRUCTION A. Open Excavations 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. F62142501510.doe 01510-1 March 2009 City of Fort worth westside WTP Project 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 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 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 N%W01-1 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. 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. F62142S01510.doc 01510-2 March 2009 City of Fort worth westside WTP Project 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 Water Commission or Environment Protection Agency regulations. E. Protection of Air Quality 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. 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 F62142S01510.doc 01510-3 March 2009 City of Fort Worth Westside WTP Project 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 a.m., 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 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 Nftwwl 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. 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. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) END OF SECTION F62142S01510.doe 01 S 10-4 Much 2009 City of Fort Worth Westside WTP Project SECTION 01600 DELIVERY, STORAGE AND HANDLING PART L• 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 B. Contractor shall schedule deliveries within the guidelines set forth by the City to meet plant security requirements. 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. 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. B. Store loose granular materials on solid flat surfaces in a well -drained area. Prevent mixing with foreign matter. F62142S01600.doc 01600-1 March 2009 City of Fort worth Westside WTP Project C. 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 *..wool 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 D. 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. I. 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 F62142S01600.doc 01600-2 March 2009 City of Fort Worth Westside WTP Project 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. 2. Arrange for transportation, storage and handling of products which require off -site storage, restoration or renovation. Pay all costs for such work. ..i F62142S01610.doc 01610-1 March 2009 City of Fort worth Westside WTP Project 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. Famish 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 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 bome by the Contractor. The Owner may have further inspection and tests made by Nftwole 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 famished, 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, Engineer, or Construction Manager. 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. 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: Nftwwpe F62142S01610.doc 01610-2 March 2009 City of Fort worth Westside WTP Project 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. Manufacturer's 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 substantial completion. 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 Contractor's expense. C. Store materials in accordance with manufacturer's instructions, with seals and labels intact and legible. 1. Store products subject to damage by the elements in weather tight enclosures. 2. Maintain temperature and humidity within the ranges required by manufacturer's instructions. F62142501610.doc 01610-3 March 2009 City of Fort worth westside wTP Project D. Exterior Storage: 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. 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: N%W111 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: 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. F62142501610.doc 01610-4 March 2009 City of Fort Worth Westside WTP Project 1.06 INSTALLATION STANDARDS A. Handle, store and install equipment in accordance with the manufacturer's drawings and recommendations. 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. F62142501610.doc 01610-5 March 2009 City of Fort Worth Westside WTP Project 2. If the Contractor chooses other manufacturer's equipment he 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. If the \— specification list of approved manufacturers states "no equal" or "no substitutions will be allowed", the Contractor shall choose equipment from the approved manufacturers list. 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: For a period of 90 days after Contract Date, Engineer will consider written requests from Contractor for substitution of products. 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. Engineer shall be the judge of the acceptability of the proposed substitution. D. Contractor's Representation: 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. '%.i F62142501610.doc 01610-6 March 2009 City of Fort worth Westside WTP Project 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 F62142501610.doc 01610-7 March 2009 City of Fort Worth Westside WTP Project SECTION 01656 Nowe DISINFECTION OF POTABLE WATER FACILITIES PART 1: GENERAL 1.01 SCOPE OF WORK A. Furnish all labor and materials required, including chlorine, and disinfect the potable water facilities. B. The potable water facilities include: 1. Piping which is designated to carry Potable Water (PW), Filtered Water (FTW), Backwash Water (BW), Reverse Flush (RF), Filtrate Water (FT), Treated Water CM, Utility Water (UW), or Service Water (SW), including associated valves, fittings, and appurtenances. 2. Filters 1-3. Break Tank 4. Clearwell No. 1 5. High Service Pump Station cans, pump columns, and appurtenances PART 2: PRODUCTS 2.01 CHLORINE A. Liquid chlorine shall meet the requirements of AWWA B301. B. Calcium hypochlorite shall meet the requirements of AWWA B300. PART 3: EXECUTION 3.01 GENERAL A. Piping shall be cleaned and disinfected in compliance with all applicable sections of AWWA Standard C-601. The "slug method" shall be used for disinfection. Interior surfaces of pipelines shall be exposed to a concentration of 100 ppm for a period of not less than three hours, after which the lines shall be flushed clean until the chlorine concentration in the water leaving the line is no higher than that generally prevailing in the system, or less than 1 ppm. Chlorine solution with a higher residual may remain in the line, without flushing, if approved by the Owner. B. Disinfection of the Filters shall be as specified in Section 13226 and in compliance with applicable sections of AWWA. C. Disinfection of Clearwell No. 1 and the Break Tank shall be as specified herein and in compliance with applicable sections of AWWA C-652. The tank shall be disinfected using Method 2 or 3, in accordance with AWWA C-652. The disinfection method shall be selected by the Owner. NNW F62142501656.doc 01656-1 March 2009 City of Fort Worth Westside WTP Project D. Disinfection of the vertical turbine high service pump cans, columns, and associated appurtenances to be in contact with potable water shall be as specified for piping in paragraph 3.01.A. 3.02 PROCEDURES A. Pipelines During installation, the interior of all pipe, fittings and other accessories shall be kept as free as possible from dirt and foreign matter at all times. If, in the opinion of the Owner, the pipe contains dirt or foreign matter that could not be removed during the flushing operation, the interior of the pipe will be cleaned and swabbed with a bactericidal solution. When pipe laying is not in progress, the open ends of it shall be sealed with watertight plugs. If water has accumulated in the trench, the seal shall remain in place until the trench -water has been removed to such an extent that it will not enter the pipe. 2. After completion of hydrostatic pressure tests and prior to disinfection, the pipeline shall be flushed as thoroughly as possible, with the water pressure and outlets available. If feasible, flushing rate should develop a velocity in the pipeline of at least 2.5 fps. If a velocity of 2.5 fps is not obtained, the requirements of Paragraph 3.02 A.1 above shall be rigidly enforced. he minimum quantity of water used for flushing shall be in excess of the storage capacity of the pipeline to insure that clean water has traversed the entire length of line. 3. After flushing has been completed to the point that apparent dirt and foreign matter have been removed from the pipeline, either liquid chlorine or calcium hypochlorite solution shall be injected into the pipeline as provided in AWWA C-601. 4. Following chlorination, treated water shall be flushed from the newly installed pipeline at its extremities until the replacement water throughout its length is proved by test to a) meet regulations of Texas Commission on Environmental Quality (TCEQ), orb) meet requirements of the public health authority having jurisdiction. The satisfactory quality of water delivered by the new pipeline shall continue for a period of at least two days. Samples will be taken from a tap located and installed in such a way as to prevent outside contamination. Unless otherwise directed, the sample tap shall either be a hose bib or a disconnected service tap of a 1/4 inch copper riser (with stop -cock), which shall be provided by the Contractor. Should the initial treatment fail to achieve the satisfactory quality described above, the original chlorination procedure shall be repeated until satisfactory results are obtained. B. Clearwell No. 1 and Break Tank 1. Clearwell No. 1 and the Break Tank shall be cleaned of all solids, debris and foreign matter following construction. Following cleaning and washdown, and prior to disinfection, all water and solids shall be removed from the clearwell and properly disposed. 2. After cleaning, the walls, floor and under side of the roof shall be sprayed with a 200 ppm chlorine disinfecting solution. The chlorine solution shall remain in contact with the surfaces to be disinfected at least 30 minutes prior to filling the clearwell with water. The materials and method shall be subject to Engineer's approval. 3.03 WATER SOURCE A. Water for disinfection purposes will be provided by Contractor per Section 01500. N%U&VI F62142501656.doc 01656-2 March 2009 city or Fort Worth Westside WTP Project `r 3.04 BACTERIOLOGICAL SAMPLING AND TESTING A. The Owner will perform all sampling for bacteriological tests and shall pay for the initial testing to be performed by Owner selected laboratory. All subsequent testing, should the initial test fail, shall be paid for by the Contractor. END OF SECTION F62142501656.doc 01656-3 March 2009 City of Fort Worth Westside WTP Project SECTION 01665 TRENCH SAFETY REQUIREMENTS PART 1: 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: HB 1569, 71st 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. F62142S01665.doc 01665-1 March 2009 City of Fort worth Westside WTP Project 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 1.4m*141 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 second copy shall be provided to the Engineer for the Owner's records. 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 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 N%0041 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. 2. Trench Shields/Boxes. 3. Sheeting/Shoring/Bracing. 3.03 INSPECTION DUTIES OF CONTRACTOR Structural Excavations only. No restrictions. No restrictions. 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. F62142501665.doc 01665-2 March 2009 U City of Fort worth westside WTP Project 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 in accordance with Section 01025. END OF SECTION F62142501665.doc 01665-3 March 2009 City of Fort Worth Westside WTP Project 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 infiltration/exfiltration testing and deflection testing of gravity pipelines and to perform pressure and leakage testing of pressure pipelines. B. Building sewer, ventilation, and drain piping test requirements are listed in their respective specification sections. 1.02 REFERENCE STANDARDS ASTM C-828 Low Pressure Air Test of Vitrified Clay Pipe Lines ASTM C-924 Testing Concrete Pipe Sewer Lines by Low Pressure Air Test Method ASTM C-969 Infiltration and Exfiltration Acceptance Testing of Installed Precast Concrete Sewer Lines ASTM C-1103 Joint Acceptance Testing of Installed Precast Concrete Pipe Sewers ASTM F-1417 Installation Acceptance of Plastic Gravity Sewer Lines Using Low Pressure Air 1.03 RELATED WORK ,%=OF, A. Buried Concrete Pressure Pipe is covered in Section 02613. B. Buried Ductile Iron Pipe and Fittings is covered in Section 02616. C. Buried Steel Pipe and Fittings is covered in Section 02615. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 GENERAL A. The entire length of the installed gravity lines and the pressure lines shall be field tested for water tightness. B. Hydrostatic pressure and leakage tests shall be made on all pressure pipelines carrying water, wastewater, sludge, recycle or chemicals. 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 1%001 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 F62142501666.doc 01666-1 March 2009 City of Fort Worth Westside WTP Project pipeline prior to actual testing or during the course of the tests. 3.02 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 which 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. 3.03 TEST PROCEDURES FOR GRAVITY PIPELINES A. Gravity Pipelines, General. Gravity pipelines shall be installed and backfilled and then tested using either Infiltration/Exfiltration Water Testing or Low Pressure Air Testing and deflection tested using an Allowable Deflection Test (for flexible piping). B. For construction within the 25-year floodplain, the Infiltration/Exfiltration shall not exceed 10 gallons per inch diameter per mile of pipe per 24 hours at the maximum test head. 1. Exfiltration Water Testing a. The section of pipe to be tested shall be filled with water and allowed to stand for such time as is required for the pipeline to adsorb such water as it will and for the escape of all air from the line. The sections undergoing test shall be carefully examined for leakage. All known leaks shall be repaired, regardless of these test requirements. b. The line shall then be filled to a reference level in a manhole or in a reservoir of sufficient capacity to allow for a reference level to be established. The reservoir must be of sufficient capacity to not allow the water level to drop below the crown of the pipe during the 24-hour test period. If the water level drops below the crown of the pipe, the test shall be voided and run again or until such time the water level is maintained above the crown throughout the duration of the test, c. At the end of a 24-hour period, water, if needed, shall be added to the line to bring the water level back to the referenced line. All water added shall be accurately measured by an approved water meter so that an exfiltration rate can be established. d. Leakage during the above test shall not exceed a rate equal to 25 gallons per inch of internal diameter per mile per 24 hours. e. All observed leaks shall be repaired regardless of the measured leakage rate. 2. Infiltration Water Testing a. When gravity sewers are installed below the groundwater level an Infiltration Test shall be used in lieu of the Exfiltration Test. b. The total infiltration, as determined by a hydrostatic head test shall not exceed 25 gallons per inch diameter per mile of pipe per 24 hours at a minimum test head of two feet above the crown of the pipe at the upstream manhole, or at least two feet above N%Nwl the existing groundwater level, whichever is greater. F62142501666.doc 01666-2 March 2009 City of Fort Worth Westside WTP Project 3. Low Pressure Air Testing a. This test shall conform to the procedure described in ASTM C828, ASTM C924, C-1103, F-1417 or other appropriate procedures. For safety reasons, air testing of sections of pipe shall be limited to lines less than 36-inch average inside diameter. Lines 36-inch average inside diameter and larger shall be air tested at each joint per ASTM C-1103. The minimum time allowable for the pressure to drop from 3.5 pounds per square inch gauge to 2.5 pounds per square inch gauge during joint test, regardless of pipe size, shall be 20 seconds. For sections of pipe less than 36-inch average inside diameter, the minimum time allowable for the pressure to drop from 3.5 pounds per square inch gauge to 2.5 pounds per square inch gauge shall be computed by the following equation: T = 0.085 (D) (K) / (Q) Where T = time for pressure to drop 1.0 pound per square inch gauge in seconds K = 0.000419DL, but not less than 1.0 D = average inside diameter in inches L = length of line of same pipe size being tested in feet Q = rate of loss, assume 0.0015 ft3/min/sq.ft. internal surface All observed leaks shall be repaired regardless of the air test results. 4. Allowable Deflection Test a. Pipe deflection testing shall be conducted on all gravity pipes constructed of flexible ,%"' materials. b. Pipe deflection measured not less than ninety (90) days after the backfill has been completed as specified shall not exceed five (5.0) percent. Deflection shall be computed by multiplying the amount of deflection (nominal diameter less minimum diameter when measured) by 100 and dividing by the nominal diameter of the pipe. c. Deflection shall be measured with a rigid mandrel (Go/No-Go) device cylindrical in shape and constructed with a minimum of nine evenly shaped arms or prongs. Drawings of the mandrel with complete dimensions shall be submitted to the Engineer for each diameter of pipe to be tested. The mandrel shall be hand pulled by the Contractor through all sewer lines. d. Any section of sewer not passing the mandrel shall be uncovered at the Contractor's expense and the bedding and backfill replaced to prevent excessive deflection. Repaired pipe shall be retested and/or replaced as directed by the Engineer at no additional cost to the Owner. F62142501666.doc 01666-3 March 2009 City of Fort Worth Westside WIT Project 3.04 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 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 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. Pressure Tests 1. After compliance with all applicable procedures described above, pressure of 150 percent of the pipe's maximum operating pressure, but not more than the pressure indicated below nor less than the pressure indicated below, shall be applied, unless another test pressure is specified for the type of pipe being tested. This pressure, based on the lowest point of the line or section under test, shall be corrected to the relative elevation of the test gauge and the pressure maintained for a period of not less than two (2) hours. Pining Description Max. Test Pressure Min. Test Pressure Raw Water Upstream of Ozone Contact Basin 150 psi 100 psi Filtered Water Upstream of Clearwells 100 psi 50 psi Potable Water Downstream of High Service Pump Station 225 psi 150 psi Backwash Water 100 psi 50 psi Recycle Water 150 psi 100 psi Chemical Feed 100 psi 50 psi Potable Water or Utility Water 150 psi 100 psi F62142501666.doc 01666-4 March 2009 U City of Fort worth Westside WTP Project All Other Process Piping 150 psi 100 psi D. Leakage Tests 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. Leakage test pressure shall be at the pressures shown below and test pressure shall be maintained for a period of 2 hours. Piping Description Test Pressure Raw Water Upstream of Ozone Contact Basin 100 psi Filtered Water Upstream of Clearwells 50 psi Potable Water Downstream of High Service Pump Station 150 psi Backwash Water 50 psi Recycle Water 100 psi Chemical Feed 50 psi Potable Water or Utility Water 100 psi All Other Piping 100 psi 3. Allowable leakage for the types of pipe used shall be as follows: a. 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 SIP) / 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. b. Welded, flanged, threaded, or glued pipe shall have no allowable leakage. 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. F62142501666.doc 01666-5 March 2009 City of Fort Worth Westside WTP Project 3.05 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 N*M"' Contractor at no additional cost to the Owner. B. The Owner's representative must verify that all required pressure and leakage tests have been successfully completed before the pipeline is accepted. 3.06 WATER SOURCE A. Water for testing purposes may be obtained in accordance with Section 01500. 3.07 MEASUREMENT AND PAYMENT A. Payment for testing of pipelines shall be included as part of the total lump sum stated in the Bid Form. END OF SECTION F62142501666.doc 01666-6 March 2009 City of Fort Worth Westside WTP Project SECTION 01680 WATERTIGHTNESS TEST FOR HYDRAULIC STRUCTURES PART 1: 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. Disinfection of potable water facilities is included in Section 01656. B. Concrete is included in Section 03300. 1.03 SUBMITTALS A. Submit to the Engineer, in accordance with Section 01300, 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 344R-T -Design and Construction of Circular Prestressed Concrete Structures with Circumferential Tendons. 2. ACI 344R-W - Design and Construction of Circular Wire and Strand Wrapped Prestressed Concrete Structures. 3. ACI 350.111 -Testing Reinforced Concrete Structures for Watertightness. B. American Water Works Association (AWWA) D100 and D102 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 Engineer well in advance of the actual testing. B. Water Source/Disposal 1. Water for the initial test shall be provided by Owner. Contractor shall provide and pay for water required for subsequent testing. F62142501680.doc 01680-1 March 2009 City of Fort worth Westside WTP Project 2. Water shall be plant process water or potable water. All labor, equipment and materials shall be supplied by the Contractor. Test water shall be disposed of by the Contractor in an approved manner. Water shall not be disposed of by discharging it onto the ground surface of public or private land. 4. Test water shall be disposed of by reintroduction into the Plant process at the time, rate of flow and location approved by the Owner. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION 3.01 GENERAL A. The testing of reinforced concrete tanks or water containment structures shall conform to the following standards and as modified herein: 1. Reinforced concrete water retaining structures - ACI 350.1R and as specified herein. B. Perform watertightness tests prior to placing backfill around structures in order to permit observation and detection of leakage points. 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, void, etc., and repair such paths in compliance with the provisions specified therein 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 structure until all concrete elements of the structure N%Wool F62142501680.doc 01680-2 March 2009 City of Fort Worth Westside WTP Project 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 in 24 hours. 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 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. 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 results for each structure tested on the form shown in Figure A or a form with a similar format. ,%Nov, 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 shall be considered as NOT meeting the criteria for acceptance regardless of the actual loss of water volume from the structure. L Groundwater leakage into the structure through floors, walls, or wall -floor joints. 2. Structures which exhibit flowing water from joints, cracks or from beneath the foundation (except for underdrain systems). B. The watertightness of concrete tanks and structures shall be considered acceptable when loss of water volume is within the criteria listed below: L For unlined tanks with a sidewater depth of 25-ft or less, loss of volume not exceeding 0.1 percent in 24 hours. 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 to further testing. 1..i F62142501680.doc 01680-3 March 2009 City of Fort Worth Westside WTP Project B. Repair structures which 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 herein or as approved by the Engineer. N%W00, D. Repairs and retesting of tanks shall be accomplished at no additional cost to the Owner. 3.07 SCHEDULE A. The following new structures shall be tested for water tightness: 2. Ozone Contact Basin and Channels 3. Rapid Mix Basins and Channels 4. Flocculation Basins and associated Inlet and Outlet Channels 5. Sedimentation Basins and associated Inlet and Outlet Channels 6. GAC Contactor Basins (Filters) 7. Break Tank 8. Washwater Recovery Basins and Recycle Pump Station 9. Clearwell No. 1 END OF SECTION OWN F62142501680.doc 01680-4 March 2009 City of Fort worth Westside WTP Project FIGURE A WATERTIGHTNESS TEST REPORT PROJECT SUBMITTED BY STRUCTURE* TEST DATES Allowable loss of water volume percent in 24 hrs. Measured loss of water volume percent in 24 hrs. TEST READINGS Water temperature at start degrees F Water temperature at end degrees F Date Time Location Location Location 1 2 3 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 hrs. (initial water volume) x (number of test days) Notes and field observation * Attach a sketch showing a plan of structure and measurement locations. ** Place date and initials at the beginning of each entry. Location 4 Initials F62142501680.doc 01680-5 March 2009 City of Fort Worth Westside WTP Project SECTION 01700 CONTRACT CLOSEOUT PART 1: GENERAL 1.01 SCOPE OF WORK A. Comply with requirements stated in the General Conditions and in the Specifications for administrative procedures in closing out the Work. 1.02 SUBSTANTIAL COMPLETION A. When Contractor considers the Work to be substantially complete, he shall submit: 1. A written notice that the Work is substantially complete. 2. A list of items to be completed or corrected. B. Within a reasonable time after receipt of such notice, Construction Manager will make an inspection to determine the status of completion. C. Should Construction Manager determine that the Work is not substantially complete: 1. Contractor will be promptly notified in writing, giving the reasons therefore. 2. Contractor shall remedy the deficiencies in the Work, and send a second written notice of 14.r substantial completion to Construction Manager. 3. Construction Manager will re -inspect the Work. D. When Construction Manager finds that the Work is Substantially Complete, Construction Manager will: 1. Prepare a tentative list of items to be completed or corrected before final payment. 2. After consideration of any objections made as provided in the General Conditions, and when Construction Manager considers the Work Substantially Complete, he will execute and deliver to the Contractor a Certificate of Substantial Completion with a revised tentative list of items to be completed or corrected. 1.03 FINAL INSPECTION A. When Contractor considers all the Work to be complete, he shall submit written certification that: 1. Contract Documents have been reviewed. 2. All Work has been inspected for compliance with Contract Documents. 3. All Work has been completed in accordance with Contract Documents. 4. All equipment and systems have been tested in the presence of the Owner's representative and are operational. 140001, F62142s01700.doc 01700-1 March 2009 City of Fort Worth Westside WTP Project 5. All Work is completed and ready for final inspection. B. Construction Manager will make an inspection to verify the status of completion with reasonable promptness after receipt of such certification. %Moll C. Should Construction Manager consider that any of the Work is incomplete or defective: 1. Construction Manager will promptly notify the Contractor in writing listing the incomplete or defective work 2. Contractor shall take immediate steps to remedy the stated deficiencies and send a second written certification that the Work is complete. 3. Construction Manager will re -inspect the Work. D. When Construction Manager finds that all the Work is acceptable under the Contract Documents, he shall request the Contractor to make the closeout submittal. 1.04 REINSPECTION COSTS A. Should Construction Manager order or perform re -inspection due to failure of any of the work to comply with the claims of status of completion made by the Contractor, and thus incur costs for re - inspection, Construction Manager will deduct the costs of such re -inspection from the final payment to the Contractor. 1.05 CONTRACTOR'S CLOSEOUT SUBMITTALS A. Submit evidence of compliance with requirements of governing authorities. B. Operating and Maintenance Data, Instructions to Owner's Personnel. N%M-11 C. Warranties and Bonds. D. Tools, Spare Parts, and Operations and Maintenance Materials. E. Evidence of Payment and Release of Liens: Submit per requirements of General Conditions. 1.06. FINAL ADJUSTMENTS OF ACCOUNTS A. The Contractor shall submit a final statement of accounting to Construction Manager. B. Statement shall reflect all adjustments to the Contract Price: 1. The original Contract Price. 2. Additions and deductions resulting from a. Previous Change Orders. b. Unit Prices. C. Deductions for uncorrected Work. d. Deductions for liquidated damages. e. Deductions for re -inspection payments. %Moll F62142S01700,doc 01700-2 March 2009 City of Fort Worth Westside WTP Project f. Extra Engineering. g. Other adjustments. 3. Total Contract Price, as adjusted. 4. Previous payments. 5. Sum remaining due. C. Owner and Contractor will execute a final Change Order, reflecting approved adjustments to the Contract Price which were not previously made by Change Orders. 1.07 FINAL APPLICATION FOR PAYMENT A. Contractor shall submit the final Application for Payment in accordance with procedures and requirements stated in the General Conditions. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) END OF SECTION F62142so1700.doe 01700-3 March 2009 City of Fort Worth Westside WTP Project SECTION 01710 CLEANING PARTI: 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 '*40W 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. 3.02 DUST CONTROL A. Clean interior spaces prior to the start of finish painting and continue cleaning on an as -needed basis until painting is finished. B. Schedule operations so that dust and other contaminants resulting from cleaning process will not fall on wet or newly -coated surfaces. 3.03 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. F62142501710.doc 01710-1 March 2009 City of Fort Worth Westside WTP Project C. Broom clean exterior paved surfaces; rake clean other surfaces of the grounds. D. Prior to final completion, or Owner occupancy, Contractor shall conduct an inspection of N%up" sight -exposed interior and exterior surfaces, and all work areas, to verify that the entire Work is clean. END OF SECTION F62142501710.doc 01710-2 March 2009 City of Fort Worth Westside WTP Project SECTION 01720 PROJECT RECORD DOCUMENTS PART L GENERAL 1.01 REQUIREMENTS INCLUDED A. Maintain at the site, for the Owner's 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. 9. RFIs 10. Submittal Logs 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 CSI/CSC 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. 1.04 MARKING DEVICES A. Provide felt tip marking pens for recording information in the color code designated by the Engineer. F62142501720.doc 01720-1 March 2009 City of Fort Worth Westside WTP Project 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. 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. 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 F62142S01720.doc 01720-2 March 2009 City of Fort Worth Westside WTP Project 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. ,%wool b. Holes reinforced with plastic, cloth or metal. F62142501730.doc 01730-1 March 2009 City of Fort Worth Westside WTP Project 3. Text: Manufacturer's 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. 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. 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. B. Product Data 1. Include only those sheets which are pertinent to the specific product. F62142S01730.doc 01730-2 March 2009 City or Fort Worth Westside WTP Project 2. Annotate each sheet to: Iftwo, a. Clearly identify speck product or part installed. b. Clearly identify data applicable to installation. c. Delete references to inapplicable information. C. 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 Owner's 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. 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: F62142501730.doc 01730-3 March 2009 City of Fort Worth Westside WTP Project 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. 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. F62142S01730.doc 01730-4 March 2009 City of Fort Worth Westside WTP Project 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. 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. F62142501730.doc 01730-5 March 2009 City of Fort worth Westside WTP Project 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. The Engineer will review the preliminary draft and return two copies with comments. 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 Owner's designated operating and maintenance personnel in operation, adjustment and maintenance of products, equipment and systems. B. Operating and maintenance manual shall constitute the basis of instruction. The O&M Manual shall N"Wo, be approved prior to commencing training. Review contents of manual with personnel in full detail to explain all aspects of operations and maintenance. C. As a minimum, instruction of Owner's personnel will require two days on site. Four 2-hour classes for the four operations groups and one 4-hour class for instrument technicians and one 4-hour class for mechanics will be required. This training will not reduce the training required in the individual equipment specifications. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) END OF SECTION F62142S01730.doc 01730-6 March 2009 City of Fort worth Westside WTP Project SECTION 01740 WARRANTIES AND BONDS PART 1: GENERAL 1.01 REQUIREMENTS INCLUDED A. Compile specified warranties and bonds, in accordance with the General Conditions. 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. Agreement. 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: '"Wr a. Proper procedure in case of failure. F62142S01740.doc 01740-1 March 2009 City of Fort worth Westside WTP Project 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 Contractor's for two (2) years, unless otherwise specified, commencing at the time of final acceptance by the Owner. I*ftwol B. The Contractor shall be responsible for obtaining certificates for equipment warranty for all major equipment specified under Divisions 11, 13, 14, 15 and 16 and which has a 1 HP motor or larger or which lists for more than $1,000. 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 Contractor's one-year warranty period even though certificates of warranty may not be required. C. For certain pieces of equipment, the Owner may require a warranty of more than two years. The requirement for a warranty of more than two years shall be specified in individual sections of the Specifications. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) END OF SECTION F62142s01740.doc 01740-2 March 2009 DI VISION 2 SI TEWORK City of Fort Worth Westside WTP Project SECTION 02050 DEMOLITION PART 1: GENERAL 1.01 SCOPE OF WORK A. The Contractor shall furnish all labor, materials, equipment and incidentals required to provide all demolition, dismantling, cutting, fitting and patching, and salvage work, including attendant excavation and backfill, required to complete the work as shown on the Drawings and specified herein, of to: 1. Make its several parts fit together properly. 2. Uncover portions of the work to provide for installation of ill-timed work. 3. Remove and replace defective work. 4. Remove and replace work not conforming to requirements of Contract Documents. 5. Provide routine penetrations of nonstructural surfaces for installation of piping. 6. Uncover work that has been covered prior to Engineer, or Owner's required observation. 7. Repair or replace any damaged item resulting from Contractor's activity. B. The Contractor shall comply with applicable laws, codes, ordinances and regulations, and shall obtain and pay for necessary permits. C. The Contractor shall remove from site and legally dispose of dismantled materials, trash, debris, `r 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. Refer to Special Condition D-9 for additional requirements. D. All other materials removed under the modification work and not called for 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. F62142502050.doc 02050-1 March 2009 City of Fort Worth Westside WTP Project 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. 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 the Contract Documents. 1.04 JOB CONDITIONS A. Traffic and Access: 1. Conduct demolition operations and removal of debris to ensure minimum interference with roads, streets, walks, and other adjacent occupied or used facilities. 2. Do not close or obstruct streets, walks, or other occupied or used facilities without permission from Owner. Provide alternate routes around closed or obstructed traffic ways if required by Owner. B. Protections: 1. Ensure safe passage of persons around area of demolition. Conduct operations to prevent injury to adjacent buildings, structures, other facilities, and persons. 2. Provide interior and exterior shoring, bracing, or support to prevent movement, settlement, or collapse of facilities adjacent to structures to be demolished. C. Damages: Promptly repair damages caused to adjacent facilities by demolition operations at no cost to the Owner. D. Utility Services: 1. Maintain existing utilities required to remain, keep in service, and protect against damage during demolition operations. 2. When utility lines are encountered which are not indicated on the Drawings, the Engineer shall be notified. 1.05 SUBMITTALS A. Submit a written request to Owner's Representative well in advance of executing any demolition, cutting, or alteration which affects: 1. Structural value or integrity of any element of the Project. 2. Integrity or effectiveness of weather -exposed or moisture -resistant elements or systems. 3. Efficiency, operational life, maintenance, or safety of operational elements. 4. Visual qualities of sight -exposed elements. 5. Existing plant operations in any manner. B. Schedule: Submit proposed methods and operations of demolition, cutting, fitting, and patching N%Wol in accordance with Division 1 - General Requirements. F62142502050.doc 02050-2 March 2009 City of Fort Worth Westside WTP Project C. The schedule shall include: r 1. Identification of the project. 2. Location and description of the affected work. 3. The necessity for cutting, alteration, or excavation when applicable. 4.. The effect on the work on the structural or weatherproof integrity of the project or R-O-W appurtenances (if any.) 5. Coordination schedule for shutoff, capping, and continuation of utility services as required. 6. Description of the proposed work. a. Scope and detailed sequence of cutting, patching, alteration, or excavation. b. Trades who will execute the work. C. Products proposed to be used. d. Extent of refinishing to be done. e. Sequence and methods of removal and disposal of demolished materials. f. Video of work area to be performed. (By request.) 7. Alternatives to cutting and patching, when applicable. 8. Written permission of any other contractor whose work will be affected. D. Submit a written notice to Owner requesting the date and time the work will begin. PART 2: PRODUCTS A. Comply with specifications and standards for involved products. PART 3: EXECUTION ..W 3.01 INSPECTION A. Inspect existing conditions of the project, including elements subject to damage or movement during demolition, cutting, and patching. B. After uncovering work, inspect the conditions affecting the installation of products or performance of the work. C. Report unsatisfactory or questionable conditions to the Owner in writing; do not proceed with the work until the Engineer has provided further instructions. 3.02 PREPARATION A. Provide adequate temporary support as necessary to assure the structural value or integrity of the affected portion of the work. B. Provide devices and methods to protect other portions of the project from damage. C. Provide protection from the elements for that portion of the project which may be exposed by demolition, cutting, and patching work, and maintain excavations free from water. 3.03 PERFORMANCE A. General Considerations: Provide and maintain barriers, dust screens, warning lights, etc. as may be necessary to protect persons and property. Perform work with utmost care using tools and r methods that will not transfer any heavy shocks to adjacent structures to remain in service and in F62142502050.doc 02050-3 March 2009 City of Fort Worth Westside WTP Project place. Take all possible care to avoid vibration and other disturbances. Perform demolition work in a careful, orderly manner giving prime consideration to, but not necessarily limited by: 1. Protection of public and Owner's personnel. 2. Protection from weather. 3. Protection of the environment in accordance with Division 1. 4. Protection of existing structures or portions thereof to remain. 5. Maintaining continuous operations at the plant. 6. Maintenance of orderly access. 7. Coordination and cooperation with Owner. B. 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 flooding, erosion, or 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. C. Structure Demolition: Demolish as required and remove from site. Use such methods as required to complete work within limitations of governing regulations. 1. Proceed with demolition in a systematic manner, from top to ground. 2. Locate demolition equipment throughout structure and remove materials so as to not impose excessive loads to supporting walls, floors, or framing. 3. 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. 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 Drawings. 5. 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 Drawings 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. 6. 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. F62142502050.doc 02050-4 March 2009 City of Fort Worth Westside WI? Project D. Provide temporary support and shoring as required for existing materials until new work is installed. E. Execute fitting and adjustment of products to provide a finished installation to comply with specified products, functions, tolerances, and finishes. F. Fit work watertight and airtight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces. Where fire -rated separations are penetrated, fill space around pipe or insert with material with physical characteristics equivalent to fire -resistance requirement of penetrated surfaces. G. 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. H. Take care in the removal of equipment and materials to be salvaged to prevent damage to such. I. 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. J. Use of explosives will not be permitted on the project. K. Debris shall not be allowed to accumulate. L. No fires will be permitted on site. END OF SECTION F62142502050.doc 02050-5 March 2009 City of Fort Worth Westside WTP Project 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 any designated rights -of -way or easements, where removal of such obstructions is not otherwise indicated. B. This item shall also include clearing, grubbing and the removal of topsoil and the removal of trees, stumps, roots, bushes, shrubs, curb and gutter, driveways, paved parking areas, miscellaneous stone, brick, concrete, sidewalks, concrete riprap, asphalt and concrete paving, drainage structures, manholes, inlets, abandoned railroad tracks, scrap iron, steel and wooden barriers, steel and wooden gates, all rubbish and debris whether above or below ground, except live utility facilities. 1.02 RELATED WORK A. Earthwork is included in Section 02200. B. Trenching, Backfilling and Compaction is included in Section 02221. C. Demolition is included in Section 02050. NNOW PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION 3.01 GENERAL A. Prior to commencing this work, all erosion control and tree protection measures required 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 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 asphaltic material within 24 hours of the pruning or injury. B. Construction equipment shall not be operated within the drip line oftrees, unless otherwise indicated. Construction materials shall not be stockpiled under the canopies of trees. No excavation or embankment shall be placed within the drip lie of trees until tree wells are constructed. C. Unless otherwise indicated, all underground obstructions, stumps and roots shall be removed to the following depths: 1. In areas to receive 6-inches or more embankment, a minimum of 12-inches below natural ground. ,"..i F62142SO2100.doc 02100-1 March 2009 City of Fort Worth Westside WTP Project 2. In areas to receive embankment less than 6-inches and areas to be excavated, 18-inches below the lower the lower elevation of the embankment, structure or excavation. 3. All other areas, 12-inches below natural ground. D. Holes remaining after removal of 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 specification sections. F. Where an abandoned existing underground piping utility is found, it shall be cut and plugged with 6 inches of concrete, brick and mortar or a precast stopper grouted in place. G. No stumps, trees, limbs or brush shall be buried in any fills or embankments. 3.02 CLEARING AND GRUBBING A. All trees, stumps, brush, shrubs, roots and other objectionable material shall be cut, grubbed, removed and disposed of from areas needed to construct buildings, structures, roads, pipelines and any other areas to be stripped as shown on the Drawings. B. Protect trees or groups of trees, designated by the Engineer to remain, from damage by all construction operations by erecting suitable barriers, or by other approved means. Clearing operations shall be conducted in a manner to prevent falling trees from damaging trees designated to remain. C. If desired by Owner, cleared tree trunks and limbs exceeding 4-in in diameter shall be cut into 4 foot lengths and stockpiled on Site where directed by the Engineer. D. Areas outside the easements or limits of clearing shall be protected from damage and no equipment or materials shall be stored in these areas. E. No stumps, trees, limbs, or brush shall be buried in any fills or embankments. 3.03 STRIPPING A. Strip any topsoil encountered from all areas to be occupied by buildings, structures, pipes, roadways and all areas to be excavated or filled. Avoid mixing the top layer with lower layers and stockpile it in areas on the Site as acceptable to the Engineer. Soils shall be stockpiled free from brush, trash, large stones and other extraneous material and protected until it is placed, if approved, as specified under Section 02200. B. Topsoil shall be stockpiled separate from the underlying more clayey, soils. C. Topsoil to be reused shall be kept alive by periodic watering as deemed necessary by the Engineer. 3.04 DISPOSAL OF MATERIALS A. All waste, debris and other material not designated by the Owner to be salvaged shall be removed from the site and disposed of in a manner satisfactory to the Owner. B. No burning of any materials will be allowed. END OF SECTION F62142502100.doc 02100-2 March 2009 City of Fort Worth Westside WTP Project SECTION 02140 DEWATERING AND DRAINAGE PART 1: GENERAL 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 in which the work is located, to prepare dewatering and drainage system designs submittals. C. Collect and properly dispose of all discharge water from dewatering and drainage systems in accordance with State and local requirements and any required 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. 1.02 RELATED WORK A. Sedimentation and erosion control is included in Section 02270. B. Trench excavation, embedment, backfill and encasement are included in Section 02221. C. Excavation, Backfill and Earthwork for Structures are included in Section 02220. 1.03 SUBMITTALS A. Submit to the Engineer, in accordance with Section 01300, the temporary dewatering and drainage system designs. Dewatering and drainage 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 dewatering and drainage systems. Submittal will be for information only. Contractor shall remain responsible for adequacy and safety of construc- tion means, methods and techniques. 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 two percentage points above the optimum moisture content for that soil. F62142502140.doc 02140-1 March 2009 City of Fort Worth Westside WTP Project PART 2: PRODUCTS (NOT USED) 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 groundwater seepage and/or surface runoff. 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 and capacity 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, or divert around the work by construction of small diversion dikes, to maintain in -the -dry conditions. 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. Excavations for foundations and structures shall be maintained in -the -dry for a minimum of 4 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 or mortar has set at least 24 hours. E. 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. F62142502140.doc 02140-2 March 2009 City of Fort Worth Westside WTP Project F. 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. 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 Erosion Control plans as specified in Section 02270. Existing or new sanitary sewer systems shall not be used to dispose of drainage. END OF SECTION F62142502140.doc 02140-3 March 2009 City of Fort Worth Westside WTP Project SECTION 02200 EARTHWORK PART 1: GENERAL 1.00 STATUTORY REQUIREMENTS A. All excavation, trenching, sheeting, bracing, etc. shall comply with the requirements of OSHA excavation safety standards (29 CRP Part 1926.50 Subpart P) and any State and local requirements. Where conflicts between OSHA, state, and local regulations exist, the most stringent requirements shall apply. 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals necessary to perform all excavation work and grading; place and compact backfill and fill materials as shown on the Drawings and as specified herein. B. Furnish and install temporary excavation support systems, including sheeting, shoring and bracing, to insure the safety of personnel and protect adjacent structures, piping, etc, in accordance with federal, state and local laws, regulations and requirements. C. Perform all over -excavation of unsuitable soils at foundation locations shown on the Drawings and replace with compacted structural fill. 14MV' D. The work to be performed under this Section of the Specifications shall include, but not be limited to, excavation for the project roadways and access areas; placement of embankment materials for and around the project structures and other facilities for roadways, parking and access areas; disposal of waste, surplus and unsuitable material; grading, and all related work such as sheeting and bracing and pumping and drainage. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Testing and Laboratory Services in Section 01410 B. Trench safety requirements are included in Section 01665. C. Site preparation, including clearing and grubbing is included in Section 02100. D. Demolition is included in Section 02050. E. Dewatering and drainage systems are included in Section 02140. F. Trenching, backfilling and compaction is included in Section 02221. G. Granular fill materials are specified in Section 02230. 1.03 SUBMITTALS ,%No, A. Plan for excavation support systems as required under Article 1.04 of these specifications. F62142SO2200 02200-1 March 2009 City of Fort worth westside wTP Project B. Plan for handling surface runoff. The plan shall describe (in text and Drawings) how the Contractor plans to handle surface runoff around the perimeter of excavations; how the collected or diverted surface runoff is to be conveyed to adjacent and local storm drainage facilities, or to a temporary on -site sedimentation basin if used. If the contractor uses a temporary on -site sedimentation basin to store and percolate collected surface runoff, the plan shall describe safety features designed into sedimentation basin to handle overflows from the facilities and mitigative measures to prevent flood damage to private property beyond the plant site should the basin overflow. 1.04 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM) 1. ASTM D422 - Standard Test Method for Particle -Size Analysis of Soils 2. ASTM D698 - Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (ft-lbf(ft3 (600 kN-m/m3)) 3. ASTM D854 - Standard Test Method for Specific Gravity of Soil Solids by Water Pycnometer 4. ASTM D1140 - Standard Test Method for Amount of Material in Soils Finer than the Number 200 (75 micrometer) Sieve 5. ASTM D1556 - Standard Test Method for Density and Limit Weight of Soil in Place by the Sand Cone Method. 6. ASTM D2216 - Standard Test Method for Laboratory Determination of Water (Moisture) Content of Soil and Rock by Mass 7. ASTM D2487 - Standard Test Method for Classification of Soils for Engineering Purposes 8. ASTM D2488 - Practice for Description and Identification of Soils (Visual -Manual Procedure) 9. ASTM D2922 - Standard Test Method for Density of Soil and Soil -Aggregate in Place by Nuclear Method (Shallow Depth) 10, ASTM D2937 - Standard Test Method for Density of Soil in Place by Drive Cylinder Method 11. ASTM D3017 - Standard Test Method for Water Content of Soil and Rock in Place by Nuclear Method (Shallow Depth) 12. ASTM D4318 - Standard Test Method for Liquid Limit, Plastic Limit and Plasticity Index of Soils B. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. F62142SO2200 02200-2 March 2009 City of Fort Worth Westside WTP Project 1.05 EXCAVATION SAFETY Iftow 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 01665 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. C. An ongoing excavation and slope observation and monitoring program shall be initiated at the onset of excavation and continued at periodic intervals during construction. Monitoring shall be performed by a qualified Geotechnical Engineer licensed in the State of Texas and acceptable to ..i the Engineer. Modifications to the excavation slopes or supports may be required by the Engineer based on the results of these observations. Costs of the monitoring program and any required slope or excavation support modifications shall be borne by the Contractor. 1.06 SURFACE WATER AND DRAINAGE CONTROL A. At all times while necessary during construction, provide and maintain proper equipment and facilities to remove any and all surface water entering the excavations. Keep the excavations dry so as to obtain a satisfactory undisturbed subgrade foundation condition until embankments, fill materials, seal slabs, structures or pipes to be built thereon have been completed to such extent that neither they nor the subgrade will be floated, softened or otherwise damaged by the entrance of water into the bottom of excavations. B. Water that may enter an excavation as surface runoff shall be collected in shallow ditches around the perimeter of the excavation, drained to a sump, and pumped or otherwise diverted away from the excavation, to a local surface water course, storm drain, or temporary on -site sedimentation basin acceptable to the Engineer. If surface runoff is diverted to an on -site sedimentation basin, the basin shall be located in an area of the plant site acceptable to the Engineer so that flow or seepage back into the excavated area(s) will be prevented and the sedimentation basins do not interfere with the project construction activities. C. Protect all graded and sloped areas from damage due to erosion from runoff. Repair all erosion damage to sloped and graded areas to the satisfaction of the Engineer. .r F62142SO2200 02200-3 March 2009 City of Fort worth Westside WTP Project D. The Contractor shall correct all damage resulting from flooding of the construction site or inadequate control of surface water at no additional cost to the Owner. 1.07 SOIL TESTING/QUALITY ASSURANCE A. All field testing and inspection services will be provided per Section 01410. B. Prior to the placement of any embankment materials the Engineer may have the material inspected and tested to ensure that it conforms to the applicable requirements of Section 02230 of these specifications. During the placement of material in embankments or as structural fill or backfill, the Engineer may select areas within the limits of any work for testing the degree of compaction obtained. The Contractor shall cooperate fully with the Engineer in obtaining representative material samples for testing and conducting the compaction tests requested. C. Payment for testing will be made by the Owner. If test results are unsatisfactory, the Contractor shall correct all deficiencies with the placed materials to the satisfaction of the Engineer. D. Notify the Engineer, at the start of site clean-up, the initiation of excavation or grading, and any time that earthwork operations are resumed after an interruption. Each step of the earthwork should be approved for specific areas by the Geotechnical Engineer before proceeding with subsequent work. PART 2: PRODUCTS 2.01 GENERAL A. Specifications for fill materials are included in Section 02230 B. Concrete for seal slabs and fill shall be as specified in Section 03300. PART 3: EXECUTION 3.01 GENERAL A. Perform all excavation, placement of embankment, and grading necessary to complete the project rough grading. B. Perform all remaining miscellaneous earthwork required for the Work. Make all excavations, embankments, fills and grading necessary for placing of landscaping, and for constructing roadways, parking areas, or any other such items required for the construction of the Work under this Contract. C. Perform exploratory excavation work (test pits) as required to verify the location of underground utilities and structures before commencing excavation. Backfill test pits as soon as the desired information is obtained. D. Dewatering and drainage systems shall be in place and operational before commencing excavations. F62142SO2200 02200-4 March 2009 City of Fort Worth Westside WTP Project 3.02 DISPOSAL OF UNSUITABLE, WASTE AND/OR SURPLUS MATERIALS ,.No, A. Unsuitable waste and surplus material resulting from the earthwork operations shall be removed and disposed of off -site 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 of the plant site that does not disrupt construction activities and is acceptable to the Engineer. Such material stockpile areas shall be protected so that they do not create any nuisances or safety hazards. Remove the stockpiled material from the project site and dispose of it if requested to do so by the Engineer. C. Contractor's equipment fluids shall be collected during servicing and removed from the site and disposed off -site and in accordance with environmental regulations. Flammable or toxic waste shall be contained and not allowed to be spilled on the ground. Used filters, batteries, machine parts, tires and other waste material shall also be removed from the site and disposed off -site in accordance with environmental regulations. 3.03 EXCAVATION BELOW GRADE - GENERAL A. Excavations shall be made to the limits and depths indicated on the Drawings or specified. B. Excavations for the Work are expected to pass through clay, silty clay, tan limestone, light -gray limestone, dark -gray limestone and/or gray shale layers depending on the required depth. In general, it is anticipated that the clay overburden soils can be excavated with ordinary excavation equipment while limestone and shale layers will require significant additional effort to excavate. Drilling and blasting will not be permitted as methods of excavation. C. Postpone final excavation immediately above the subgrade on which structures will be placed until shortly before placing of the new work. Properly control ground and surface water to maintain the subgrade in proper condition prior to final excavation and/or placement of seal slab. D. For structures shown to bear directly on grade or on concrete seal slabs, excavate to the elevations required using methods that do not loosen the subgrade. Re -compact any materials loosened during excavation by scarifying the top 6 inches and compacting to minimum 95 percent of maximum density determined by ASTM D 698 for such on -site materials. Place seal slabs within 12 hours of exposure of the subgrade. Over -excavation in such areas shall be replaced by compacted select fill, controlled low strength material (flowable fill), or compacted common fill as determined by the Engineer. E. For structures shown to be constructed over void forms, protect the exposed subgrade from moisture changes by placement of a concrete seal slab or other barrier acceptable to the Engineer within 12 hours after exposure of the surface. F. If, in the opinion of the Engineer, the material at or below the normal grade of the excavation as indicated on the Drawings is unsuitable for foundations, it shall be removed to such depth and width as he may direct and be replaced with suitable material as directed by the Engineer. Costs of such overexcavation and replacement shall be paid in compliance with the General Conditions of this Specification. P62142SO2200 02200-5 March 2009 City of Fort Worth Westside WTP Project G. Excavation Supports. Furnish, install, monitor and maintain excavation supports as required to protect personnel, the sides of excavations, adjacent structures and utilities. When work in the area is completed, carefully remove supports in a manner that does not endanger or damage the work or surrounding structures, utilities, or property. See Section 01665 for additional requirements. 3.04 PLACEMENT OF EMBANKMENT A. No embankment or fill materials shall be placed until the subgrade has been prepared in accordance with the provisions of Article 3.04B. B. In any proposed fill or embankment areas, existing topsoil, organic matter, and loose fill materials shall be stripped prior to fill placement. Separate fill and organic matter for disposal as specified in Article 3.02. Stockpile topsoil for reuse at the site. Scarify the exposed subgrade to a depth of at least 6 inches and recompact at or near optimum moisture content to an average density of at least 95 percent of Standard Proctor density as measured by ASTM D 698. C. Place common fill embankment material to the grades required. Spread embankment in uniform, loose, relatively horizontal lifts 6 to 8 inches deep. This could require benching of the subgrade in some areas. Adjust the moisture content of the material to -1 to +4 percent of optimum and compact to at least 95 percent Standard Proctor density as determined by ASTM D 698. Under roadways and future roadways, the top 12 inches shall be compacted to at least 98 percent Standard Proctor density as determine by ASTM D698. Field density tests shall be performed on each lift as directed by the Engineer to verify compaction. D. 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 N%=POI 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. E. When the moisture content of the material is below that specified, water shall be added until the moisture content is as specified. When the moisture content of the material is above that specified, the material shall be aerated by blading, discing or other means acceptable to the Engineer until the moisture is as specified. F. Oversized material (rocks and boulders) may be placed in areas away from construction as directed by the Engineer. Oversized material shall be placed in such a manner that nesting of the material will not occur and the oversized material will be completely surrounded by fine material (with maximum dimension less than 3 inches). Oversized material shall be placed in lifts having a maximum thickness of 3 feet. Each lift shall be mixed sufficiently to assure that sufficient fines surround each oversized particle. G. Existing slopes shall be reconstructed as shown on the Drawings. H. No excavation for pipe or any structures shall begin until the surface of the embankment is at least 1 foot above the top of the proposed pipe or footing. ,%./ F62142SO2200 02200-6 March 2009 City of Fort Worth Westside WTP Project I. If the Contractor completes construction of embankments after pipe is installed, the methods adopted shall be acceptable to the Engineer. The pipe shall not be subjected to construction '%Moe equipment loading until at least 2 feet of compacted backfill has been placed over the initial backfill. Compaction equipment shall be operated in a slow and careful manner. Any pipe damaged during construction operations shall be promptly and satisfactorily replaced at the Contractor's expense. 3.05 FILL AND BACKFILL PROCEDURES A. Place fill and backfill materials in lifts to suit the compaction requirements specified. Place to lines and grades, making allowance for settlement and placement of cover materials. B. Do not place fill and backfill on soft, deteriorated, or frozen surfaces, or on surfaces coverd by water, snow or ice. C. Compaction in open areas may be accomplished by compaction equipment, fully loaded trucks, tractor dozers weighing at least 30,000 pounds, or heavy vibratory rollers. Compaction within 5 feet of any structure and in areas where the use of large equipment is impractical shall be accomplished using hand -operated vibratory equipment or mechanical tampers. D. Do not place or compact fill and backfill when moisture content of the materials or surrounding surfaces is too wet for proper compaction. E. Do not backfill outside walls or grade beams until the structures bracing them at the top and bottom have been installed and, in the case of cast -in -place concrete, have achieved their 28-day compressive strength as specified in Section 03300. F. Place fill so that depth is increased uniformly and gradually around the structure. G. Unless otherwise approved by the Engineer, all structure water -tightness tests and dampproof ng/waterproof ng shall be complete before placing backfill. 3.06 ROUGH GRADING A. Grading shall be performed at all places that are indicated on the Drawings, to the lines, grades, and elevations shown and otherwise as directed by the Engineer and shall be performed in such a manner that the requirements for formation of slopes, lines and grades can be followed. During the process of grading, the subgrade shall be maintained in such condition that it will be well drained at all times. B. If at the time of grading it is not possible to place any material in its proper section of the permanent embankment it shall be stockpiled in approved areas for later use. C. The right is reserved to make minor adjustments or revisions in lines or grades if found by the Engineer to be necessary as the work progresses, due to discrepancies on the Drawings or in order to obtain satisfactory construction. D. In cuts, all loose or protruding rocks on the back slopes shall be barred loose or otherwise removed to line or finished grade of slope. All cut and fill slopes shall be uniformly dressed to the slope, cross-section and alignment shown on the Drawings or as directed by the Engineer. NV..i F62142SO2200 02200-7 March 2009 City of Port Worth Westside WIT Project 3.07 FINISH GRADING A. Finish Grading Rough grade compacted fill allowing for a maximum amount of natural settlement and compact. Eliminate uneven areas and low spots. Remove debris, roots, branches, stones, etc., in excess of three inches in size. Remove fill material which has been contaminated with petroleum products. 2. Compact areas which are to receive paving or stabilizing base to sub -grade elevation, and to at least 95 percent and not more than 98 percent maximum dry density. Moisture shall be between optimum and 4 percent above optimum. 3. Bring compacted fill to required levels, profiles and contours. Make changes in grade gradually. Blend slopes into level areas. Finish grade to eliminate rough and low areas to ensure positive drainage. 4. Slope grade away from structures minimum 6-inches in 10-feet unless otherwise indicated on drawings. 5. Where fill to required subgrade elevation is less than 6-inches, scarify to a depth of 6-inches and compact. 6. Cultivate subgrade to a depth of 6-inches where topsoil is to be placed. Repeat cultivation in areas where equipment, used for hauling and spreading topsoil, has compacted subgrades. 7. In areas to be sodded, adjust finish grading accordingly to allow for additional depth of sod. B. Placing Topsoil Place in minimum t6-inches depth up to finished grade elevations in lawn areas Leave plant bed areas six inches low to receive bed mix material as specified in Section 02950. 2. Use topsoil in relatively dry state. Place during dry weather. 3. Import topsoil if necessary. 4. Fine grade topsoil eliminating rough and low areas to ensure positive drainage. Maintain levels, profiles and contours of sub -grades. Rake until surfaces are smooth. 5. Remove stone, roots, grass, weeds, debris and other foreign material while spreading. 6. Manually spread topsoil around trees, plants and building to prevent damage which may be caused by grading equipment. 7. Lightly compact, 90% minimum of maximum dry density as defined by ASTM D698, (Standard Proctor) 0 to 4% above optimum moisture, topsoil after placing. P62142SO2200 02200-8 March 2009 City of Fort Worth Westside WTP Project C. Maintenance **HOW 1. Protect newly graded areas from traffic and erosion; keep free of trash and rubbish. 2. Repair settled, eroded or rutted areas, using additional topsoil upon final acceptance of the facilities. 3.08 REMOVAL OF NON -ENGINEERED FILLS A. Any non -engineered fills encountered during the earthwork shall be completely removed and the underlying natural ground shall be prepared in accordance with these Specifications. 3.09 COMPACTION TESTS A. Where backfill is required to be compacted to a specified density, tests for compliance shall be made by the Owner, at the expense of the Owner, using the test procedure specified in ASTM D 698. Contractor shall provide supplementary testing as required to ensure that all fill and backfill materials conform to the specified compaction requirements. B. In the event such tests reveal non-compliance with the requirements of these Specifications, remove, replace and re -compact unacceptable work until retests indicate that the Work conforms to these Specifications. It is understood and agreed that the making of test shall not constitute an acceptance of any portion of the Work, or relieve the Contractor from compliance with the terms of the Contract Documents and these Specifications. END OF SECTION F62142SO2200 02200-9 March 2009 City of Fort Worth Westside WTP Project SECTION 02221 TRENCHING, BACKFILLING AND COMPACTION PART 1: GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals necessary to perform all trenching for electrical ductwork, pipelines and appurtenances, including drainage, bedding, 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 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, the Contractor may be ordered to 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 whatever. 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 H.B. 1569 of the 71 st Regular Legislative Session. E. Wherever compaction requirements are referred to herein it shall refer to Standard Proctor Density as determined by ASTM D 698. 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. Granular fill materials are included in Section 02230. B. Sedimentation and erosion control is included in Section 02270. C. Loaming and hydroseeding is included in Section 02490. D. Roadways and concrete paving are included in Section 02535. E. Embankment fill procedures and disposal of surplus excavated material is included in Section 02200. F. Trench safety requirements are included in Section 01665. G. Dewatering and Drainage is covered in Section 02140. H. Site/Right-of-Way Preparation is covered in Section 02100. F62142S02221.doc 02221-1 March 2009 City of Fort Worth Westside WTP Project 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, 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. C. While excavating and backfilling is in progress, traffic shall be maintained, and all utilities and other property protected as provided in the Agreement. 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 12-inches nor more than 24-inches greater than the pipe outside diameter. 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 1*ftool 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 gravel 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, the Contractor shall use a smooth -edge bucket to excavate the last one foot 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 trench provided that the material remaining in the bottom of the trench is no more than slightly disturbed. 3.02 DISPOSAL OF MATERIALS A. Refer to Item D-9 in the special conditions for disposal of materials. 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 may order additional supports placed at the expense of the Contractor. Compliance with such order shall not relieve the Contractor from his responsibility for the sufficiency of such supports. Care shall be N%Wool F62142502221.doc 02221-2 March 2009 City of Fort Worth Westside WTP Project 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. 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 gravel backfill. When installing rigid pipe (R.C., D.I., V.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, gravel backfill shall be placed to fill any voids created and the gravel 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 shall be included in the bid items for trench safety and shall include full compensation for driving, bracing and later removal of sheeting. IVRMOVI 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 gravel backfill by ramming with tools especially adapted to that purpose, or otherwise as directed. 3.04 TEST PITS A. The Contractor may be required to excavate test pits 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 therein are completed. All drainage related work shall be performed without damage to the trench, pavement, pipes, electrical conduits, or other utilities and without ,Vamp*, damage to public or private property. F62142S02221.doc 02221-3 March 2009 City of Fort Worth Westside WTP Project 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. D. In no event shall water rise to cause unbalanced pressure on facilities until the concrete or mortar has set at least 24 hours. The Contractor shall prevent flotation of the pipe by promptly placing backfill. E. See Section 02140 for additional requirements. 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 his 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 gravel backfill notwithstanding effective drainage, the subgrade material shall 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 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. Gravel backfill shall then be placed in 6-in. layers thoroughly compacted up to the normal grade of the pipe. N%Wole D. Geotextile filter fabric may be substituted for granular filter layer if approved by the Engineer. Filter fabric shall be Mirafi 140N, Supac equivalent, or approved equal. 3.07 EMBEDMENT A. Embedment for water lines shown on the Drawings shall be using bedding material meeting the requirements of PART 2 of Section 02230. Bedding shall be installed as required for the pipe material selected by the Contractor from those specified for each application. Contractor shall modify the bedding materials as required to meet the selected pipe manufacturer requirements due to pipe design and burial depth. 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 length of the pipe, except immediately at the joint. All embedment and encasement shall extend the full width of the trench bottom. C. In general, pipe embedment shall be as described herein. Compaction shall be verified based on required bedding materials and compaction associated with selected piping. After the pipe has been laid, jointed and inspected, embedment material shall be brought up in mechanically tamped layers not exceeding eight inches in thickness of loose fill, approximately equal on each side of the N%noole F62142502221.doc 02221-4 March 2009 City of Fort Worth Westside WTP Project 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 above the top of 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. Where the pipes are laid in the yard, the remainder of the trench shall be filled with common fill material, as defined in Section 02230, in layers not to exceed 8-in in loose measure and compacted to 85 percent standard proctor density at optimum moisture content +/- 4%. The backfill shall be mounded 6-in above the existing grade or as directed. Where a grass, loam or gravel surface exists prior to excavations in the yard, it shall be removed, conserved and replaced to the full original depth as part of the work under the pipe items. In some areas it may be necessary to remove excess material during the clean-up process, so that the ground may be restored to its original level and condition. C. Where the pipes are laid in paved areas or designated future paved areas, the remainder of the trench above the embedment shall be backfilled with select common fill or select fill material in layers not to exceed 8-in loose measure and compacted at optimum moisture content (+/- 3%) to 95 percent standard proctor density. The top 18-inches below subgrade level shall be compacted at optimum moisture content (+/- 3%) to 100 percent of standard proctor density. D. To prevent longitudinal movement of the pipe, dumping backfill material into the trench and then 14000, spreading will not be permitted until the bedding material has been placed and compacted to a level 1-ft over the pipe. E. Backfill shall be brought up evenly on both sides of the pipe. Each layer of backfill material shall be thoroughly compacted by rolling, tamping, or vibrating with mechanical compacting equipment or hand tamping. 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. F. Compaction shall be by use of hand or pneumatic tamping with tools weighing at least 20 lbs. The material being spread and compacted shall be placed in layers not over 8-in loose thick. If necessary, sprinkling shall be employed in conjunction with rolling or ramming. G. Subject to the approval of the Engineer, fragments of ledge and boulders smaller than 4-in may be used in trench backfill providing that the quantity, in the opinion of the Engineer, is not excessive. Rock fragments shall not be placed until the pipe has at least 2-ft of cover. Small stones and rocks shall be placed in thin layers alternating with earth to insure that all voids are completely filled. Fill shall not be dropped into the trench in a manner to endanger the pipe. H. Bituminous paving shall not be placed in backfill unless specifically permitted, in which case it shall be broken up as directed. Frozen material shall not be used under any circumstances. I. Water jetting will not be accepted as a means of consolidating/compacting backfill. J. All road surfaces shall be broomed and hose -cleaned immediately after backfilling. Dust control 114..i measures shall be employed at all times. F62142S02221.doc 02221-5 March 2009 City of Fort Worth Westside WTP Project 3.09 RESTORING TRENCH SURFACE A. Where the trench occurs adjacent to paved areas, road shoulders, sidewalks, or in cross-country '*ftwo., areas, the Contractor shall thoroughly consolidate the backfill and shall maintain the surface as the work progresses. If settlement takes place, he shall immediately deposit additional fill to restore the level of the ground. B. In paved areas, the edge of the existing pavement to be removed shall be cut along straight lines, and the pavement replaced per Section 02513. 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, the Contractor shall, at his own expense, remove and replace the sod, or shall loam and reseed the surface to the satisfaction of the Engineer. 3.10 RESTRAINED JOINTS FOR FLEXIBLE -JOINT BURIED PIPING A. Restrained joints, designed per AWWA guidelines with friction coefficient =0.25, shall be provided at all vertical and horizontal changes in pipe diameter (reducers), or direction (e.g., tees, bends, elbows and crosses), plugs and valves, or other locations shown on the Drawings, on all buried piping having flexible joints. Joints shall be designed to prevent the pipe from moving when subjected to operating and test pressures. B. Concrete thrust blocks may be used only for special conditions when approved by the Engineer %Mole and in accordance with the Drawings=. END OF SECTION F62142S02221.doc 02221-6 March 2009 City of Fort Worth Westside WTP Project 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. B. Contractor shall verify with the pipe manufacturer the recommended bedding materials associated with the selected pipe material in relation to pipe design, burial depth and vertical loading. Alternative pipe materials are specified as acceptable in specific instances and embedment shall be determined accordingly. 1.02 RELATED WORK A. Earthwork is included in Section 02200. B. Trenching, backfilling and compaction is included in Section 02221 C. Concrete fill is included in Section 03300. D. Flowable fill is included in Section 03650. 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 01300. 1. Gradation test in accordance with ASTM D422. 2. Moisture -density test in accordance with ASTM D698. 3. Atterberg limits (liquid limit, plastic limit and plasticity index) in accordance with ASTM D4318. 4. Unified Soil Classification System identity in accordance with ASTM D2487. F62142502230.doc 02230-1 March 2009 City of Fort Worth Westside WTP Project PART 2: PRODUCTS 2.01 MATERIALS A. All materials noted herein, except Common Fill and Impermeable Clay, shall have a maximum of one percent (1 %) 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. 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. Common Fill shall be placed in loose lifts 8-inches or less in depth (measured before compaction), and compacted at a moisture content in the range of minus 0 to plus 5 percent of optimum moisture content, to at least 95 percent of the standard proctor maximum dry density determined by ASTM D698. C. Select Common Fill shall 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 less than 50 percent fines by weight passing the No. 200 sieve. The material shall classify as SC, SM or SP according to the Unified Soil Classifications System and shall have a Plasticity Index less than 12, and a Liquid Limit less than 35 percent. Select Common Fill shall be placed in loose lifts 8-inches or less in depth (measured before compaction), and compacted at a moisture content in the range of minus 3 to plus 3 percent of optimum moisture contetn, to at least 95 percent of the standard proctor maximum dry density determined by ASTM D698. D. Granular Embedment (Granular Fill) Granular embedment material shall be sandy gravel or blended sand and crushed rock, free from large stones, clay, and organic material. Embedment material shall be a soil classification ofGW, GP, SW, or SP as determined by ASTM D-2487. The embedment material shall be such that when wet, the fine material shall not form mud or muck. The embedment material shall be composed of tough durable particles, reasonably free from thin, flat and elongated pieces, and of suitable quality to insure permanence in the trench. The P.I. of the fines shall not exceed 3. Light weight aggregate is not acceptable for granular embedment. Material used for granular embedment shall have a resistivity of not less than 5000 ohms/cm as measured by ASTM G-57. 1. Granular Embedment For Rigid Pipe: This shall be cohesion less material meeting the following gradation requirements: Sieve Size Sq. Openings 1/2" 3/8" No. 4 No. 8 No. 16 Amount Passing Percent by Weight 100 85 —100 10-30 1-10 0-5 OWN F62142502230.doc 02230-2 March 2009 City of Fort Worth Westside WTP Project 2. Granular Embedment For Semi -Rigid And Flexible Pipe: This shall be cohesion less material meeting the following gradation requirements: Sieve Size Sq_ Openings Amount Passing Percent by Wei lg�lt 1/2" 100 No. 4 25 — 50 No. 50 0 — 20 No. 200 0-5 3. Granular Embedment For Small Pipe (< 4-inch diameter): This shall meet the gradation requirements for semi -rigid pipe specified in Paragraph D.2 above. 4. Pipe Classification a. For the purpose of this specification, "rigid pipe" shall be defined as the following: 1) All diameters Prestressed Concrete Pipe (AWWA C-301). 2) All diameters Ductile Iron Pipe. b. For the purpose ofthis specification, "semi -rigid pipe" shall be defined as the following: 1) Bar -Wrapped Concrete Cylinder Pipe (AWWA C-303). 2) All diameters Steel Water Pipe (AWWA C-200). c. For the purpose of this specification, "flexible pipe" shall be defined as follows: 1) All diameters of PVC Pipe. E. Structural Fill shall consist of sound, durable stone, free of any foreign material, angular in shape, free from structural defects and comparatively free of chemical decay. This material shall comply with TxDOT Item 247, Type B, Grade 3. The size of the particles shall be such that 100 percent of the particles pass a 2 1/2-inch sieve, 90 to 100 percent pass a 13/4-inch sieve, 25 to 70 percent pass allo. 4 sieve, and 15 to 50 percent pass a No. 40 sieve. Material passing the No. 40 sieve shall have a maximum Liquid Limit of 40 and a maximum Plasticity Index of 12. F. 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-inch 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 1/2-inch sieve. G. Select Fill shall consist of non -expansive sandy clay or clayey sand having a liquid limit of 30 or less, a plasticity index of 5 to 15, and not more than 55 percent of the material passing the No 200 sieve.. Select Fill shall be placed in loose lifts 8-inches or less in depth (measured before compaction), and compacted at a moisture content in the range of minus 3 to plus 3 percent of optimum moisture content, to at least 98 percent of the standard proctor maximum dry density determined by ASTM D698. H. Impermeable Clay shall consist of materials classified CL, CH, or OH under the Unified Soil Classification System. F62142502230.doc 02230-3 March 2009 City of Fort Worth Westside WI? Project Impermeable Clay shall be placed in loose lifts 6-inches or less in depth (measured before compaction), and compacted to a permeability of less than 1x10-7 cm/sec using hand -operated equipment I. Drain Rock shall consist of sound, free -draining durable stone, free of organic material, lumps or balls of clay, or other deleterious material. Particle size shall be such that 100 percent ofthe material passes a 2-inch sieve; 95 to100 percent passes a 1 1/2-inch sieve; 50 to 100 percent passes a 3/4-inch sieve; 15 to 55 percent passes a 3/8-inch sieve; 0 to 25 percent passes a Number 4 sieve; and less than 2 percent passes a Number 200 sieve.. Aggregate Base Course (noted as "ABC" on the Drawings) shall consist of "Compacted Select Common Fill" as specified in this Section. PART 3: EXECUTION (NOT USED) END OF SECTION F62142302230.doc 02230-4 March 2009 City of Fort Worth Westside WTP Project 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 protection at storm drain inlets, sediment removal and disposal, device maintenance, removal oftemporary 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. 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 offsite 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 3x5 Hard Stone per Section 02230. 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) 14"' steel anchor plate at bottom. Posts and anchor plates shall conform to ASTM A702. F62142S02270.doc 02270-1 March 2009 City of Fort Worth Westside WTP Project 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 100X 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. The erosion control blanket shall be AMXCO Curlex Blanket as manufactured by American Excelsior Company, Arlington, TX or equal. PART 3: EXECUTION 3.01 INSTALLATION A. Silt Fence 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. Drive metal -stakes, 8 feet on center (maximum) at back edge of trenches. Stakes shall be driven N..Wwl 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. 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 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 manufacturer's instructions. 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 with one row in the center alternately spaced between each side row. Adjoining blankets shall be overlapped and shall utilize a common row of staples to attach. F62142502270.doc 02270-2 March 2009 City of Fort Worth Westside WTP Project 3.02 MAINTENANCE AND INSPECTIONS A. Inspections 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 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 *4100' the Drawings. END OF SECTION F62142502270.doc 02270-3 March 2009 City of Fort Worth Westside WI? Project SECTION 02271 RIPRAP PART 1 GENERAL 1.01 SCOPE OF WORK A. This section provides for furnishing all labor, materials, materials testing, equipment, power, and incidentals to place riprap for slope protection and erosion control in accordance with these specifications. PART 2 PRODUCTS 2.01 FABRICATION A. Stone used for riprap shall be hard, durable, angular in shape, resistant to weather and water action, and shall meet the size distribution requirements indicated in Table 1 for the class as indicated in these specifications. B. The length of each stone shall not exceed shall not exceed three times its width or thickness. Rounded stone or boulders will not be accepted. Shale and stone with shale seams are not acceptable. C. Each load of riprap shall be reasonably well -graded from the smallest to the maximum size specified. D. The minimum density of the stone shall be 150 pounds per cubic foot as computed by multiplying the bulk specific gravity saturated surface — dry basis, determined by AASHTO T85, by 62.5 pounds per cubic foot. E. The stone shall have a percentage of wear not more than 40 when tested as per AASHTO T96. Samples of the larger size stones shall be broken down to provide the smaller (less than 1-1/2- inch) sizes required for the T96 test. F. The stone shall be free from overburden, spoil, shale, and organic material. G. Control of gradation will be by visual inspection. H. The approval of some stone from a particular quarry shall not be construed as constituting the approval of all stone taken from that quarry. F62142SO2271 02271-1 March 2009 City of Fort worth Westside WTP Project Table 1 Rinran gtnne _ Ri7p, ni4rihnfinn Size of Stone In Pounds Maximum Percent of Total Weight Smaller Than the Given Size Class of Stone I II 400 100 300 80 200 100 100 50 75 60 80 40 50 25 10 2 10 2.02 FILTER BLANKET A. Filter blanket shall consist of sand base of the thickness as shown on the drawings. B. Sand for the filter blanket shall be natural sand meeting ASTM C33 requirements for fine aggregate- C. Sand shall meet the size distribution requirements as indicated in Table 2. - Table 2 Filter Material — Size Distribution Sieve Size Percent by Weight Passing 4 inches 100 1-1/2 55 — 85 No. 4 15 — 40 No. 40 0 — 25 No. 200 0-10 2.03 FILTER FABRIC A. Filter fabric shall be used as a continuous base for the filter blanket material. Joints in the filter fabric that are perpendicular to the direction of flow shall overlap a minimum of 12 inches, and the top flap will be a downstream position to prevent water from going under the filter fabric. Joints in the fabric in the direction of flow shall overlap a minimum of two feet. B. Filter fabric shall be made from non -woven material with a weight of 10 oz/yd3 and thickness of 125 mil. F62142SO2271 02271-2 March 2009 City of Fort Worth Westside WTP Project PART 3 EXECUTION 3.01 RlPRAP PLACEMENT A. Slopes and other areas to be protected shall be compacted and dressed to the line and grade as shown on the plans prior to installation of filter fabric. B. Install filter fabric in accordance with manufacturer's recommendations. C. Filter material shall be spread uniformly on the filter fabric to the neat lines indicated on the plans. Contractor shall make necessary precautions to prevent damaging the filter fabric during placement of filter material and rock riprap. Placing of material by methods, which will tend to segregate particle sizes within the filter material will not be permitted. D. Stone shall be placed on the prepared filter material in a manner to reproduce a reasonably well -graded mass with a minimum practicable percentage of voids, and shall be constructed to the lines and grades as shown on the drawings. Stones shall be placed to its full course thickness in a manner to avoid displacing the underlying material. E. The stones shall be roughly dressed to properly bed them and make them fit together so that they shall rest on their longest face. It is not intended to have a specially smooth or even appearance on the outside slope or face as long as the underlying stones are completely covered by the bigger stones. END OF SECTION F62142SO2271 02271-3 March 2009 City of Fort Worth Westside WTP Project SECTION 02360 DRILLED PIERS PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required and install drilled piers, complete as shown on the Drawings and as specked herein. B. Furnish all surveys including layout, inspection and record -keeping incident to drilled piers and as specified herein. 1.02 RELATED WORK A. Earthwork is included in Section 02200. B. Concrete Reinforcement is included in Section 03200. C. Concrete is included in Section 03300. 1.03 SUBMITTALS A. Submit, in accordance with Section 01300, shop drawings and product data showing materials of Nome construction, and details of installation for: 1. Temporary casing driving and drilling mud handling equipment, if proposed for use. 2. Pier numbering drawing, proposed pier installation sequence and procedures. 3. Concrete mix design. 4. Slurry design if needed. 5. Reinforcing steel drawings. B. Statement of Qualifications 1. Submit qualifications of the drilled pier sub -contractor. C. Record Document of each pier installed and furnish signed, typewritten copies. The records shall include, as a minimum, the items below. L. Pier designation number. 2. Pier diameter. 3. Dates and times of drilling commenced and completed. 4. Time delays during installation. F62142SO2360 02360-1 March 2009 City of Fort worth Westside WTP Project 5. Cut-off and tip or bell elevations. 6. Depth of pier penetration into rock. 7. Volume removed from drill hole. 8. Date and time of temporary casing installation, if used. 9. Temporary casing length installed, if used. 10. Date and time of concrete and reinforcing steel placement. 11. Volume of concrete placed in drill hole. 12. Date and time temporary casing withdrawn. 13. Elevation of groundwater, if any. 14. Upon completion of drill hole excavation, deviations from drawing location and from plumb. 1.04 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM) 1. ASTM A252 - Standard Specification for Welded and Seamless Steel Pipe Piles. 2. ASTM C31 - Standard Practice for Making and Curing Concrete Test Specimens in the Field. B. American Welding Society (AWS) 1. AWS D1.1 -Structural Welding Code- Steel C. American Concrete Institute (ACI) 1. ACI 318 - Building Code Requirements for Structural Concrete. 2. ACI 336.1 - Standard Specification for Construction of Drilled Piers. D. OSHA Safety and Health Standards (29 CRF 1926/1910) E. 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. Drilled piers shall conform to the requirements of ACI 336.1 except as modified by this Section. V F62142SO2360 02360-2 March 2009 City of Fort Worth Westside WTP Project B. The foundation sub -contractor shall have at least five years experience in the installation of drilled piers of the type specified herein, including experience with similar subsurface materials, Now water conditions, pier sizes and special techniques required. C. The Contractor shall utilize equipment of the type and capacity required to successfully construct the piers within the time scheduled for the Work and under the Worksite conditions. Drilling equipment shall be capable of installing piers to the required depth and within the specified tolerances without causing disturbance of the surrounding soils. The equipment used to drill holes shall produce holes free from a surface film of weak, disturbed material. D. Work will be performed under the continuous observation of a geotechnical engineer employed by the Owner. The geotechnical engineer will inspect and decide when each drill hole is ready for reinforcing steel installation and concrete placement. 1.06 DELIVERY, STORAGE AND HANDLING A. If used, temporary casings shall be stored off the ground and protected to maintain the casing roundness within 2 percent of the casing diameter. Handling of the casing shall minimize damage and maintain its roundness. 1.07 PROJECT/SITE REQUIREMENTS A. Boring logs are included in Appendix A. The boring logs indicate the soils and conditions at the boring location only and soils conditions can change away from the actual boring location. The boring logs and Geotechnical report are made available to the Contractor for his/her information to be used at his/her own risk. The Contractor is responsible for any conclusions to be drawn Now from the borings including the character of the materials to be encountered and the degree of difficulty to be expected in the performance of the work. The Contractor is encouraged to perform his/her own subsurface investigation. B. It should not be assumed that materials other than those disclosed by the borings will not be encountered or that the proportions and character of the various materials will not vary from those indicated in the boring logs. PART 2 PRODUCTS 2.01 MATERIALS A. Piers shall have a diameter as shown on the Drawings. B. The steel casing, if used, shall meet the requirements of ACI 336.1. C. Welding shall meet the requirements of AWS D1.1. D. Reinforcing steel shall conform to the requirements of Section 03200. 1. Longitudinal reinforcement: deformed bars to ASTM A615, Grade 60. 2. Spiral reinforcement: plain bars to ASTM A615, Grade 60. F62142SO2360 02360-3 March 2009 City of Fort Worth Westside WTP Project E. Concrete shall conform to Class C Concrete in Section 03300 and shall have a slump of about 5- in plus/minus 1-in. PART 3 EXECUTION 3.01 GENERAL A. When piers are located in an area where site grading is required, the piers shall not be installed until the grading has been performed. B. Drilled piers shall be installed to the elevations shown on the Drawings. Drilled piers shall be reinforced concrete. C. Temporary steel casings shall be furnished and placed when necessary to control water or to prevent caving of the hole. Casings, if used, shall be removed from the hole as concrete is placed therein. D. The inside diameter of the casing shall not be less than the specified size of the shaft. Oversized casings may be used if approved beforehand by the Engineer and if they are not detrimental to the structure. No extra compensation shall be made for oversized casings or for the additional concrete and reinforcing steel that may be required in oversized casings or for any other additional work or materials due to the substitution. E. Drilling of a pier shall not commence unless drilling and placing of steel reinforcing and concrete can be completed on the same day. F. Provide gas testing equipment, protective cage, or temporary casing of proper diameter, length and thickness and other safety equipment called for by Federal, State or local laws or regulations for inspection and testing of drilled piers and to protect workman during operations necessitating entry into shaft. Check each drilled pier for toxic and explosive gases prior to personnel entering. 3.02 EXCAVATION A. Drill piers in the locations and to the elevations shown on the Drawings. B. Excavate pier bottoms to a level plane. C. Maintain the stability of shaft sidewalls during drilling operations. This may require underwater excavation, excavation within a steel casing, or excavation utilizing a slurry operation. D. Drill piers in a sequence such that no adjacent pier closer than 20-ft on center is drilled sooner than 24 hours after placement of the concrete. E. Throughout drilling operations, prevent any impulse or sudden movement of drilling equipment which may result in possible ground sloughing. F. Throughout excavation, reinforcing steel and concrete placement and the withdrawal of temporary casings, if employed, take such precautions as he/she deems necessary to prevent sloughing of the drill hole walls. F62142SO2360 02360-4 March 2009 City of Fort Worth Westside WTP Project G. Obstructions shall be removed or cleared by excavation, drilling, chipping or other approved means. Blasting or jetting will not be allowed. 140101, H. If the elevation of the top of the shaft is below ground level at the time of concrete placement, an oversize casing from ground elevation to a point below the top of the shaft will be required to control caving of any material into the freshly placed concrete. The Contractor will be permitted to backfill around the upper portions of the casing with pea gravel or other granular material, but space shall be provided to allow for escape of muck, slurry or water displaced by the concrete. I. After completion of the drilled shaft excavation and prior to the placement of the reinforcing steel cage and concrete, all loose material and debris shall be machine cleaned from the bottoms of the shafts and the bottoms of the shafts shall be tamped. A flight auger or other equipment shall be used for cleaning dry excavations where slurry or ground water is not present. Where slurry or ground water is present, the excavation shall be cleaned with an air lift, bucket auger or similar type of equipment. J. Open excavations that are or deemed by the Engineer to be potentially hazardous shall be covered when work on them is not underway. All open excavations shall be covered at the end of each shift. 3.03 SLURRY A. When slurry is used to maintain an excavation, provide for a specialist, experienced in slurry drilling, to design and monitor the slurry. The Contractor shall remain responsible for the slurry design and control as well as the resulting drilled shaft foundation produced by this method. The slurry shall consist of a stable suspension of commercial bentonite in water. During the drilling operations, monitor the properties of the slurry for conformance to the submitted design criteria. The density of the slurry shall be the minimum required to maintain the excavation. B. The slurry shall be mixed in an approved mixer before being placed into the excavation. No dry material will be allowed to be placed in the excavation and mixed with water by the drilling auger. Slurry ejected during concrete placement may be reused provided that it is screened to remove gravel chips or other granular materials. C. Slurry shall be fed into the excavation as the drilling progresses, keeping the holes filled to the top or maintained within any casing. D. Just prior to placement of the reinforcing steel, conduct tests on the slurry, including samples obtained from the bottom of the excavation, to establish conformance with the submitted criteria. The consistency of the slurry shall be adjusted as required to maintain the excavation and to provide a suitable environment for the concreting operation. Unless otherwise specified on the project plans, at the time of concrete placement, the density and viscosity of the slurry shall conform to the requirements of ACI 336.1. 3.04 SHAFT INSPECTION A. Provide suitable equipment and facilities so that the Engineer may inspect completed drilled shaft excavations and check for alignment and dimensions. B. Provide suitable access and lighting for proper inspection of the completed drilled pier shaft prior 140100, to concrete placement. F62142SO2360 02360-5 March 2009 City of Fort Worth Westside WTP Project C. Reinforcing steel shall not be placed in the drilled shaft excavation until the Engineer has made his/her inspection and given his/her approval. 3.05 REINFORCING STEEL A. The cage of reinforcing steel, consisting of longitudinal bars and spiral reinforcement or lateral ties, shall be completely assembled, tied and placed as a unit immediately prior to placing the concrete. B. If the shaft requiring full depth reinforcement is lengthened, the bars may be lap spliced, spliced by butt welding or connected by other approved procedures. Splices shall be positioned in the lower portion of the shaft. C. The reinforcing cage shall be adequately tied, supported and anchored to maintain a 3-in space between the reinforcing cage and the sidewall of the shaft or casing during the concrete placement. Approved plastic spacers shall be positioned along the cage (or shaft) to insure concentric spacing of the reinforcement. The position of spacers and ties shall be at quarter points around the perimeter, at a maximum of 12-ft vertical intervals and allow clearance for concrete placement and tremie pipes. D. Concrete reinforcement shall be doweled to the pier cap or slab as indicated on the Drawings. 3.06 CONCRETE A. Concrete shall not be placed until the drilled shaft excavation and reinforcement has been inspected by the Engineer and his/her approval has been given. Give no less than one working day notice of concrete placement. B. Concrete shall be placed as soon as practical after the pier excavation is complete and the reinforcing steel is in place. Concrete placement, or concrete less than 24 hours old, shall not be within 20-ft of any pier drilling operation in progress. C. Concrete placement in the shaft shall be continuous to the construction joint indicated on the Drawings. The concrete shall be workable, requiring only minimal vibrating or rodding. Special care shall be exercised during placement to prevent honeycombs and air pockets from forming in the concrete. D. Concrete shall be placed with a concrete pump and delivery tube system sized to provide a placement rate of at least 20 linear feet of pier per hour. The pump shall be capable of maintaining a concrete head of 15-ft at the tip of the delivery tube, and throughout placement the tube tip shall be kept at least 8-in below the concrete surface. E. Stop the concrete placement above the final cut-off elevation shown after all fluids, waste and laitance have been discharged from the shaft. F. As soon as concrete placement is completed in each pier, curing of the concrete surface shall proceed in accordance with the applicable requirement of Section 03300. G. Concrete strength will be checked by taking concrete test cylinders made in conformance with ASTM C31. Four test cylinders shall be cast per pier but not more than one set per truckload and tested in accordance with Section 03300. F62142SO2360 02360-6 March 2009 City of Fort Worth Westside WTP Project 3.07 CASING REMOVAL A. The elapsed time from the beginning of concrete placement in the cased portion of the shaft, until extraction of the casing is begun, shall not exceed one hour. B. During removal of any casing, a head of not less than 5-ft of fluid concrete shall be maintained above the bottom of the casing except at the top of the shaft. Continuously vibrate the casing using a casing vibratory extractor during the casing removal to reduce the potential for concrete to "hang up" to the casing. All contaminated concrete shall be removed from the shaft. If any upward movement of the concrete and/or reinforcing steel occurs at any time during the pulling operation, the following criteria shall govern: 1. If the upward movement is 1-in or less, the casing may continue to be pulled provided no further movement occurs and provided vibrating or rodding is used to reconsolidate the concrete. Vibration or rodding shall not be used in an attempt to break the casing loose for extraction. 2. If the upward movement is greater than one inch, the casing shall be left in place as a permanent sleeve at the Contractors expense. 3.08 CUT-OFFS A. The piers shall be cut-off at the required elevation on a clean and true horizontal plane unless otherwise shown on the Drawings. The concrete shall continue to be chipped back until the resulting surface is sound, uncontaminated concrete. 3.09 TOLERANCES A. Piers shall be installed as close as practicable to the design location. The maximum lateral deviation permitted from the design location at cut-off elevation will be 3-in. The maximum deviation permitted from design cut-off elevation will be plus 1-in and minus 3-in. B. No vertical pier shall be out of plumb by more than 2 percent. 3.10 ACCEPTANCE OF PIERS A. Only piers meeting the requirements of this Section shall be accepted for payment. B. When piers are installed with dimensions outside of the specified tolerances, with concrete not meeting the specified strength, or with any other non -conforming condition, the Engineer will make a determination regarding the proper corrective measures to be taken. Corrective measures may include the removal and replacement of the defective piers, the installation of additional piers at nearby locations, the modification of the foundation over the pier, or other measures the Engineer deems appropriate. C. All corrective measures ordered by the Engineer due to Contractors error shall be done at no additional cost to the Owner. In addition, the Contractor shall pay for all required testing and additional engineering costs including the engineering costs for the evaluation and redesign. F62142SO2360 02360-7 March 2009 City of Fort Worth Westside WTP Project 3.11 CLEANUP A. Remove from the site all shaft waste water, cuttings, slurry and waste material resulting from pier installation. END OF SECTION F62142SO2360 02360-8 March 2009 City of Fort Worth Westside WTP Project SECTION 02490 �..i LOAMING, HYDROSEEDING AND EROSION CONTROL PARTI: 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. B. See Landscape Drawings for additional erosion control requirements for Permanent Ground CoverNegetation. 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. D. Landscape Irrigation System is included in Section 02810. E. Temporary Landscape Irrigation System is included in Section 02811. 1.03 SUBMITTALS A. Samples of all materials shall be submitted for inspection and acceptance as specified herein. 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 sandX loam shall not be acceptable. 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 between7.0 and 8.0 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 �..i No. 10 mesh 95 - 100 F62142502490.doc 02490-1 March 2009 City of Fort Worth Westside WI? Project No. 270 mesh 35 - 75 0.002 mm* 5 - 25 • Clay size fraction determined by pipette or hydrometer analysis. B. 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. C. Fertilizer shall be commercial mixed free flowing granules or pelleted fertilizer, 10-20-10 (N-P205-K20) 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. D. 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 '%MOII 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. E. 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. F. Seed shall be delivered in sealed containers bearing the dealer's guaranteed analysis. G. Fiber 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. H. 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. `%MOII F62142S02490.doc 02490-2 March 2009 City of Fort Worth Westside WTP Project 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. 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 February(') Rye 35 Ibs/acre September through February(') Bermuda (unhulled) 12 Ibs/acre B 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. F62142502490.doc 02490-3 March 2009 City of Fort Worth Westside WTP Project 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. Nftmoll 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 determine 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 Nftwoll siltation of drainageways, the Contractor shall conduct seeding and mulching as soon as he has satisfactorily completed a unit or portion of the project. For the purpose of this project a unit is defined as 10,000 square feet. 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 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 each) 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 with one row in the center alternately spaced between each side row. 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 as approved by the Engineer. Prior to application of topsoil, any N%Wole F62142S02490.doc 02490-4 March 2009 City of Fort Worth Westside WTP Project such materials applied for erosion control shall be thoroughly incorporated into the subgrade by discing. Fertilizer shall be applied prior to spreading of topsoil. 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 F62142502490.doc 02490-5 March 2009 City of Fort Worth Westside WTP Project SECTION 02535 PAVEMENT PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, tools, materials and equipment and perform all work necessary for the construction of aggregate base, asphaltic concrete paving, and concrete paving at the locations shown on the drawings. 1.02 RELATED WORK A. Section 02100: Site Preparation B. Section 02221: Trenching, Backfilling and Compaction C. Section 03100: Concrete Formwork D. Section 03300: Cast -in -Place Concrete 1.03 SUBMITTALS A. Submit proposed mix design for concrete pavement in accordance with Section 01300. 1.04 QUALITY CONTROL A. Standards of the City of Fort Worth Transportation and Public Works (FWTPW): Unless otherwise noted, all paving and surfacing shall conform to the Interim Standard Specifications for the Construction of Roads of the FWTPW. Stone grading designations shall be as shown in FWTPW Specification 312. B. Soil Compaction Testing: Soil compaction testing shall be in accordance with this section and Section 02221. C. Observation and field compaction tests will be conducted during grading as directed by the Engineer in order to provide a basis for quality control and compliance with the specified degree of compaction and proper moisture content. D. Degree of compaction as set forth herein is the ratio, expressed as a percentage of the density of the fill material in the field to the maximum laboratory density of the same material determined by ASTM D1557. PART 2 PRODUCTS 2.01 MATERIALS A. Concrete Paving: Use Class C3 concrete as specified in Section 03300 for all concrete paving. F62142S02535 02535-1 March 2009 City of Fort Worth Westside WTP Project B. Lime Treatment: Lime Treatment shall consist of treating subgrade, subbase, and base material as specified in FWTPW Division 2, Item 210. PART 3 EXECUTION 3.01 INSTALLATION A. General: Roadways and parking areas shall be constructed to the widths, grades, and lines shown. Base courses shall not be constructed until the Engineer has approved the subgrade. The base course shall also be approved prior to the final surfacing operation. Maximum variations in finished grade of base course shall be plus or minus 0.05 feet. B. Subgrade: 1. Subgrade: All areas to be paved shall be graded in accordance with Section 02221. The prepared subgrade shall be scarified to a depth of at least 12 inches and recompacted to at least 95 percent of the maximum density. Six inches (6") of the subgrade shall be lime treated as specified in Paragraph 2.01.C. 2. Aggregate Base: Placing of aggregate base shall comply with and as herein modified. The Contractor may elect to use any method of placing and compacting that will provide a uniformly dense material of a relatively compaction of not less than 95 percent as determined by ASTM Test Method D1557. 3. Prime Coat: Prime coat shall be applied at the approximate rate of 0.20 to 0.50 gallons per square yard. Application shall comply with the City of Fort Worth Transportation and Public Works Specifications. Prior to placement of subsequent material, any excess asphalt which *.-ol has failed to penetrate the surface shall be blotted with clean sand. 3.02 PORTLAND CEMENT CONCRETE PAVEMENT A. Prepare subgrade as specified in Paragraph 3.01.A and 3.01 B. 1, 2 and 3 B. Install reinforcing, as shown on drawings. C. Set forms and place concrete. Pavement thickness shall be as shown on the drawings. Concrete mixing and placement shall be as specified in Section 03300 — Cast -in -Place Concrete. Formwork shall be as specified in Section 03100 — Concrete Formwork. D. Finishing Concrete Pavement: 1. Thoroughly work concrete around reinforcement and embedded fixtures. 2. Provide a mechanical strike and tamping template (jitterbug) the width of the pavement. Shape the template to the pavement section. Strike off concrete with a strike -off screed. Move the strike -off screened forward with combined transverse and longitudinal motion in direction work is progressing, maintaining the screed in contact with the forms, and maintaining a slight excess of materials in front of the cutting edge. Tamp the concrete with a tamping template. F62142SO2535 02535-2 March 2009 City of Port Worth Westside WTP Project 3. Use a longitudinal float to level the surface. 4. After completion of the straightedge operation, finish concrete to match adjacent pavement. If no adjacent pavement, make the first pass of a burlap drag consisting of 4 plies of 10 ounce burlap material as soon as construction operations permit and before the water sheen has disappeared from the surface. Follow this by as many passes as required to produce the desired texture depth. Permit no unnecessary delays between passes. Keep the drag wet, clean, and free from encrusted mortar during use. END OF SECTION F62142SO2535 02535-3 March 2009 City of Fort Worth Westside WTP Projects SECTION 02605 PRECAST REINFORCED CONCRETE PIPE TRENCH PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all plant, labor, materials and equipment required and perform all operations in connection with construction of the precast reinforced concrete pipe trench system complete in place, within the limits shown on the Drawings. 1.02 RELATED WORK A. Earthwork in included in Section 02200. B. Trenching, backfilling and compaction is included in Section 02221 C. Concrete, concrete reinforcement and joints are included in Section 03300. D. Grout is included in Section 03600. 1.03 SUBMITTALS A. Submit, in accordance with Section 0 13 00, prior to fabrication of the pipe trench section sections, shop drawings for the project. The shop drawings shall include, but is not limited to, layout of pipe trench system, dimensions, identification and location of each trench part in the trench layout along with a bill of material. All precast sections furnished under this Contract shall be fabricated in full accordance with the approved shop drawings. B. Prior to fabrication of the precast pipe trench sections, submit design data for pipe trench including drawings, structural design calculations stamped by a professional structural engineer registered in the State of Texas to the Engineer, and concrete design mix for review. 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 C260 - Air -Entraining Admixtures for Concrete. 4. ASTM C494 - Chemical Admixtures for Concrete. 5. ASTM A615 — Standard Specification for Deformed and Plain Billet Steel Bars for Concrete Reinforcement. ,"no, 6. ASTM A496 - Standard Specification for Steel Wire, Deformed, for Concrete Reinforcement. F62142502605.doc 02605-1 March 2009 City of Fort Worth Westside WTP Projects ASTM A497 - Standard Specification for Steel Welded Wire Fabric, Deformed, for Concrete Reinforcement. N*ftlol 8. ASTM A36 - Standard Specification for Structural Steel. 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. The quality of all materials, the process of manufacture, and the finished sections shall be subject to inspection and approval by the Engineer, or other representative of the Owner. Such inspection may be made at the place of manufacture, or on the work site after delivery, or at both places and the materials shall be subject to rejection at any time on account of failure to meet any of the requirements specified herein; even though samples may have been accepted as satisfactory at the place of manufacture. B. Material rejected after delivery to the job shall be marked for identification and shall be removed from the job at once. All materials that has been damaged after delivery will be rejected, and if already installed, shall be acceptably repaired, if permitted, or removed and replaced, entirely at the Contractor's expense. C. At the time of inspection, the materials will be carefully examined for compliance with the ASTM standards, this Section and approved manufacturer's drawings. All trench sections shall be inspected for general appearance, dimension, "scratch -strength", blisters, cracks, roughness, soundness, etc. The surface shall be dense and close -textured. D. Imperfections in trench sections 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 4,000 psi at 7 days and 5,000 psi at 28 days, when tested in 3-in by 6-in cylinders stored in the standard manner. Epoxy mortar may be utilized for repairs subject to the approval of the Engineer. E. Structural design calculations and Drawings shall be prepared and stamped by a professional engineer registered in the State of Texas. PART 2 PRODUCTS 2.01 GENERAL A. Reference to a manufacturer's name and model or catalog number is for the purpose of establishing the standard of quality and general configuration desired. B. Like items of materials/equipment shall be the end products of one manufacturer in order to provide standardization for appearance, operation, maintenance, spare parts and manufacturer's service. C. Cement shall conform to ASTM C150, Type II cement or equal. F62142502605.doc 02605-2 March 2009 City of Fort Worth Westside WTP Projects D. Precast concrete sections shall be properly cured prior to shipping. Precast concrete sections shall not be shipped before concrete has attained 3,000 psi compressive strength. E. Mark date of manufacture, name and trademark of manufacturer on the inside of each precast section. 2.02 PRECAST TRENCH SYSTEM A. The precast reinforced trench system shall be made up of sections of monolithically cast concrete. Each trench section shall have interior dimensions as shown on the Drawings. Contractor shall be responsible for layout fo trench sections and shall submit layout plan for Engineer's review. Each section of trench shall be provided with concrete lid designed for road crossing. The structural design of the trench section shall be based on 300 lbs/sf for top lid live load and AASHTO HS20 loading for the bottom slab. B. Non -air -entraining Portland cement conforming to ASTM C150, Type II or III shall be used, except as otherwise approved in writing by the Engineer. The use of a non -bleeding, water - reducing, dispersing agent may be permitted subject to the specific approval of the Engineer. The use of any other admixture will not be permitted D. Fine aggregate shall consist of washed inert natural sand conforming to the requirements of ASTM C33, except for gradation, with a maximum loss of 8.0 percent when subjected to 5 cycles of the soundness test using magnesium sulfate. E. Coarse aggregate shall consist of well -graded crushed stone or washed gravel conforming to the requirements of ASTM C33, except for gradation, with a maximum loss of 8.0 percent when v subjected to 5 cycles of the soundness test using magnesium sulfate. F. The 28-day compressive strength of the concrete shall not be less than 5000 psi. The concrete mass shall be dense and uniform. G. The precast trench sections shall be placed on a bed of 12-in of screened gravel as described in Section 02221. The gravel shall be spread upon the prepared subgrade and compacted to the required thickness by rollers, crawler tractors or mechanical tampers subject to the approval of the Engineer. Compaction shall continue until the surface is even and true to the proposed lines and grades. H. Joints sealant shall be used to install the trench system. One coat of concrete sealant primer should be applied to all areas where sealant is required. Compress the sealant material to approximately one-half its original thickness to achieve a water-resistant joint. The ends of the trench sections so formed that when the sections are laid together they will make a continuous line of trench sections with a smooth interior free of appreciable irregularities in the flow line. Joint sealant shall be Kent -Seal No. 2 by Hamilton Kent Co., Kent OH or equal. Joint sealant shall conform to Fed. Spec. SS-S-00210 I. Each concrete lid shall be provided with four galvanized pulling/lifter plates. J. Unistrut channels shall be embedded in the trench walls for mounting pipe supports as shown on the Drawings. ...or F62142502605.doc 02605-3 March 2009 City of Fort Worth Westside WTP Projects PART 3 EXECUTION 3.01 LAYING PRECAST TRENCH SECTIONS A. Screened gravel as specified, shall be placed and compacted to give complete vertical and lateral support for the lower section of the trench. Before being lowered into the installation trench, the ends of each trench section shall be cleaned and free from dirt. The trench shall be installed in full accordance with the manufacturer's instructions. B. At the conclusion of the work, thoroughly clean all new trench sections to remove all dirt, stones, pieces of wood or other material which may have entered during the construction period. END OF SECTION F62142S02605.doc 02605-4 March 2009 City of Fort Worth Westside WTP Project SECTION 02613 CONCRETE PRESSURE PIPE AND FITTINGS PART L GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, tools, equipment and incidentals necessaryto install, ready for operation and test concrete pressure pipe and fittings, rubber gaskets, mortar for inside joints for pipe 30-in diameter and larger and for outside joints of all pipe as shown on the Drawings and as specified herein. B. Bar -wrapped concrete pressure pipe (AWWA C-303) may be used for pipe 60-inch diameter and smaller. C. Prestressed concrete cylinder pipe may be used for pipe 36-inch diameter and larger. 1.02 RELATED WORK A. Trenching, backfilling and compacting are included in Section 02221. B. Granular materials are included in Section 02230. C. Valves and appurtenances are included in Sections 02640 and 15100. D. Disinfection is included in Section 01656. 1.03 SUBMITTALS A. Submit shop drawings to the Engineer for review in accordance with Section 0 13 00, 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 and AWWA C 303 for bar -wrapped concrete pressure pipe. D. Test Reports 1. Shop test results as applicable per AWWA C301-92 or AWWA C303-95. 2. Field pressurelleakage tests. F62142502613.doc 02613-1 March 2009 City of Fort Worth Westside WI? Project E. Certificates 1. Prior to shipment of pipe, submit certified affidavit of compliance stating that the pipe for N%Mole 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 bar -wrapped concrete pressure pipe and prestressed concrete cylinder pipe and fittings for use in transporting water. B. All bar -wrapped concrete presure pipe and 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 30-in 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 Bar -wrapped Concrete Pressure Pipe, Steel Cylinder Type (AWWA C303, latest edition) and 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 C651 - Disinfection of Watermains AWWA M-9 - Concrete Pressure Pipe 6. AWWA M-11 -Steel Pipe Guide for Design and Installation 7. AWWA C304 - Design for Prestressed Concrete Cylinder Pipe 8. AWWA C303 - Concrete Pressure Pipe, Bar -Wrapped, Steel Cylinder Type 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. The bar -wrapped concrete pressure pipe and prestressed concrete cylinder pipe manufacturer shall be certified under the ACPPA Quality Assurance Program for meeting the requirements of AWWA C303-95 and 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. F62142502613.doc 02613-2 March 2009 City of Fort Worth Westside WTP Project 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 v 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. PART 2: PRODUCTS 2.01 MATERIALS A. Unless otherwise specified, the design materials and workmanship for pipe shall conform to the requirements of AWWA C303 for bar -wrapped concrete pressure pipe and 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 and C303. B. Concrete pressure pipe and fittings shall be manufactured by Hanson Pipe and 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: v (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 Weight = 130 pounds per cubic foot (b) Ku' = 0.130 3) Live loads shall be calculated as: (a) Pipe in Streets AASHTO H-20 for two trucks passing (b) Pipe within railroad right-of-way Coopers E-80. (c) Both H-20 and E-80 load shall be computed in accordance with the "Concrete Pipe Design Manual' and the "Concrete Pipe Handbook". b. Internal Pressure 2. Design working pressure for the plant piping shall be as follows: v (a) 54-inch Raw Water (R.W) Pipe— 100 psi F62142S02613.doc 02613-3 March 2009 City of Fort Worth Westside WTP Project (b) Treated Water (TW) Pipe (downstream of membranes) — 50 psi (c) 36-inch Potable Water (PW) WS-4 Pipe —150 psi (d) 42-inch Potable Water (PW) WS-3 Pipe —150 psi (e) All other piping —150 psi D. Fittings 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 C 1 of this Section. In addition, under the internal loading conditions described in Section 2.01 C2 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 number 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). Cement mortar used for repair shall have a minimum compressive strength of 3000 psi at 7 days and 4500 psi at 28 days. 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 II and shall be in accordance with ASTM C150. G. The pipe core shall be manufactured by the centrifugal or vertically cast process. 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 Pipe and 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 indicated on the Drawings or as directed by the Engineer, shall be the field welded, clamp type or snap ring type as manufactured by Hanson Pipe and Products, Inc., or approved equal. F62142S02613.doc 02613-4 March 2009 City of Fort Worth Westside WTP Project M. Radii for curved sections as specified on the Drawings may be produced by joint deflection up to 14"01 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 shall be fabricated to the degree of curvature required. O. Pipe fitting hardware, bolt and nut sets, for buried applications shall be Type 316 stainless steel per ASTM F593 and F594. Anti -seize materials shall be applied to installation of all fasteners. ALL bolt and nut sets shall be hexagonal per ASME B18.2.1 with threading per ASME B1.1. Square - head bolts are not acceptable. Flanges, where required, shall be furnished based on specified design and surge allowance pressures specified herein. Flange gaskets shall be 1/8-in thick rubber gaskets (SBR) with cloth insertions. 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. 14&V1 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 digging bells holes at each joint and by tamping granular fill at the side of the pipe to the springline. BLOCKING WILL NOT BE PERMITTED. 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 exceeded. 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 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. F62142502613.doc 02613-5 March 2009 City of Fort Worth Westside WTP Project 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, if required, in crossing utilities or other obstructions which 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 thrust blocks shall be installed at all fittings not provided with approved mechanical restraints as provided herein, and other locations as directed by the Engineer. Minimum bearing area shall be as shown on the Drawings. Joints shall be protected by felt roofmg paper prior to placing concrete. Concrete shall be placed against undisturbed material, and shall not cover joints, bolts or nuts, or interfere with the removal of any joint. Wooden side forms or sand bags shall be provided for thrust blocks. J. Restrained joints shall be installed to the limits indicated on the Drawings or as directed by the Engineer in accordance with applicable provisions of the above. 3.03 TESTING A. Hydrostatic and Leakage Tests Furnish all necessary equipment and labor for carrying out a pressure test on the pipelines. The procedures and method for carrying out the pressure tests shall be approved by the Engineer. 2. Make any taps and furnish all necessary caps, plugs, bulkheads, etc., as required in conjunction with testing portions of the pipe. Furnish test pumps, gauges, meters and any other equipment required in conjunction with carrying out the tests. Hydrostatic pressure and leakage tests shall conform with AWWA M-9. All pipelines shall be subjected to a hydrostatic pressure of 50 percent above the normal operating pressure at the lowest point of the section being tested and this pressure maintained for at least one hour. The amount of leakage which will be permitted shall be in accordance with AWWA C600. 4. Lines which fail to meet the requirements of the test shall be repaired and retested as necessary until test requirements are met. Defective materials, pipes, valves, and accessories shall be removed and replaced. 5. The Owner will supply at no cost to the Contractor a maximum quantity of water for testing purposes equal to 110 percent of the volume of the pipeline. The Contractor shall furnish %Nw, and install the necessary connections which may be required to transport the water to the pipe F62142502613.doe 02613-6 March 2009 City of Fort Worth Westside WTP Project being tested. Additional water required will be provided at the Owner's standard rates for the volume required. NOW 3.04 CLEANING A. At the conclusion of the work, 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 lowest manhole. If, after this cleaning, obstructions remain, they shall be removed. B. After the pipe lines are cleaned and if the ground -water level is above the pipe, or following a heavy rain, the Engineer will examine the pipe for leaks. If defective pipes or joints are discovered at this time, they shall be repaired or replaced. 3.05 DISINFECTION A. Before being placed into service, pipelines which will convey potable water, including backwash water, shall be disinfected in accordance with Section 01656 and AWWA C-651. END OF SECTION F62142502613.doc 02613-7 March 2009 City of Fort Worth Westside WTP Project SECTION 02615 STEEL PIPE, FITTINGS AND SPECIALS PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, material, tools, equipment and incidentals required and install and test steel pipe and fittings, rubber gaskets, mortar for inside joints and wrap outside joints of all buried pipe as shown on the Drawings and as specified herein. B. Cathodic protection details and spacing requirements are shown on the Drawings and as described in Division 15 of the Specifications. C. Buried steel pipe shall be provided with cement mortar coating and lining for this project, as specified herein. 1.02 RELATED WORK A. Trenching, backfilling, and compaction is included in Section 02221. B. Testing of Pipelines is included in Section 01666. C. Disinfection of potable water facilities is included in Section 01656. D. Non -buried steel pipe and fittings are specified in Section 15061. E. Piping specialties are included in Section 15120. F. Buried Valves, Hydrants and Appurtenances are included in Section 02640. 1.03 SUBMITTALS A. Submit shop drawings in accordance with Section 01300. Include dimensioning and technical specifications for all piping, fittings and specials to be furnished. B. Submit shop drawings with a tabulated layout schedule showing the location of each piece, by mark number, for the entire job, method of manufacture and installation of pipe, joint details, fittings and any specials. Design calculations for the conditions specified in Paragraph 1.03D below, shall be submitted with the shop drawings and shall include all formulas used in the calculations, all values of constants used in the formulas in accordance with AWWA C200 and AWWA MI I based on internal pressure, deflection and external loads. C. Prior to shipment of pipe, submit certified test reports that the pipe for the Contract was manufactured and tested in accordance with the AWWA standards specified herein. D. Design Data Pipe and fittings shall be designed in accordance with AWWA C200 and C208, using the following design conditions: a. External Loads F62142502615.doc 02615-1 March 2009 City of Fort Worth Westside WI? Project 1) Weight of earth 130 lbs/cu ft 2) Deflection Lag Factor 1.25 3) Bedding Constant (k) 0.10 4) Soil Modulus E' 1,000 psi 5) Live Load a) Pipe in Streets AASHTO H-20 for two trucks passing. b) Pipe within railroad right-of-way: Coopers E-80. b. Internal Pressure. Design working pressure for the plant piping shall be as follows: 1) Raw Water (RW) Pipe —100 psi 2) Filtered Water (FW) Pipe — 50 psi 3) Potable Water (PW) Downstream of High Service Pumps —150 psi 4) All other piping —150 psi c. Surge Pressure. Surge allowance shall be 50 percent of design working pressure. 2. Pipe and fittings shall be designed with a maximum deflection of the steel cylinder of 2 percent of the internal diameter. 3. Minimum wall thickness - 0.250 (in) or outside diameter/230, whichever is greater. The wall thickness shall be increased, as required, at all bends, fittings and anchorage locations where thrust is transmitted by the pipe. 4. All pipe and fittings dimensions shall be nominal O.D. of the pipe for 12-inch diameter and smaller and shall be actual inside diameter after lining for 14-inch diameter and larger. 1.04 REFERENCE STANDARD A. American Society for Testing and Materials (ASTM) 1. ASTM A139 -Standard Specification for Electric -Fusion (Arc) -Welded Steel Pipe (NPS 4-in and over) 2. ASTM A283 - Standard Specification for Low and Intermediate Tensile Strength Carbon Steel Plates 3. ASTM A570 - Standard Specification for Steel, Sheet and Strip, Carbon, Hot -Rolled, Structural Quality 4. ASTM A572 - Standard Specification for High -Strength Low -Alloy Columbium - Vanadium Structural Steel 5. ASTM C150 -Standard Specification for Portland Cement B. American Water Works Association (AWWA) F62142SO2615.doc 02615-2 March 2009 City of Fort Worth Westside WTP Project AWWA C200 - Steel Water Pipe - 6-in (150-mm) and Larger 2. AWWA C205 - Cement -Mortar Protective Lining and Coating for Steel Water Pipe 4-in and Larger - Shop Applied AWWA C206 - Field Welding of Steel Water Pipe 4. AWWA C207 - Steel Pipe Flanges for Waterworks Service - Sizes 4-in Through 144-in (100mm Through 3600mm) 5. AWWA C209 - Dimensions for Fabricated Steel Water Pipe Fittings 6. AWWA C209 - Cold -Applied Tape Coatings for the Exterior of Special Sections, Connections and Fittings for Steel Water Pipelines 7. AWWA C214 - Tape Coating Systems for the Exterior of Steel Water Pipelines 8. AWWA C600 - Installation of Ductile -Iron Water Mains and Their Appurtenances 9. AWWA C606 — Grooved and Shouldered Joints 10. AWWA C651 — Disinfecting of Water Mains 11. AWWA MI I - Steel Pipe - A Guide for Design and Installation Ift'w C. American National Standards Institute (ANSI) ANSI B 16.1 - Cast Iron Pipe Flanges and Flanged Fittings 2 ANSI B 16.5 - Pipe Flanges and Flanged Fittings D. American Welding Society (AWS) E. American Society of Mechanical Engineers (ASME) F. 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. EXPERIENCE REQUIREMENTS. Pipe shall be the product of one manufacturer which has not less than five (5) years of successful experience manufacturing pipe of the particular type and size indicated, or which has demonstrated an experience record that is satisfactory to the Engineer and Owner. The acceptability of this experience record will be thoroughly investigated by the Engineer, and will be at the sole discretion of the Engineer and Owner. Pipe manufacturing operations (pipe, fittings, lining, and coatings) shall be performed a one (1) location unless otherwise approved by the Engineer. The lining shall be shop applied spun cement mortar lining. The steel pipe �.. manufacturer shall be certified by SPFA or ISO 9001 for steel pipe manufacturing or fabricating. All steel pipe, fittings, etc. shall be produced in the United States. F62142502615.doc 02615-3 March 2009 City of Fort Worth Westside WTP Project B. OWNER TESTING AND INSPECTION Pipe may be subject to inspection by an independent testing laboratory, which laboratory shall be selected and retained by the Owner. Representatives of the laboratory or the Engineer shall have access to the work whenever it is in preparation or progress, the Pipe Manufacturer shall provide proper facilities for access and for inspection. The Pipe Manufacturer shall notify the Owner in writing, a minimum of two (2) weeks prior to the pipe fabrication so that the Owner may advise the manufacturer as to the Owner's decision regarding tests to be performed by an independent testing laboratory. Material, fabricated parts, and pipe, which are discovered to be defective, or which do not conform to the requirements of this specification shall be subject to rejection at any time prior to Owner's final acceptance of the product. 2. The inspection and testing by the independent testing laboratory anticipates that production of pipe shall be done over a normal period of time and without "slow downs" or other abnormal delays. In the event that an abnormal production time is required, the Owner is required to pay excessive costs for inspection, then the Contractor shall be required to reimburse the Owner for such laboratory costs over and above those which would have been incurred under a normal schedule of production as determined by the Engineer. C. FACTORY TESTING The Manufacturer shall perform all tests as required by the applicable AWWA standards and as listed herein. 1. Shop -applied cement mortar linings shall be tested in accordance with AWWA C-205. 2. Hydrostatic Pressure Testing a. Each joint of pipe shall be hydrostatically tested prior to application of lining or coating. The internal test pressure shall be that which results in a fiber stress equal to 75% of the minimum yield strength of the steel used. Each joint of pipe tested shall be completely watertight under maximum test pressure. As a part of testing equipment, the Pipe Manufacturer shall maintain a recording pressure gauge, reference number of pipe tested, etc. The pipe shall be numbered in order that this information can be recorded. b. Fittings shall be fabricated from hydrostatically tested pipe. Fittings shall be tested by hydrostatic test, air test, magnetic particle test, or dye penetrant test. Air test shall be made by applying air to the welds under 10 pounds per square inch pressure and checking for leaks around and though welds with a soap solution. 3. Charpy V-Notch Test. Each heat of steel shall be tested to verify minimum impact values of 25 foot -lb at 300 F. 4. Mill Certification. The Owner will require the Manufacturer to furnish mill test certificates on reinforcing steel or wire, steel plate and cement. The Manufacturer shall perform the tests described in AWWA C-200, for all pipe, fittings and specials. 5. Absorption Test for Mortar Coating. A water absorption test shall be performed on samples of cured mortar costing taken from each working shift. The mortar costing samples shall F62142502615.doc 02615-4 March 2009 City of Fort Worth Westside WTP Project have been cured in the same manner as the pipe. A test value shall consist of the average of a minimum of three samples taken from the same working shift. The test method shall be in ,"mole accordance with ASTM C497, Method A. The average absorption value for any test shall not exceed 9 percent and no individual sample shall have an absorption exceeding 11 percent. Tests for each working shift shall be performed on a daily basis until conformance to the absorption requirements has been established by ten (10) consecutive passing test results at which time testing may be performed on a weekly basis for each working shift. Daily testing shall be resumed fore ach working shift with failing absorption test results and shall be maintained until conformance to the absorption requirements is reestablished by ten (10) consecutive passing test results. 6. Strength Test for Mortar Coating. Tests shall be made of cured mortar costing for the purposes of qualifying the mortar coating machine and the mortar mix design. One inch (1") cubes shall be tested in accordance with ASTM C-1-9. The equivalent cylinder compressive strength of the mortar (0.74 times the cube strength) shall be not less than 5,500 psi in 28 days. PART 2 PRODUCTS 2.01 MATERIALS A. Steel pipe shall be fabricated from steel meeting the requirements of AWWA C-200 and shall be of continuous casting. Steel shall be homogeneous and shall be suitable for field welding, fully killed and fine austenitic grain size. Design stress shall be limited to 50 percent of the yield. °,%no, Yield is based on the Grade of Steel. See Table 4-1 of MI 1. Minimum yield strength shall be 36000 psi. B. Fittings and specials shall be fabricated in accordance with AWWA C200, Section 4. Fittings shall conform to the dimensions of AWWA C208 or may be fabricated into standard pipe lengths. Elbows 0 to 22-1/2 degrees shall be two piece, 23 to 45 degrees shall be three piece, 46 to 67-1/2 degrees shall be four piece and 67.5 to 90 degrees shall be five piece. All tees, laterals and outlets shall be reinforced in accordance with AWWA M-11 Section 19.4 and 19.5, except that crotch plates shall be used for outlet reinforcement for all Pressure Diameter Values, PDV, greater than 6,000. Fittings and specials not detailed on the Drawings shall conform to the details furnished by the manufacturer as approved by the Engineer. C. Flanges shall be in accordance with AWWA C207, Class D, Class E or Class F, as dictated by the design pressure and required surge pressure allowance specified herein. Flange bolt and nut sets shall be provided per AWWA C207 as Type 316 stainless steel per ASTM F593 and F594. Anti -seize materials shall be applied to installation of all fasteners. ALL bolt and nut sets shall be hexagonal per ASME B18.2.1 with threading per ASME B1.1. Square -head bolts are not acceptable. Bolt number and size same as flange standard; studs — same quality as machine bolts; 1/8-in thick rubber gaskets (SBR per AWWA C207) with cloth insertions. D. Thrust at bends, tees, or other fittings shall be resisted by restrained joints. Restrained joints shall be used a sufficient distance from each side of the bend, tee, plug, or other fitting to resist thrust which develops at the design pressure of the pipe. For the purposes of thrust restraint, design pressure shall be 1.5 times the working pressure. Restrained joints shall consist of welded joints for buried piping. The length of pipe with restrained joints to resist thrust forces shall be determined by the Pipe Manufacturer in accordance with AWWA M-11 and the following: F62142502615.doc 02615-5 March 2009 City of Fort Worth Westside WTP Project 1) The weight of earth shall be calculated as the weight of the projected soil prism above the pipe. 2) Soil Density = 110 pcf (maximum value to be used) 3) Coefficient of Friction = 0.30 (maximum value to be used) E. Except for mill -type pipe, the piping shall be made from steel plates rolled into cylinders or sections with the longitudinal and girth seams butt welded or shall be spirally formed and butt welded. There shall be not more than two (2) longitudinal seams. Girth seams shall be butt welded and shall not be spaced closer than 6 feet except in specials and fittings. F. Maximum joint length shall not exceed 40 feet. G. Mechanical couplings where indicated on the Drawings shall be Victaulic Depend-O-Lok Styles E x E (unrestrained), F x F (self -restrained); Dresser Style 38 or equal. Middle ring shall be of a thickness equal to or greater than the thickness of pipe wall. Couplings shall have plain gaskets, Grade 27 and shall be shop coated with Dresser Red "D" or primer compatible with the tape coat system. Dresser couplings shall be furnished complete with bonding wire and brazing cartridges. H. Interior surfaces of all steel pipe, fittings, and specials shall be cleaned and lined in the shop with cement mortar lining applied centrifugally in conformity with AWWA C205. Wire mesh reinforcement shall be used in gunited mortar lining of fittings and specials. I. Cement shall be Type H and shall be in accordance with ASTM C150. J. Non -shrink grout employed in the interior joints shall be Masterflow 713 grout by Master Builders or equal. %MOI K. Mortar Linings and Coatings 1. Welded steel pipe shall be provided with shop -applied cement mortar lining. Welded buried pipe shall be cement mortar coated in the plant. Piping exposed to view shall be painted from the outside as specified herein. Piping that is to be installed below structural slabs and noted to be completely concrete encased shall be furnished with shop -applied prime coat similar to above slab piping in lieu of mortar coating. 2. Shop Applied Cement Mortar Lining. Cement mortar lining shall be applied by centrifugally spinning. Miters, angles, bends, reducers, and other specials shall be lined with mortar applied by hand troweling, mechanical placement, or a method obtaining equivalent results. Linings shall have minimum thickness set forth in AWWA C205. 3. Cement Mortar Coatings. Cement mortar coating for buried pipe shall be in accordance with AWWA C205. The coating shall be shop applied. L. Where harnesses are required for restraining sleeve -type couplings, they shall be in accordance with the requirements of AWWA M-11. Pipe ends for mechanical couplings shall conform to AWWA C200 Section 3.6 and in accordance with manufacturers' recommendations. The shop applied outside coating shall be held back as required for field assembly of the mechanical coupling or to harness lugs and rings. Harness lugs or rings and pipe ends shall be painted with one shop coat of primer compatible with exterior coating and field joint coating materials. The inside lining shall be continuous to the end of the pipe. N"001 F62142502615.doc 02615-6 March 2009 City of Fort Worth Westside WTP Project M. The manufacturer shall supply pipe complete with sufficient struts to maintain the pipe in a round condition and to limit its deflection during storage and transportation to the job site. N. The manufacturer shall supply any insulated adapter where the pipeline is connected to existing prestressed concrete cylinder pipe. 2.02 PIPE JOINTS Pipe ends shall be either rolled spigot rubber gasket joint, Carnegie -shape rubber gasket, lap welded slip joints, butt strap joint, flanged joint, or flexible coupled joint. Pipe ends shall be welded or harnessed where indicated and as necessary to resist thrust forces. A. Rubber Gasket and Joint. 1. Joints shall conform to AWWA C-200 standard. The joints shall consist of a flared bell end formed and sized by forcing the pipe or a pug die or by expanding on segmental dies. The spigot end shall be a rolled spigot or camegie shaped steel joint ring in accordance with AWWA C200 and as shown as Item F or H in Figure 8-1 of AWWA Manual Ml 1, 4th edition. The welded area of bell and spigot pipe ends shall be checked after florming by the dye penetrant or magnetic particle method. The difference in diameter between the I.D. of the bell and the O.D of the spigot should at point of full engagement with an allowable deflection shall be no more than 0.00" to 0.04" as measured on the circumference with a diameter tape. The gasket shall have sufficient volume to approximately fill the area of the groove and shall conform to AWWA C200. The joint shall be suitable for the specified pressure and a deflected joint with a pull of 3/4". Joints shall be of clearances such that water tightness shall be provided under all operating and test conditions with a pipe diameter 11400e deflection of 2%. 2. O-ring joints shall be electrically bonded using bonding wire and brazing cartridges furnished by the pipe manufacturer. Be responsible for checking the continuity of this system before final acceptance. B. Lab Welded Slip Joint. 1. Lap welded slip joint shall be provided in all locations for pipe larger than 60" and where joints are welded for thrust restraint. Ends of pipe, fittings, and specials for field welded joints shall be prepared with one (1) end expanded in order to receive a plain end making a bell and plain end type of joint. Clearance between the surfaces of lap joints shall not exceed 1/8" at any point around the periphery. 2. In addition to the provisions for a minimum lap of 1-1/2" as specified in AWWA C-200, the depth of bell shall be such as to provide for a minimum distance of 1" between the weld and the nearest tangent of the bell radius when welds are to be located on the inside of the pipe. 3. Lap welded slip joints shall be welded from the inside for pipe diameter 42" and larger. Lap welded slip joints may be welded on the insde or outside for pipe diameters smaller than 42". C. Butt Strap Closure Joints F62142502615.doc 02615-7 March 2009 City of Fort Worth Westside WTP Project I. Where necessary to make closure to pipe previously laid, closure joints shall be installed using butt strap joints in accordance with AWWA C-206 and applicable provisions of this specifications. N%0001 D. Flanged Fittings 1. Flanged joints shall be provided at connections to valves and where indicated. Ends to be fitted with slip-on flanges shall have the longitudinal or spiral welds ground flush to accommodate the type of flanges provided. Pipe flanges and welding of flanges to steel pipe shall conform to the requirements of AWWA C-207 and AWWA C-206. Pipe flanges shall be of rated pressure equal to or greater than the adjacent pipe class. Flanges shall match the fittings or appurtenances which are to be attached. PART 3 EXECUTION 3.01 HANDLING PIPE AND FITTINGS A. Pipe shall be transported from the coating plant to the jobsite on padded bunks with nylon tie -down straps or padded banding to adequately protect the pipe and coating. B. Coated pipe shall be handled, stored and shipped in a manner that will prevent damage to the coating. Pipe shall be handled with wide belt slings or rubber padded forklifts. Chains, cables or other equipment likely to cause damage to the pipe or coating shall not be used. C. No metal tools or heavy objects shall be permitted to come into contact unnecessarily with the finished coating. Workmen will be permitted to walk upon the coating only when necessary, in N%0001 which case they shall wear shoes with rubber or composition soles and heels. All pipe and fittings, specials and couplings shall be examined before laying and no piece shall be installed which is found to be defective. Any damage to the coatings shall be repaired as acceptable to the Engineer. D. 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 by the Contractor, at his/her own expense. E. Stored pipe shall at all times be supported on sawdust bags, sand bags, or other suitable support. Bags shall be of sufficient size to prevent contact of the pipe coating with the ground or any other obstruction. Rolling the pipe on the coated surface will not be permitted. 3.02 LAYING STEEL PIPE AND FITTINGS A. Regulate the equipment and construction operations such that the loading of the pipe does not exceed the loads for which the pipe is designed and manufactured. B. Except as otherwise specified herein, pipe and fittings shall be installed in accordance with the requirements of AWWA M11. C. Struts are to be left in the pipe until backfill is complete. D. Permit and aid in the inspection of the coating on the underside of the pipe at the time of installation and shall repair any damage before lowering the pipe into the trench. While being N%0001 F62142502615.doc 02615-8 March 2009 City of Fort Worth Westside WTP Project laid, the pipe shall not be rolled, skidded, or otherwise moved, when it contacts with the ground at any point. 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. Pipe shall be laid with bell ends upstream, unless otherwise approved by the Engineer. F. As soon as the excavation is completed to the bottom of the excavation, place granular fill in the trench. The pipe shall then be firmly bedded in this gravel to conform to the line and grade indicated on the Drawings. The granular fill shall be placed and compacted as specified in the Contract Documents. Blocking under the pipe will not be permitted. G. Granular fill shall be compacted to give complete vertical and lateral support of the pipe. A depression shall be left in the supporting gravel at the joint to prevent contamination of the rubber gasket immediately before being forced home. Before the pipe is lowered into the trench, the bell and spigot shall be cleaned and free from dirt. Gasket and bell shall be lubricated with a vegetable lubricant furnished by the manufacturer. The lubricant shall not be soluble in water, and shall be harmless to the rubber gasket. As soon as the spigot is centered in the bell of the previously laid pipe, it shall be forced home with jacks or come-alongs, if used. After the pipe is brought fuIIy home, the gasket shall be carefully checked for proper position around the full circumference of the joint. The jacks or come-alongs (if used) shall be anchored sufficiently back along the pipeline so that the pulling force will not dislodge the pieces of pipe already in place. H. As soon as the pipe is in place and before the come -along (if used) is released, granular fill shall Iftmol be placed to the top of the pipe for at least one half the length of the pipe. Not until this backfill is placed shall the jacks or come -along (if used) be released. If any motion at joints can be detected, a greater amount of backfill shall be placed before pressure is released. I. 0-ring joints shall be electrically bonded using bonding wire and brazing cartridges furnished by the pipe manufacturer. Field joints shall be wrapped in accordance with AWWA C209. The joints shall be cleaned, primed and wrapped with two wraps of tape with a 35 mil thickness each and holiday tested. K. Any damage to the pipe or the protective coating from any cause during the installation of the pipeline shall be repaired and holiday tested as acceptable to the Engineer at no additional cost to the Owner. L. The interior joints of pipe 30-in in diameter and larger shall be filled with non -shrink grout after backfilling is completed. Non -shrink grout shall be employed. Prior to application the entire joint shall be wetted and the interior concrete mortar allowed to absorb the moisture. A curing agent as recommended by the grout manufacturer shall also be employed subsequent to grout application. M. 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 that recommended by the manufacturer. Fittings, in addition to those shown on the Drawings, shall be provided. F62142502615.doc 02615-9 March 2009 City of Fort Worth Westside WTP Project N. Have on hand a sufficient supply of assorted short pipe lengths, adaptors and any other fittings necessary to prevent delays in pipe laying. O. Where concrete thrust blocks are required by Owner or Engineer, minimum bearing area shall be as directed by the Engineer. Joints shall be protected by felt roofing paper prior to placing concrete. Concrete shall be placed against undisturbed material, and shall not cover joints, bolts or nuts, or interfere with the removal of any joint. Wooden side forms or sand bags shall be provided for thrust blocks. 3.03 FIELD WELDING A. All field welding shall be in accordance with the AWS. Welding for restrained joints shall be a full fillet weld for the entire circumference in accordance with AWWA C206. B. During welding the coating shall be protected by draping an 18-in wide strip of heat resistant material over the top half of the pipe on each side of the coating holdback to avoid damage to the coating by hot weld splatter. No welding ground shall be made on the coated part of the pipe. 3.04 CONNECTIONS TO STRUCTURES A. Wherever a pipe 3-in in diameter or larger passes from concrete to earth horizontally, a minimum of two flexible joints spaced from 2 to 4-ft apart depending on pipe size shall be installed within 2-ft of the exterior face of the wall, whether or not shown on the Drawings. Acceptable flexible joints shall be Victaulic Depend-O-Lok F x F Modified or equal. B. Wall pipes shall have a thrust collar located at mid -depth of wall. C. Piping underneath structures shall be concrete encased. 3.05 CLEANING A. At the conclusion of the laying, and prior to testing, thoroughly clean all of the new pipelines by spraying with water or other means to remove all dirt, stones, wood struts, pieces of wood or other material which may have entered during the construction period. Debris cleaned from the lines shall be removed at construction access manholes or access ports. 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 Engineer will examine the pipe for leaks. If defective pipes or joints are discovered at this time, they shall be repaired or replaced at no additional cost to the Owner. 3.06 TESTING A. Testing shall be done in accordance with Section 01666. 3.07 DISINFECTION OF PIPELINES A. The pipe shall be disinfected according to Section 01656. END OF SECTION F62142502615.doc 02615-10 March 2009 City of Fort Worth Westside WTP Project SECTION 02616 � � BURIED DUCTILE IRON PIPE AND FITTINGS PART 1: GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required and install buried ductile iron pipe and fittings for yard piping complete as shown on the Drawings and as specified herein. 1.02 RELATED WORK A. Trenching, backfilling and compaction is included in Section 02221. B. Granular fill materials are included in Section 02230. C. Testing of pipelines is included in Section 01666. D. Disinfection of potable water facilities is included in Section 01656. E. Trench safety requirements are included in Section 0 166 5. F. Non -buried ductile iron pipe is included in Section 15072. 1.03 SUBMITTALS A. Submit to the Engineer, within thirty days of the Effective Date of the Agreement, the name of the proposed pipe and fitting suppliers and a list of materials to be furnished. B. Submit to the Engineer, as provided in Section 01300, completely detailed working drawings and schedules of all ductile -iron pipe and fittings required. C. Prior to each shipment of pipe, submit certified test reports that the pipe for this Contract was manufactured and tested in accordance with the ASTM and ANSI/AWWA Standards specified herein. 1.04 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM) 1. ASTM A307 - Standard Specification for Carbon Steel Bolts and Studs 60,000 PSI Tensile Strength. B. American Water Works Association (AWWA) 1. AWWA C104 - Cement -Mortar Lining for Ductile -Iron Pressure Pipe and Fittings. 2. AWWA C105 - Polyethylene Encasement for Ductile -Iron Piping for Water and Other Liquids. ,%.►, 3. AWWA C110 - Ductile -Iron and Gray -Iron Fittings, 3-in Through 48-in for Water and Other Liquids. F62142502616.doc 02616-1 March 2009 City of Fort Worth Westside WIP Project 4. AWWA CI I I - Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. 5. AWWA C115 - Standard for Flanged Ductile -Iron Pipe with Threaded Flanges. 6. AWWA C151 - Ductile -Iron Pipe, Centrifugally Cast in Metal Molds or Sand -Lined Molds for Water or Other Liquids. 7. AWWA C153 - Ductile -Iron Compact Fittings, 3-in Through 16-in for Water and Other Liquids. 8. AWWA C600 - Standard for Installation of Ductile -Iron Water Mains and Their Appurtenances. 9. AWWA C651 - Disinfection Water Mains C. American National Standards Institute (ANSI) 1. ANSI B16.1 - Cast Iron Pipe Flanges and Flanged Fittings. 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. Ductile iron pipe shall be provided by a single manufacturer. Ductile iron fitting shall be provided by a single manufacturer, but may be a different manufacturer than that of the ductile iron pipe. Ductile iron fittings shall be provided by the pipe manufacturer, Star, Sigma, or Owner approved manufacturer. All ductile -iron pipe to be installed under this Contract may be inspected at the foundry for compliance with these Specifications by an independent testing laboratory provided by the Owner. The Contractor shall require the manufacturer's cooperation in these inspections. The cost of foundry inspection of all pipe approved for this Contract, plus the cost of inspection of a reasonable amount of disapproved pipe will be borne by the Owner. B. Inspection of the pipe will be made by the Engineer or other representatives of the Owner after delivery. The pipe shall be subject to rejection at any time due to failure to meet any of the Specification requirements, even though pipes may have been accepted as satisfactory at the place of manufacture. Pipe rejected after delivery shall be marked for identification and shall immediately be removed from the job. C. All pipe and fittings shall be manufactured in the United States. F62142S02616.doc 02616-2 March 2009 City of Fort Worth Westside WTP Project PART 2: PRODUCTS 2.01 MATERIALS A. 01 Ductile iron pipe shall conform to AWWA C151, with the pressure class listed below. Pipe Diameter Pressure Class 4 6 8 10 12 14 16 18 20 24 30 36 >36 Ductile iron fittings shall conform to AWWA C110. 350 350 350 350 350 250 250 250 250 200 200 200 200 C. All pipe and fittings shall have a bituminous outside coating in accordance with AWWA C151 and C110, respectively. All pipe and fittings shall be cement -mortar lined and seal coated in accordance with AWWA C104. Cement mortar lining shall be double thickness. D. Joints for buried pipe and fittings shall be push -on or mechanical joints conforming to AWWA C111. E. Restrained joints shall be restrained push -on joints, TR Flex by U.S. Pipe and Foundry; Lok-Fast by American Cast Iron Pipe Company, or approved equal. Joints shall be suitable for 250 psi working pressure and be fabricated of heavy section ductile iron casting. Bolts and nuts shall be galvanized low carbon steel conforming to ASTM A307, Grade B. F. Sleeve type couplings shall be of steel and shall be Style 38 by Dresser Mfg, Div.; Smith -Blair; or approved equal. Couplings shall be furnished with black steel bolts and nuts and with pipe stop removed. Gaskets shall be of a material suitable for exposure to liquid within the pipe. 2.02 POLYETHYLENE ENCASEMENT A. Encasement shall be polyethylene tube conforming to AWWA C105. Class usage shall be: 1. Class A - Natural Color where exposure to weather (including sunlight) is less than 48 hours total before burial. 2. Class C - Black where exposure to weather (including sunlight) may be more than 48 hours. F62142502616.doc 02616-3 March 2009 City of Fort Worth Westside WTP Project B. Exposure to weather shall be kept to a minimum, and in no case shall it exceed 10 days. The Class of polyethylene used shall be approved by the Engineer. PART 3: EXECUTION 3.01 LAYING DUCTILE IRON PIPE AND FITTINGS A. Care shall be taken in loading, transporting and unloading to prevent injury to the pipe, lining or coatings. Pipe or fittings shall not be dropped. All pipe or fittings shall be examined before laying and no piece shall be installed which is found to be defective. Any damage to the pipe linings or coatings shall be repaired as directed by the Engineer. Handling and laying of pipe and fittings shall be in accordance with the manufacturer's instruction and as specified herein. B. 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 required. Ductile iron pipe and fittings shall be installed in accordance with requirements of AWWA C600, except as otherwise provided herein. A firm, even bearing throughout the length of the pipe shall be constructed by placing bedding material per Section 02221 and as shown on the Drawings. Blocking will not be permitted. 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 by the Contractor, at his/her own expense. C. 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 plugs or other approved means. Good alignment shall be preserved in laying. The deflection at joints shall not exceed 75 percent of that recommended by manufacturer. Fittings, in addition to those shown on the Drawings, shall be provided, if required, for crossing utilities or other obstructions which may be encountered upon opening the trench. Solid sleeves shall be used only where approved by the Engineer. D. When cutting pipe is required, the cutting shall be done by machine, leaving a smooth cut at right angles to the axis of the pipe. Cut ends of pipe to be jointed with a bell shall be beveled to conform to the manufactured spigot end. Cement lining shall be undamaged. E. Concrete thrust blocks shall be used on this project except as specifically shown on the Drawings. Where concrete thrust blocks are required, minimum bearing area shall be as shown on the Drawings or as directed by the Engineer. Joints shall be protected by felt roofing paper prior to placing concrete. Concrete shall be placed against undisturbed material, and shall not cover joints, bolts or nuts, or interfere with the removal of any joint. Wooden side forms or sand bags shall be provided for thrust blocks. F. In areas where sufficient soil bearing cannot be achieved, restrained joint pipe shall be used. Provide joint restraint per AWWA Manual M9 guidelines, using friction coefficient =0.25, at all conditions listed in paragraph 3.10 of Section 02221 and other locations as directed by the Owner or shown on the Drawings. 3.02 PUSH -ON JOINTS A. Push -on joints shall be made in accordance with the manufacturer's instructions. Pipe shall be laid with bell ends looking ahead. A rubber gasket shall be inserted in the groove of the bell end of the pipe, and the joint surfaces cleaned and lubricated. The plain end of the pipe to be laid shall then be '%amp" aligned and inserted in the bell of the pipe to which it is to be joined and pushed home with a jack or F62142S02616.doc 02616-4 March 2009 City of Fort Worth Westside WTP Project by other means. After joining the pipe, a metal feeler shall be used to make certain that the rubber gasket is correctly located. 3.03 MECHANICAL JOINTS A. Mechanical joints shall be made in accordance with Appendix A of AWWA C111 and the manufacturer's instructions. Thoroughly clean and lubricate the joint surfaces and rubber gasket with soapy water before assembly. Bolts shall be tightened to the specified torques. Under no conditions shall extension wrenches or pipe over handle of ordinary ratchet wrench be used to secure greater leverage. 3.04 RESTRAINED JOINTS A. Restrained joints shall be installed as required, and/or as shown on the Drawings, to prevent movement of the pipe during testing and normal operation. The joint assemblies shall be made in accordance with the manufacturer's recommendations. 3.05 SLEEVE TYPE COUPLINGS A. Couplings shall be installed where shown. Couplings shall not be assembled until adjoining push -on joints have been assembled. After installation, apply a heavy bitumastic coating to bolts and nuts. 3.06 POLYETHYLENE ENCASEMENT A. The polyethylene encasement shall be installed in accordance with either method specified in AWWA C105. 3.07 TESTING AND CLEANING A. Testing shall be as specified in Section 01666. 3.08 DISINFECTION A. Disinfection shall be as specified in Section 01656. END OF SECTION F62142502616.doc 02616-5 March 2009 City of Fort Worth Westside WTP Project SECTION 02640 BURIED VALVES, HYDRANTS AND APPURTENANCES PART 1: GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required to provide all direct -buried valves, valves in manholes, hydrants and appurtenances complete with actuators and all accessories as shown on the Drawings and as specified herein. B. Valves specifically excluded from this Section are as follows: 1. All interior valves for process piping. 2. All valves for plumbing work. 3. All valves for heating and ventilation work. 4. All valves specifically included with equipment. 1.02 RELATED WORK A. Trenching, backfilling and compacting are included in Section 02221. B. Concrete is included in Division 3. NNW C. Field painting is included in Section 09902. D. Interior process valves and appurtenances are in included in Section 15100 and 15120, respectively. E. Electrical work is included in Division 16. 1.03 SUBMITTALS A. Submit materials required to establish compliance with these Specifications in accordance with Section 01300 for shop drawings. Submittals shall include the following: 1. Manufacturer's literature, illustrations, specifications and engineering data including: a. Dimensions. b. Size. c. Materials of construction. d. Weight. e. Protection coating. f. Actuator weight. g. Calculations for actuator torque where applicable. F62142502640.doc 02640-1 March 2009 City of Fort Worth Westside WTP Project h. Electric Motor Operators - wiring diagram including: (1) Ladder diagrams. (2) Point-to-point wiring. B. Test Reports 1. Four copies of all certified shop test results specified herein. C. Operation and Maintenance Manuals 1. Submit complete operation and maintenance manuals including copies of all approved Shop Drawings. D. Certificates 1. Certificates of compliance where required by referenced standards: For each valve specified to be manufactured and/or installed in accordance with AWWA and other standards, submit an affidavit of compliance with the appropriate standards, including certified results of required tests and certification of proper installation. 1.04 REFERENCE STANDARDS A. Comply with applicable provisions and recommendations of the following, except as otherwise shown or specified. B. American Water Works Association (AWWA) 1. AWWA C502 - Dry -Barrel Fire Hydrants. 2. AWWA C504 - Rubber -Seated Butterfly Valves. 3. AWWA C509 - Resilient -Seated Gate Valves for Water Supply Service 4. AWWA C515 —Reduced-Wall, Resilient -Seated Gate Valves for Water Supply Service C. American National Standards Institute (ANSI) 1. ANSI B 16.1 - Cast -Iron Pipe Flanges and Flanged Fittings. 2. ANSI C111 - Rubber -Gasket Joints for Ductile -Iron and Gray -Iron Pressure Pipe and Fittings. D. American Society for Testing and Materials (ASTM) 1. ASTM A48 - Gray Iron Castings. 2. ASTM A126 - Gray Iron Castings for Valves, Flanges and Pipe Fittings. 3. ASTM A153 - Zinc Coating (Hot -Dip) on Iron and Steel Hardware. 4. ASTM A276 - Standard Specification for Stainless and Heat Resisting Steel Bars and Shapes. N4./ 5. ASTM A536 - Ductile Iron Castings. F62142502640.doc 02640-2 March 2009 City of Fort Worth Westside WTP Project E. Steel Structures Painting Council (SSPC) 1. SSPC SP-6 - Commercial Blast Cleaning. F. 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. Manufacturer's Qualifications Valves and appurtenances provided under this Section shall be the standard product in regular production by manufacturers whose products have proven reliable in similar service for at least five years. If required, the manufacturer shall furnish evidence of installation in satisfactory operation. 2. All units of the same type shall be the product of one manufacturer. B. Design Criteria 1. All valves and appurtenances shall be new and in perfect working condition. Valves shall be designed for continuous use with a minimum of maintenance and service required and shall perform the required function without exceeding the safe limits for stress, strain or vibration. In no case will used or damaged valves be acceptable. The selection of equipment to meet the specified design conditions is the responsibility of the Contractor. Both workmanship and material shall be of the very best quality and shall be entirely suitable for the service '4%001 conditions specified. C. Source Quality Control 1. Valves shall be shop tested in accordance with the following: a. Gate valves: AWWA C509 or C515. b. Rubber -seated butterfly valves: AWWA C504. 2. Obtain each type of valve from the same manufacturer. 3. Plug valves shall be hydrostatically tested for 30 minutes at two times the maximum working pressure, with no evidence of distress, leakage or weeping. Plug valves shall be capable of providing drop -tight shut-off up to the full pressure rating. 1.06 SYSTEM DESCRIPTION A. General 1. Buried valves are used on raw water, filtered water, waste washwater, drainage, sludges, potable water and service water piping. 2. Underground valves shall be of the type shown on the Drawings. 1.07 DELIVERY, STORAGE AND HANDLING N%W A. Deliver materials to the site to ensure uninterrupted progress of the work. F62142502640.doc 02640-3 March 2009 City of Fort Worth Westside WTP Project B. Protect threads and seats from corrosion and damage. Rising stems and exposed stem valves shall be coated with a protective oil film which shall be maintained until time of use. C. Furnish covers for all openings. 1. All valves 3-in and larger shall be shipped and stored on site until time of use with wood or plywood covers on each valve end. 2. All valves smaller than 3-in shall be shipped and stored as above except that heavy cardboard covers may be furnished instead of wood. D. Store equipment to permit easy access for inspection and identification. Any corrosion in evidence at the time of Owner acceptance shall be removed, or the valve shall be removed from the job. E. Store all equipment in covered storage off the ground. 1.08 COORDINATION A. Review installation procedures under other Sections and coordinate with the work which is related to this Section including buried piping installation, site utilities, piping insulation, heating, ventilating and air conditioning, plumbing and chemical feed facilities. B. Coordinate the location and placement of restrained joints or concrete thrust blocks when required. PART 2: PRODUCTS 2.01 GENERAL A. Unless otherwise noted, all manual operating input shafts for valves 4-in diameter and larger shall turn to the right (clockwise) to open the valve. All valve manual actuators, included those for electric motor operators, shall open to the right (clockwise). B. The use of a manufacturer's name and/or model or catalog number is for the purpose of establishing the standard of quality and general configuration desired. C. Valves shall be of the size shown on the Drawings or as noted and as far as possible equipment of the same type shall be identical and from one manufacturer. D. Valves shall have the name of the maker, nominal size, flow directional arrows, working pressure for which they are designed and standard to which they are manufactured cast in raised letters on some appropriate part of the body. The operator open direction shall be cast on the handwheel or stem extension. E. Unless otherwise noted, valves shall have a minimum working pressure of 150 psi or be of the same working pressure as the pipe they connect to, whichever is higher, and suitable for the pressures noted where they are installed. F. Valves shall be of the same nominal diameter as the pipe or fittings they are connected to. Except as otherwise noted, joints shall be mechanical joints, with joint restraint where the adjacent piping is required to be restrained. G. Valves shall be especially constructed for buried service when required. F62142502640.doc 02640-4 March 2009 City of Fort Worth Westside WTP Project H. Buried valves shall have mechanical joints unless noted otherwise or approved by the Engineer. All non -buried valves to be located in valves, manholes, etc., shall be flanged unless otherwise 14ftoo' noted. 2.02 VALVE BOXES A. All gate, butterfly and plug valves shall be provided with extension shafts, operating nuts and valve boxes as follows: 1. Extension shafts shall be Type 304 stainless steel and the operating nut shall be 2-in square. Shafts shall be designed to provide a factor of safety of not less than four. Operating nuts shall NOT be permanently attached to the shafts. 2. Top of the operating nut shall be located 2-in below the rim of the valve box. 3. Valve boxes shall be as manufactured by Clow; Mueller; Tyler; Western Iron Works, or approved equal, and shall be a heavy-pattem cast iron, three-piece, telescoping type box with dome base suitable for installation on the buried valves. Inside diameter shall be at least 4 1/2-in. Barrel length shall be adapted to the depth of cover, with a lap of at least 6-in when in the most extended position. Covers shall be cast iron with integrally -cast direction -to -open arrow. Aluminum and plastic are not acceptable. A means of lateral support for the valve extension shafts shall be provided in the top portion of the valve box. 4. Covers shall have "WATER", "SEWER", "SLUDGE", or "PROTECTED WATER" cast into the top or as appropriate for the respective service of the valve. 5. The upper section of each box shall have a bottom flange of sufficient bearing area to prevent settling. The bottom of the lower section shall enclose the stuffing box and operating nut of the valve and shall be oval. At grade the valve box shall be installed in conjunction with a 4- ft square reinforced (#4 bars at 12" OC EW) concrete pad per the Civil Details. Install concrete pad atop a 12-in layer of drain rock per Section 02200. 6. An approved operating key or wrench shall be furnished. 7. All fasteners shall be Type 304 stainless steel. 2.03 GATE VALVES A. General 1. Valves 2 1/2-in and smaller shall be all bronze construction; valves 3-in and larger shall be iron body, bronze mounted. 2. All gate valves shall conform to the requirements of AWWA C509 or C515, except as may be specifically modified herein. B. Gate valves 2 1/2-in and smaller 1. Screwed ends, solid wedge, rising stem and screwed -in bonnet with minimum non -shock working pressure of 150 psig. 2. Product and Manufacturer: Furnish valves as manufactured by one of the following: a. Jenkins Brothers, Figure 47. ,*moor b. Crane Company, Figure 431-UB. F62142502640.doc 02640-5 March 2009 City of Fort Worth Westside WTP Project C. Gate valves 3-inch and larger. Valves shall be resilient seated gate valves with minimum working pressure of 150 prig. `./ 2. Valves shall be as specified in Paragraph 2.04. 2.04 RESILIENT SEATED GATE VALVES A. Valves shall be manufactured in accordance with AWWA C509 or C515, by American Flow Control; Clow; or Mueller. Clow will only be considered up to and inclusive of 36-in diameter. B. Valves shall be non -rising stem valves and shall be provided with a minimum of two O-ring stem seals. Bypass valves shall be provided if required by the manufacturer for the specified operating pressures. C. Bonnet and gland bolts and nuts shall be either fabricated from a low alloy -steel for corrosion resistance or electroplated with zinc or cadmium. The hot -dip process in accordance with ASTM A153 is not acceptable. D. Wedges shall be totally encapsulated. E. Units shall be, in addition, UL and FM approved. 2.05 TAPPING SLEEVES AND TAPPING VALVES A. Tapping sleeves shall be of cast iron, designated for working pressure not less than 200 psi. Armored end gaskets shall be provided for the full area of the sleeve flanges. Sleeves shall be as manufactured by A.P. Smith Division of U.S. Pipe; Mueller; Clow, or approved equal. Nuts and bolts shall be Type 304 stainless steel. 1*4001 B. Tapping valves shall conform to the requirements specified above for gate valves except that one end shall be flanged and one mechanical, or with two flanged ends as shown on the Drawings. Tapping valves shall be provided with an oversized opening to permit the use of full size cutters. 2.06 PLUG VALVES A. All plug valves shall be of the nonlubricated, eccentric type with bodies and plugs of semi -steel construction. Valves shall be rated for a minimum working pressure of 150 psig. The area at the valve port shall be at least 80 percent of the full pipe area. ALL VALVES SHALL OPEN `RIGHT' OR CLOCKWISE. B. Valves shall have balanced plugs with a resilient facing of neoprene solidly bonded thereto to assure bubble -tight shutoff low torque requirements. C. Seats shall have a welded -in overlay of 90 percent pure nickel on all surfaces contacting the plug face. D. Valves shall be furnished with bolted bonnets and self-adjusting chevron -type packing. Packing shall be replaceable without disassembling the valve or removing the bonnet from the valve. E. Corrosion -resistant, permanently -lubricated bearings shall be provided at both ends of the valve shafts. F. All valves shall be supplied with mechanical joint ends conforming to ASNI B 16.1, Class 125, unless otherwise noted herein. Valves in vaults shall be flanged. G. All exterior hardware on valves shall be of Type 304 stainless steel. F62142502640.doc 02640-6 March 2009 City of Fort Worth Westside WTP Project 2.07 BUTTERFLY VALVES A. Valves shall be manufactured in strict accordance with AWWA C504. Valves shall be bubble tight at rated pressures. Valve discs shall rotate 90 degrees from full closed to open. Operators shall be assembled to the valve by the valve manufacturer. The valve/operator shall be tested as a complete assembly by the valve manufacturer. The manufacturer shall have produced AWWA butterfly valves for a minimum of five years. B. Valve bodies shall be constructed of cast iron ASTM A126, Class B. Valves in vaults shall be flanged. Flange drilling shall be in accordance with ANSI B16.1, Class 150. Laying length shall be short body as listed in AWWA C504. Buried valves shall be mechanical joint end conforming to ANSI C111. C. Valve discs shall be constructed of cast iron ASTM A126 or A48, ductile iron ASTM A536. Disc edge shall be either Ni-chrome or Type 316 stainless steel. D. Rubber valve seats shall be Buna-N. The seat shall be located on the valve disc or in the valve body and MUST be mechanically retained. Seat retaining hardware such as screws and segments shall be 316 stainless steel. Seats must be fully mechanically adjustable for valves 30-inch and larger. E. Valve shafts shall be Type 304 stainless steel, ASTM A276 and shall be of a diameter not less than those listed in AWWA C504, Class 150B. F. Shaft seals shall be furnished where the shaft projects through the valve body. Shaft seals shall be standard split-v type packing. Ift..i G. Valves shall be fitted with sleeve type bearings contained in the trunions of the valve body. Bearing material shall be nylon for valves through 20-in and fiberglass with teflon lining for valves 24-in and larger. H. Valve manufacturer shall furnish and mount operator suitable for buried service. Operators shall be self-locking and suitable for submergence to 20-ft. A 2-in square operating nut shall be furnished. Operator stops shall be capable of withstanding an input of 450 ft lbs. I. All valves shall be hydrostatically and leak tested. J. Valve class shall be AWWA Class 150B with operators sized for bi-directional flow. K. Valves shall be manufactured by one of the following: M&H Valves 2. Val-Matic 3. Crispin/K-Flo 2.08 YARD HYDRANTS A. Yard hydrants shall be located and installed as shown on the Drawings. B. Caution sign, as shown on the Drawings, shall be provided on each yard hydrant connected to plant protected water system. �r F62142S02640.doc 02640-7 March 2009 City of Fort Worth Westside WTP Project 2.09 FIRE HYDRANTS A. Fire hydrants shall be dry -barrel type conforming to the requirements of AWWA C502. Hydrants NW10001 shall be designed such that the hydrant valve closes with line pressure preventing loss of water and consequent flooding in the event of traffic damage. B. Hydrants shall have 6-inch mechanical joint inlet connections, two 2 1/2-inch hose connections and one 4-inch pumper connection. Threads for the hose and pumper connections shall be in accordance with National Standard Thread as per applicable NFPA standards. Hydrants shall be according to manufacturer's standard pattern. Hydrants shall be equipped with "O" ring packing. Each nozzle cap shall be provided with a Buna-N rubber washer. C. Hydrants shall be arranged so that the direction of outlets may be turned 90 degrees without inter- ference with the drip mechanism or obstructing the discharge from any outlet. D. A bronze or rustproof steel nut and check nut shall be provided to hold the main hydrant valve on its stem. E. Hydrant valve opening shall have an area at least equal to that area of a 5 1/4-inch minimum diameter circle and be obstructed only by the valve rod. Each hydrant shall be able to deliver 500 gallons minimum through its two 2 '/Z -inch hose nozzles when opened together with a loss of not more than 2 psi in the hydrant. F. Hydrants shall be designed for installation in a trench that will provide minimum cover as noted on Drawings. Hydrant extensions shall be as manufactured by the company furnishing the hydrants and of a style appropriate for the hydrants as furnished. G. Hydrants shall open by turning operating nut to right (clockwise) and shall be marked with a raised arrow and the work "open" to indicate the direction to turn stem to open hydrant. H. Hydrants shall be furnished with caps, double galvanized steel hose cap chain, galvanized steel pumper hose cap chain, a galvanized steel chain holder and any other hooks and/or appurtenances required for proper use. I. Hydrant operating nut shall be AWWA Standard square type measuring 1 -inch flat to -flat. Hydrants shall be hydrostatically tested as specified in AWWA C502. K. Hydrants shall be one of the models and manufacturers on the Fort Worth Water Department's approved list of fire hydrants; American Darling Valve, Clow Corporation, M&H Valve Company, L. All iron work to be set below ground, after being thoroughly cleaned, shall be painted with two coats of asphalt varnish specified in AWWA C502. Iron work to be left above ground shall be shop painted silver with two coats of paint of quality and color to correspond to the present standard of the Owner. 2.10 CORPORATION STOPS A. Corporation stops shall be brass with Mueller -type threads, not less than 1-inch in diameter and shall be installed where shown, specified or required. B. Furnish corporation stops as manufactured by the following: Mueller Company, Figure H-10003. F62I42S02640.doc 02640-8 March 2009 City of Fort Worth Westside WTP Project 2.11 SURFACE PREPARATION AND SHOP COATINGS A. The interior ferrous metal surfaces, except finished or bearing surfaces, shall be blast cleaned in accordance with SSPC SP-6 and painted with fusion bonded epoxy coating specifically formulated for potable water use. The coating used must appear on the current edition of the United States Environmental Protection Agency's list entitled "Accepted Categories and Subcategories of Coatings, Liners and Paints for Potable Water Usage". B. Exterior ferrous metal surfaces of all buried valves and hydrants shall be blast cleaned in accordance with SSPC SP-6 and given two shop coats of a heavy coal tar enamel or an approved two -component coal tar epoxy paint. C. Exterior ferrous metal surfaces of all non -buried valves shall be shop painted with one coat of primer in accordance with the requirements of Section 09901. PART 3: EXECUTION 3.01 INSPECTION AND PREPARATION A. During installation of all valves and appurtenances, verify that all items are clean, free of defects in material and workmanship and function properly. B. All valves shall be closed and kept closed until otherwise directed by the Engineer. 3.02 INSTALLATION OF BURIED VALVES AND VALVE BOXES A. Buried valves shall be cleaned and manually operated before installation. Buried valves and valve boxes shall be set with the stem vertically aligned in the center of the valve box. Valves shall be set on a firm foundation and supported by tamping pipe bedding material under the sides of the valve. Valves 8-inch and larger shall be set on a lean concrete pedestal as shown in the Standard Detail Drawings. The valve box shall be supported during backfilling and maintained in vertical alignment with the top flush with finish grade. The valve box shall be set so as not to transmit traffic loads to the valve. B. Before backfilling, all exposed portions of any bolts shall be coated with two coats of bituminous paint comparable to Bitumastic No. 50 by Kop-Coat, Inc., and wrapped with polyethylene. C. Install valve floorstand operators with stainless steel bolts. 3.03 INSTALLATION OF TAPPING SLEEVES AND VALVES A. The proper authority shall be contacted and their permission granted prior to tapping a "live" line. The required procedures and time table shall be followed exactly. B. Installation shall be made under pressure and flow shall be maintained. The diameters of the tap shall be a minimum of 1/4-in less than the inside diameter of the branch line. C. The entire operation shall be conducted by workers experienced in the installation of tapping sleeves and valves. The tapping machine shall be furnished by the Contractor. D. Determine the location of the line to be tapped to confirm that the proposed location will be satisfactory and that no interference will be encountered such as joints or fittings. No tap or sleeve will be made closer than three feet from a pipe joint. E. Tapping sleeve and valve with boxes shall be set squarely centered on the line to be tapped. 1%r Adequate support shall be provided under the sleeve and valve during the tapping operation. Thrust blocks or other permanent restraint acceptable to the Engineer shall be provided behind all F62142502640.doc 02640-9 March 2009 City of Fort Worth Westside WTP Project tapping sleeves. Proper tamping of supporting pipe bedding material around and under the valve and sleeve is mandatory for buried installations. F. After completing the tap, the valve shall be flushed to ensure that the valve seat is clean. All proper regulatory procedures (including disinfection) shall be followed exactly. G. Tapping coupons shall be tagged and delivered to the Owner. 3.04 FIELD TESTS AND ADJUSTMENTS A. Conduct a functional field test of each valve, including actuators and valve control equipment, in presence of Engineer to demonstrate that each part and all components together function correctly. All testing equipment required shall be furnished by the Contractor. END OF SECTION F62142502640.doc 02640-10 March 2009 City of Fort Worth Westside WTP SECTION 02811 TEMPORARY LANDSCAPE IRRIGATION SYSTEM PART 1 - GENERAL 1.1 SCOPE: A. Furnish all work and materials, appliances, tools, equipment, facilities, transportation, and services necessary for and incidental to performing all operations in connection with the design, installation, maintenance, and operation of an at -grade temporary landscape irrigation system complete, as specified herein. When the term "Contractor" is used in this section, it shall refer to the Irrigation Contractor. B. Related Work Specified Elsewhere: l . Landscape — Trees, Plants and Ground Cover are in Section 02950. 2. Loaming, Hydroseeding, and Erosion Control are in Section 02490. 3. Irrigation System is in Section 02810. 4. Submittals are in Section 01300. 1.2 QUALITY ASSURANCE: A. The following Codes, Regulations, Reference Standards, and Specifications apply to work included in this section: ASTM: D2241, D2464, D2466, D2564, and D855. B. Complete work of this section shall be performed by Licensed Irrigator registered in the State of Texas with a minimum of 5 years experience in the installation of similar irrigation systems. 1.3 WARRANTY AND MAINTENANCE: A. The Contractor shall warranty material and workmanship for the entire duration for which the temporary irrigation system is installed. B. Maintenance during warranty shall include, but not necessarily be limited to, the following: 1. Adjustment of sprinkler height and plumb to ensure proper coverage of all plant material shown on plans in areas designated for temporary irrigation. 3. Adjustment of head coverage (arc of spray) as necessary. 4. Unstopping heads plugged by foreign material. 5. Adjustment of controller as necessary to insure proper sequence and watering .480, time. 02811.doc 02811-1 March 2009 City of Fort Worth Westside WTP 6. All maintenance necessary to keep the system in good operating order. Repair of damage caused by vandals, other contractors or weather conditions shall be `"' considered extra to these specifications. D. The misplacement, addition or omission of any letter, word or punctuation mark is not to damage the true spirit, intent or meaning of these specifications. 1.4 SUBMITTALS: A. The Contractor shall submit shop drawings or manufacturer's "cut sheet" for each type of sprinkler head, pipe, controller, valves, check valve assemblies, valve boxes, wire, conduit, fittings, and all other types of fixtures and equipment which he proposes as pat of the temporary irrigation system. The Submittals shall include the manufacturer's name, model number, equipment capacity, and manufacturer's installation recommendation, if applicable, for each proposed item. B. No partial submittals will be accepted and submittals shall be neatly bound into a brochure and logically organized. After the Submittals have been approved, substitutions will not be allowed except by written consent of the authorized representative for the City of Fort Worth. C. Shop drawings shall include dimensions, elevations, construction, details, arrangements, and capacity of equipment, as well as manufacturer's installation recommendations. D. Provide proposed layout of temporary irrigation system to confirm coverage and application in accordance with the Drawings. `„.-I 1.5 CODES/PERMITS: A. All work under this section shall comply with the provisions of these Specifications, as illustrated on the accompanying drawings, or as directed by the Construction Manager and shall satisfy all applicable local codes, ordinances, or regulations of the governing bodies and all authorities having jurisdiction over this Project. B. Installation of equipment and materials shall be done in accordance with requirements of the National Electrical Code, City of Fort Worth's Plumbing Code, and standard plumbing procedures. The drawings and these Specifications are intended to comply with all the necessary rules and regulations; however, some discrepancies may occur, the Contractor shall immediately notify the Construction Manager in writing of the discrepancies and apply for an interpretation. Should the discovery and notification occur after the execution of a contract, any additional work required for compliance with the regulations shall be paid for as covered by these Contract documents. C. The Contractor shall give all necessary notices, obtain all permits, and pay all costs in connection with his work; file with all governmental departments having jurisdiction; obtain all required certificates of inspection for his work and deliver to the Construction Manager. D. The Contractor shall include in the work any labor, materials, services, apparatus, or drawings in order to comply with all applicable laws, ordinances, rules, and regulatiuns 1%001 whether or not shown on the drawings and/or specified. 02811.doe 02811-2 March 2009 City of Fort Worth Westside WTP E. The installation of the irrigation system shall be made by an individual or firm duly �.r licensed under Article No. 8751 VTCS, Titled "Licensed Irrigators Act", S.B. No. 259 as passed by the 66th Texas Legislature. 1.6 UTILITIES - LOCATION AND ELEVATIONS: A. Locations and elevations of various utilities included with the scope of this work have been obtained from the most reliable sources available and should serve as a general guide without guarantee to accuracy. The Contractor shall examine the Site and verify to his own satisfaction the locations and elevation of all utilities and availability of utilities and services required. The Contractor shall inform himself as to their relation to the work and the submission of bids shall be deemed as evidence thereof. The Contractor shall repair at his own expense, and to the satisfaction of the Construction Manager, for damage to any utility shown or not shown on the plans. B. Should utilities not shown on the plans be found during excavations, Contractor shall promptly notify the Construction Manager for instructions as to further action. C. Contractor shall make necessary adjustments in the layout as may be required to connect to existing stub -outs, should such stub- outs not be located exactly as shown and as may be required to work around existing work, at no increase in cost to the Owner. All such work will be recorded on record drawings and turned over to the Construction Manager prior to final acceptance. 1.7 ELECTRIC POWER: A. All wiring, conduit, panels, etc associated with installation and operation of the temporary irrigation system shall be provided by the Contractor. Supply of electric power to operate the temporary system controller shall be furnished by the Contractor. Service wiring to the controller cabinet shall be furnished by the Contractor. Coordinate and verify with the Construction Manager prior to installing. 1.8 WATER SUPPLY: A. Connection(s) to the water supply for temporary irrigation shall be coordinated with the Construction Manager and approved by the Engineer. Location of the connection shall be agreed upon by the Owner prior to installation. The Owner will provide water for temporary irrigation upon completion and activation of water supplies associated with pipeline projects described in Division 1. Any irrigation water, prior to the specified scheduled dates for completion of those piping systems, shall be provided by the General Contractor. Temporary irrigation connections shall be downstream of the domestic water meter. PART 2 - PRODUCTS 2.1 GENERAL: A. Contractor shall be responsible for proper workmanship, installation, operation, v appearance and durability of the furnished temporary irrigation system. The system shall be furnished in accordance with these specifications. If in disagreement with any items, 0281 l .doc 02811-3 March 2009 City of Fort Worth Westside WTP methods, or specifications, notify the Construction Manager in writing for a written clarification prior to incorporation of the work. 1%W'1 2.2 BACKFLOW PREVENTER: A. A double gate valve, double check assembly shall Febco Model 850, or an approved equal. The double check assembly shall be sized as appropriate to properly operate the temporary irrigation system in the areas indicated on the plans. B. Construction shall be all brass for sizes 3/4"- 3". C. This assembly shall be installed conformance with the City Plumbing Codes. PART 3-EXECUTION 3.1 INSTALLATION, GENERAL: A Installation Requirements. The Temporary Irrigation system shall operate properly and provide complete coverage and sufficient application of irrigation water to establish and maintain the health of all plant materials including trees, turf, and shrubs in the areas. shown on the plans to receive temporary irrigation water. B. Contractor Responsibility: The Contractor shall not willfully install the temporary irrigation system in areas shown on the drawings when it is obvious in the field that obstructions, grade differences or discrepancies in equipment usage, area dimensions or water pressure exist that might not have been considered in the engineering. Such %wool' obstructions or differences shall be brought to the attention of the Construction Manager in writing. In the event this notification is not performed, the Contractor shall assume full responsibility for any revision necessary. C. In areas where trees are present, pipe alignment will be adjusted on site to provide a minimum clearance of four times the trunk diameter of the tree (at its base) between any tree and any pipe. D. All material and equipment shall be delivered to the Worksite in unbroken reels, cartons or other packaging to demonstrate that such material is new and of a quality and grade in keeping with the intent of these Specifications. 3.2 IRRIGATION METHODS and LAYOUT: A. As much as practical, plants with dissimilar water requirements shall not be irrigated on the same zone. For example, turf grass areas should be on separate zones from trees and/or planting beds. B. On steep grades, an irrigation method with lower precipitation rate shall be zoned separately. C. Different types of irrigation equipment (drip, micro -spray, spray, rotary etc.) shall not be combined on the same zone. Only drip and micro -spray may be combined on the same zone. 02811.doc 02811-4 March 2009 City of Fort Worth Westside WTP 3.3 PIPE INSTALLATION: A. Sprinkler Mains: Sprinkler mains are that portion of piping from water source to electric valves. This portion of piping is subject to surges since it is a closed portion of the sprinkler system. B. Lateral Piping: Lateral piping is that portion of piping from electrical valve to sprinkler heads. This portion of piping is not subject to surges since it is an "open end" portion of the sprinkler system. C. Remove lumber, rubbish, and rocks from piping routes. Provide firm, uniform bearing for entire length of each pipeline to prevent uneven settlement. Wedging or blocking of pipe will not be permitted. Remove foreign matter or dirt from inside of pipe before welding, and keep piping clean during and after laying pipe. D. PVC pipe shall not be installed where there is water in the trench, nor shall PVC pipe be laid when temperature is 40 deg. F or below or when rain is imminent. PVC pipe will expand and contract as the temperature changes. Therefore, pipe shall be snaked from side to side to allow for expansion and contraction. 3.4 PVC PIPE AND FITTING ASSEMBLY: A. Solvent: Use only solvent recommended by manufacturer to make solvent -welded joints following standards noted herein. Thoroughly clean pipe and fittings of dirt, dust, and moisture with an approved PVC primer before applying solvent. B. PVC to Metal Connection: Work metal connections first. Use a non -hardening pipe dope such as Permatex No. 2 or "Teflon" tape on threaded PVC to metal joints. Use only light wrench pressure. C. Threaded PVC Connections: Where required, use threaded PVC adapters into which pipe may be welded. HYDROSTATIC TESTS: A. Pressure Test: After the pipe is laid, the joints completed, leaving the joints exposed for examination, the newly laid piping or any valved section of main pressure line piping shall, unless otherwise specified, be subjected for four hours to a hydrostatic pressure test of normal city water pressure. Each valve shall be opened and closed during the test. Enclosed pipe, joints, fittings, and valves shall be carefully examined during the partially open trench test. Joints showing visible leakage shall be replaced or remade, as necessary. Cracked or defective pipe, joints, fittings, or valves discovered in consequence of this pressure test shall be repeated until the test results are satisfactory. All replacement and repair shall be at contractor's cost. 3.6 CONTROL WIRE INSTALLATION: A. All control wire less than 500 feet in length shall be continuous without splices or joints from the controller to the valves. Connections to the electric valves shall be made within 141mor 18 inches of the valve using dry splice connectors, unless otherwise approved by the Construction Manager in writing. 0281 Ldoc 02811-5 March 2009 City of Fort Worth Westside WTP B. Contractor shall obtain the Construction Manager's approval for wire routing when installed. Control wires may be installed in a common ditch with piping; however, wires N%Wole must be installed a minimum of 4 inches to one side of piping. C. All wire passing under existing or future paving, sidewalk, construction, etc., shall be encased in PVC Schedule 40 conduit extending at least 2 feet beyond edges of paving, sidewalks, or construction. 3.7 POP-UP SPRAY HEADS: A. Pop-up spray heads shall be installed on a Poly nipple directly on to lateral piping as detailed on the Contract drawings. B. Contractor will be required to adjust heads as necessary after establishment of grass or other plant material. 3.8 QUICK COUPLING VALVES: A. Quick coupling valves shall be installed on a swing joint assembly as detailed on the drawings. 3.9 MANUAL VALVES: A. Manual valves shall be sized and located as necessary to isolate piping runs where required. Omm B. Valve boxes shall be provided where needed. 3.10 FINAL ACCEPTANCE: A. After completion of temporary irrigation system installation and maintenance period of one (1) year, and acceptance by the City of Fort Worth's authorized representative, Contractor shall salvage and remove all temporary irrigation system equipment and related apparatus from the project site. 3.11 CLEAN-UP: A. The Worksite shall be thoroughly cleaned of all waste materials and all unused or salvaged materials, equipment, tools, etc. B. After completion of the work, areas disturbed shall be leveled and the Worksite shall be cleaned and left in an orderly condition. END OF SECTION 0281 Ldoc 02811-6 March 2009 City of Fort Worth Westside WTP Project SECTION 02821 ORNAMENTAL SECURITY GATES AND FENCING PART GENERAL 1.01 WORK INCLUDED A. This section specifies the work necessary to furnish and install ornamental security gates and fencing as shown on drawings. B. Furnish and install a complete and functional microprocessor -based vehicular gate operator system as required by the manufacturer. 1.02 RELATED WORK A. This section shall be used in conjunction with the following other specifications and related Contract Documents to establish the total requirements for fence and gates: 1. The Contract 2. Division 1 sections included in the project specifications B. CAUTION: Use of this section without including the above -listed items results in omission of basic requirements. 1.03 SUBMITTALS A. Provide the following within 2 weeks of Contract award: Ift.r 1. Manufacturer's information and specifications for materials, finishes, dimensions, and installation instructions 2. Manufacturer's recommended installation instructions 3. Evidence of fence and gate operator installer qualifications 1.04 QUALITY ASSURANCE A. Fence installation shall be performed by a firm experienced with ornamental fences and gates on projects comparable to this project. B. Fence installation shall meet the wind loading at the location of installation. PART 2 PRODUCTS 2.01 GENERAL " A. Materials shall be new and products of recognized, reputable manufacturers. Used, rerolled, or re -galvanized materials are not acceptable. 2.02 VEHICLE GATE OPERATORS A. Acceptable Manufacturer: Model 1601 (Barrier Gate Operator), Model 9150 (Slide Gate Operator), Door King, Incorporated, Inglewood, California. F62142SO2821 02821 - 1 MARCH 2O09 City of Fort Worth Westside WTP Project 2.03 CONCRETE A. Mix per ASTM C94, Option A. `' 1. Cement: ASTM C150, Type I. 2. Coarse Aggregate Size shall be 1-inch maximum. 3. Minimum Compressive Strength at 28 Days shall be 3,000 psi. 2.04 ORNAMENTAL FENCE AND GATES A. Pickets: ASTM A500 Grade A steel tubular pickets shall be 1-inch x 1-inch, and 16 gauge or thicker. B. Fence Rails: ASTM A500 Grade A steel rails shall be 1-1/2-inch by 1-1/2-inch, and 14 gauge or thicker. C. Fence Posts: ASTM A500 Grade A square steel tubular members shall be 4-inch by 4-inch, and 11 gauge or thicker. D. Panel lengths shall be of equal division of total length, and shall not exceed 8 feet for each panel. E. Gates: All gates shall be constructed in accordance with ASTM F2200-02 with the following criteria: 1. Slide Gates: a. Posts — ASTM A500 Grade A square steel tubular members shall be 4-inch by 4-inch and 11 gauge or thicker. b. Frame — ASTM A500 Grade A steel tubular members shall be 2-inch by 4-inch and 14 gauge or thicker. 1-4=011 2. Swing Gates: a. Posts — ASTM A500 Grade A square steel tubular members shall be 4-inch by 4-inch and'/4-inch wall or thicker. b. Frame — ASTM A500 Grade A steel tubular members shall be 2-inch by 2-inch and 14 gauge or thicker. c. Hinges — 7-inch barrel -type. F. Finish: All pickets, channels, frames, posts, fittings, and accessories shall be coated using a modified alkyd resin primer 3.0 — 4.0 dry film thickness. Sherwin-Williams Kern Kromik B50NZ6 or equal. 2.05 GATE OPERATOR CONTROL SENSORS A. Contractor shall design, furnish, and install gate operator control sensors as necessary for safe and proper operation of all gates. Embedded loop sensors shall be 14 gauge wire with XLPE insulation. PART 3 EXECUTION 3.01 GENERAL A. Install fences and gates in accordance with ASTM F567 (except as modified in this section) and in accordance with fence manufacturer's recommendations as approved by Engineer. Erect fencing in straight lines between angle points. F62142SO2821 02821- 2 MARCH 2O09 City of Fort Worth Westside WTP Project B. Provide necessary hardware for a complete fence and gate installation. ,%now, 3.02 FIELD PREPARATION A. Establish locations of fence lines, gates, and terminal posts. 3.03 POST SETTING A. Driven posts are not acceptable. B. Post Hole Depth: Minimum 2 inches deeper than post embedment depth below finished grade. C. Set posts with minimum embedment below finished grade of 22 inches plus 3 inches for each 1-foot of fence height greater than 4 feet and with top rail at proper height above finished grade. Brace posts as necessary to maintain correct position and plumb until concrete sets. D. Backfill post holes with concrete to 2 inches above finished grade. E. Before concrete sets, crown and finish top of concrete to readily shed water. 3.04 GATES A. Install gates according to manufacturer's written instructions, level, plumb, and secure for full opening without interference. Attach hardware using tamper -resistant or concealed means. Install ground -set items in concrete for anchorage. Adjust hardware for smooth operation and lubricate where necessary. B. Adjust gate to operate smoothly, easily, quietly free of binding, warp, excessive deflection, distortion, nonalignment, misplacement, disruption, or malfunction throughout entire operational range. Confirm that latches and locks engage accurately and securely without forcing or binding. C. Lubricate hardware and other moving parts. D. Installer shall train Owner's personnel on procedures and schedules for starting and stopping, troubleshooting, servicing, and maintaining installed system(s). 3.05 VEHICULAR GATE OPERATORS A. All equipment and work shall meet the requirements of the Door King gate operator model specifications. 3.06 FINISH GRADE A. Furnish and install two-inch deep 3/4 minus aggregate within six inches of both sides of fence line and gate lines. 3.07 ELECTRICAL GROUNDING A. Ground fences in accordance with applicable requirements of IEEE Chapter 2, National Electrical Safety Code. F62142SO2821 02821 - 3 MARCH 2O09 City of Fort worth Westside WTP Project 3.08 FIELD QUALITY CONTROL A. Gate Tests: Prior to acceptance of installed gates and gate operator systems, demonstrate proper operation of gates under each possible open and close condition. END OF SECTION F62142SO2821 02821 - 4 MARCH 2O09 City of Fort Worth Westside WTP Project SECTION 02830 FENCES AND GATES 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. B. Ornamental Security Fencing and Gates are included in Section 02821. 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) lftmw 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-191/1D -Fencing, Wire and Post, Metal (Chain -Link Fence Fabric). , Now F62142S02830.doc 02830-1 March 2009 City of Fort Worth Westside WTP Project 2. Federal Specification RR-F-I91/2D - Fencing, Wire and Post, Metal (Chain -Link Fence Gates). 3. Federal Specification RR-F-191/3D - Fencing, Wire and Post, Metal (Chain -Link Fence 1%walle Posts, Top Rails and Braces). 4. Federal Specification RR-F-191/4D - 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 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 with a 6- %WWI gauge finish black vinyl coating, and be in accordance with ASTM A392. The height of fabric shall be 96-in. Fabric shall be fastened to intermediate posts with No. 6 galvanized steel 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 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), black vinyl coated, and be of the following sizes: a. Comer and Terminal Posts: SP3 (3-in o.d.) b. Line Posts: SP2 (2.375-in o.d.) c. Gate Posts: SP4 (3-in o.d.) d. Rails and Braces: SP1 (1.625-in o.d.) e. Spacing of posts shall not exceed 10-ft. F62142502830.doc 02830-2 March 2009 City of Fort Worth Westside WTP Project D. Gate 1. Gate and hardware shall conform to Federal Specification RR-F-191/21). 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. All gate materials, hardware, etc shall be post -galvanized, black vinyl coated. 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 °4MOV, 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 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 with 6 gauge fmish, black vinyl coating. Fabric shall be attached to tension wire and bottom tension wire shall be attached to mow -strip embedded chain link fabric with 11 gauge galvanized steel hog rings spaced no more than 24-in on center. e. All accessories shall be black vinyl coated. F62142502830.doc 02830-3 March 2009 City of Fort Worth Westside WTP Project 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 3,000 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. B. Fence shall be installed in conjunction with a reinforced concrete mow -strip on the fence interior. Refer to the Civil Details for requirements. END OF SECTION F62142502830.doc 02830-4 March 2009 City of Fort Worth Westside WTP Project SECTION 02950 LANDSCAPE — TREES, PLANTS, AND GROUND COVER PART L GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, equipment taxes, transportation, services and plant materials necessary to complete the planting and maintenance of all trees, shrubs and ground covers in accordance with the plans and specifications. 1.02 DEFINITIONS A. Definitions: 1. AAN: American Association of Nurserymen 2. Provisional Acceptance of Installation: This acceptance will be granted upon completion of installation of all plant material as according to plans and specifications. 3. Final Inspection: The last inspection immediately prior to expiration of the maintenance period. 4. Owner: The City of Fort Worth 1.03 QUALITY ASSURANCE `..i A. Reference Standards 1. American Joint Committee of Horticultural Nomenclature: Standardized Plant Name, Second Edition, 1942. 2. American Association of Nurserymen, Inc., American Standard for Nursery Stock,1973 (ANSI Publication 260.1-1973). 3. Official Method of Analysis of the Association of Official Analytical Chemists (AOAC). B. Substitutions 1. Install substitutions only upon written approval of the Owner. 2. Submit substitutions possessing same characteristics as plant or material indicated. 3. Do not substitute plants of less cost than plant indicated. 4. Where larger plants are substituted by Contractor, substitute plants of greater value without any additional cost to the Owner. F62142502950.doe 02950-1 March 2009 City of Fort Worth Westside WTP Project C. Quality Control 1. Contractor shall be responsible for all plant material shown on plans. Submit documentation to u the Owner within fourteen (14) days after award of contract that all plant material is available. Any and all substitutions due to unavailability must be requested in writing prior to confirmation and ordering. All plant material shall be subject to inspection and approval by the Owner at place of growth or upon delivery to the site for conformity to the specifications. Such approval shall not impair the right of inspection and rejection during progress of the work. 2. The contractor shall submit specifications of any item being used on -site upon the request of the Owner. 3. At least one plant of each species delivered to the site will have an identification tag from the supplying nursery showing common and botanical plant names. Do not remove tag until after final inspection. 1.04 CERTIFICATES A. Certificates 1. Submit certificates of inspection with invoice. 2. File certificates with Owner prior to material acceptance. B. Maintenance Instructions 1. Submit written maintenance schedule for maintaining plant material after completion of job to Owner before the final inspection. 1.05 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Preparation for delivery 1. Balled and Burlapped (BB) Plants a. Dig and prepare for shipment in manner that will not damage root, branches, shape and future development after planting. b. Ball with firm, natural ball of soil. c. Wrap ball firmly with burlap. d. Ball size with ratios: 1) Conform to ANSI standard sizes and plant list. 2) If conflict occurs, notify Owner. 3) Collected plants shall be 10% greater in diameter than nursery grown. 2. Pack plant material to protect against climatic, seasonal, and breakage injuries during transport. F62142S02950.doc 02950-2 March 2009 City of Fort Worth Westside WTP Project 3. Securely cover plant tops with tarpaulin or canvas to minimise wind whipping and drying. Use antidesiccant as needed. 4. Pack and ventilate to prevent sweating of plants during transit. Give special attention to insure prompt delivery and careful handling to point of delivery at planting job site. B. Delivery 1. Deliver fertilizer to site in original unopened containers bearing manufacturer's guaranteed chemical analysis, name, trademark and conformance to state law. 2. The Contractor shall furnish the Owner with two (2) copies of receipts for all amendments specified herein. 3. Deliver all plants with legible identification labels. 4. Protect plant material during delivery to prevent damage to root ball or desiccation of leaves. The Contractor shall notify the Owner in advance of delivery of all plant materials and shall submit an itemized list of the plants in each delivery. C. Storage 1. Protect roots of plant material from drying or other possible injury with soil or acceptable material. 2. Store plant material in the shade and protected area from the weather. 3. Maintain and protect plant material not to be planted immediately upon delivery in a healthy, vigorous condition. 4. Erect temporary fence and store material inside in a manner approved by Owner. D. Handling 1. The Contractor is cautioned to exercise care in handling, loading, unloading and storing of plant material. Plant materials that have been damaged in any way will be discarded and if installed, shall be replaced with undamaged materials at the Contractor's expense. 2. Do not drop plants. 3. Do not pick up container or balled plants by stems or trunks. 4. Lift and handle balled plants from bottom of ball. 1.06 JOB CONDITION A. Protection Before excavations are made, take precautionary measures to protect lawn areas driven over by vehicles and where soil is temporarily stacked F62142502950.doc 02950-3 March 2009 City of Fort Worth Westside W'rP Project B. Scheduling 1. Perform actual planting only when weather and soil conditions are suitable in accordance with I*ft.i locally accepted practice. 2. Install trees, shrubs, and ground cover prior to lawn installation. 3. Coordinate special scheduling with Landscape Irrigation Contractor. 1.07 SAMPLES AND TESTS A. Owner reserves the right to take and analyze samples of materials for conformity to specifications at any time. B. Contractor shall furnish samples upon request by Owner. Rejected material shall be immediately removed from the site at Contractor's expense. Cost of testing materials not meeting specifications shall be paid by Contractor. 1.08 GUARANTEE AND MAINTENANCE A. Provisional Acceptance 1. The Contractor shall request provisional acceptance in writing ten (10) days before the anticipated date. 2. Planting's type, size and number shall be approved by the Owner as being in accordance with plans and specifications. 3. Any plant required under this contract that is dead, not true to its name or size as determined by the Owner in conjunction with the Contractor shall be removed from the site and replaced at no additional cost to the Owner. B. Guarantee Period 1. One year guarantee period of planting shall begin immediately after written provisional acceptance. C. Maintenance Period 1. Maintain all planting areas until acceptance by Owner. 2. All replacement of plant material during 90-day period shall be with original size and planting mixture as shown on the plans. 3. Repair all damage to plants and/or lawns at no additional expense to the Owner. 4. Maintenance shall consist of but not be limited to: a) Weeding b) Watering F62142S02950.doc 02950-4 March 2009 City of Fort Worth Westside WTP Project c) Pruning (as directed by Owner) 14,.01 d) Spraying e) Fertilizing D. Final Acceptance 1. Ten days prior to the end of the maintenance period the Contractor shall send written notice to the Owner requesting a final inspection. At this inspection, all plants must be in healthy growing condition, weed free, pruning complete, staking and guying secure, sprinkler risers vertical, and irrigation performing as per manufacturer's description. Acceptance shall follow upon meeting these requirements. PART 2: PRODUCTS 2.01 MATERIALS A. Plant Material 1. Plants shall be in accordance with the Texas State Department of Agriculture's regulation for nursery inspections, rules and rating. All plants shall have normal habit of growth and shall be sound, healthy, vigorous and free of insect infestations, plant diseases, sunscalds, windburn, knots, injuries, fresh abrasions of the bark, excessive abrasions, or other objectionable disfigurements. Tree trunks shall be sturdy and have well "hardened" systems and vigorous and IftEw fibrous root systems which are not root or potbound. 2. Where container -grown plants are from several sources, the roots of not less than two plants of each species or variety from each source will be inspected. In the case sample plants inspected are found to be defective, the Owner reserves the right to reject the entire lot or lots of plants represented by the defective samples. The owner is the sole judge as to acceptability. Any plants rendered unsuitable for planting because of this inspection will be considered as samples and will be provided at the expense of the Contractor. 3. The size of the plants will correspond with that normally expected for species and variety of commercially available nursery stock or as specified on plans. The minimum acceptable size of all plants measured before pruning with the branches in normal position shall conform with the ANSI Standards. Plants larger in size than specified may be used with the approval of the Owner, but the use of larger plants will make no change in contract price. If the use of larger plants is approved, the ball of earth or spread of roots for each plant will be increased proportionately. 4. All plants not conforming to the requirements herein specified shall be considered defective and such plants, whether in place or not, shall be marked as rejected and immediately removed from the site of the work and replaced with new plants at the Contractor's expense. At no time shall trees or plant materials be pruned, trimmed or topped prior to delivery and any alteration of their shape shall be conducted only with the approval and when in the presence of the Owner. F62142S02950.doc 02950-5 March 2009 City of Fort Worth Westside WTP Project 6. Plant materials shall be true to botanical and common name and variety. 7. Nursery Grown and Collected Stock a) Grown under climatic conditions similar to those in locality of project. b) Container -grown stock in vigorous, healthy conditions, not-rootbound or with root systems hardened off. c) Use only liner stock plant material which is well established in removable containers or from homogeneous soil conditions. d) If required, provide proof that material was nursery grown. All rejected stock shall be replaced at Contractor's expense. 8. Trees a) Single straight trunks unless indicated otherwise. b) Trees with weak, thin trunks not capable of support will not be accepted. 9. Method Options a) Container -grown in lieu of balled and burlapped. b) Balled and burlapped in lieu of bare -root. c) Nursery -grown in lieu of collected. B. Topsoil 1. Provide only if existing soil at the site is not a sufficient amount. 2. Sandy loam from an approved source by the Owner. 100% passing through a 1" screen. Sand (2.000 mm to 0.50 mm) 40%-50%. Silt (0.050 mm to 0.005 mm) 30%-40%. Clay (0.0005 mm and smaller) 10%-30%. 3. Free of subsoil, brush, stumps, roots, organic litter, objectionable weeds, clods, shale, stones 2 inches minimum dimension or larger, or other material harmful to grading, planting, plant growth, or maintenance operations. 4. Presence of vegetative parts of Bermuda grass, Johnson grass, nut grass, (Cyperus rotundus), and other hard to eradicate weeds or grass will be cause for rejection of topsoil. C. Commercial Fertilizer 1. Uniform composition F62142502950.doc 02950-6 March 2009 City of Fort worth Westside WTP Project 2. Pellitized 3. Containing following minimum percentage of plant food by weight: a) Available nitrogen: 12% b) Available phosphoric acid: 6% c) Available potash: 6% D. Mulch and Soil Container 1. Pine bark mulch E. Sharp Sand 1. Clean, washed sand, fine to coarse sizes. F. Root Activator 1. Carl Root Activator or an approved equal. G. Water 1. Potable, available on -site. Contractor shall furnish temporary hoses and I••i connections as required.. H. Tree Paint 1. Morrison Tree Seal, Cabort Tree Paint, or an approved equal.. I. Pre -Emergence Herbicide 1. Surflan or an approved equal. PART 3: EXECUTION 3.01 INSPECTION A. Contractor shall verify that established grades are correct and determine locations of all underground utilities prior to excavation of planting. B. Contractor shall see that all planting areas are free of all weed and foreign materials prior to beginning planting. C. Contractor shall inspect trees, for injury, insect infestation, and trees for improper size and shape. C. Contractor shall not begin planting until deficiencies are corrected, or plants replaced. To begin ..i work indicates acceptance of site conditions. F62142502950.doc 02950-7 March 2009 City of Fort Worth Westside WTP Project 3.02 PLANT LOCATIONS AND MEASUREMENTS A. Stake outline of planting beds on ground prior installing edging. B. Stake locations of trees. C. Place shrubs and ground cover in indicated locations. D. Notify Owner of discrepancies between plants indicated on the plans and the actual conditions prior to planting. E. Plants and locations will be approved by Owner prior to planting. 3.03 FINAL GRADES A. Minor modifications to grade may be required to establish the final grade. B. Fine grading shall insure proper drainage of the site as determined by Owner. C. Disposal of any unacceptable or excess soil shall be done at an off -site location as approved by Owner. 3.04 EXCAVATION FOR PLANTING A. Pits 1. Shape: N..001 a) Vertical sides and bottom sloping to one corner. b) Plant pits to be square or circular. 2. Size for trees: Two (2) feet wider and six (6) inches deeper than plant ball. 3. Size for Balled and Burlapped Shrubs: One (1) foot wider and six (6) inches deeper than ball. B. Obstructions below Ground 1. Remove rock or underground obstructions to depth of six (6) inches below bottom of plant ball or root when plant is properly set at the required grade. Use aluminum tree pit of 4 feet depth in rock areas. 2. If underground obstructions cannot be removed, notify Owner for new instructions. 3. Avoid damaging underground utility lines. 4. repair damage to existing utilities at no additional expense to the Owner. C. Dispose of Excess Soil 1. Use acceptable excess excavated topsoil for filling holes, pits, and beds as directed by the Owner. `•i F62142S02950,doc 02950-8 March 2009 City of Fort Worth Westside WT? Project 2. Dispose of unacceptable or unused excess soil at an off -site location as directed by Owner. 3.05 PREPARATION A. Soil Preparation 1. Planting mixture for trees shall consist of the following materials (per ten (10) cubic yards): a) Topsoil — 5 cubic yards b) Pine bark mulch — 3 cubic yards c) Commercial fertilizer — 5 pounds d) Sharp sand — 2 cubic yards 2. At time of planting, the top two (2) inches of all areas to be planted shall be free of stones, stumps, or other deleterious matter one (1) inch diameter or larger and shall be free from all wire, plaster or similar objects that would be a hindrance to planting or maintenance. 3. Pre -Emergence Herbicide a) Apply after planting at rates recommended by manufacturer. 3.06 PLANTING INSTALLATION A. General 1. Actual planting shall be performed during those periods when weather and soil conditions are suitable and in accordance with locally accepted practice, as approved by the Owner. 2. Only as many plants as can be planted and watered on that same day shall be distributed in a planting area. 3. Containers shall be opened and plants shall be removed in such a manner that the ball of earth surrounding the roots is not broken and they shall be planted and watered as herein specified immediately after removal from the containers. Containers shall not be open prior to placing the plants in the planting area. 4. Set plants in pits at level shown on the details. 5. Set plants plumb and rigidly braced in position until planting mixture has been tamped solidly around plant ball. 6. Thoroughly settle plant by watering and tamping planting mixture. 7. Thoroughly water trees. B. Balled Plants 1. Place in pit on planting mixture that has been hand -tamped prior to placing plant. F62142502950.doc 02950-9 March 2009 City of Fort Worth Westside WTP Project 2. Place with burlap intact so location of ground line at top of plant ball is same as at nursery. 3. Remove binding at top of ball and lay top of burlap back six (6) inches. 4. Do not pull wrapping from under ball. 5. Do not plant if bail is cracked or broken before or during planting process or if stem is loose. 6. Backfill with planting mixture. C. Container -Grown Plants 1. Cut cans on two (2) sides with an acceptable can cutter. 2. Do not injure root ball. 3. Carefully remove plants without injury or damage to root balls. 4. After removing plant, superficially cut edge roots with knife on three sides. 5. Place in pit on planting mixture that has been hand -tamped prior to placing plant. 6. Backfill with planting mixture. D. Pruning 1. Prune minimum necessary to remove injured twigs and branches, deadwood, and suckers. N%Wpol 2. Do not prune evergreens except to remove injured branches. 3. Pruning shall not exceed 1/3 branching structure. 4. Make cuts flush leaving no studs. 5. Paint cuts over 3/4-inch diameter with approved tree -wound paint. E. Watering 1. Water as required when soil moisture is below optimum level for best plant growth. 2. Coordinate watering with Owner and recommended watering schedule for areas to be watered with landscape irrigation system. 3.07 CLEAN-UP A. After all planting operations have been completed, remove all trash, excess soil, empty plant containers and rubbish from the property. All scars, ruts, or other marks in the ground caused by this work shall be repaired and the ground left in a neat and orderly condition throughout the site. Contractor shall pick up all trash resulting from this work no less frequently than each Friday before leaving the site, once a week, and/or the last working day of each week. All trash shall be removed completely from the site. F62142502950.doc 02950-10 March 2009 City of Fort Worth Westside WTP Project B. The Contractor shall leave the site area broom -clean and shall wash down all paved areas within the contract area, leaving the premises in a clean condition. 1. All walks shall be left in a clean and safe condition. END OF SECTION F62142502950.doc 02950-11 March 2009 DIVISION 3 CONCRETE City of Fort Worth Westside wTP Project SECTION 03100 CONCRETE FORMWORK PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required and design, install and remove formwork for cast -in -place concrete as shown on the Drawings and as specified herein. B. Secure to forms as required or set for embedment as required, all miscellaneous metal items, sleeves, reglets, anchor bolts, inserts and other items furnished under other Sections and required to be cast into concrete. 1.02 RELATED WORK A. Concrete Reinforcement is included in Section 03200. B. Concrete Joints and Joint Accessories are included in Section 03250, C. Cast -in -Place Concrete is included in Section 03300. D. Grout is included in Section 03600. Iftwe E. Modifications to Existing Concrete are included in Section 03740. 1.03 SUBMITTALS A. Submit, in accordance with Section 01300, shop drawings and product data showing materials of construction and details of installation for: 1. Form release agent 2. Form ties B. Samples 1. Demonstrate to the Engineer on a designated area of the concrete substructure exterior surface that the form release agent will not adversely affect concrete surfaces to be painted, coated or otherwise finished and will not affect the forming materials. C. Certificates 1. Certify form release agent is suitable for use in contact with potable water after 30 days (non -toxic and free of taste and odor). 1.04 REFERENCE STANDARDS Nmr A. American Concrete Institute (ACI) F62142SO3100 03100-1 March 2009 City of Fort Worth Westside WTP Project 1. ACI 301 - Standard Specification for Structural Concrete 2. ACI 318 - Building Code Requirements for Structural Concrete 3. ACI 347 - Formwork for Concrete B. American Plywood Association (APA) 1. Material grades and designations as specified 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 SYSTEM DESCRIPTION A. General: Architectural Concrete is wall, slab, beam or column concrete which will have surfaces exposed to view in the finished work. It includes similar exposed surfaces in water containment structures from the top of walls to 2-ft below the normal water surface in open tanks and basins. B. Structural design responsibility: All forms and shoring shall be designed at the Contractor's expense by a professional engineer registered in the State of Texas. Formwork shall be designed and erected in accordance with the requirements of ACI 301 and ACI 318 and as recommended in ACI 347 and shall comply with all applicable regulations and codes. The design shall consider any special requirements due to the use of plasticized and/or retarded set concrete. PART 2 PRODUCTS 2.01 GENERAL A. The usage of a manufacturer's name and model or catalog number is for the purpose of establishing the standard of quality and general configurations desired. 2.02 MATERIALS A. Forms for cast -in -place concrete shall be made of wood, metal, or other approved material. Construct wood forms of sound lumber or plywood of suitable dimensions and free from knotholes and loose knots. Where used for exposed surfaces, dress and match boards. Sand plywood smooth and fit adjacent panels with tight joints. Metal forms may be used when approved by the Engineer and shall be of an appropriate type for the class of work involved. All forms shall be designed and constructed to provide a flat, uniform concrete surface requiring minimal finishing or repairs. B. Wall Forms 1. Forms for all exposed exterior and interior concrete walls shall be "Plyform" exterior grade plywood panels manufactured in compliance with the APA and bearing the trademark of that group, or equal acceptable to the Engineer. Provide B grade or better veneer on all faces to be placed against concrete during forming. The class of material and grades of interior plies shall be of sufficient strength and stiffness to provide a flat, uniform concrete surface requiring minimal finishing and grinding. F62142S03100 03100-2 March 2009 City of Fort Worth Westside WTP Project 2. All joints or gaps informs shall be taped, gasketed, plugged, and/or caulked with an approved material so that the joint will remain watertight and will withstand placing pressures without *4000, bulging outward or creating surface patterns. 3. Forms for circular structures shall conform to the circular shape of the structure. Straight panels may be substituted for circular panels if the straight panels do not exceed 2-ft in width nor deflect more than 3-1/2 degrees per joint, nor conflict with specific notes on the Drawings. C. Column Forms 1. Rectangular columns shall be formed as specified for wall forms. All corners shall have a 3/4-in chamfer unless otherwise noted on the Drawings. 2. Circular columns shall be formed with steel, fiberglass reinforced plastic, or seamless cardboard column forms. The forms shall be continuous for the height of the column between construction joints indicated on the Drawings unless otherwise approved by the Engineer. D. Form Release Agent 1. Coat all forming surfaces in contact with concrete using an effective, non -staining, non -residual, water based, bond -breaking form coating unless otherwise noted. Form release agents used in potable water containment structures shall be suitable for use in contact with potable water and shall be non -toxic and free of taste or odor. 2. Concrete surfaces which are to be painted shall be formed with hard plastic finished plywood or a similar material which does not require a form release agent unless the Contractor can substantiate to the satisfaction of the Engineer that the form release agent will not remain on the formed surface after it is stripped. E. Form Ties 1. Form ties encased in concrete other than those specified in the following paragraphs shall be designed so that, after removal of the projecting part, no metal shall remain within 1-1/2-in of the face of the concrete. The part of the tie to be removed shall be provided with a removable cone at least 1-in diameter and 1-1/2-in deep. Form ties in concrete exposed to view shall be the cone -washer type. 2. Flat bar ties for panel forms shall have plastic or rubber inserts having a minimum depth of 1-1/2-in and sufficient dimensions to permit proper patching of the tie hole. Ties for liquid containment structures shall have an integral waterstop that is tightly welded to the tie. 4. Common wire shall not be used for form ties. 5. In the construction of basement or water bearing walls, the portion of a single rod tie that is to remain in the concrete shall be provided with a tightly fitted washer at midpoint to control seepage. Multi -rod ties do not require washers. The use of form ties which are tapered on encased in paper or other material to allow the removal of complete tie, and which leave a hole through the concrete structure, shall not be permitted. F62142S03100 03100-3 March 2009 City of Fort Worth Westside WI? Project 6. Alternate form ties consisting of tapered through -bolts at least 1-in in diameter at smallest end or through -bolts that utilize a removable tapered sleeve of the same minimum size may be used except for basement and water bearing walls at the Contractor's option. Obtain N%Urol Engineer's acceptance of system and spacing of ties prior to ordering or purchase of forming. Clean, fill and seal form tie hole with non -shrink cement grout. The Contractor shall be responsible for watertightness of the form ties and any repairs needed. PART 3 EXECUTION 3.01 GENERAL A. Forms shall be used for all cast -in -place concrete including sides of footings. Forms shall be constructed and placed so that the resulting concrete will be of the shape, lines, dimensions and appearance indicated on the Drawings. B. Forms for walls shall have removable panels at the bottom for cleaning, inspection and joint surface preparation. Forms for walls of considerable height shall have closable intermediate inspection ports. Tremies and hoppers for placing concrete shall be used to allow concrete inspection, prevent segregation and prevent the accumulation of hardened concrete on the forms above the fresh concrete. C. Molding, bevels, or other types of chamfer strips shall be placed to produce blockouts, rustications, or chamfers as shown on the Drawings or as specified herein. Chamfer strips shall be provided at horizontal and vertical projecting comers to produce a 3/4-in chamfer. Rectangular or trapezoidal moldings shall be placed in locations requiring sealants where specified or shown on the Drawings. Sizes of moldings shall conform to the sealants manufacturer's recommendations. D. Forms shall be sufficiently rigid to withstand construction loads and vibration and to prevent displacement or sagging between supports. Construct forms so that the concrete will not be damaged by their removal. The Contractor shall be entirely responsible for the adequacy of the forming system. E. Before form material is re -used, all surfaces to be in contact with concrete shall be thoroughly cleaned, all damaged places repaired, all projecting nails withdrawn and all protrusions smoothed. Reuse of wooden forms for other than rough finish will be permitted only if a "like new" condition of the form is maintained. F. Accessories which remain embedded in the concrete after formwork removal shall be approved by the Engineer. Permanent embedments shall have sufficient concrete cover or be of suitable materials for the exposure condition as approved by the Engineer. 3.02 FORM TOLERANCES A. Forms shall be surfaced, designed and constructed in accordance with the recommendations of ACI 347 and shall meet the following additional requirements for the specified finishes. B. Formed Surface Exposed to View: Edges of all form panels in contact with concrete shall be flush within 1/32-in and forms for plane surfaces shall be such that the concrete will be plane within 1/16-in in 4-ft. Forms shall be tight to prevent the passage of mortar, water and grout. The maximum deviation of the finish wall surface at any point shall not exceed 1/4-in from the intended surface as shown on the Drawings. Form panels shall be arranged symmetrically and in an orderly manner to minimize the number of seams. F62142SO3100 031004 March 2009 City of Fort Worth Westside WTP Project C. Formed surfaces not exposed to view or buried shall meet requirements of Class "C" Surface in ,"nor ACI 347. D. Formed rough surfaces including mass concrete, pipe encasement, electrical duct encasement and other similar installations shall have no minimum requirements for surface smoothness and surface deflections. The overall dimensions of the concrete shall be plus or minus 1-in. E. Formed concrete Surfaces to Receive Paint: Surface deflections shall be limited to 1/32-in at any point and the variation in wall deflection shall not exceed 1/16-in per 4-ft. The maximum deviation of the finish wall surface at any point shall not exceed 1/4-in from the intended surface as shown on the Drawings. 3.03 FORM PREPARATION A. Wood forms in contact with the concrete shall be coated with an effective release agent prior to form installation. B. Steel forms shall be thoroughly cleaned and mill scale and other ferrous deposits shall be sandblasted or otherwise removed from the contact surface for all forms, except those utilized for surfaces receiving a rough finish. All forms shall have the contact surfaces coated with a release agent. 3.04 REMOVAL OF FORMS A. The Contractor shall be responsible for all damage resulting from removal of forms. Forms and ..i shoring for structural slabs or beams shall remain in place in accordance with ACI 301 and ACI 347. Form removal shall conform to the requirements specified in Section 03300. 3.05 INSPECTION A. The Engineer shall be notified when the forms are complete and ready for inspection at least 6 hours prior to the proposed concrete placement. B. Failure of the forms to comply with the requirements specified herein, or to produce concrete complying with requirements of this Section shall be grounds for rejection of that portion of the concrete work. Rejected work shall be repaired or replaced as directed by the Engineer at no additional cost to the Owner. Such repair or replacement shall be subject to the requirements of this Section and approval of the Engineer. END OF SECTION F62142SO3100 03100-5 March 2009 City of Fort worth Westside WTP Project SECTION 03200 CONCRETE REINFORCEMENT PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required and install all concrete reinforcement complete as shown on the Drawings and as specified herein. B. Furnish only all deformed steel reinforcement required to be entirely built into concrete masonry unit construction. 1.02 RELATED WORK A. Concrete Formwork is included in Section 03100. B. Concrete Joints and Joint Accessories are included in Section 03250. C. Cast -in -place Concrete is included in Section 03300. D. Grout is included in Section 03600. E. Modifications to Existing Concrete are included in Section 03740. F. Concrete Electrical Duct Encasement is included in Section 03800. G. Reinforced Unit Masonry is included in Section 04810. 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 installation, including the following: 1. Reinforcing steel placing drawings. Placing drawings shall conform to the recommendations of ACI 315. Clearly identify the portion of the Work covered by each placing drawing. All bar splice locations and lap lengths shall be clearly shown. Clearly show the placement of all required additional reinforcement (around openings, at comers, etc.) as shown on the Drawings. 2. Bill of materials (bar list). Clearly show the placement of each bar listed in the bill of materials on the placing drawings. 3. Bar bending details. The bars shall be referenced to the same identification marks shown on the placing drawings. Include standard bending diagrams in the submittal, as applicable. 4. Identify the grade of reinforcing steel in the submittal. Clearly identify any bars that are of a different grade or that have special coatings. *-4..W F62142SO3200 03200-1 March 2009 City of Fort Worth Westside WTP Project B. Submit Test Reports, in accordance with Section 01300, of each of the following items. 1. Certified copy of mill test on each steel proposed for use showing the physical properties of 1%00" the steel and the chemical analysis. 2. Welder's certification. The certification shall be in accordance with AWS DIA when welding of reinforcement required. 1.04 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM) 1. ASTM A82 - Standard Specification for Steel Wire, Plain, for Concrete Reinforcement. 2. ASTM A184 -Standard Specification for Fabricated Deformed Steel Bar Mats for Concrete Reinforcement. 3. ASTM A185 -Standard Specification for Steel Welded Wire Fabric, Plain, for Concrete Reinforcement 4. ASTM A496 - Standard Specification for Steel Wire, Deformed, for Concrete Reinforcement 5. ASTM A497 - Standard Specification for Steel Welded Wire Fabric, Deformed, for Concrete Reinforcement 6. ASTM A615 -Standard Specification for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement 7. ASTM A706 -Standard Specification for Low -Alloy Steel Deformed and Plain Bars for Concrete Reinforcement. B. American Concrete Institute (ACI) 1. ACI 301 - Standard Specification for Structural Concrete 2. ACI 315 - Details and Detailing of Concrete Reinforcement. 3. ACI 318 - Building Code Requirements for Structural Concrete 4. ACI SP-66 - ACI Detailing Manual C. Concrete Reinforcing Steel Institute (CRSI) 1. Manual of Standard Practice D. American Welding Society (AWS) 1. AWS DIA - Structural Welding Code - Reinforcing Steel E. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. N%UOOI F62142S03200 03200-2 March 2009 City of Fort Worth Westside WTP Project 1.05 DELIVERY, HANDLING AND STORAGE A. Reinforcing steel shall be substantially free from mill scale, rust, dirt, grease, or other foreign matter. B. Reinforcing steel shall be shipped and stored with bars of the same size and shape fastened in bundles with durable tags, marked in a legible manner with waterproof markings showing the same "mark" designations as those shown on the submitted Placing Drawings. C. Reinforcing steel shall be stored off the ground, protected from moisture and kept free from dirt, oil, or other injurious contaminants. PART 2 PRODUCTS 2.01 MATERIALS A. Materials shall be new, of domestic manufacture and shall comply with the following material specifications. B. Deformed Concrete Reinforcing Bars: ASTM A615, Grade 60 deformed bars. C. Concrete Reinforcing Bars required on the Drawings to be Welded: ASTM A706. D. Spiral Reinforcement r..r 1. ASTM A615, Grade 60 for hot -rolled plain or deformed bars. 2. ASTM A82 for cold -drawn wire. E. Welded Steel Wire Fabric: ASTM A185. Provide in flat sheets. F. Welded Deformed Steel Wire Fabric: ASTM A497. G. Welded Plain Bar Mats: ASTM A704 and ASTM A615 Grade 60 plain bars. H. Fabricated Deformed Steel Bar Mats: ASTM A184 and ASTM A615 Grade 60 deformed bars. I. The following alternate materials are allowed: 1. ASTM A615 Grade 60 may be used for ASTM A706 provided the following requirements are satisfied: a. The actual yield strength of the reinforcing steel based on mill tests shall not exceed the specified yield strength by more than 18,000 psi. Retests shall not exceed this value by more than an additional 3000 psi. b. The ratio of the actual ultimate tensile strength to the actual tensile yield strength of the reinforcement shall not be less than 1.25. **•r c. The carbon equivalency (CE) of bars shall be 0.55 or less. F62142SO3200 03200-3 March 2009 City of Fort Worth Westside WTP Project J. Reinforcing Steel Accessories 1. Plastic Protected Bar Supports: CRSI Bar Support Specifications, Class 1 - Maximum Protection. 2. Stainless Steel Protected Bar Supports: CRSI Bar Support Specifications, Class 2 - Moderate Protection. 3. Precast Concrete Block Bar Supports: CRSI Bar Support Specifications, Precast Blocks. Blocks shall have equal or greater strength than the surrounding concrete. K. Tie Wire 1. Tie Wires for Reinforcement shall be 16-gauge or heavier, black annealed wire. 2.02 FABRICATION A. Fabrication of reinforcement shall be in compliance with the CRSI Manual of Standard Practice and ACI 315. B. Bars shall be cold bent. Bars shall not be straightened or rebent. C. Bars shall be bent around a revolving collar having a diameter of not less than that recommended by the ACI 318. D. Bar ends that are to be butt spliced, placed through limited diameter holes in metal, or threaded, ltftorl shall have the applicable end(s) saw -cut. Such ends shall terminate in flat surfaces within 1-1/2 degrees of a right angle to the axis of the bar. E. Spirals 1. Provide a minimum of 1-1/2 finishing turns at the top and bottom. 2. Splices shall be tension lap splices at least 48 bar diameters, but not less than 12-in in length. Welded splices shall only be used where specifically approved by the Engineer. 3. Provide spacers as recommended by the CRSI. PART 3 EXECUTION 3.01 INSTALLATION A. Surface condition, bending, spacing and tolerances of placement of reinforcement shall comply with the CRSI Manual of Standard Practice and ACI 301. The Contractor shall be solely responsible for providing an adequate number of bars and maintaining the spacing and clearances shown on the Drawings. B. Except as otherwise indicated on the Drawings, the minimum concrete cover of reinforcement shall be as follows: F62142S03200 03200-4 March 2009 City of Fort Worth Westside WTP Project 1. Concrete cast against and permanently exposed to earth: 3-in ", 2. Concrete exposed to soil, water, sewage, sludge and/or weather: 2-in (including bottom cover of slabs over water or sewage) 3. Concrete not exposed to soil, water, sewage, sludge and/or weather: a. Slabs (top and bottom cover), walls, joists, shells and folded plate members - 1-in b. Beams and columns (principal reinforcement, ties, spirals and stirrups) - 1-1/2-in C. Reinforcement which will be exposed for a considerable length of time after being placed shall be coated with a heavy coat of neat cement slurry. D. No reinforcing steel bars shall be welded either during fabrication or erection unless specifically shown on the Drawings or specified herein, or unless prior written approval has been obtained from the Engineer. All bars that have been welded, including tack welds, without such approval shall be immediately removed from the work. When welding of reinforcement is approved or called for, it shall comply with AWS D1.4. E. Reinforcing steel interfering with the location of other reinforcing steel, conduits or embedded items may be moved within the specified tolerances or one bar diameter, whichever is greater. Greater displacement of bars to avoid interference shall only be made with the approval of the Engineer. Do not cut reinforcement to install inserts, conduits, mechanical openings or other items without the prior approval of the Engineer. F. Securely support and tie reinforcing steel to prevent movement during concrete placement. Secure dowels in place before placing concrete. G. Reinforcing steel bars shall not be field bent except where shown on the Drawings or specifically authorized in writing by the Engineer. If authorized, bars shall be cold -bent around the standard diameter spool specified in the CRSI. Do not heat bars. Closely inspect the reinforcing steel for breaks. If the reinforcing steel is damaged, replace, Cadweld or otherwise repair as directed by the Engineer. Do not bend reinforcement after it is embedded in concrete. 3.02 REINFORCEMENT AROUND OPENINGS A. Unless specific additional reinforcement around openings is shown on the Drawings, provide additional reinforcing steel on each side of the opening equivalent to one half of the cross -sectional area of the reinforcing steel interrupted by an opening. The bars shall have sufficient length to develop bond at each end beyond the opening or penetration. 3.03 SPLICING OF REINFORCEMENT A. Lap splices shall be provided as shown on the Drawings. For lap splices not shown, request clarification from the Engineer. (In general, lap splices will be required to be Class B tension lap splices in accordance with ACI 350. B. Install wire fabric in as long lengths as practicable. Splices in welded wire fabric shall be lapped in accordance with the requirements of ACI 350 but not less than 12-in. The spliced fabrics shall NN.r be tied together with wire ties spaced not more than 24-in on center and laced with wire of the F62142SO3200 03200-5 March 2009 City of Fort worth westside wTP Project same diameter as the welded wire fabric. Do not position laps midway between supporting beams, or directly over beams of continuous structures. Offset splices in adjacent widths to prevent continuous splices. 3.04 ACCESSORIF'S A. Determine, provide and install accessories such as chairs, chair bars and the like in sufficient quantities and strength to adequately support the reinforcement and prevent its displacement during the erection of the reinforcement and the placement of concrete. B. Use precast concrete blocks where the reinforcing steel is to be supported over soil. C. Stainless steel bar supports or steel chairs with stainless steel tips shall be used where the chairs are set on forms for a concrete surface that will be exposed to weather, high humidity, or liquid (including bottom of slabs over liquid containing areas). Use of galvanized or plastic tipped metal chairs is permissible in all other locations unless otherwise noted on the Drawings or specified herein. D. Alternate methods of supporting top steel in slabs, such as steel channels supported on the bottom steel or vertical reinforcing steel fastened to the bottom and top mats, may be used if approved by the Engineer. 3.05 INSPECTION A. In no case shall any reinforcing steel be covered with concrete until the installation of the reinforcement, including the size, spacing and position of the reinforcement has been observed by the Engineer and the Engineer's release to proceed with the concreting has been obtained. The N%=0011 Engineer shall be given ample prior notice of the readiness of placed reinforcement for observation. The forms shall be kept open until the Engineer has finished his/her observations of the reinforcing steel. END OF SECTION F62142SO3200 03200-6 March 2009 City of Fort Worth Westside WTP Project SECTION 03250 CONCRETE JOINTS AND JOINT ACCESSORIES PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required and install accessories for concrete joints 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. Cast -In -Place Concrete is included in Section 03300. D. Concrete Finishes are included in Section 03350. E. Grout is included in Section 03600. F. Modifications to Existing Concrete are included in Section 03740. G. Miscellaneous Metals are included in Section 05500. H. Sealants and Caulking are included in Section 07920. 1.03 SUBMITTALS A. Submit, in accordance with Section 01300, shop drawings and product data. Submittals shall include the following: 1. Standard Waterstops: Product data including catalogue cut, technical data, storage requirements, splicing methods and conformity to ASTM standards. 2. Special Waterstops: Product data including catalogue cut, technical data, location of use, storage requirements, splicing methods, installation instructions and conformity to ASTM standards. 3. Premolded joint fillers: Product data including catalogue cut, technical data, storage requirements, installation requirements, location of use and conformity to ASTM standards. 4. Bond breaker: Product data including catalogue cut, technical data, storage requirements, installation requirements, location of use and conformity to ASTM standards. *"We F62142SO3250 03250-1 March 2009 City of Fort Worth Westside WTP Project 5. Expansion joint dowels: Product data on the complete assembly including dowels, coatings, lubricants, spacers, sleeves, expansion caps, installation requirements and conformity to ASTM standards. 6. Compressible joint filler: Product data including catalogue cut, technical data, storage requirements, installation requirements, location of use and conformity to ASTM standards. 7. Bonding agents: Product data including catalogue cut, technical data, storage requirements, product life, application requirements and conformity to ASTM standards. B. Certifications 1. Certification that all materials used within the joint system are compatible with each other. 2. Certification that materials used in the construction of joints are suitable for use in contact with potable water 30 days after installation. 1.04 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM) 1, ASTM A675 - Standard Specification for Steel Bars, Carbon, Hot -Wrought, Special Quality, Mechanical Properties. 2. ASTM C881- Standard Specification for Epoxy -Resin -Base Bonding Systems for Concrete. 3. ASTM C1059 -Standard Specification for Latex Agents for Bonding Fresh to Hardened .%,oll Concrete. 4. ASTM D1751 -Standard Specification for Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction. (Nonextruding and Resilient Bituminous Types). 5. ASTM D1752 -Standard Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction. B. U.S. Army Corps of Engineers (CRD). 1. CRD C572 - Specification for Polyvinylchloride Waterstops. C. Federal Specifications 1. FS SS-S-210A -Sealing Compound for Expansion Joints. D. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply unless otherwise noted. PART 2 PRODUCTS 2.01 GENERAL F62142S03250 03250-2 March 2009 City of Fort Worth Westside WTP Project A. The use of manufacturer's name and model or catalog number is for the purpose of establishing the standard of quality and general configuration desired. B. All materials used together in a given joint (bond breakers, backer rods, joint fillers, sealants, etc) shall be compatible with one another. Coordinate selection of suppliers and products to ensure compatibility. Under no circumstances shall asphaltic or bituminous bond breakers or joint fillers be used in joints receiving sealant. C. All chemical sealant type waterstops shall be products specifically manufactured for the purpose for which they will be used and the products shall have been successfully used on similar structures for more than five years. 2.02 MATERIALS A. Standard Waterstops 1. PVC Waterstops - The PVC waterstops shall be made by extruding elastomeric plastic compound with virgin polyvinylchloride as the basic resins. The compound shall contain no reprocessed materials. Minimum tensile strength of waterstop shall be 1750 psi. The waterstop shall conform to CRD-0572. Waterstops for expansion joints shall be 9-in wide and be the ribbed type with a center bulb. Expansion joint waterstops shall be style 696 by Greenstreak Plastic Products, St. Louis, MO; style RLB9-38 by Vinylex Corp., Knoxville, TN, or equal. Waterstops for non -expansion joints shall be 6-in wide and be the flat ribbed type. Non -expansion joint waterstops shall be style 679 by Greenstreak Plastic Products, St. Louis, MO; style R6-38 by Vinylex Corp., Knoxville, TN, or equal. Equal waterstops may have an integral fastening system. B. Special Waterstops 1. PVC Special Waterstop — The special type waterstop shall be made by extruding elastomeric plastic compound with virgin polyvinylchloride as the basic resins. The compound shall contain no reprocessed materials. Minimum tensile strength of waterstop shall be 1750 psi. The waterstop shall conform to CRD-0572. Waterstop shall be Style 792, by Greenstreak Plastic Products, St. Louis, MO or equal. 2. Expansive Waterstops - Non -expansion joint. The waterstops shall be gun applied hydrophilic rubber sealant. Installation adhesives used with the expansive waterstops shall be as recommended by the waterstop manufacturer. The waterstop shall be Adeka Ultraseal KBA 1510FP with P201 as distributed by Mitsubishi of Houston, TX, or equal. C. Premolded Joint Filler Premolded joint filler - structures. Self -expanding cork, premolded joint filler shall conform to ASTM D1752, Type III. The thickness shall be 3/4-in unless shown otherwise on the Drawings. D. Bond Breaker F62142SO3250 03250-3 March 2009 City of Fort Worth Westside WTP Project 1. Bond breaker tape shall be an adhesive -backed glazed butyl or polyethylene tape which will satisfactorily adhere to the premolded joint filler or concrete surface as required. The tape shall be the same width as the joint unless otherwise noted. 2. Except where tape is specifically called for on the drawings, bond breaker for concrete shall be either bond breaker tape or a non -staining type bond prevention coating such as Williams Tilt -up Compound by Williams Distributors Inc.; Silcoseal 2000F, by SCA Construction Supply Division, Superior Concrete Accessories or equal. E. Expansion Joint Dowels 1. Dowels shall be smooth steel conforming to ASTM A675, Grade 60. Dowels must be straight and clean, free of loose flaky rust and loose scale. Dowels may be sheared to length provided deformation from true shape caused by shearing does not exceed 0.04-in on the diameter of the dowel and extends no more than 0.04-in from the end. Bars shall be coated with a bond breaker on the expansion end of the dowel. Expansion caps shall be provided on the expansion end. Caps shall allow for at least 1-1/2-in of expansion. F. Bonding Agent 1. Epoxy bonding agent shall be a two -component, solvent -free, moisture insensitive, epoxy resin material conforming to ASTM C881 (2002), Type V. The bonding agent shall be Sikadur 32 Hi -Mod by Sika Corporation of Lyndhurst, N.J.; Concresive Liquid (LPL) by Master Builders of Cleveland, OH or equal. 2. Latex bonding agent shall be a non-reemulsifiable acrylic -polymer latex conforming to ASTM C1059, Type H. G. Joint Sealant 1. Joint sealants shall be two-part urethane sealant as specified in Section 07920. Minimum sealant thickness at concrete joints shall be 3/8-in. PART 3 EXECUTION 3.01 INSTALLATION A. PVC Waterstops 1. Install PVC waterstops for all joints where waterstops are indicated on the Drawings, unless specifically noted otherwise. Waterstops shall be continuous around all comers and intersections so that a continuous seal is provided. Splices shall be made by welding. 2. PVC splices shall be made by welding in accordance with the manufacturer's recommendations, subject to acceptance of the Engineer. Only manufacturer's special approved tools shall be used for welding. The finished splices shall provide a cross-section that is dense and free of porosity. 3. To properly secure PVC waterstops in wall joints before concrete is placed, drill holes in waterstops is not allowed. Tie both edges of the waterstop and fasten to reinforcing steel with F62142SO3250 03250-4 March 2009 City of Fort Worth Westside WTP Project hog rings so that the waterstop will be perpendicular to the joint and remain in the required position during concrete placement. The spacing of the waterstop ties shall match the spacing 14„MW of the adjacent reinforcing, but need not be spaced closer than 12-in on center. 4. Horizontal PVC waterstops in slabs shall have the edge of the waterstop lifted while placing concrete below the waterstop. Then the waterstop shall be manually forced against and into the placed concrete and covered with fresh concrete, to ensure adequate encasement of the waterstop in concrete. 5. Waterstops shall be installed so that half of the width will be embedded on each side of the joint. Care shall be exercised to ensure that the waterstop is completely embedded in void -free concrete. 6. Waterstops shall be terminated 3-in below the exposed top of walls. Expansion joint waterstop center bulbs shall be plugged with foam rubber, 1-in deep, at point of termination. B. Special Waterstops 1. Install special waterstops at joints where specifically noted on the Drawings. Waterstops shall be continuous around all comers and intersections so that a continuous seal is provided. 2. Each piece of the waterstop shall be of maximum practicable length to provide a minimum number of connections or splices. Connections and splices shall conform to the manufacturer's recommendations and as specified herein. 3. Waterstops shall be terminated 3-in below the exposed top of walls. *".r 4. Prepare the joint surfaces, install primers or adhesives, and install expansive waterstops in accordance with the manufacturer' instructions. C. Construction Joints 1. Make construction joints only at locations shown on the Drawings or as approved by the Engineer. Any additional or relocation of construction joints proposed by the Contractor, must be submitted to the Engineer for written approval. 2. Additional or relocated joints should be located where they least impair strength of the member. In general, locate joints within the middle third of spans of slabs, beams and girders. However, if a beam intersects a girder at the joint, offset the joint a distance equal to twice the width of the member being connected. Locate joints in walls and columns at the underside of floors, slabs, beams or girders and at tops of footings or floor slabs. Do not locate joints between beams, girders, column capitals, or drop panels and the slabs above them. Do not locate joints between brackets or haunches and walls or columns supporting them. 3. All joints shall be perpendicular to main reinforcement. Continue reinforcing steel through the joint as indicated on the Drawings. When joints in beams are allowed, provide a shear key and inclined dowels as approved by the Engineer. 4. Provide sealant grooves for joint sealant where indicated on the Drawings. F62142503250 03250-5 March 2009 City of Fort Worth Westside WTP Project At all construction joints and at concrete joints designated on the Drawings to be "roughened", uniformly roughen the surface of the concrete to a full amplitude (distance between high and low points or side to side) of approximately 1/4-in to expose a fresh face. Thoroughly clean u joint surfaces of loose or weakened materials by waterblasting or sandblasting and prepare for bonding. At least 2 hours before and again shortly before the new concrete is deposited, the joints and adjacent concrete surfaces to at least 12-in past the joint shall be saturated with water. After glistening water disappears, horizontal construction joints shall be given a thorough coating of neat cement slurry mixed to the consistency of very heavy paste. The surfaces shall receive a coating at least 1/8-in thick, well scrubbed -in by means of stiff bristle brushes whenever possible. Horizontal wall joints with no access to the earlier concrete placement surface shall have the roughened surface thoroughly coated with a neat, cement slurry of pouring consistency. New concrete shall be deposited before the neat cement dries. 6. In lieu of the above method for bonding plastic concrete to hardened concrete, the following optional method may be used. Concrete must be allowed to set a minimum of 28 days. Use an epoxy bonding agent applied to roughened and cleaned surfaces of set concrete in strict accordance with manufacturer's recommendations and as specified in Section 03740 with respect to preparation of surfaces and applications of bonding agent. 7. Provide waterstops in all wall and slab construction joints in liquid containment structures and at other locations shown on the Drawings. 8. Keyways shall not be used in construction joints unless specifically shown on the Drawings or approved by the Engineer. D. Expansion Joints 1. Do not extend through expansion joints, reinforcement or other embedded metal items that are continuously bonded to concrete on each side of joint. 2. Position premolded joint filler material accurately. Secure the joint filler against displacement during concrete placement and compaction. Place joint filler over the face of the joint, allowing for sealant grooves as detailed on the Drawings. Tape all joint filler splices to prevent intrusion of mortar. Seal expansion joints as shown on the Drawings. 3. Expansion joints shall be 3/4-in in width unless otherwise noted on the Drawings. 4. Where indicated on Drawings, install dowels at right angles to expansion joints. Align dowels accurately with finished surface. Rigidly hold in place and support during concrete placement. Unless otherwise shown on the Drawings, apply an approved bond breaker to one end of all dowels through expansion joints. Provide plastic expansion caps on the unbonded ends of expansion dowels. 5. Provide center bulb type waterstops in all wall and slab expansion joints in liquid containment structures and at other locations shown on the Drawings. F62142SO3250 03250-6 March 2009 City of Fort Worth Westside WTP Project E. Control Joints ,%moor 1. Provide sealant grooves, sealants and waterstops at control joints in slabs on grade or walls as detailed. Provide waterstops at all wall and slab control joints in water containment structures and at other locations shown on the Drawings. 2. Control joints at slabs on grade 6-in thick or less and without waterstops, may be sawed, if approved by the Engineer. If control joint grooves are sawed, properly time the saw cutting with the time of the concrete set. Start cutting as soon as concrete has hardened sufficiently to prevent aggregates from being dislodged by the saw. Complete cutting before shrinkage stresses have developed sufficiently to induce cracking. No reinforcing shall be cut during sawcutting. 3. Extend every other bar of reinforcing steel through control joints or as indicated on the Drawings. Where specifically noted on the Drawings, coat the concrete surface with a bond breaker prior to placing new concrete against it. Avoid coating reinforcement or waterstops with bond breaker at these locations. END OF SECTION F62142SO3250 03250-7 March 2009 City of Fort Worth Westside WTP Project SECTION 03260 REINFORCED CONCRETE PIPE PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, tools, materials, and equipment, and perform all work necessary for the installation of all reinforced concrete pipe (RCP). B. Although such work is not specifically indicated, furnish and install all supplementary or miscellaneous items, appurtenances, and devices incidental to or necessary for a sound, secure, and complete installation. 1.02 REFERENCE STANDARDS A. ASTM C 76 — Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe. B. ASTM C 443 — Joints for circular concrete sewer and culvert pipe using flexible, watertight, rubber gaskets. 1.03 SUBMITTALS A. Shop drawings and product data in accordance with Section 01300, for: 1. Piping layouts, including locations and types of all fittings, joints, gaskets, and all other appurtenances. 2. Schedules of the pressure class rating of all pipe and fittings. 3. Certification that pipes and joints comply with ASTM C76 and C443. 1.04 QUALITY ASSURANCE A. Pipe and fittings shall be furnished by manufacturers who are fully experienced, reputable, and qualified in the manufacture of the materials to be furnished. B. Inspection of the pipe will be made by the Owner's and/or Engineer's Representative after delivery. Pipe or fittings shall be subject to rejection at any time on account of failure to meet any of the specification requirements, even though they may have been accepted as satisfactory at the place of manufacture. Pipe or fittings rejected after delivery shall be marked for identification and shall immediately be removed from the job. C. Pipe and fittings shall be as manufactured by Hanson Pipe and Products, Inc., or approved equivalent. PART 2 PRODUCTS 2.01 FABRICATION A. Provide Non -Pressure Service or Gravity Drainage Piping meeting or exceeding ASTM C76 — Class III, Wall B. F62142SO3260 03260-1 March 2009 City of Fort worth westside wTP Project 1. Each lot shall consist of a single diameter and strength designation manufactured by essentially the same process. 2. Provide reinforced concrete pipe for non -pressure service or gravity drainage with sealed u joints using continuous rubber gaskets conforming to the requirements of ASTM C443. 3. Type of joint shall be spigot groove type joint with 0-ring gasket equivalent to United Stated Bureau of Reclamation Type R-4. Insure that the rubber gasket will perform as the sole element to make the joint watertight. B. All gaskets shall be supplied by a single manufacturer. PART 3 EXECUTION 3.01 LAYING CONCRETE PIPE A. As soon as excavation is completed to normal grade at the bottom of the trench, the Contractor shall immediately place crushed stone bedding in the trench. The pipe shall then be finely bedded in this stone to conform accurately to lines and grades indicated on the drawings. Bedding for pipe shall comply with the Section 02221. Blocking under the pipe will not be permitted. B. Bedding shall be placed and compacted to give complete vertical and lateral support for the lower section of the pipe as indicated on the drawings. A depression shall be left in the supporting gravel at the joint to prevent contamination of the rubber gasket immediately before being forced home. Before the pipe is lowered into the trench, the spigot and bell shall be cleaned and free from dirt. Gasket and bell shall be lubricated by a vegetable lubricant, which is not soluble in water, furnished by the pipe manufacturer, and harmless to the rubber gasket. Pipe shall be properly aligned in the trench to avoid possibility of contact with the side of the trench and fouling the gasket. As soon as the spigot is centered in the bell of the previously laid pipe, it shall be forced home with jacks or come-alongs. After the gasket is compressed and before the pipe is brought fully home, each gasket shall be carefully checked for proper position around the full circumference of the joint. Steel inserts shall be used to prevent the pipe from going home until the feeler gauge is used to check the final position of the gasket. C. Backfill the trench in accordance with Section 02221. END OF SECTION F62142SO3260 03260-2 March 2009 City of Fort. Worm Westside wTP Project SECTION 03300 CAST -IN -PLACE CONCRETE PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment, and incidentals required and install cast -in -place concrete complete as shown on the Drawings and as specified herein. B. Furnish, as required to establish concrete mixes, all sampling and laboratory testing of products and materials by an independent testing laboratory engaged by and at the expense of the Contractor. Field sampling, testing, inspection and related laboratory tests will be provided by the Owner. 1.02 RELATED WORK A. Watertightness test for water containing structures is included in Section 01680. B. Concrete formwork is included in Section 03100. C. Concrete reinforcement is included in Section 03200. D. Concrete joints and joint accessories are included in Section 03250. E. Concrete finishes are included in Section 03350. F. Grout is included in Section 03600. G. Miscellaneous metals are included in Section 05500, H. Metal stairs are included in Section 05510. I. Waterproofing, dampproofing, and caulking are included in Division 7. 1.03 SUBMITTALS A. Submit, in accordance with Section 01300, product data for: 1. Sources of cement, fly ash, aggregates, and batched concrete. 2. Air -entraining admixture. Product data including catalogue cut, technical data, storage requirements, product life, recommended dosage, temperature considerations and conformity to ASTM standards. v F62142SO3300 03300-1 March 2009 City of Fort Worth Westside WTP Project Water reducing admixture. Product data including catalogue cut, technical data, storage requirements, product life, recommended dosage, temperature considerations and sftwo-' conformity to ASTM standards. 4. Sheet curing material. Product data including catalogue cut, technical data and conformity to ASTM standard. 5. Material Safety Data Sheets (MSDS) for all concrete components and admixtures. 6. High -range water -reducing admixture (plasticizer). Product data including catalogue cut, technical data, storage requirements, product life, recommended dosage, temperature considerations, retarding effect, slump range and conformity to ASTM standards. Identify proposed locations of use. 7. Liquid curing compound. Product data including catalogue cut, technical data, storage requirements, product life, application rate and conformity to ASTM standards. Identify proposed locations of use. B. Samples Fine and coarse aggregates if requested for examination by the Engineer. C. Test Reports 1. Aggregates: Conformance to ASTM standards, including sieve analysis, mechanical properties, deleterious substance content, and mortar bar expansion test results. S%.01 2. Cement [and fly ash]: Conformance to ASTM standards, including chemical analysis and physical tests. 3. Concrete mixes: For each formulation of concrete proposed for use, submit constituent quantities per cubic yard, water cementitious ratio, concrete slump, type and manufacturer of cement. Provide either Paragraph a. or b., below, for each mix proposed. a. Standard deviation data for each proposed concrete mix based on statistical records. Provide the following for each strength data point used in the calculation of the standard deviation for determination of the minimum required average strength: i. Date of sampling and name of testing laboratory. ii. Name of concrete batch plant. iii. Slump of batch. iv. Air content of batch. V. Compressive strengths of all cylinders tested at that age in that batch. vi. If available, temperature and unit weight of batch. Provide data from projects not more strictly controlled than outlined in these specifications. Provide summary sheet showing all pertinent data and the computation of the standard deviation. F62142SO3300 03300-2 March 2009 City of Fort Worth Westside WTP Project b. Water cementitious ratio curve for concrete mixes based on laboratory tests. Provide average cylinder strength test results at 7 and 28 days for laboratory concrete mix designs. Provide results of 14 day tests if available. D. Certifications 1. Certify that admixtures used in the same concrete mix are compatible with each other and the aggregates. 2. Certify admixtures are made for use in concrete in contact with potable water after 30 days of concrete curing. 3. Certify that the Contractor is not associated with the independent testing laboratory proposed for use by the Contractor nor does the Contractor or officers of the Contractor's organization have a beneficial interest in the laboratory. 4. Certify that cement is produced by a manufacturer that does not use hazardous waste derived fuel as an energy source for its kilns. Certificate of conformance for concrete production facilities from the NRMCA. 6 Certify curing compound is suitable for use in contact with potable water after 30 days (non -toxic and free of taste or odor). ""r E. Qualifications 1. Independent Testing Laboratory a. Name and address b. Names and positions of principal officers and the name, position, and qualifications of the responsible registered professional engineer in charge. c. Listing of technical services to be provided. Indicate external technical services to be provided by other organizations. d. Names and qualifications of the supervising laboratory technicians. e. Statement of conformance provided by evaluation authority defined in ASTM C1077. Provide report prepared by evaluation authority when requested by the Engineer. f. Submit as required above for other organizations that will provide external technical services. 1.04 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM) F62142SO3300 03300-3 March 2009 City of Fort Worth Westside WI? Project 1. ASTM C31 - Standard Practice for Making and Curing Concrete Test Specimens in the Field. 2. ASTM C33 - Standard Specification for Concrete Aggregates. 3. ASTM C39 - Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. 4. ASTM C42 - Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete. 5. ASTM C94 - Standard Specification for Ready -Mixed Concrete. 6. ASTM C143 - Standard Test Method for Slump of Hydraulic Cement Concrete 7. ASTM C150 - Standard Specification for Portland Cement 8. ASTM C156 - Standard Test Method for Water Retention by Concrete Curing Materials 9. ASTM C171 - Standard Specification for Sheet Materials for Curing Concrete 10. ASTM C173 - Standard Test Method for Air Content of Freshly Mixed Concrete by the Volumetric Method. 11. ASTM C231 - Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. 1-ftavol 12. ASTM C260 - Standard Specification for Air -Entraining Admixtures for Concrete. 13. ASTM C309 - Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete. 14. ASTM C311 -Standard Test Methods for Sampling and Testing Fly Ash or Natural Pozzolans for use in Portland Cement Concrete. 15. ASTM C494 - Standard Specification for Chemical Admixtures for Concrete. 16. ASTM C618 - Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Concrete. 17 ASTM C1017 - Standard Specification for Chemical Admixtures for use in Producing Flowing Concrete.] 18. ASTM C1077 -Standard Practice for Laboratories Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Laboratory Evaluation. 19. ASTM C1260 - Standard Test Method for Potential Alkali Reactivity of Aggregates (Mortar -Bar Method). F62142SO3300 03300-4 March 2009 City of Fort worth westside WTP Project 20. ASTM E329 - Standard Specification for Agencies Engaged in the Testing and/or ,%MWI Inspection of Materials Used in Construction. B. American Concrete Institute (ACI). 1. ACI 211.1 - Standard Practice for Selecting Proportions for Normal, Heavyweight and Mass Concrete. 2 ACI 232.2R - Use of Fly Ash in Concrete.] 3. ACI 304R - Guide for Measuring, Mixing, Transporting and Placing Concrete. 4. ACI 304.2R - Placing Concrete by Pumping Methods. 5. ACI 305R - Hot Weather Concreting. 6. ACI 306R - Cold Weather Concreting. 7 ACI 318 - Building Code Requirements for Structural Concrete. 8. ACI 350 - Code Requirements for Environmental Engineering Concrete Structures. C. National Ready Mixed Concrete Association (NRMCA) 1. Quality Control Manual, Section 3 - Certification of Ready Mixed Concrete Production Iftow Facilities. D. Truck Mixer Manufacturers Bureau (TMMB) 1. TM[MB 100 - Truck Mixer, Agitator and Front Discharge Concrete Carrier Standards. E. 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. Comply with ACI 350 and other stated specifications, codes and standards. Apply the most stringent requirements of other stated specifications, codes, standards, and this Section when conflicts exist. B. Independent testing laboratory shall meet the requirements of ASTM E329 and ASTM C1077 and be acceptable to the Engineer. Laboratories affiliated with the Contractor or in which the Contractor or officers of the Contractor's organization have a beneficial interest are not acceptable. C. Use only one source of cement and aggregates for the project. Provide concrete uniform in color and appearance. F62142SO3300 03300-5 March 2009 City of Fort Worth Westside WTP Project D. At least ten working days before the first concrete placement hold a preconstruction meeting to review the requirements for concrete placement, waterstop placement, jointing, concrete curing, *.r hot weather concreting, and cold weather concreting. Review, with the attendance of the plasticizer manufacturer, the properties and techniques of batching and placing concrete containing high -range water -reducing admixture. Notify all parties involved, including the Engineer, of the meeting at least ten working days prior to its scheduled date. Prepare agenda for meeting. Take meeting minutes and distribute to all attendees. E. If, during the progress of the work, it is impossible to secure concrete of the specified workability and strength with the materials being furnished, the Engineer may order such changes in proportions or materials, or both, as may be necessary to secure the specified properties. Make all changes so ordered at no additional cost to the Owner. F. If, during the progress of the work, the materials from the sources originally accepted change in characteristics, make, at no additional cost to the Owner, new acceptance tests of materials and establish new concrete mixes with the assistance of an independent testing laboratory. G. All field testing and inspection services and related laboratory tests required will be provided by the Owner. The cost of such work will be paid for by the Owner. Methods of testing will comply with the latest applicable ASTM methods. The following items will be tested by the Owner to verify conformity with this Section. 1. Concrete placements - compressive strength (cylinders), compressive strength (cores), slump, and air content. 2. Other materials that may require field testing. **400" H. Samples of constituents and of concrete as -placed will be subjected to laboratory tests. All materials incorporated in the work shall conform to accepted samples. 1.06 DELIVERY, STORAGE AND HANDLING A. Cement: Store in weathertight buildings, bins or silos to provide protection from dampness and contamination and to prevent warehouse set. B. Aggregate: Arrange and use stockpiles to prevent segregation or contamination with other materials or with other sizes of like aggregates. Build stockpiles in successive horizontal layers not exceeding three feet in thickness. Complete each layer before the next is started. Do not use frozen or partially frozen aggregate. C. Sand: Arrange and use stockpiles to prevent contamination. Allow sand to drain to a uniform moisture content before using. Do not use frozen or partially frozen sand. D. Admixtures: Store in closed containers to prevent contamination, evaporation or damage. Provide agitating equipment to uniformly disperse ingredients in admixture solutions which tend to separate. Protect liquid admixtures from freezing and other temperature changes which could adversely affect their characteristics. F62142SO3300 03300-6 March 2009 City of Fort Worth Westside WTP Project E. Fly Ash: Store in weathertight buildings, bins or silos to provide protection from dampness and 14%001 contamination. F. Sheet Curing Materials: Store in weathertight buildings or off the ground and under cover. G. Liquid Curing Compounds: Store in closed containers. PART 2 PRODUCTS 2.01 GENERAL A. The use of manufacturer's name and model or catalog number is for the purpose of establishing the standard of quality and general configuration desired. B. Like items of materials shall be the end products of one manufacturer in order to provide standardization for appearance, maintenance and manufacturer's service. 2.02 MATERIALS A. Materials shall comply with this Section and any applicable State or local requirements. B. Cement: Domestic portland cement conforming to ASTM C150. Cement shall be low alkali cement. Do not use air entraining cements. Do not use cement produced by a manufacturer that uses hazardous waste derived fuel as an energy source for its kilns. Cement brand must be approved by the Engineer and one brand shall be used throughout the work. Provide the following type(s) of cement: 1. All Class of Concrete - Type IM C. Aggregates: Fine Aggregate: Washed inert natural sand conforming to ASTM C33. 2. Coarse Aggregate: Well -graded crushed stone or washed gravel conforming to ASTM C33. Grading requirements as listed in ASTM C33, Table 2 for the specified coarse aggregate size number listed in Table 1 herein. Limits of deleterious substances and physical property requirements as listed in ASTM C33, Table 3 for severe weathering regions. Do not use course aggregates known to be deleteriously reactive with alkalis in cement. The fine and coarse aggregates used shall not cause expansion of mortar bars greater than 0.1 percent in 16 days when tested in accordance with ASTM C1260 and using the cement proposed for the project. If aggregates proposed for use do not meet this requirement, then satisfy either a. or b. below. a. Total equivalent alkali content of the cement used shall not exceed 0.60 percent as provided in the Optional Chemical Requirements of ASTM C150. F62142SO3300 03300-7 March 2009 City of Fort Worth Westside WTP Project b. The fine and coarse aggregates used shall not cause expansion of mortar bars greater than 0.1 percent in 16 days when tested in accordance with ASTM C1260 and using the N%=001 cement and fly ash proposed for the project. The proportions of the cement -fly ash mix shall be the same as those proposed for the project. D. Water: Potable water free of oil, acid, alkali, salts, chlorides (except those attributable to drinking water), organic matter, or other deleterious substances. E. Admixtures: Use admixtures free of chlorides and alkalis (except for those attributable to drinking water). The admixtures shall be from the same manufacturer when it is required to use more than one admixture in the same concrete mix. Use admixtures compatible with the concrete mix including other admixtures and made for use in concrete in contact with potable water after 30 days of concrete curing. Air Entraining Admixture: Conforming to ASTM C260. Proportion and mix in accordance with manufacturer's recommendations. 2. Water Reducing Admixture: Conforming to ASTM C494, Type A. Proportion and mix in accordance with manufacturer's recommendations. 3. High -Range Water -Reducing Admixtures (Plasticizer): Conforming to ASTM C494, Type F resulting in non -segregating plasticized concrete with little bleeding and with the physical properties of low water/cementitious ratio concrete. The treated concrete shall be capable of maintaining its plastic state in excess of 2 hours. Proportion and mix in accordance with manufacturer's recommendations. 4. Do not use admixtures causing retarded or accelerated setting of concrete without written approval from the Engineer. Use retarding or accelerating water reducing admixtures when so approved. F. Fly Ash: Class F fly ash complying with ASTM C618, including the requirements of Table 1 but with the Loss of Ignition (LOI) limited to 3 percent maximum and the optional physical requirements of Table 3. Test in compliance with ASTM C311 with a minimum of one sample weighing four pounds taken from each 200 tons of fly ash supplied for the project. G. Sheet Curing Materials: Waterproof paper, polyethylene film or white burlap -polyethylene sheeting, all conforming to ASTM C171. H. Liquid Curing Compound. Liquid membrane -forming curing compound conforming to ASTM C309, Type 1-D (clear or translucent with fugitive dye) and containing no wax, paraffin, or oil. Curing compounds shall have a minimum of 18 percent solids, be non -yellowing and have a unit moisture loss no greater than 0.039 gm/cm"2 at 72 hours as measured by ASTM C156. Curing compound shall be approved for use in contact with potable water after 30 days (non -toxic and free of taste or odor). 2.03 MIXES A. Develop concrete mixes and their testing by an independent testing laboratory engaged by and at the expense of the Contractor. F62142SO3300 03300-8 March 2009 City of Fort Worth Westside WTP Project B. Select proportions of ingredients to meet the design strength and materials limits specified in Table 1 and to produce placeable, durable concrete conforming to these specifications. Proportion ingredients to produce a homogenous mixture which will readily work into corners and angles of forms and around reinforcement without permitting materials to segregate or allowing free water to collect on the surface. C. Base concrete mixes on standard deviation data of prior mixes with essentially the same proportions of the same constituents or, if not available, develop concrete mixes by laboratory tests using the materials proposed for the work. 1. For concrete mixes based on standard deviation data of prior mixes, submit standard deviation data of prior mixes with essentially the same proportions of the same constituents in accordance with ACI350 and based on the modification factors for standard deviation tests contained in ACI 350. 2. For concrete mixes developed by laboratory testing, base cementitious content of the concrete on curves showing the relation between water cementitious ratio and 7 and 28 day compressive strengths of concrete made using the proposed materials. Determine curves by four or more points, each representing an average value of at least three test specimens and one water-cementitious ratio at each age. Provide curves with a range of values sufficient to yield the desired data, including the compressive strengths specified, without extrapolation. The cementitious content of the concrete mixes to be used, as determined from the curve, shall correspond to the required average compressive strength in Table 5.3.2.2 of ACI 318. The resulting mix shall not conflict with the limiting values for maximum water cementitious ratio and net minimum cementitious content specified in Table 1. D. Test aggregates for potential alkali reactivity in accordance with ASTM C1260. If initial testing indicates aggregates are not potentially reactive repeat test at 3 month intervals. E. Compression Tests: Provide testing of the proposed concrete mixes to demonstrate compliance with the compression strength requirements in conformity with the provisions of ACI 318. F. Entrained air, as measured by ASTM C231, shall be as shown in Table 1. 1. If the air entraining agent proposed for use in the mix requires testing methods other than ASTM C231 to accurately determine air content, make special note of this requirement in the admixture submittal specified under Paragraph 1.03. G. Slump of the concrete as measured by ASTM C143, shall be as shown in Table 1. [If a high - range water -reducing admixture (plasticizer) is used, the slump indicated shall be that measured before plasticizer is added. Plasticized concrete shall have a slump ranging from 7 to 10-in. H. Proportion admixtures according to the manufacturer's recommendations. Two or more admixtures specified may be used in the same mix provided that the admixtures in combination retain full efficiency and have no deleterious effect on the concrete or on the properties of the other admixture(s). F62142SO3300 03300-9 March 2009 City of Fort worth westside wTP Project I. Where Type III cement is approved for use, the concrete shall conform to Table 1 except that the design strength shall be attained at 7 days. TABLE 1 Design Fine Coarse Cementitious Class Strength Cement Aggregate Aggregate Content 1 2 2 3 4,12 A 2500 C150 Type I/H C33 57 (9) 440 min. B 3000 C150 Type I/II C33 57 480 min. C1 4000 C150 Type I/H C33 467 540 min. C2 4000 C150 Type I/H C33 57 560 min. C3 4000 C150 Type I/II C33 67 590 min. W/C AE Class Ratio Fly Ash Range WR HRWR Slump Range 5 6 7 8 10 (In) A 0.62 max. Yes 3.5 to 5 Yes No 1-4 B 0.54 max Yes 3.5 to 5 Yes No 1-4 C1 0.44 max. Yes 3.5 to 5 (13) (13) 3-5 (11) C2 0.44 max. Yes 3.5 to 5 (13) (13) 3-5 (11) C3 0.44 max. Yes 3.5 to 5 (13) (13) 3-5 (11) 1. Minimum compressive strength in psi at 28 days 2. ASTM designation 3. Size Number in ASTM C33 4. Minimum cementitious content in lbs per cubic yard (where fly ash is used cementitious content is defined as cement content plus fly ash content) 5. W/C is Maximum Water Cementitious ratio by weight 6. Fly ash content in the range of 20-25 percent of the total cement content plus fly ash content, by weight 7. AE is percent air entrainment 8. WR is water reducing admixture 9. Except as specified in Section 03800 for concrete electrical raceway encasement 10. HRWR is high -range water -reducing admixture 11. Maximum slump with HRWR may be increased to 7" —10". 12. Provide one additional sack of cement per cubic yard if concrete must be deposited in water 13. Contractor's option whether to use WR or HRWR in the mix. PART 3 EXECUTION 3.01 MEASURING MATERIALS A. Provide concrete composed of portland cement, fly ash, fine aggregate, coarse aggregate, water and admixtures as specified and produced by a plant complying with ACI 318 and ASTM C94. Batch all constituents, including admixtures, at the plant. F62142S03300 03300-10 March 2009 City of Fart Worth Westside WTP Project *4000p, B. Measure materials for batching concrete by weighing in conformity with and within the tolerances given in ASTM C94 except as otherwise specified. Use scales last certified by the local Sealer of Weights and Measures within one year of use. C. Weigh cement and fly ash in individual weigh batchers that are separate and distinct from the weigh batchers used for other materials. When cement and fly ash are weighed in a cumulative weigh batcher, the cement shall be weighed first. D. Measure the amount of free water in fine aggregates within 0.3 of one percent with a moisture meter. Compensate for varying moisture contents of fine aggregates. Record the number of gallons of water as -batched on printed batch rickets. E. Dispense admixtures either manually using calibrated containers or measuring tanks, or by means of an automatic dispenser approved by the manufacturer of the specific admixture. 1. Charge air -entraining and chemical admixtures into the mixer as a solution using an automatic dispenser or similar metering device. 2. Inject multiple admixtures separately during the batching sequence. 3.02 MIIXIIVG AND TRANSPORTING A. Provide ready -mixed concrete produced by equipment complying with ACI 318 and ASTM C94 and produced by a plant certified by the NRMCA. Do not hand -mix. All truck mixers shall carry r..i a rating plate conforming to TMMB 100. Clean each transit mix truck drum and reverse drum rotation before the truck proceeds under the batching plant. Equip each transit -mix truck with a continuous, nonreversible, revolution counter showing the number of revolutions at mixing speeds. B. Transport ready -mix concrete to the site in watertight agitator or mixer trucks loaded not in excess of their rated capacities as stated on the name plate. C. Keep the water tank valve on each transit truck locked at all times. Any addition of water must be directed by the Engineer. Incorporate water directed to be added by additional mixing of at least 50 revolutions at mixing speed after the addition of all water. Meter all added water and show the amount of water added on each delivery ticket. D. Comply with ACI 318 and ASTM C94 for all central plant and rolling stock equipment and methods. E. Select equipment of size and design to provide continuous flow of concrete at the delivery end. Use metal or metal -lined non -aluminum discharge chutes with slopes not exceeding one vertical to two horizontal and not less than one vertical to three horizontal. Chutes more than 20-ft long and chutes not meeting slope requirements may be used if concrete is discharged into a hopper before distribution. F. Do not retemper (mix with or without additional cement, aggregate, or water) concrete or mortar which has partially hardened. •✓ F62142SO3300 03300-11 March 2009 City of Fort Worth Westside WTP Project G. Handle concrete from mixer to placement providing concrete of specified quality in the placement 1-4m,01 area and not exceeding the maximum time interval specified in Paragraph 3.02 I.4. Dispatch - trucks from the batching plant so they arrive at the work site just before the concrete is required to avoid excessive mixing of concrete while waiting or delays in placing successive layers of concrete in the forms. Remix for a minimum of 5 minutes prior to discharge or testing. H. Famish a delivery ticket for ready mixed concrete to the Engineer as each truck arrives. Provide a printed record of the weight of cement and each aggregate as batched individually on each ticket. Use the type of indicator that returns for zero punch or returns to zero after a batch is discharged. Indicate for each batch the weight of fine and coarse aggregate, cement, fly ash, and water, moisture content of fine and coarse aggregate at time of batching, and types, brand and quantity of each admixture, the quantity of concrete delivered, the time any water is added and the amount, and the numerical sequence of the delivery. Show the time of day batched and time of discharge from the truck. Indicate the number of revolutions of transit mix truck. I. Temperature and Mixing Time Control In cold weather (see Paragraph 3.07D) maintain the as -mixed temperature of the concrete and concrete temperatures at the time of placement in the forms as indicated in Table 3. 2. If water or aggregate has been heated, combine water with aggregate in the mixer before cement is added. Do not add cement to mixtures of water and aggregate when the temperature of the mixture is greater than 90 degrees F. 3. In hot weather (see Paragraph 3.07E), cool ingredients before mixing to maintain temperature of the concrete below the maximum placing temperature of 90 degrees F. Well - crushed ice may be substituted for all or part of the mixing water. 4. The maximum time interval between the addition of mixing water and/or cement to the batch and the final placing of concrete in the forms shall not exceed the following: TABLE 2 AIR OR CONCRETE TEMPERATURE (WHICHEVER IS HIGHER) MAXIMUM TIME (27 Degree C) 80 Degree F to 90 Degree F (32 Degree C) 45 minutes (21 Degree C) 70 Degree F to 79 Degree F (26 Degree C) 60 minutes (5 Degree C) 40 Degree F to 69 Degree F (20 Degree C) 90 minutes If an approved high -range water -reducing admixture (plasticizer) is used to produce plasticized concrete, the maximum time interval shall not exceed 90 minutes. 3.03 INSPECTION AND COORDINATION A. Batching, mixing, transporting, placing and curing of concrete shall be subject to the inspection of the Engineer at all times. Advise the Engineer of readiness to proceed at least six working hours prior to each concrete placement. The Engineer will inspect the preparations for concreting including the preparation of previously placed concrete, the reinforcing and the alignment, F62142SO3300 03300-12 March 2009 City of Fan Worth Westside WTP Project cleanliness and tightness of formwork. Do not place concrete without the inspection and *"N,, acceptance of the Engineer. 3.04 EMBEDDED ITEMS A. Secure to forms as required or set for embedment as required, all miscellaneous metal items, sleeves, reglets, anchor bolts, anchors, inserts and other items furnished under other Sections and required to be embedded into concrete. Set and secure such items in the locations and alignments needed so they are not displaced by concrete placement. B. Clean embedded items free of rust, mud, dirt, grease, oil, ice, or other injurious contaminants. C. Coat or isolate all aluminum embedments to prevent aluminum -concrete reaction or electrolytic action between aluminum and steel. D. Do not embed piping in concrete unless shown on the Drawings. E. Do not embed electrical conduits in concrete unless shown on the Drawings. F. Pipes and conduits embedded within a slab or wall (other than those merely passing through) shall satisfy the following, unless otherwise shown on the Drawings or approved: a. Maximum outside dimension of pipe or conduit shall not be greater than one third the overall thickness of the slab or wall. *"001 b. Spacing of pipes or conduits shall be greater than or equal to three diameters or widths on center. Fabricate piping and conduit such that the cutting, bending, or relocation of reinforcing steel is not required. G. Close open ends of piping, conduits, and sleeves embedded in concrete with caps or plugs prior to placing concrete. H. Ensure specified tests on embedded piping are completed and satisfactory before starting concrete placement. Ensure all mechanical or electrical tests and inspections are completed and satisfactory prior to starting concrete placement. I. Check location, alignment, and support of piping, electrical conduits, and other items fully or partially embedded before depositing concrete. Correct mislocated and misaligned items and secure items which have become loose. I Position embedded anchor bolts using templates. K. Correct all embedded items not installed in the location or alignment needed or displaced by concrete placement at no additional cost to the Owner. F62142SO3300 03300-13 March 2009 City of Fort worth Westside WTP Project 3.05 CONCRETE APPEARANCE A. Remix concrete showing either poor cohesion or poor coating of the coarse aggregate with paste. Reject remixed concrete showing either poor cohesion or poor coating of the coarse aggregate with paste. Make, at no additional cost to the Owner, changes in the concrete mix design for future deliveries only by adjusting one or more of the following if the slump is within the allowable limit, but excessive bleeding, poor workability, or poor fmishability are observed: 1. The gradation of aggregate. 2. The proportion of fine and coarse aggregate. 3. The percentage of entrained air, within the allowable limits. B. Provide concrete having a homogeneous structure which, when hardened, will have the specified strength, durability and appearance. Provide mixtures and workmanship such that concrete surfaces, when exposed, will require no finishing except as specified in Section 03350. 3.06 PLACING AND COMPACTING A. Placing I. Verify that all formwork completely encloses concrete to be placed and is securely braced prior to concrete placement. Remove ice, standing water, dirt, debris, and other foreign materials from forms and exposed joint surfaces. Confirm that reinforcement and other embedded items are securely in place. Have a worker at the location of the placement who `,, can check that reinforcement and embedded items remain in designated locations and alignments while concrete is being placed. Sprinkle semi -porous subgrades or forms to eliminate suction of water from the mix. Do not place concrete on frozen subgrade, snow, or ice. 2. Deposit concrete as near its final position as possible to prevent segregation due to rehandling or flowing. Place concrete continuously at a rate that allows the concrete previously placed to be integrated with fresh plastic concrete. Do not deposit concrete which has partially hardened or has been contaminated by foreign materials or on concrete which has hardened sufficiently to cause formation of seams or planes of weakness within the section. If the section cannot be placed continuously, place construction joints as specified or as approved. 3. Pumping of concrete will be permitted. Use a mix design and aggregate sizes chosen for pumping and submit for approval. Do not use pipelines made of aluminum or aluminum alloy. When concrete is pumped, slump will be determined at point of truck discharge and air content will be determined at point of placement. 4. Remove temporary spreaders from forms when the spreader is no longer needed. Temporary spreaders may remain embedded in concrete only when made of galvanized steel or concrete and if prior approval has been obtained. F62142S03300 03300-14 March 2009 City of Fort Worth Westside WTP Project 5. Do not place concrete for supported elements until concrete previously placed in the ,ftme supporting element has attained design strength. 6. Where surface mortar is to form the base of a finish, especially surfaces designated to be painted, work coarse aggregate back from forms to bring the full surface of the mortar against the form. Prevent the formation of surface voids. 7. Slabs a. After bulkheads, screeds and jointing materials have been positioned, place concrete continuously between joints beginning at a bulkhead, edgeform, or corner. Place each batch into the edge of the previously placed concrete to avoid stone pockets and segregation. b. Avoid delays in placement. If there is a delay in placement, spade and consolidate the concrete placed after the delay at the edge of that previously placed to avoid cold joints. Bring concrete to correct level and strike off with a straightedge. Use bullfloats or darbies to smooth the surface, leaving it free of humps or hollows. c. Where slabs are to be placed integrally with the walls below them, place the walls and compact as specified. Allow one hour to pass between placement of the wall and the overlying slab to permit consolidation of the wall concrete. Keep the top surface of the wall moist to prevent cold joints. 8. Formed Concrete a. Place concrete in forms using tremie tubes taking care to prevent segregation. Maintain bottom of tremie tubes in contact with the concrete already placed. Do not permit concrete to drop freely more than 4-ft. Place concrete for walls in 12-in to 24-in lifts, keeping the surface horizontal. If a high -range water -reducing admixture is used do not permit concrete to drop freely more than 15-ft; maximum lift thickeners not to exceed 7- ft. 9. Underwater Concreting a. Use the tremie system conformance with the recommendations of ACI 304R. Tremie pipes shall be in the range of 8 to 12-in in diameter and be spaced at not more than 16-ft on centers nor more than 8-ft from an end form. Where concrete is being placed around a pipe, there shall be at least one tremie pipe on each side of each pipe. Where the tremie system is not practical, direct pumped concrete for underwater placement may be used subject to approval by the Engineer. 10. Do not place concrete underwater unless approved in writing by the Engineer. B. Compacting Consolidate concrete by vibration and puddling, spading, rodding or forking so that concrete is completely worked around reinforcement, embedded items and openings and into corners of forms. Continuously perform puddling, spading, rodding and forking along with F62142SO3300 03300-15 March 2009 City of Fort Worth Westside WTP Project vibration of the placement to eliminate air or stone pockets which may cause honeycombing, pitting or planes of weakness. 2. Compact all concrete with mechanical vibrators. Do not order concrete until vibrators (including standby units in working order) are on the job 3. Use mechanical vibrators having a minimum frequency of 7000 revolutions per minute. Insert vibrators and withdraw at points from 18-in to 30-in apart. Vibrate sufficiently at each insertion to consolidate concrete, generally from 5 to 15 seconds. Do not over vibrate so as to segregate. Keep standby vibrators on the site during concrete placing operations. 4. Concrete Slabs: Vibration for concrete slabs less than 8-in thick shall be by vibrating screeds. Vibration for concrete slabs 8-in and thicker shall be by internal vibrators and (optionally) with vibrating screeds. Place vibrators into concrete vertically. Do not lay vibrators horizontally or lay over. 5. Walls and Columns: Use internal vibrators (rather than form vibrators) unless otherwise approved by the Engineer. In general, for each vibrator needed to melt down (level) the batch at the point of discharge, one or more additional vibrators must be used to densify, homogenize and perfect the surface. Insert vibrators vertically at regular intervals, through the fresh concrete and slightly into the previous lift, if any. 6. Amount of Vibration: Use vibrators to consolidate properly placed concrete. Do not use vibrators to move or transport concrete in the forms. Continue vibration until: a. Frequency of vibrator returns to normal. '*-Mooe b. Surface appears liquefied, flattened and glistening. c. Trapped air ceases to rise. d. Coarse aggregate has blended into surface, but has not disappeared. 3.07 CURING AND PROTECTION A. Protect all concrete work against injury from the elements and defacements of any nature during construction operations. B. Curing Methods Curing Methods for Concrete Surfaces: Cure concrete to retain moisture and maintain a temperature of at least 50 Degrees F at the concrete surface for a minimum of seven days after placement. Use the following curing methods as specified: a. Water Curing: Keep entire concrete surface wet by ponding, continuous sprinkling or covered with saturated burlap. Begin water curing as soon as concrete attains an initial set and maintain water curing 24 hours a day. Do not permit the surface of the concrete to dry out at any time during the curing period. Temperature of curing water shall be within 20 Degrees F of the concrete temperature. F62142SO3300 03300-16 March 2009 City of Fort Worth Westside WTP Project I%VAW b. Sheet Material Curing: Cover entire surface with sheet material. Anchor sheeting to prevent wind and air from lifting the sheeting or entrapping air under the sheet. Place and secure sheet as soon as initial concrete set occurs. c. Liquid Membrane Curing: Apply over the entire concrete surface except as follows. Curing compound shall NOT be placed on any concrete surface where additional concrete or grout is to be placed, where concrete sealers or surface coatings are to be used, or where the concrete finish requires an integral floor product. Apply curing compound as soon as the free water on the surface has disappeared and no water sheen is visible, but not after the concrete is dry or when the curing compound can be absorbed into the concrete. Apply in compliance with the manufacturer's recommendations. 2. Specified applications of curing methods: a. Slabs for Liquid Retaining Structures: Water curing only. b. Slabs on Grade and Footings (not used to retain liquids): Water curing or sheet material curing or liquid membrane curing. c. Structural Slabs (other than Liquid Retaining Structures): Water curing or liquid membrane curing. d. Horizontal Surfaces which will Receive Additional Concrete, Coatings, Grout or Other Material that Requires Bond to the substrate: Water curing. e. Formed Surfaces: None if nonabsorbent forms are left in place seven days. Water curing if absorbent forms are used. Water curing if forms are removed prior to seven days. Sheet cure or liquid membrane cure if forms are removed prior to seven days. Exposed horizontal surfaces of formed walls or columns shall be water cured for seven days or until next placement of concrete is made. f. Surfaces of Concrete Joints: Water curing or sheet material curing. 3. Curing time may be reduced to 3 days for concrete placement using Type III cement when approved by the Engineer. C. Protect finished surfaces and slabs from the direct rays of the sun to prevent checking and crazing. D. Cold Weather Concreting For this Specification, "cold weather" is defined as a period when for more than three successive days, the average daily outdoor temperature drops below 40 degrees F. Calculate average daily temperature as the average of the highest and the lowest temperature during the period from midnight to midnight. F62142SO3300 03300-17 March 2009 City of Fort Worth Westside WTP Project Batch, deliver, place, cure and protect concrete during cold weather in compliance with the recommendations of ACI 306R and the additional requirements of this Section. N%WW" 3. Review the cold weather concreting plan at the preconstruction meeting. Include the methods and procedures for use during cold weather including the production, transportation, placement, protection, curing and temperature monitoring of the concrete and the procedures to be implemented upon abrupt changes in weather conditions or equipment failures. 4. The minimum temperature of concrete immediately after placement and during the protection period shall be as indicated in Table 3. The temperature of the concrete in place and during the protection period shall not exceed these values by more than 20 degrees F. Prevent overheating and non -uniform heating of the concrete. TABLE 3 Concrete Temperatures Minimum Dimension of Section < 12-in 12 to 36-in Min. conc temp: 55 Degree F 50 Degree F 5. Protect concrete during periods of cold weather to provide continuous warm, moist curing (with supplementary heat when required by weather conditions) for a total of at least 350 degree-days of curing. a. Degree-days are defined as the total number of 24 hour periods multiplied by the weighted average daily air temperature at the surface of the concrete (e.g., 7 days at an average 50 degrees F = 350 degree-days). b. To calculate the weighted average daily air temperature, sum hourly measurements of the air temperature in the shade at the surface of the concrete taking any measurement less than 50 degrees F as 0 degrees F. Divide the sum thus calculated by 24 to obtain the weighted average temperature for that day. 6. Do not use salt, manure or other chemicals for protection. 7. At the end of the protection period, allow the concrete to cool gradually to the ambient temperature. If water curing has been used, do not expose concrete to temperatures below those shown in Table 3 until at least 24 hours after water curing has been terminated and air dry concrete for at least 3 days prior to first exposure to freezing temperatures. 8. During periods not defined as cold weather, but when freezing temperatures are expected or occur, protect concrete surfaces from freezing for the first 24 hours after placing. F62142SO3300 03300-18 March 2009 City of Fort Worth Westside WTP Project E. Hot Weather Concreting 1. For this Specification, "hot weather" is defined as any combination of high air temperatures, low relative humidity and wind velocity which produces a rate of evaporation as estimated in ACI 305R, approaching or exceeding 0.2 pounds per square foot per hour (lb/sq fUhr). 2. Batch, deliver, place, cure and protect concrete during hot weather in compliance with the recommendations of ACI 305R and the additional requirements of this Section. a. Temperature of concrete being placed shall not exceed 90 degrees F. Maintain a uniform concrete mix temperature below this level. The temperature of the concrete shall not cause loss of slump, flash set or cold joints. b. Promptly deliver concrete to the site and promptly place the concrete upon its arrival at the site, not exceeding the maximum time interval specified in Paragraph 3.02I.4. Provide vibration immediately after placement. c. The Engineer may direct the Contractor to immediately cover concrete with sheet curing material. Review the hot weather concreting plan at the preconstruction meeting. Include the methods and procedures for use during hot weather including production, placement, and curing. 3.08 REMOVAL OF FORMS ,%..- A. Do not remove forms before the concrete has attained a strength of at least 70 percent of its specified design strength for beams and slabs and at least 30 percent of its specified design strength for walls and vertical surfaces, nor before reaching the following number of day -degrees of curing (whichever is the longer): TABLE 4 Forms for Degree Days Beams and slabs 500 Walls and vertical surfaces 100 (See definition of degree-days in Paragraph 3.07D). B. Do not remove shores until the concrete has attained at least 70 percent of its specified design strength and also sufficient strength to support safely its own weight and the construction live loads upon it. C. In cold weather, when temperature of concrete exceeds ambient air temperature by 20 Degrees F at the end of the protection period, loosen forms and leave in place for at least 24 hours to allow concrete to cool gradually to ambient air temperature. 3.09 FIELD AND LABORATORY TESTS Ift.., F62142SO3300 03300-19 March 2009 City of Fort Worth Westside WTP Project A. Sets of field control cylinder specimens will be taken by the Engineer or Owner's testing laboratory inspector during the progress of the work, in compliance with ASTM C31. Take field 1%00-e control cylinder specimens during the progress of the work, in compliance with ASTM C31. The number of sets of concrete test cylinders taken of each class of concrete placed each day shall not be less than one set per day, nor less than one set for each 150 cu yds of concrete nor less than one set for each 5,000 sq ft of surface area for slabs or walls. Specimens shall be formed in 6-in diameter by 12-in long non -absorbent cylindrical molds. A "set" of test cylinders shall consist of four cylinders: one to be tested at seven days and two to be tested and their strengths averaged at 28 days. The fourth may be used for a special test at 3 days or to verify strength after 28 days if 28 day test results are low. 2. When the average 28 day compressive strength of the cylinders in any set falls below the required compressive strength or below proportional minimum seven-day strengths (where proper relation between seven and 28 day strengths have been established by tests), change proportions, cementitious content, or temperature conditions to achieve the required strengths at no additional cost to the Owner. B. Cooperate in the making of tests by allowing free access to the work for the selection of samples. Provide four firmly braced, insulated, heated, closed wooden curing boxes, each sized to hold eight specimens, complete with cold weather temperature and hot weather temperature control thermostat for initial curing and storage from time of fabrication until shipment to the testing lab. Protect the specimens against injury or loss through construction operations. Furnish material and labor required for the purpose of taking concrete cylinder samples. All shipping of specimens will be paid for by the Owner. C. Slump tests will be made in the field by the Engineer (or Owner's testing laboratory inspector) immediately prior to placing the concrete. Such tests will be made in accordance with ASTM C143. Test slump immediately prior to placing the concrete. Test shall be made in accordance with ASTM C143. If the slump is outside the specified range, the concrete will be rejected. D. Air Content: Test for air content will be made by the Engineer (or Owner's testing laboratory inspector) on a fresh concrete sample. Test for air content shall be conducted on a fresh concrete sample. Air content for concrete made of ordinary aggregates having low absorption shall be made in compliance with either the pressure method complying with ASTM C231 or by the volumetric method complying with ASTM C173. If aggregates with high absorptions are used, the latter test method shall be used. 3.10 FIELD CONTROL A. The Engineer may have cores taken from any questionable area in the concrete work such as construction joints and other locations as required for determination of concrete quality. The results of tests on such cores shall be the basis for acceptance, rejection or determining the continuation of concrete work. The right of the Engineer to take such cores shall not be construed as creating any obligation to take such cores, and not exercising this right to do so shall not relieve the Contractor from meeting the requirements of these Specifications. B. Cooperate in obtaining cores by allowing free access to the work and permitting the use of ladders, scaffolding and such incidental equipment as may be required. Repair all core holes Iftmole F62142S03300 03300-20 March 2009 City of Fort worth Westside WTP Project with non -shrink grout as specified in Section 03600. The work of cutting, testing and repairing the cores will be at the expense of the Contractor if defective work is uncovered. If no defective work is found, such cost will be at the expense of the Owner. 3.11 FAILURE TO MEET REQUIREMENTS A. Should the strengths shown by the test specimens made and tested in compliance with the previous provisions fall below the values given in Table 1, the Engineer may require changes in proportions or materials, or both, to apply to the remainder of the work in accordance with Paragraph 1.05E. Furthermore, the Engineer may require additional curing on those portions of the structure represented by the test specimens which fall below the values given in Table 1. The cost of such additional curing shall be at no additional cost to the Owner. In the event that such additional curing does not give the strength required, as evidenced by core and/or load tests, the Engineer may require strengthening or replacement of those portions of the structure which fail to develop the required strength. Coring and testing and/or load tests and any strengthening or concrete replacement required because strengths of test specimens are below that specified, shall be at no additional cost to the Owner. In such cases of failure to meet strength requirements the Contractor and Owner shall confer to determine what adjustment, if any, can be made in compliance with Sections titled "Strength" and "Failure to Meet Strength Requirements" of ASTM C94. The "purchaser" referred to in C94 is the Contractor. B. When the tests on control specimens of concrete fall below the required strength, the Engineer will permit check tests for strengths to be made by means of typical cores drilled from the structure in compliance with ASTM C42 and C39. In cases where tests of cores fall below the values given in Table 1, the Engineer, in addition to other recourses, may require load tests on •.� any one of the slabs, walls, beams, and columns [piles] [pile caps] in which such concrete was used. Test need not be made until concrete has aged 60 days. The Engineer may require strengthening or replacement of those portions of the structure which fail to develop the required strength. All coring and testing and/or load tests and any strengthening or concrete replacement required because strengths of test specimens are below that specified, shall be at no additional cost to the Owner. C. Should the strength of test cylinders fall below 60 percent of the required minimum 28 day strength, the concrete shall be rejected and shall be removed and replaced at no additional cost to the Owner. 3.12 PATCHING AND REPAIRS A. It is the intent of these Specifications to require quality work including forming, mixture and placement of concrete and curing so completed concrete surfaces will require no patching or repairs. B. As soon as the forms have been stripped and the concrete surfaces exposed: remove fins and other projections; fill recesses left by the removal of form ties; and repair surface defects which do not impair structural strength. Clean all exposed concrete surfaces and adjoining work stained by leakage of concrete. C. Immediately after removal of forms remove tie cones and metal portions of ties as specified in Section 03100. Fill holes promptly upon stripping as follows: Moisten the hole with water, F62142S03300 03300-21 March 2009 City of Fort Worth Westside WTP Project followed by a 1/16-in brush coat of neat cement slurry mixed to the consistency of a heavy paste. Immediately plug the hole with a 1 to 1.5 mixture of cement and concrete sand mixed slightly damp to the touch (just short of "balling"). Hammer the grout into the hole until dense, and an excess of paste appears on the surface in the form of a spider web. Trowel smooth with heavy pressure. Avoid burnishing. D. When filling tie cone holes and patching or repairing exposed surfaces use the same source of cement and sand as used in the parent concrete. Adjust color to match by addition of white cement. Rub lightly with a fine carborundum stone at an age of one to five days if necessary to bring the surface down with the parent concrete. Do not damage or stain the virgin skin of the surrounding parent concrete. Wash thoroughly to remove all rubbed matter. E. Defective concrete and honeycombed areas: Chip down square and at least 1-in deep to sound concrete with hand chisels or pneumatic chipping hammers. Irregular voids or surface stones need not be removed if they are sound, free of laitance, and firmly embedded in the parent concrete. If honeycomb exists around reinforcement, chip to provide a clear space at least 3/8-in wide all around the steel. For areas less than 1-1/2-in deep, the patch may be made in the same manner as described above for filling form tie holes, care being exercised to use adequately dry (non-trowelable) mixtures and to avoid sagging. Thicker repairs will require build-up in successive 1-1/2-in layers on successive days, each Iayer being applied (with slurry, etc.) as described above. F. For very heavy (generally formed) patches, the Engineer may order the addition of pea gravel to the mixture and the proportions modified as follows: Material Volumes Weights Cement 1.0 1.0 Sand 1.0 1.0 Pea Gravel 1.5 1.5 G. The Contractor may use a packaged patching compound, such as: Poly -Patch by Euclid Chemical Company; Emaco R310 by BASF Chemical Company; Sikatop 122 Plus by Sika Chemical Corporation or equal only if approved by the Engineer for use and for color match. 3.13 SCHEDULE A. The following (Table 5) are the general applications for the various concrete classes and design strengths: Design Strength Class (psi) A 2,500 B 3,000 TABLE 5 Description Lean concrete fill, concrete fill for bollards, electrical raceway encasement, pipe encasement, blocking and foundation seal slab. Sidewalk F62142SO3300 03300-22 March 2009 City of Fort Worth Westside WI? Project ,%.r Cl. 4,000 Foundation mats and slabs, walls, and footings 16-in and greater in thickness. C2 4,000 Except as noted above for Class C1 concrete: Structural concrete greater than 10-in in thickness C3 4,000 Structural concrete 10-in or less in thickness, pump concrete END OF SECTION F62142SO3300 03300-23 March 2009 City of Fort Worth Westside WI? Project SECTION 03350 CONCRETE FINISHES PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required and finish cast -in -place concrete surfaces as shown on the Drawings and as specified herein. 1.02 RELATED WORK A. Concrete Formwork is included in Section 03100. B. Cast -In -Place Concrete is included in Section 03300. C. Grout is included in Section 03600. D. Moisture Protection is included in Division 7. E. Painting, toppings and special surfaces are included in Division 9. 1.03 SUBMITTALS A. Submit, in accordance with Section 01300, shop drawings and product data showing materials of construction and details of installation for: 1. Concrete sealer. Confirmation that the sealer is compatible with additionally applied coatings shall also be submitted. 2. Chemical hardener. Confirmation that the hardener is compatible with sealer shall also be submitted. 1.04 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM) 1. ASTM C33 - Standard Specification for Concrete Aggregates. B. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. F62142SO3350 03350-1 March 2009 City of Fort Worth Westside WTP Project 1.05 QUALITY ASSURANCE A. Finishes 1. For concrete which will receive additional applied finishes or materials, the surface finish specified is required for the proper application of the specified manufacturer's products. Where alternate products are approved for use, determine if changes in finishes are required and provide the proper finishes to receive these products. 2. Changes in finishes made to accommodate products different from those specified shall be performed at no additional cost to the Owner. Submit the proposed new finishes and their construction methods to the Engineer for approval. B. Services of Manufacturer's Representative 1. Make available at no additional cost to the Owner, upon 72 hours notification, the services of a qualified field representative of the manufacturer of sealer or hardener to instruct the user on the proper application of the product under prevailing job conditions. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 FORMED SURFACES A. Forms shall not be removed before the requirements of Section 03300, have been satisfied. B. Exercise care to prevent damaging edges or obliterating the lines of chamfers, rustications or comers when removing the forms or performing any other work adjacent thereto. C. Prepare the exposed surface as specified in Section 03300. D. No Finish: After forms are removed, repair or patch tie holes and defects. Otherwise, no additional finish is required. E. Rough form Finish: Surfaces for which rough finish is indicated or required shall have tie holes and defects larger than 1/4" in width or depth patched or repaired. Remove fins flush with the adjacent surface by rubbing or grinding and dress rough edges. Otherwise, leave surfaces with the texture imparted by the forms. F. Smooth —form Finish: Unless otherwise shown on the schedule above, provide smooth form finish for concrete surfaces to be exposed to view. Surfaces to receive a rubbed finish shall have a smooth form finish. The form facing material shall produce a smooth, hard, uniform texture on the concrete. The arrangement of the facing material shall be orderly and symmetrical with a minimum number of seams. Patch tie holes and defects and remove fins flush with the adjacent surface. G. Rubbed Finish F62142SO3350 03350-2 March 2009 City of Fort Worth Westside WTP Project 1. While the wall is still damp apply a thin coat of medium consistency neat cement slurry by means of bristle brushes to provide a bonding coat within all pits, air holes or blemishes in the parent concrete. Avoid coating large areas with the slurry at one time. 2. Before the slurry has dried or changed color, apply a dry (almost crumbly) grout proportioned by volume and consisting of 1 part cement to 1-1/2 parts of clean masonry sand having a fineness modulus of approximately 2.3 and complying with the gradation requirements of ASTM C33 for such a material. Grout shall be uniformly applied by means of damp pads of coarse burlap approximately 6-in square used as a float. Scrub grout into the pits and air holes to provide a dense mortar in all imperfections. 3. Allow the mortar to partially harden for 1 or 2 hours depending upon the weather. If the air is hot and dry, keep the wall damp during this period using a fine, fog spray. When the grout has hardened sufficiently so it can be scraped from the surface with the edge of a steel trowel without damaging the grout in the small pits or holes, cut off all that can be removed with a trowel. (Note: Grout allowed to remain on the wall too long will harden and will be difficult to remove.) 4. Allow the surface to dry thoroughly and rub it vigorously with clean dry burlap to completely remove any dried grout. No visible film of grout shall remain after this rubbing. The entire cleaning operation for any area must be completed the day it is started. Do not leave grout on surfaces overnight. Allow sufficient time for grout to dry after it has been cutoff with the trowel so it can be wiped off clean with the burlap. 5. On the day following the repair of pits, air holes and blemishes, the walls shall again be wiped off clean with dry, used pieces of burlap containing old hardened mortar which will act as a '.r mild abrasive. After this treatment, there shall be no built-up film remaining on the parent surface. If, however, such a film is present, a fine abrasive stone shall be used to remove all such material without breaking through the surface film of the original concrete. Such scrubbing shall be light and sufficient only to remove excess material without changing the texture of the concrete. 6. A thorough wash -down with stiff bristle brushes shall follow the final bagging or stoning operation. No extraneous materials shall remain on the surface of the wall. The wall shall be sprayed with a fine fog spray periodically to maintain a continually damp condition for at least 3 days after the application of the repair grout. 3.02 FLOORS AND SLABS A. Floated Finish 1. Machine Floating a. Screed floors and slabs with straightedges to the established grades shown on the Drawings. Immediately after final screeding, a dry cement/sand shake in the proportion of two sacks of portland cement to 3501bs of coarse natural concrete sand shall be sprinkled evenly over the surface at the rate of approximately 5001bs /1,000 sq ft of floor. Do not sprinkle neat, dry cement on the surface. b. The application of the cement/sand shake may be eliminated at the discretion of the Nmw Engineer if the base slab concrete exhibits adequate fattiness and homogeneity and the F62142SO3350 03350-3 March 2009 City of Fort Worth Westside WTP Project need is not indicated. When the concrete has hardened sufficiently to support the weight of a power float without its digging into or disrupting the level surface, thoroughly float the shake into the surface with a heavy revolving disc type power compacting machine capable of providing a 200 lb compaction force distributed over a 24-in diameter disc. c. Start floating along walls and around columns and then move systematically across the surface leaving a matte finish. d. The compacting machine shall be the "Kelly Power Float with Compaction Control" as manufactured by Kelley Industries of SSP Construction Equipment Inc., Pomona, CA or equal. Troweling machines equipped with float (shoe) blades that are slipped over the trowel blades may be used for floating. Floating with a troweling machine equipped with normal trowel blades will not be permitted. The use of any floating or troweling machine which has a water attachment for wetting the concrete surface during finishing will not be permitted. 2. Hand Floating a. In lieu of power floating, small areas may be compacted by hand floating. The dry cement/sand shake previously specified shall be used unless specifically eliminated by the Engineer. Screed the floors and slabs with straightedges to the established grades shown on the Drawings. While the concrete is still green, but sufficiently hardened to support a finisher and kneeboards with no more than 1/4-in indentation, wood float to a true, even plane with no coarse aggregate visible. Use sufficient pressure on the wood floats to bring moisture to the surface. 3. Finishing Tolerances a. Level floors and slabs to a tolerance of plus or minus 1/8-in when checked with a 10-ft straightedge placed anywhere on the slab in any direction. Where drains occur, pitch floors to drains such that there are no low spots left undrained. Failure to meet either of the above requirements shall be cause for removal, grinding, or other correction as directed by the Engineer. B. Broom Finish Screed slabs with straightedges to the established grades indicated on the Drawings. When the concrete has stiffened sufficiently to maintain small surface indentations, draw a stiff bristle broom lightly across the surface in the direction of drainage, or, in the case of walks and stairs, perpendicular to the direction of traffic to provide a non -slip surface. C. Steel Trowel Finish Finish concrete as specified in Paragraph 3.02A. Then, hand steel trowel to a perfectly smooth hard even finish free from high or low spots or other defects. 3.03 APPROVAL OF FINISHES A. All concrete surfaces, when finished, will be inspected by the Engineer. B. Surfaces which, in the opinion of the Engineer, are unsatisfactory shall be refinished or reworked. %Mw, F62142SO3350 03350-4 March 2009 City of Fort Worth Westside WTP Project C. After finishing horizontal surfaces, regardless of the finishing procedure specified, the concrete .✓ shall be cured in compliance with Section 03300 unless otherwise directed by the Engineer. 3.04 SCHEDULE OF FINISHES A. Concrete shall be finished as specified either to remain as natural concrete to receive an additional applied finish or material under another section. B. Concrete for the following conditions shall be finished as noted on the Drawings and as further specified herein: 1. Concrete to receive dampproofing or waterproofing: Rough -form finish. See Paragraph 3.01D above. 2. Concrete not exposed to view and not scheduled to receive an additional applied finish or material: Rough -form finish. See Paragraph 3.01D above. 3. Exterior vertical concrete above grade exposed to view: Rubbed finish. See Paragraph 3.01E above. 4. Interior vertical concrete exposed to view except in water containment areas: Rubbed finish. See Paragraph 3.01E above. 5. Vertical concrete in water containment areas. Rubbed finish on exposed surfaces and extending to two feet below normal operating water level: Rough -form finish on remainder of submerged areas. See Paragraphs 3.01E and 3.011) above. 6. Interior and exterior underside of concrete exposed to view: Rubbed finish. See Paragraph 3.01E above. 7. Interior or exterior horizontal concrete not requiring floor hardener or sealer: Floated finish. See Paragraph 3.02A above. Concrete for exterior walks, interior and exterior stairs: Broomed finish perpendicular to direction of traffic. See Paragraph 3.0213 above. 9. Concrete slabs on which process liquids flow or in contact with sludge: Steel trowel finish. See Paragraph 3.02C above. 10. Concrete structure bottoms to be covered with grout: See Section 03600. 11. Concrete to be coated or painted: See Division 9. END OF SECTION F62142SO3350 03350-5 March 2009 City of Fort Worth Westside WTP Project SECTION 03365 CONCRETE FLOOR STAIN SYSTEM PART1 GENERAL 1.01 SECTION INCLUDES A. Concrete floor stain in areas indicated. B. Floor slab protection covering after slab finishing until stain system application and following stain system application until substantial completion of the project. 1. It shall not be the Contractor's option to provide additional cleaning or repair work in lieu of the required protection. C. Floor Slab Protection Plan prior to stain system installation coordinated with the General Contractor and other working trades. 1.02 RELATED SECTIONS A. Section 03300 - Cast -in -Place Concrete. 1.03 SUBMITTALS N✓ A. Product Data: Submit manufacturer's product data, including surface preparation and application instructions. B. Color Samples: Submit manufacturer's standard color chart. C. Installer's Project References: Submit list of at least three successfully completed projects, including project name and location, name of architect, and type and quantity of concrete floor stain applied. D. Maintenance Instructions: Submit manufacturer's maintenance and cleaning instructions. E. Provide a Floor Slab Protection Plan narrative for protection prior to and after stain system application with evidence of General Contractor's concurrence. 1.04 QUALITY ASSURANCE A. Single Source Responsibility: Concrete floor stain and all related materials shall be products of a single manufacturer. B. Installer's Qualifications: 1. Successful experience in application of a minimum of three similar concrete floor stain projects. 2. Employ persons trained for application of concrete floor stains. C. Preinstallation Meeting: Convene a preinstallation meeting before start of application of concrete F62142SO3365 03365 - 1 March 2009 City of Fort Worth Westside WTP Project floor stain. Require attendance of parties directly affecting work of this section, including Contractor, Architect, and applicator. Review surface preparation, application, protection, and %uw, coordination with other work. 1.05 DELIVERY, STORAGE, AND HANDLING A. Delivery: Deliver materials to site in manufacturer's original, unopened containers and packaging, with labels clearly identifying manufacturer, product name, and concrete floor stain color. B. Storage: Store materials in a clean, dry area indoors in accordance with manufacturer's instructions. Keep containers sealed until ready for use. 1. Concrete Floor Sealer for all surfaces and Concrete Floor Wax for interior surfaces: Keep away from ignition sources. Do not allow to freeze. C. Handling: Protect materials during handling and application to prevent damage or contamination. 1.06 ENVIRONMENTAL REQUIREMENTS A. Do not apply concrete floor stain when air or surface temperature is below 40 degrees F. B. Concrete Floor Wax: Do not apply when air or surface temperature is below 55 degrees F. C. Concrete Floor Sealer: Do not apply when air or surface temperature is below 55 degrees F. D. Exterior Surfaces: Do not apply materials in wet weather. 1.07 SEQUENCING A. Prepare surface and apply concrete floor stain after other interior finish work is completed and before baseboards are installed. 1.08 MOCK-UP SAMPLE A. Prior to beginning stain system installation provide mock-up sample of completed stain and finish system for approval. Mock-up sample shall be in all ways representative of the finish system and the results to be provided for this project. B. Mock-up slab shall be located in a site area with minimum traffic and proper drainage. C. Mock-up slab shall be 6' wide and 8' long and be cast from same concrete mix and surface finish as floor slab that will receive finish system. D. Provide mock-up slab with two scored joints centered on the 6' sides and spaced 18" apart. E. Provide border color on slab area between the two scored joints and the field color on the balance of the slab. F. After all prescribed finishing operations are complete the slab will be reviewed by the Architect and Owner. Slab with rejected finish shall be removed and another mock-up slab provided for F62142SO3365 03365 - 2 March 2009 City of Fort Worth Westside WTP Project additional finish application. Slab finish shall be approved prior to any finish work in the ' "V, building. G. Protect approved mock-up slab until building finish work is complete and approved. H. Demolish and remove mock-up slab from the job site as directed by the Architect. PART 2 PRODUCTS 2.01 MANUFACTURER A. Basis -of -Design Products: To establish the significant qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics for purposes of evaluating comparable products of other manufacturers, a specific manufacturer's product is named and accompanied by the words "basis of design," including make or model number or other designation. Subject to compliance with requirements, provide either the named products or equal products. B. Kemiko Concrete Products, PO Box 1109, Leonard, Texas 75452. Phone (903) 587-3708. Fax (903) 587-9038. Web Site www.kemiko.com. E-Mail sales@kemiko.com. C. As part of the work under this contract provide all items necessary to produce a complete, durable and proper installation, including but not limited to fasteners; adhesives, industry standard installation components and/or standard or optional installation components and accessories available from or v recommended by the manufacturer(s) for the substrates, conditions and assemblies involved. 2.02 CONCRETE FLOOR STAIN A. Concrete Floor Stain: Kemiko Stone Tone Stain. 1. Description: Combination of acid solution, wetting agents, and metallic ions. When mixed with water, chemically combines with portland cement to form permanent colors. 2. Colors: refer to the Room Finish / Color Schedule. 2.03 ACCESSORIES A. Concrete Floor Wax: Kemiko Stone Tone Wax. 1. Aliphatic petroleum wax. 2. Non -yellowing. 3. Fast drying. B. Concrete Floor Sealer: Kemiko Stone Tone Sealer. 1. Acrylic water -based urethane clear sealer. 2. Solids Content: 30 percent. 3. Non -yellowing. 4. Resistant to blush. 5. Satin finish. 6. VOC compliant. 7. Q drying. 1n . F62142SO3365 03365 - 3 March 2009 City of Fort Worth Westside WTP Project PART 3 EXECUTION 3.01 EXAMINATION A. Examine surfaces to receive concrete floor stain. Notify Architect if surfaces are not acceptable. Do not begin surface preparation or application until unacceptable conditions have been corrected. 3.02 SURFACE PREPARATION A. Protection: 1. Protect walls and surrounding surfaces not to receive concrete floor stain. 2. Do not allow stain to come in contact with wood or metal surfaces. B. Prepare concrete surface in accordance with manufacturer's instructions. C. Concrete shall be as specified in Section 03300. Ensure concrete is a minimum of 28 days old. D. Ensure concrete surface is clean, dry, structurally sound, and free from dirt, dust, oil, grease, solvents, paint, wax, asphalt, concrete curing compounds, sealing compounds, surface hardeners, bond breakers, adhesive residue, and other surface contaminants. E. Do not acid wash or use heavy alkali cleaners. 3.03 APPLICATION � A. Apply concrete floor stain in accordance with manufacturer's instructions at locations indicated on the drawings. B. Control depth of color by adjusting volume of stain applied to floor. C. Apply 2 coats of concrete floor stain. Allow floor to completely dry after each coat. Do not scrub clean between coats. D. After floor has completely dried, scrub off stain residue in accordance with manufacturer's instructions. Allow floor to completely dry. E. Concrete Floor Wax: Apply concrete floor wax over interior concrete floor stain in accordance with manufacturer's instructions. F. Concrete Floor Sealer: Apply concrete floor sealer over concrete floor stain in accordance with manufacturer's instructions. G. Keep material containers closed when not in use to avoid contamination. 3.04 PROTECTION A. Protect stained concrete floor from damage during balance of construction until Substantial Completion. **moo-, F62142SO3365 03365 - 4 March 2009 City of Fort Worth Westside WTP Project *ftwe B. Protect concrete surfaces from foot traffic for a minimum of 24 hours. C. Avoid washing concrete surfaces for a minimum of 48 hours. END OF SECTION F62142SO3365 03365 - 5 March 2009 City of Fort worth westside wTP Project SECTION 03600 GROUT PART 1 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. Formwork is included in Section 03100. B. Concrete Reinforcement is included in Section 03200. C. Concrete Joints and Joint Accessories are included in Section 03250. D. Cast -in -Place Concrete is included in Section 03300. E. Modifications to Existing Concrete are included in Section 03740. F. Masonry grout is included in Division 4. G. Miscellaneous Metals are included in Section 05500. 1.03 SUBMITTALS A. Submit, in accordance with Section 01300, shop drawings and product data showing materials of construction and details of installation for: 1. Commercially manufactured nonshrink cementitous 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. F62142SO3600 03600-1 March 2009 City of Fort Worth Westside WTP Project B. Samples 1. Samples of commercially manufactured grout products when requested by the Engineer. N%mov, 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. Submit documentation that manufacturers of commercially manufactured grout products have at least 10 years experience in the production and use of the proposed grouts which they will supply. 1.04 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM) 1. ASTM C531 -Standard Test Method for Linear Shrinkage and Coefficient of Thermal 1%0101 Expansion of Chemical Resistant Mortars, Grouts and Monolithic Surfacings and Polymer Concretes 2. ASTM C579 - Standard Test Methods for Compressive Strength of Chemical -Resistant Mortars, Grouts and Monolithic Surfacings and Polymer Concretes 3. ASTM C827 - Standard Test Method for Change in Height at Early Ages of Cylindrical Specimens from Cementitious Mixtures 4. ASTM C1107 -Standard Specification for Packaged Dry, Hydraulic -Cement Grout (Nonshrink) 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. Qualifications 1. Manufacturers of commercially manufactured grout products shall have a minimum of 10 years experience in the production and use of the type of grout proposed for the work. F62142S03600 03600-2 March 2009 City of Fort Worth Westside WTP Project B. Field Testing .%New 1. All field testing and inspection services required will 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 will comply with the applicable ASTM Standards. 2. The field testing of Concrete Grout will 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 which 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. 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. 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. 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. ..WI The grouts shall exhibit no shrinkage when tested in conformity with ASTM C827. F62142SO3600 03600-3 March 2009 City of Fort Worth Westside WTP Project a. General purpose nonshrink cementitious grout shall conform to the standards stated above and shall be SikaGrout 212 by Sika Corp.; Set Grout by Degussa Building Systems; NS %WWI Grout by The Euclid Chemical Co.; Five Star Grout by Five Star Products, Inc or equal. b. Flowable (Precision) nonshrink cementitious grout shall conform to the standards stated above and shall be Masterflow 928 by Degussa Building Systems; Hi -Flow Grout by the Euclid Chemical Co.; SikaGrout 212 by Sika Corp.; Five Star Grout or Five Star Fluid Grout 100 by Five Stars Products, Inc or equal. B. Nonshrink Epoxy Grout 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 10,000 psi in 7 days when tested in conformity with ASTM C579 and have a maximum thermal expansion of 30 x 10-6 when tested in conformity with ASTM C531. The grout shall be Masterflow 648 CP by DeGussa Building Systems; Five Star BP Epoxy Grout by Five Stars Products, Inc; Sikadur 42 Grout -Pak by Sika Corp.; High Strength Epoxy Grout E3-G by the Euclid Chemical Co. or equal. C. Cement Grout 1. Cement grouts shall be a mixture of one part portland cement conforming to ASTM C150, Types IIH, 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 1. Concrete grout shall conform to the requirements of Section 03300 except as specified herein. It shall be proportioned with cement, pozzolan, coarse and fine aggregates, water, water reducer and air entraining agent to produce a mix having an average strength of 2,500 psi at 28 days. Coarse aggregate size shall be 3/8-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 lbs 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 which 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. F62142SO3600 03600-4 March 2009 City of Fort Worth Westside WTP Project PART 3 EXECUTION '"aw, 3.01 PREPARATION A. Grout shall be placed over cured concrete that has attained its full design strength unless otherwise approved by the Engineer. 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 which 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 airline 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 1,1111W 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. 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 Engineer. F62142SO3600 03600-5 March 2009 City of Fort worth Westside WTP Project 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 until grout compressive strength reaches 1000 psi or as recommended by the grout manufacturer, whichever is longer. Take precautions to minimize 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 which 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. 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 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 which 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 which 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 finishing. Keep grout moist and within its recommended placement temperature range for at least 24 hours after placement or N%MPVI F62142SO3600 03600-6 March 2009 City of Fort Worth Westside WI? Project 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 - NONSHRINK 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 which 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. 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. 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. B. 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 drain lines will not be permitted. C. 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 or 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 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 for the cement slurry.) D. Place concrete grout to slopes and final grade. E. Provide grout control joints as indicated on the Drawings. F62142SO3600 03600-7 March 2009 City of Fort worth Westside WTP Project F. Finish and cure the concrete grout as specified for cast -in -place concrete. 3.06 GROUT 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 non shrink 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. 2. Fowable 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 overlaying the base concrete to allow more control in placing the surface grade. Use for concrete grout fill within liquid -containment structures and other locations where specifically indicated on the Drawings. END OF SECTION F62142SO3600 03600-8 March 2009 City of Fort Worth Westside WTP Project SECTION 03650 FLOWABLE FILL PART1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required and install all flowable fill complete as shown on the Drawings and as specified herein. 1.02 RELATED WORK A. Excavation and Backfill are included in Section 02220. B. Concrete Work is included in Section 03301. 1.03 SUBMITTALS A. Submit, in accordance with Section 01300, shop drawings and product data. Submittals shall include the following: 1. Constituent quantities per cubic yard of the flowable fill mix including water content, cement factor, type and amount of fly ash and type and manufacturer of cement. 2. Technical data on all materials and components. B. Test Reports 1. Sieve analysis of aggregate. 2. Laboratory test results of the compressive strength of the proposed mix. 1.04 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM) 1. ASTM C33 - Standard Specification for Concrete Aggregates. 2. ASTM C94 - Standard Specification for Ready -Mixed Concrete. 3. ASTM C143 - Standard Test Method for Slump of Hydraulic Cement Concrete. 4. ASTM C150 - Standard Specification for Portland Cement. 5. ASTM C618 - Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Concrete. 6. ASTM D4832 - Standard Test Method for Preparation and Testing of Controlled Low Strength Material Test Cylinders. F62142SO3650 03650-1 March 2009 City of Fort Worth Westside WTP Project B. American Concrete Institute (ACI). 1. ACI 301 - Standard Specification for Structural Concrete. 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. All testing and inspection services required, unless otherwise specified, shall be provided and paid for by the Owner. Testing necessary to establish the mix shall be performed by and at the expense of the Contractor. Methods of testing shall comply with the latest applicable ASTM Methods except as specified herein. 1.06 DELIVERY, STORAGE AND HANDLING A. Products shall be stored in conformity with the manufacturer's recommendations. B. Fly ash, aggregate and cement shall be stored or stockpiled in conformity with the recommendations of ACI 301. PART 2 PRODUCTS 2.01 GENERAL A. The use of manufacturer's name and model or catalog number is for the purpose of establishing the standard of quality and general configuration desired. N%Wool B. Materials shall comply with this Section and any applicable State or local requirements. 2.02 MATERIALS A. Cement shall be domestic portland cement conforming to ASTM C150, Type II. The minimum cement content shall be 1001bs/cu yd. B. Fly ash shall conform to ASTM C618, Class C or Class F. The minimum fly ash content shall be 300 lbs/cu yd. C. Aggregate shall be inert natural sand conforming to the requirements of ASTM C33 or inert natural sand containing aggregate sizes not greater than 3/8-in and having given satisfactory flowability, strength and setting time when used in comparable flowable fill mixes. Aggregates shall not be expansive or reactive. D. Water shall be potable, clean and free from injurious amounts of oils, acids, alkalis, organic matter, or other deleterious substances. The water content of the mix may be approximately 400 lbs/cu yd. E. Admixtures manufactured specifically manufactured for use in flowable fills will be considered for approval. Admixtures shall be free of chlorides and alkalis (except for those attributable to water). Admixtures shall be compatible with the mix and shall be suitable for use in contact with F62142SO3650 03650-2 March 2009 City of Fort Worth Westside WTP Project potable water after curing. Admixtures causing retarded or accelerated setting of the mix shall not be used without written approval from the Engineer. I 1 ail►.� .� A. Select proportions of ingredients to meet the minimum design strength of 300 psi and to produce a fill having proper placability, durability and strength. Proportion ingredients to produce a homogenous mixture which will readily work into comers and angles without permitting materials to segregate. B. Compression Tests: Furnish testing of the proposed mix to demonstrate compliance with the compression strength requirements. C. Slump of the mix, as measured by ASTM C143, shall be approximately 8-in. 2.04 MEASURING, BATCHING, NIDCING AND TRANSPORTING A. Measuring, hatching, mixing and transporting shall conform to ASTM C94 and the requirements herein or as otherwise approved in writing by the Engineer. B. Ready -mixed flowable fill, whether produced by a concrete supplier or the Contractor shall conform to the requirements above. No hand mixing will be permitted. C. The flowable fill shall be mixed until there is uniform distribution of the materials and shall be discharged completely before the mixer is recharged. Fill which has been remixed or retempered shall be rejected. PART 3 EXECUTION 3.01 INSPECTION AND COORDINATION A. The batching, mixing, transporting and placing and of the flowable fill shall be subject to the inspection of the Engineer at all times. No placement shall be made without the inspection and acceptance of the preparations by the Engineer. 3.02 APPEARANCE A. The flowable fill shall have a homogeneous structure which, when hardened, will have the required strength and durability. 3.03 PLACING A. No flowable fill shall be placed until the condition of subgrade and method of placement have been approved by the Engineer. Before depositing flowable fill, all debris and foreign matter shall be removed from the excavation. Flowable fill shall not be placed in water or submerged within 24 hours after placing, nor shall running water be permitted to flow over the surface of fresh flowable fill. B. Deposit the mix as near its final position as possible to avoid segregation due to rehandling or '*.r flowing. Pumping of the mix will be permitted when the approved design mix is based on F62142SO3650 03650-3 March 2009 City of Fort Worth Westside WTP Project pumping. Do not deposit concrete which has partially hardened or has been contaminated by foreign materials. 3.05 CURING AND PROTECTION A. Protect all flowable fill against injury from the elements and damage of any nature during construction operations. B. Flowable fill placed during cold weather shall be protected against freezing by methods specified in Section 03301. Salt, manure or other chemicals shall not be used for cold weather protection. 3.06 FIELD TESTS A. Sets of 6-in by 12-in test cylinders will be taken of the work by the construction manager following the procedures given in ASTM D4832. The number of sets of test cylinders shall be at the discretion of the construction manager. The cylinders shall be capped with neoprene for testing. When the average compressive strength of the cylinders in any set falls below the required compressive strength; the construction manager may reject the fill represented by the set of cylinders or require modification of the proportions of the design mix to achieve the required strengths. B. Cooperate in the making of tests by allowing free access to the work for the selection of samples, providing an insulated closed curing box for specimens, affording protection to the specimens against injury or loss through the operations and furnishing material and labor required for the purpose of taking test cylinder samples. All shipping of specimens will be paid for by the Owner. C. Slump tests will be made in the field by the construction manager in conformity with ASTM C143. END OF SECTION DIVISION 4 MASONRY City of Fort Worth Westside WTP Project SECTION 04810 UNIT MASONRY ASSEMBLIES PART 1 - GENERAL 1.1 SUMMARY 1.1.1. Section Includes a. Concrete masonry units (CMUs). b. Face brick. C. Precast concrete units. d. Mortar and grout. e. Reinforcing steel. f. Masonry joint reinforcement. g. Ties and anchors. h. Miscellaneous masonry accessories. 1.2 REFERENCES Specification for Masonry Structures: ACI 530.1-07/ASCE 6-07/TMS 602-07. 1.3 DEFINITIONS Reinforced Masonry: Masonry containing reinforcing steel in grouted cells. 1.4 PERFORMANCE REQUIREMENTS 1.4.1. Unit Masonry Compressive Strength a. Provide units with minimum average net area compressive strengths as follows: (1) For Concrete Masonry Units: 1900 psi . (2) For Face Brick: 3000 psi. 1.4.2. Determine net -area compressive strength (f'm) of masonry from average net -area compressive strengths of masonry units and mortar types (unit -strength method) according to Tables 1 and 2 in ACI 530.1/ASCE 6/TMS 602. Provide Type S mortar at all locations. 1.5 SUBMITTALS 1.5.1. Shop Drawings a. Reinforcing Steel: Detail bending and placement of unit masonry reinforcing bars. Comply with ACI315, "Details and Detailing of Concrete Reinforcement" showing bar schedules, stirrup spacing, diagrams of bend control joints, framing or special conditions affecting the work. Provide 1/4" scale elevations of all walls with all openings and reinforcing shown. Coordinate with mason the type of grouting techniques to be used and provide bar lengths accordingly. 1.5.2. Material Certificates: F62142SO4810 04810-1 March 2009 City of Fort Worth Westside WTP Project a. Include statements of material properties indicating compliance with requirements including compliance with standards and type designation within standards. Provide for each type and size of the following: (1) Masonry units. (a) Include material test reports substantiating compliance with requirements. (2) Face brick. (a) Include material test reports substantiating compliance with requirements. (b) Material rest reports efflorescence according to ASTM C 67. (3) Cementitious materials. Include brand, type, and name of manufacturer. (4) Reinforcing bars. (5) Joint reinforcement. (6) Anchor, ties, and metal accessories. (7) Aggregate certificates for mortar and grout. (8) Prebiended, dry mortar mixes. Include description, type, and proportions of ingredients. 1.5.3. Samples for Verification a. For each type and color of the following: (1) Split -face concrete masonry units. (2) Standard concrete masonry units. (3) Face brick. (4) Cast stone. (5) Pigmented mortar. 1.5.4. Mix Designs a. For each type of mortar and grout. Include description of type and proportions of ingredients. 1.5.5. Statement of Compressive Strength of Masonry a. For each combination of masonry unit type and mortar type, provide statement of average net - area compressive strength of masonry units, mortar type, and resulting net -area compressive strength of masonry determined according to Tables 1 and 2 in ACI 530.1/ASCE 6/TMS 602. 1.5.6. Field (duality -Control Tests and Inspection Reports. a. Special Inspection Reports. 1.6 QUALITY ASSURANCE 1.6.1. Source Limitations for Masonry Units a. Obtain exposed masonry units of a uniform texture and color, or a uniform blend within the ranges accepted for these characteristics, through one source from a single manufacturer for each product required. 1.6.2. Source Limitations for Mortar Materials F62142SO4810 04810-2 March 2009 City of Fort Worth Westside WTP Project a. Obtain mortar ingredients of a uniform quality, including color for exposed masonry, from a single manufacturer for each cementitious component and from one source or producer for each aggregate. 1.6.3. Fire -Resistance Ratings a. Where indicated, provide materials and construction identical to those of assemblies with fire - resistance ratings determined per ASTM E 119 by a testing and inspecting agency, by equivalent concrete masonry thickness, or by other means, as acceptable to authorities having jurisdiction. 1.6.4. Mockup a. Build mockup to verify selections made under sample submittals and to demonstrate aesthetic effects and set quality standards for materials and execution. b. Build mockup to include each type of typical wall containing masonry using each masonry type according to its typical installation detail, in sizes approximately 96 inches long by 72 inches high by full thickness, including face and backup wythes, precast concrete trim, and accessories. (1) Include a sealant -filled control joint. (2) Include through -wall flashing installed approximately 16 inches down from top of mockup, with a 12-inch length of flashing left exposed to view. (3) Include both metal studs and CMU backup, with cavity insulation, veneer anchors, flashing, mortar net and weep holes. (4) Clean exposed faces of mockups with masonry cleaner as indicated. (5) Protect accepted mockups from the elements with weather -resistant membrane. (6) Approval of mockups is for color, texture, and blending of masonry units; relationship of mortar and sealant colors to masonry unit colors; tooling of joints; and aesthetic qualities of workmanship. (7) Include minimum 36 inch length of cast stone. 1.6.5. Testing Agency Qualifications a. An independent agency, qualified according to ASTM C1077 and ASTM E329 for testing indicated, as documented according to ASTM E548. (1) Personnel conducting field tests shall be qualified as ACI-certified Concrete Field Testing Technician, Grade I, or an equivalent certification program. (2) Personnel performing laboratory tests shall be ACI-certified Concrete Strength Testing Technician, Grade I, or an equivalent certification program. Testing agency laboratory supervisor shall be an ACI-certified Concrete Laboratory Testing Technician — Grade II, or an equivalent certification program. 1.7 DELIVERY, STORAGE, AND HANDLING 1.7.1. Storage a. Store masonry units on elevated platforms in a dry location. If units are not stored in an enclosed location, cover tops and sides of stacks with waterproof sheeting, securely tied. If units become wet, do not install until they are dry. b. Store cementitious materials on elevated platforms, under cover, and in a dry location. Do not use cementitious materials that have become damp. C. Store aggregates where grading and other required characteristics can be maintained and contamination avoided. F62142SO4810 04810-3 March 2009 City of Fort worth Westside WTP Project d. Store masonry accessories, including metal items, to prevent corrosion and accumulation of dirt and oil. 1.7.2. Preblended Dry Mortar Mix a. Deliver preblended, dry mortar mix in moisture -resistant containers designed for lifting and emptying into dispensing silo. Store preblended, dry mortar mix in delivery containers on elevated platforms, under cover, and in a dry location or in a metal dispensing silo with weatherproof cover. 1.8 PROJECT CONDITIONS 1.8.1. Protection of Masonry a. During construction, cover tops of walls, projections, and sills exposed to weather with waterproof sheeting at end of each day's work. Cover partially completed masonry when construction is not in progress. b. Extend cover a minimum of 24 inches down both sides and hold cover securely in place. 1.8.2. Applied Loads a. Do not apply uniform floor or roof loads for at least 12 hours and concentrated loads for at least 3 days after building masonry walls. 1.8.3. Stain Prevention a. Prevent grout, mortar, and soil from staining the face of masonry to be left exposed or painted. Immediately remove grout, mortar, and soil that come in contact with such masonry. b. Protect base of walls from rain -splashed mud and from mortar splatter by spreading coverings N%W0011 on ground and over wall surface. C. Protect sills, ledges, and projections from mortar droppings. d. Protect surfaces of window and door frames, as well as similar products with painted and integral finishes, from mortar droppings. e. Turn scaffold boards near the wall on edge at the end of each day to prevent rain from splashing mortar and dirt onto completed masonry. 1.8.4. Cold -Weather Requirements a. Do not use frozen materials or materials mixed or coated with ice or frost. Do not build on frozen substrates. Remove and replace unit masonry damaged by frost or by freezing conditions. Comply with cold -weather construction requirements contained in ACI 530.1/ASCE 6/TMS 602. 1.8.4.2. Cold -Weather Cleaning a. Use liquid cleaning methods only when air temperature is 40 deg F and above and will remain so until masonry has dried, but not less than 7 days after completing cleaning. 1.8.5. Hot -Weather Requirements a. Comply with hot -weather construction requirements contained in ACI 530.1/ASCE 6/TMS 602. PART 2 - PRODUCTS F62142SO4910 04810-4 March 2009 City of Fort Worth Westside WTP Project 2.1 GENERAL 2.1.1. As part of the work under this contract provide all items necessary to produce a complete, durable and proper installation, including but not limited to fasteners; adhesives, industry standard installation components and/or standard or optional installation components and accessories available from or recommended by the manufacturer(s) for the substrates, conditions and assemblies involved. 2.2 MANUFACTURERS 2.2.1. Basis -of -Design Products: To establish the significant qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics for purposes of evaluating comparable products of other manufacturers, a specific manufacturer's product is named and accompanied by the words "basis of design," including make or model number or other designation. Subject to compliance with requirements, provide either the named products or equal products. 2.3 MASONRY UNITS, GENERAL 2.3.1. Defective Units: Referenced masonry unit standards may allow a certain percentage of units to exceed tolerances and to contain chips, cracks, or other defects exceeding limits stated in the standard. Do not uses units where such defects, including dimensions that vary from specified dimensions by more than stated tolerances, will be exposed in the completed Work or will impair the quality of completed masonry. 2.4 CONCRETE MASONRY UNITS (CMUs) 2.4.1. Shapes a. Provide shapes indicated. 1. At all exterior exposed to view locations provide normal weight split -face units with integral color as selected from manufacturer's full line of colors. 2. In all interior locations provide manufacturer's standard, lightweight gray color units. b. Provide special shapes for lintels, corners, jambs, sashes, movement joints, headers, bonding, and other special conditions. C. Provide square -edged units for outside corners, unless otherwise indicated. 2.4.2. Concrete Masonry Units: ASTM C 90. a. Standard face dimensions of: (1) Length: 16 inches nominal; 15-5/8 inches actual. (2) Height: 8 inches nominal; 7-5/8 inches actual. Integral Water Repellent: Provide split -face units made with liquid polymeric, integral water- repellent admixture that does not reduce flexural bond strength. Units made with integral water repellent, when tested as a wall assembly made with mortar containing integral water-repellent manufacturer's mortar additive according to ASTM E 514, with test period extended to 24 hours, show no visible water or leaks on the back of the test specimen. (1) Basis -of Design Product: Dry -Block; W. R. Grace & Co., Construction Products Division. F62142SO4810 04810-5 March 2009 City of Fort worth Westside WTP Project 2.5 LINTELS 2.5.1. Masonry Lintels: Lintels for nominal 4 inch and 6 inch width units shall be precast solid members with single lengths for opening width plus bearing at each end. Lintels for nominal 8 N%=01 inch and larger width units shall be cast -in -place masonry lintels made from bond beam concrete masonry units with reinforcing bars sized and placed as indicated and filled with coarse grout. Temporarily support built -in -place lintels until cured. 2.5.2. Steel Lintels: Where steel lintels are indicated refer to Section 05500. 2.6 BRICK 2.6.1. General a. Provide shapes indicated. b. For ends of sills and caps and for similar applications that would otherwise expose unfinished brick surfaces, provide units without cores or frogs and with exposed surfaces finished. C. Provide special shapes for applications where stretcher units cannot accommodate special conditions, including those at corners, movement joints, bond beams, sashes, and lintels. d. Provide special shapes for applications requiring brick of size, form, color, and texture on exposed surfaces that cannot be produced by sawing. e. Provide special shapes for applications where shapes produced by sawing would result in sawed surfaces being exposed to view. 2.6.2. Face Brick a. ASTM C 216, Grade SW, Type FBS. b. Initial Rate of Absorption: Less than 30 g/30 sq. in. per minute when tested per ASTM C 67. C. Efflorescence: Provide brick that has been tested according to ASTM C 67 and is rated "not N%=01 effloresced." d. Size: As indicated. e. Color and Texture: Matching Architect's sample. 2.7 PRECAST CONCRETE UNITS 2.7.1 Materials: a. Portland Cement: ASTM C 150, Type I or Type 111. (1) Color: Match color indicated on the Exterior Finish Schedule. b. Aggregates: ASTM C 33. Provide aggregates that are hard, durable, selected, and graded; free of material that causes staining or reacting with cement. C. Pigments: Integral. (1) Nonfading, resistant to lime and other alkalies. Natural and synthetic iron oxides and chromium oxides, compounded for use in concrete mixes. Use only pigments with record of satisfactory performance in concrete. (2) For colored pigmented concrete use premixed colored materials of formulation required to produce color indicated, or if not indicated, as selected from manufacturer's standard formulations. (3) Basis -of -Design Products: (a) "Centurion Pigments," Centurion. (b) "True Tone Mortar Colors," Davis Colors, A Subsidiary of Rockwood Industries, Inc. (c) "SGS Mortar Colors," Solomon Grind -Chem Services, Inc. *4ftooll F62142SO4810 04810-6 March 2009 City of Fort Worth Westside WTP Pmjedt d. Reinforcing Bars: ASTM A 615, Grade 60, deformed. e. Connection materials: (1) Stainless steel shapes: AISI Type 302/304.Anchor bolts: ASTM A 307, low carbon steel bolts, regular hexagon nuts and carbon steel washers; hot -dipped galvanized. f. Air Entrainment Admixture: ASTM C260. g. Water: Clean and potable. 2.7.2 Concrete a. Minimum 3000 psi, unless otherwise indicated, 28 day strength, air entrained in accordance with ACI 301. 2.7.3 Fabrication: a. Use rigid molds, constructed to maintain precast unit uniform in shape, size, and finish. b. Reinforce units full length with not less than two No. 3 bars. C. Maintain 3/4 inch minimum clearance between reinforcement and unit face. d. Place and embed items continuous and straight. e. Provide drip grooves on underside where units overhang walls. f. Provide sills with washes. Fabricate sills for windows in single section with head joints at 4" beyond each jamb and a 1/4 inch allowance for mortar joints in running installations. The ends, except at exposed surfaces, shall be roughened for bond. 2.7.4 Finish: a. Finish: Provide smooth, dense finish matching scheduled color on all exposed -to -view surfaces. b. Exposed surfaces shall be free of surface voids, spalls, cracks, and chipped and broken edges. 2.7 MORTAR AND GROUT MATERIALS 2.7.1. Portland Cement a. ASTM C 150, Type I or Ii, except Type III may be used for cold -weather construction. 2.7.2. Hydrated Lime a. ASTM C 207, Type S. 2.7.3. Portland Cement -Lime Mix a. Packaged blend of portland cement complying with ASTM C 150, Type I or Type III, and hydrated lime complying with ASTM C 207. Mix proportions shall be per ASTM C270, proportion specification based on volume. 2.7.4. Aggregate for Mortar a. ASTM C 144; except for joints less than 1/4 inch thick, use aggregate graded with 100 percent passing the No. 16 sieve. 2.7.5. Aggregate for Grout a. ASTM C 404. 2.7.6. Cold -Weather Admixture F62142SO4810 04810-7 March 2009 City of Fort Worth Westside WTP Project a. Nonchloride, noncorrosive, accelerating admixture complying with ASTM C 494, Type C, and recommended by the manufacturer for use in masonry mortar of composition indicated. 2.7.7. Water -Repellent Admixture a. Liquid water-repellent mortar admixture intended for use with decorative concrete masonry units, containing integral water repellent by same manufacturer. b. Basis -of Design Product: Dry -Block; W. R. Grace & Co., Construction Products Division. 2.7.8. Water: Potable. 2.7.9. Colored Cement Product: Packaged blend made from portland cement and lime or mortar cement and mortar pigments, all complying with specified requirements, and containing no other ingredients. a. Formulate blend as required to produce color indicated or, if not indicated, as selected from manufacturer's standard colors. b. Premix cement and pigment at plant. Do not mix cement and pigment at job site. C. Pigments shall not exceed 10 percent of portland cement by weight. d. Pigments shall not exceed 5 percent of mortar cement by weight. e. Products: (1) Colored Portland Cement -Lime Mix: (a) Capital Materials Corporation; Riverton Portland Cement Lime Custom Color. (b) Hoicim (US) Inc.; Rainbow Mortamix Custom Color Cement/Lime. (c) Lafarge North America Inc.; Eaglebond. (d) Lehigh Cement Company; Lehigh Custom Color Portland/Lime Cement. (2) Colored Mortar Cement: Lafarge North America Inc.; Magnolia Superbond Mortar Cement. 1*4001, f. Mortar Color (1) Face Brick Units and Concrete Masonry Units exposed to view: Color as selected. (2) Concrete Masonry Units with applied finish and in non -exposed locations: Natural grey color unless otherwise indicated. 2.8 REINFORCEMENT 2.8.1. Uncoated Steel Reinforcing Bars a. ASTM A 615/A 615M, ASTM A 616/A 616M (including Supplement 1), or ASTM A 617/A 617M, Grade 60. 2.8.2. Masonry Joint Reinforcement, General a. ASTM A 951. b. Interior Walls: Mill -galvanized, carbon steel. C. Exterior Walls: Hot -dip galvanized, carbon steel. d. Wire Size for Side Rods: W1.7 or 0.148-inch (9 gage) diameter. e. Wire Size for Cross Rods: W1.7 or 0.148-inch (9 gage) diameter. f. Spacing of Cross Rods, Tabs, and Cross Ties: Not more than 16 inches o.c. g. Provide in lengths of not less than 10 feet, with prefabricated corner and tee units. 2.8.3. Masonry Joint Reinforcement for Single-Wythe Masonry F62142SO4810 04810-8 March 2009 City of Fort Worth Westside WTP Project a. Either ladder or truss type with single pair of side rods. (1) Basis -of -design product: Dayton Superior Corporation, Dur-O-WaI Division; D/A 3200 Ladur- ,%Now Eye 2.8.4. Cavity Wall Joint Reinforcement a. Multi wythe face brick veneer and decorative concrete masonry units on concrete masonry -unit back-up: (1) Adjustable (two-piece) type, ladder design, with one side rod at each face shell of backing wythe and with separate ties that extend into facing wythe. Ties have two hooks that engage eyes or slots in reinforcement and resist movement perpendicular to wall. Ties extend at least halfway through facing wythe but with at least 5/8-inch cover on outside face. (2) Wire size for veneer ties: W2.8 or 0.188-inch (3/16 inch) diameter. (3) Basis -of -design product for ladder type with adjustable ties: (a) Dayton Superior Corporation, Dur-O-WaI Division; D/A 3600 Ladur-Eye. 2.9 VENEER TIES AND ANCHORS 2.9.1. Materials a. Provide ties and anchors specified in subsequent paragraphs that are made from materials that comply with subparagraphs below, unless otherwise indicated. b. Mill -Galvanized, Carbon -Steel Wire: ASTM A 82; with ASTM A 641/A 641 M, Class 1 coating. C. Hot -Dip Galvanized, Carbon -Steel Wire: ASTM A 82; with ASTM A 153/A 153M, Class B-2 coating. d. Galvanized Steel Sheet: ASTM A 653/A 653M, Commercial Steel, G60 zinc coating. e. Steel Sheet, Galvanized after Fabrication: ASTM A 1008/A 1008M, Commercial Steel, hot -dip galvanized after fabrication to comply with ASTM A 153/A 153M. f. Steel Plates, Shapes, and Bars: ASTM A 36/A 36M. 2.9.2. Wire Ties, General a. Unless otherwise indicated, size wire ties to extend at least halfway through veneer but with at least 5/8-inch cover on outside face. Outer ends of wires are bent 90 degrees and extend 2 inches parallel to face of veneer. 2.9.3. Adjustable Anchors for Connecting to Structure: a. Anchor Section for Welding to Structural Steel Frame b. Provide anchors that allow vertical or horizontal adjustment but resist tension and compression forces perpendicular to plane of wall. (1) Crimped 1/4-inch- diameter, wire welded to structural members. (2) Tie Section for Steel Frame: Triangular -shaped wire tie, sized to extend within 1 inch of masonry face, made from 0.188-inch- diameter, wire. 2.9.4. Rigid Anchors a. Connect T-intersections of CMU shear walls with rigid anchors in lieu of masonry bonding or bond beams, unless otherwise indicated. b. Fabricate from steel bars 1-1/2 inches wide by 1/4 inch thick by 24 inches long, with ends turned up 2 inches or with cross pins, unless otherwise indicated. '%WW C. Corrosion Protection: Hot -dip galvanized to comply with ASTM A 153/A 153M. F62142SO4810 04810-9 March 2009 City of Fort Worth Westside WTP Project 2.9.5. Adjustable Masonry -Veneer Anchors a. General: Provide anchors that allow vertical adjustment but resist tension and compression forces perpendicular to plane of wall, for attachment over sheathing to metal studs, and as *Moo, follows: (1) Structural Performance Characteristics: Capable of withstanding a 100-lbf load in both tension and compression without deforming or developing play in excess of 0.05 inch. b. Single wythe face brick veneer or decorative concrete masonry units on concrete wall panel back-up (1) Anchor Section: Rib -stiffened, sheet metal plate with screw holes top and bottom, 2-3/4 inches wide by 3 inches high; with projecting tabs having slotted holes for inserting vertical legs of wire tie specially formed to fit anchor section. (2) Fabricate sheet metal anchor sections and other sheet metal parts from 0.067-inch- (nominal 14 gage) thick, steel sheet, galvanized after fabrication. (3) Size overall depth of anchor to match veneer thickness. (4) Basis -of -Design Product: Dayton Superior Corporation, Dur-O-WaI Division; D/A 213 with two D/A 56010 carbon steel expansion anchors to concrete panel backup. C. Single wythe face brick veneer or decorative concrete masonry units on metal framing and gyp sheathing back-up: (1) Adjustable (two-piece) type, hot dipped galvanized components anchored with two self drilling screws. (2) Basis -of -design product: Dayton Superior Corporation, Dur-O-WaI Division; D/A 21OX Anchor Plate with D/A 995 screws and D/A 700 Triangular Ties. d. Polymer -Coated, Steel Drill Screws for Steel Studs: ASTM C 954 except manufactured with hex washer head and neoprene washer, No. 10 diameter by length required to penetrate steel stud flange with not less than 3 exposed threads, and with organic polymer coating with salt - spray resistance to red rust of more than 800 hours per ASTM B 117. *Moo' (1) Basis -of -Design Product: Dayton Superior Corporation, Dur-O-WaI Division; D/A 807. 2.10 MISCELLANEOUS ANCHORS 2.10.1. Anchor Bolts a. Headed or L-shaped steel bolts complying with ASTM A 307, Grade A; with ASTM A 563 hex nuts and, where indicated, flat washers; hot -dip galvanized to comply with ASTM A 153/A 153M, Class C; of dimensions indicated. 2.10.2. Post -Installed Anchors a. Provide chemical or torque -controlled expansion anchors, with capability to sustain, without failure, a load equal to six times the load imposed when installed in solid or grouted unit masonry and equal to four times the load imposed when installed in concrete, as determined by testing per ASTM E 488 conducted by a qualified independent testing agency. b. Corrosion Protection: Carbon -steel components zinc plated to comply with ASTM B 633, Class Fe/Zn 5 (5 microns) for Class SC 1 service condition (mild). 2.11 EMBEDDED FLASHING MATERIALS 2.11.1. Flexible Flashing a. For all flashing conditions indicated and where not exposed to the exterior, provide the following, unless otherwise indicated: '*AW011 F62142SO4810 04810-10 March 2009 City of Fort Worth Westside WTP Project b. Copper -Laminated Flashing: 5-oz./sq. Ft. copper sheet bonded with asphalt between 2 layers of glass -fiber cloth. Use only where flashing is fully concealed in masonry. (1) Available Products: (a) Advanced Building Products Inc.; Copper Fabric Flashing. (b) AFCO Products Inc.; Copper Fabric. (c) Hohmann & Barnard, Inc.; H & B C-Fab Flashing. (d) Phoenix Building Products; Type FCC -Fabric Covered Copper. (e) Polytite Manufacturing Corp.; Copper Fabric Flashing. (f) Sandell Manufacturing Co., Inc.; Copper Fabric Flashing. (g) York Manufacturing, Inc.; York Copper Fabric Flashing. DELETE �M—Amminalad nalslathad—n- film in 2.11.2. Metal Drip Edge F62142SO4810 04810-11 March 2009 City of Fort Worth Westside WTP Project a. Provide metal drip edge, where flashing is exposed or partly exposed and where indicated, complying with SMACNA's "Architectural Sheet Metal Manual." b. Stainless Steel: ASTM A 240/A 240M, Type 304, 0.016 inch thick. C. Fabricate continuous flashings in sections 96 inches long minimum, but not exceeding 12 feet. Provide splice plates at joints of formed, smooth metal flashing. d. Extend at least 3 inches into wall and 1/2 inch out from wall, with outer edge bent down 30 degrees and hemmed. 2.12 MASONRY ACCESSORIES 2.12.1. Compressible Filler a. Premolded filler strips complying with ASTM D 1056, Grade 2A1; compressible up to 35 percent; of width and thickness indicated; formulated from neoprene, urethane, or PVC. 2.12.2. Preformed Control -Joint Gaskets a. Made from styrene-butadiene-rubber compound, complying with ASTM D 2000, Designation M2AA-805 or PVC, complying with ASTM D 2287, Type PVC-65406 and designed to fit standard sash block and to maintain lateral stability in masonry wall; size and configuration as indicated. 2.12.3. Cavity Drain Material a. High density Polyethylene (HDPE) or nylon strands woven into a 90% open mesh and shaped to collect mortar droppings on two levels. locate continuous in all masonry cavity walls at floor level and at coursing adjacent to all weep drains. Provide material equal in all respects to "Mortar Net" as produced by Hohmann & Barnard. 2.12.4. Bond -Breaker Strips a. Asphalt -saturated, organic roofing felt complying with ASTM D 226, Type I (No. 15 asphalt felt). 2.12.5. Reinforcing Bar Positioners a. Wire units designed to fit into mortar bed joints spanning masonry unit cells with loops for holding reinforcing bars in center of cells. Units are formed from 0.142-inch steel wire, hot -dip galvanized after fabrication. Provide units with either two loops or four loops as needed for number of bars indicated. b. Basis -of -Design Product: Dayton Superior Corporation, Dur-O-Wal Division; D/A 810, D/A 812 or D/A 817. 2.12.6. Weeps a. Wicking Material: Absorbent rope, made from cotton or UV -resistant synthetic fiber, 1/4 to 3/8 inch in diameter, in length required to produce 2-inch exposure on exterior and 18 inches in cavity between wythes. 2.13 CAVITY -WALL INSULATION 2.13.1. Extruded -Polyurethane Board Insulation a. Provide closed -cell board product extruded with an integral skin producing a minimum overall wall insulation value of R-19. F62142SO4810 04810-12 March 2009 City of Fort Worth Westside WTP Project 2.13.2. Adhesive a. Type recommended by insulation board manufacturer for application indicated. 2.14 MASONRY CLEANERS 2.14.1. Cleaning Solutions a. Not harmful to masonry work or adjacent materials; expressly approved for intended use by manufacturers of masonry units and mortar being cleaned. 2.15 MORTAR AND GROUT MIXES 2.15.1. General a. Do not use admixtures, including pigments, air -entraining agents, accelerators, retarders, water- repellent agents, antifreeze compounds, or other admixtures, unless otherwise indicated. b. Do not use calcium chloride in mortar or grout. C. Limit cementitious materials in mortar for exterior and reinforced masonry to portland cement, mortar cement, and lime 2.15.2. Preblended, Dry Mortar Mix a. Furnish dry mortar ingredients in form of a preblended mix. Measure quantities by weight to ensure accurate proportions, and thoroughly blend ingredients before delivering to Project site. 2.15.3. Mortar for Unit Masonry a. Comply with ASTM C 270, Proportion Specification. Provide Type S mortar unless another type is indicated or needed to provide required compressive strength of masonry. 2.15.4. Pigmented Mortar a. Use colored cement product to produce color(s) indicated. 2.15.5. Grout for Unit Masonry a. Comply with ASTM C 476, delete reference to mix proportion per compressive strength in Paragraph 5.2 of ASTM C476. b. Use grout of type indicated or, if not otherwise indicated, of type (fine or coarse) that will comply with Table 1.15.2 in ACI 530.1/ASCE 6/TMS 602 for dimensions of grout spaces and pour height. C. Provide grout with a slump of 8 to 11 inches as measured according to ASTM C 143/C 143M. PART 3 - EXECUTION 3.1 EXAMINATION 3.1.1. General a. Examine conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of work. V b. Verify that foundations are within tolerances specified. F62142SO4810 04810-13 March 2009 City of Port Worth Westside WTP Project C. Verify that reinforcing dowels are properly placed. d. Before installation, examine rough -in and built-in construction for piping systems to verify actual locations of piping connections. e. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION, GENERAL 3.2.1. Thickness a. Build masonry construction to full thickness shown. Build single-wythe walls to actual widths of masonry units, using units of widths indicated. 3.2.2. Chases and Recesses a. Build chases and recesses to accommodate items specified in this and other Sections. 3.2.3. Openings For Equipment a. Leave openings for equipment to be installed before completing masonry. After installing equipment, complete masonry to match the construction immediately adjacent to opening. 3.2.4. Cutting of Units a. Use full-size units without cutting if possible. If cutting is required to provide a continuous pattern or to fit adjoining construction, cut units with motor -driven saws; provide clean, sharp, unchipped edges. Allow units to dry before laying unless wetting of units is specified. Install cut units with cut surfaces and, where possible, cut edges concealed. 3.2.5. Blending of Colors and Textures a. Select and arrange units for exposed unit masonry to produce a uniform blend of colors and textures. b. Mix units from several pallets or cubes as they are placed. C. Face Brick Color Range: Lay face brick with color range evenly distributed throughout. Do not install brick so that colors are concentrated in wall areas that result in an uneven, blotchy color distribution. 3.2.6. Wetting of Face Brick a. Wet brick before laying if initial rate of absorption exceeds 30 g/30 sq. in. per minute when tested per ASTM C 67. Allow units to absorb water so they are damp but not wet at time of laying. 3.2.7. Retempering of Colored Mortar a. Do not retemper colored mortar unless samples of retempered colored mortar have been made and no significant change in appearance of the color of the mortar is evident, as acceptable to the Architect. 3.2.8. Tolerances a. Comply with construction tolerances in ACI 530.1/ASCE 6/TMS 602 and with the following: (1) For conspicuous vertical lines, such as external corners, door jambs, reveals, and control joints, do not vary from plumb by more than 1/8 inch in 10 feet, 1/4 inch in 20 feet, or 112 inch maximum. F62142SO4810 04810-14 March 2009 City of Fort Worth Westside WTP Project (2) For conspicuous horizontal lines do not vary from level by more than 1/8 inch in 10 feet, 1 /4 inch in 20 feet, or Yz inch maximum. (3) For exposed bed joints, do not vary from thickness indicated by more than plus or minus 1/8 inch, with a maximum thickness limited to Yz inch. Do not vary from bed -joint thickness of adjacent courses by more than 1/8 inch. (4) For faces of adjacent exposed masonry units, do not vary from flush alignment by more than 1/16 inch. 3.3 LAYING MASONRY WALLS 3.3.1. General a. Lay out walls in advance for accurate spacing of surface bond patterns with uniform joint thicknesses and for accurate location of openings, movement -type joints, returns, and offsets. Avoid using less -than -half-size units, particularly at corners, jambs, and, where possible, at other locations. 3.3.2. Bond Pattern for Exposed Masonry a. Unless otherwise indicated, lay exposed masonry in running bond; do not use units with less than nominal 4-inch horizontal face dimensions at corners or jambs. 3.3.3. Concealed Masonry a. Lay concealed masonry with all units in a wythe in running bond or bonded by lapping not less than 4-inches. Bond and interlock each course of each wythe at corners. Do not use units with less than nominal 4-inch horizontal face dimensions at corners or jambs. 3.3.4. Stopping and Resuming Work a. Stop work by racking back units in each course from those in course below; do not tooth. When resuming work, clean masonry surfaces that are to receive mortar, remove loose masonry units and mortar, and wet brick if required before laying fresh masonry. 3.3.5. Built-in Work a. As construction progresses, build in items specified in this and other Sections. Fill in solidly with masonry around built-in items. 3.3.6. Steel Frames a. Fill frame voids and space between steel frames and masonry solidly with mortar, unless otherwise indicated. b. If additives are used in mortar, field coat steel door frames in contact with mortar with a bituminous compound to prevent corrosion. 3.3.7. Built -In Items a. Where built-in items are to be embedded in cores of hollow masonry units, place a layer of metal lath, wire mesh, or plastic mesh in the joint below and rod mortar or grout into core. 3.3.8. Grouting of CMU's a. Fill cores in hollow concrete masonry units with grout 24 inches under bearing plates, beams, lintels, posts, and similar items, unless otherwise indicated. '"r F62142SO4810 04810-15 March 2009 City of Fort Worth Westside WTP Project 3.3.9. Interior Partitions a. Build non -load -bearing interior partitions full height of story to underside of solid floor or roof structure above, unless otherwise indicated. Iftwoo, b. Install compressible filler in joint between top of partition and underside of structure above. C. At fire -rated partitions, treat joint between top of partition and underside of structure above to comply with Division 7 Section "Firestopping." 3.4 MORTAR BEDDING AND JOINTING 3.4.1. Lay Hollow Masonry Units As Follows a. With face shells fully bedded in mortar and with head joints of depth equal to bed joints. b. With webs fully bedded in mortar in all courses of piers, columns, and pilasters. C. With webs fully bedded in mortar in grouted masonry, including starting course on footings. d. With entire units, including areas under cells, fully bedded in mortar at starting course on footings where cells are not grouted. 3.4.2. Solid Masonry Units a. Lay solid masonry units with completely filled bed and head joints; butter ends with sufficient mortar to fill head joints and shove into place. Do not deeply furrow bed joints or slush head joints. 3.4.3. Joints a. Tool exposed joints slightly concave when thumbprint hard, using a jointer larger than joint thickness, unless otherwise indicated. b. Rake out mortar in preparation for application of sealants where sealants are indicated in mortar S%W001 joints. 3.5 COMPOSITE MASONRY 3.5.1. Corners: Provide interlocking masonry unit bond in each wythe and course at corners, unless otherwise indicated. a. Provide continuity with masonry joint reinforcement at corners by using prefabricated L-shaped units as well as masonry bonding. b. Intersecting and Abutting Walls: Unless vertical expansion or control joints are shown at juncture, bond walls together as follows: (1) General: (a) Provide continuity with masonry joint reinforcement by using prefabricated T-shaped joint reinforcement units spaced at a maximum vertical distance of 16 inches and extending at least 30 inches in each direction at the intersection. (b) Provide rigid metal anchors not more than 48 inches o.c. If used with hollow masonry units, embed ends in mortar -filled cores. (c) Connect T-intersections of CMU shear walls with rigid anchors in lieu of masonry bonding or bond beams, unless otherwise indicated. (2) Provide joint reinforcement spaced at a maximum vertical distance of inches 16. 3.6 CAVITY WALLS F62142SO4810 04810-16 March 2009 City of Fort Worth Westside WTP Project 3.6.1. Bond a. Face brick veneer on concrete masonry -unit back-up. Bond wythes of cavity walls together using cavity wall joint reinforcement. (1) Adjustable (two-piece) type, ladder design, with one side rod at each face shell of backing wythe and with separate ties that extend into facing wythe. Provide ties installed in horizontal joints, but not less than one metal tie for 1.77 sq. ft. of wall area spaced not to exceed 16 inches o.c. horizontally and 16 inches o.c. vertically. Provide additional ties within 12 inches of openings and space not more than 36 inches apart around perimeter of openings. At intersecting and abutting walls, provide ties at no more than 24 inches o.c. vertically. 3.6.2. Cavities a. Keep cavities clean of mortar droppings and other materials during construction. Bevel beds away from cavity, to minimize mortar protrusions into cavity. Do not attempt to trowel or remove mortar fins protruding into cavity. 3.6.3. Installing Cavity -Wall Insulation a. Place small dabs of adhesive, spaced approximately 12 inches o.c. both ways, on inside face of insulation boards, or attach with plastic fasteners designed for this purpose. Fit courses of insulation between wall ties and other confining obstructions in cavity, with edges butted tightly both ways. Press units firmly against inside wythe of masonry or other construction as shown. b. Fill cracks and open gaps in insulation with crack sealer compatible with insulation and masonry. 3.7 MASONRY JOINT REINFORCEMENT 3.7.1. General a. Install entire length of longitudinal side rods in mortar with a minimum cover of 5/8 inch on either side of walls, 1/2 inch elsewhere. Lap reinforcement a minimum of 6 inches. b. Space reinforcement not more than 16 inches o.c. C. Provide reinforcement not more than 8 inches above and below wall openings and extending 12 inches beyond openings. (1) Reinforcement above is in addition to continuous reinforcement. d. Interrupt joint reinforcement at control joints. e. Provide continuity at wall intersections by using prefabricated T-shaped units. f. Provide continuity at corners by using prefabricated L-shaped units. 3.8 ANCHORING MASONRY TO STRUCTURAL MEMBERS 3.8.1. Anchoring To Structural Members a. Anchor masonry to structural members where masonry abuts or faces structural members to comply with the following: (1) Anchor masonry to structural members with anchors embedded in masonry joints and attached to structure. (2) Space anchors as indicated, but not more than 16 inches o.c. vertically. F62142SO4810 04810-17 March 2009 City of Fort Worth Westside WTP Project 3.9 ANCHORING MASONRY VENEERS TO COLD -FORMED METAL FRAMING 3.9.1. Anchor Masonry Veneers To Wall Framing With Adjustable Masonry -Veneer Anchors a. Fasten screw -attached anchors through sheathing to wall framing with metal fasteners of type indicated. Use two fasteners unless anchor design only uses one fastener. b. Insert anchor sections in metal studs as sheathing is installed. Provide one anchor at each stud in each horizontal joint between sheathing boards. C. Locate anchor sections to allow maximum vertical differential movement of ties up and down. d. Space anchors not more than 16 inches o.c. vertically and 16 inches o.c. horizontally with not less than 1 anchor for each 1.77 sq. ft. of wall area. Install additional anchors within 8 inches of openings and at intervals, not exceeding, 16 inches around perimeter. 3.10 CONTROL AND EXPANSION JOINTS 3.10.1. General a. Install control and expansion joint materials in unit masonry as masonry progresses. Do not allow materials to span control and expansion joints without provision to allow for in -plane wall or partition movement. If locations of vertical expansion and control joints are not shown, locate as follows: (1) In concrete masonry unit single-wythe walls and in the CMU wythe of cavity walls space control joints at 1.5 times the wall height or 25 feet on center, whichever is lesser, unless noted on drawings. (2) In the brick wythe of cavity walls and brick veneer walls, where the brick is made from clay or shale: 30 feet on center, maximum. (3) Provide vertical joints at one side of wall openings 6 feet or less in width and at both sides of wall openings over 6 feet in width. %Mw, (4) Provide vertical joints at abutment of walls and columns, where wall thickness changes, at chases and recesses in walls, at pilasters, at return or reverse corners of walls, approximately 4 feet from corners, and where wall height changes. (5) Provide movement joints in accordance with the foregoing if locations shown on drawings exceed the preceding specified movement joint spacings. (6) Verify locations of field -located movement joints and revised movement joint locations with Architect before proceeding. b. Form control joints in concrete masonry using one of the following methods unless otherwise indicated: (1) Install preformed control -joint gaskets designed to fit standard sash block. (2) Install interlocking units designed for control joints. Install bond -breaker strips at joint. Keep head joints free and clear of mortar or rake out joint for application of sealant. C. Form expansion joints in brick made from clay or shale as follows unless otherwise indicated: (1) Build flanges of metal expansion strips into masonry. Lap each joint 4 inches in direction of water flow. Seal joints below grade and at junctures with horizontal expansion joints if any. (2) Build flanges of factory -fabricated, expansion -joint units into masonry. (3) Build in compressible joint fillers where indicated. (4) Form open joint full depth of brick wythe and of width indicated, but not less than 1 inch for installation of sealant and backer rod specified in Division 7 Section "Joint Sealants." 3.11 LINTELS F62142SO4810 04810-18 March 2009 City of Fort Worth Westside WI? Project 3.11.1. Steel Lintels a. Provide steel lintels where indicated and where openings of more than 12 inches for brick size units and 24 inches for block size units are shown without structural steel or other supporting lintels. b. Steel lintel angles per masonry wythe: 3-1/2 inches by 3-1/2 inches by 1/4 inch. Verify size of angles with Architect before proceeding. C. Provide minimum bearing of 8 inches at each jamb, unless otherwise indicated. 3.11.2. Masonry Lintels a. In concrete masonry walls provide masonry lintels where shown and where openings of more than 8 inches for brick -size units and 16 inches for block -size units are shown without structural steel or other supporting lintels. Match color and texture of adjacent units. b. Reinforcement bars: Two No. 5 steel reinforcement bars unless otherwise indicated. Verify size of reinforcement bars with Architect before proceeding. 3.12 FLASHING, WEEP HOLES, AND CAVITY DRAINAGE 3.12.1. General a. Install embedded flashing and weep holes in masonry at shelf angles, sills, lintels, ledges, other obstructions to downward flow of water in wall, and where indicated. 3.12.2. Flashing And Metal Edge Drip Installation: a. Prepare masonry surfaces so they are smooth and free from projections that could puncture flashing. Where flashing is within mortar joint, place through -wall flashing on sloping bed of 14=01 mortar and cover with mortar. Before covering with mortar, seal penetrations in flashing with adhesive, sealant, or tape as recommended by flashing manufacturer. (1) Install metal drip edge beneath flashing at exterior face of wall. Adhere flashing to top of metal. Cavity walls: (1) Install concealed through -wall flexible flashing Y2 inch back from exterior face of outer wythe of masonry, over metal drip edge, through outer wythe, and turn up a minimum of 8 inches. (a) Where interior face of masonry wall is exposed to building interior and is not scheduled to be concealed, extend flexible flashing through inner wythe to within 1/2 inch of the interior face of the wall. (b) Where interior face of inner wythe is not exposed to building interior and is scheduled to be concealed, extend flexible flashing completely through inner wythe and turn flashing up approximately 2 inches. C. Masonry -veneer walls: (1) Install concealed flexible flashing 1/2 inch back from exterior face of veneer, over metal drip edge, through veneer, across air space behind veneer, and up face of sheathing at least 8 inches, with upper edge tucked under building paper or building wrap lapping at least 4 inches. d. Below wall openings in masonry, extend flexible flashing under sills 1/2 inch back from exterior face of masonry, over metal drip edge, and turn up flashing as specified for type of wall construction. F62142SO4810 04810-19 March 2009 City of Fort worth Westside WTP Project e. At lintels install metal drip edge beneath flashing at exterior face of wall in continuous bed of adhesive applied directly to steel lintels. Turn up flashing over lintel and as specified for type of wall construction. (1) Lay masonry unit directly on flashing over steel lintels. f. Install flashing and metal drip edge continuous around corners and jogs in walls. g. At heads and sills, extend flashing 6 inches at ends and turn up not less than 2 inches to form end dams. h. Seal end dams to end of masonry unit. I. Install end dams wherever flashing meets non -masonry wall components. Seal end dams to non -masonry wall components. j. Seal underside of metal drip edge with elastomeric sealant complying with requirements in Division 7 Section "Joint Sealants" for application indicated. 3.12.3. Weeps a. Install weep holes in head joints in exterior wythes of first course of masonry immediately above embedded flashing and as follows: (1) Use specified weep products to form weep holes. (2) Use wicking material to form weep holes above flashing under brick sills. Turn wicking down at lip of sill to be as inconspicuous as possible. (3) Space weep holes 16 inches o.c. (4) Trim wicking material flush with outside face of wall after mortar has set. 3.12.4. Cavity Drainage Material a. Place cavity drainage material continuous in all air space cavities behind face veneer or cavity walls as soon as practical to maintain drainage. Coordinate with cavity drain weeps. I*ftwol 3.13 REINFORCED UNIT MASONRY INSTALLATION 3.13.1. Basic Requirement a. Reinforce concrete masonry unit cores with reinforcement bars and grout. 3.13.2. Temporary Formwork and Shores a. Construct formwork and shores as needed to support reinforced masonry elements during construction. b. Construct formwork to provide shape, line, and dimensions of completed masonry as indicated. Make forms sufficiently tight to prevent leakage of mortar and grout. Brace, tie, and support forms to maintain position and shape during construction and curing of reinforced masonry. C. Do not remove forms and shores until reinforced masonry members have hardened sufficiently to carry their own weight and other temporary loads that may be placed on them during construction. 3.13.3. Placing Reinforcement a. Comply with requirements in ACI 530.1/ASCE 6/TMS 602. b. Lap and tie reinforcement to bars extending from concrete foundation. C. Installation of reinforcement bars: Where bars are shown in close proximity, provide a clear distance between bars of not less than the nominal bar diameter or 1 inch (whichever is greater). Provide lapped splices wire tied together. Lap ends of Grade 60 bars as follows: F62142SO4810 04810-20 March 2009 City of rr Westside (1) (2) (3) (4) (5) (6) I t Worth WTP Project No. 3 bar: 18 inches. No. 4 bar: 24 inches. No. 5 bar: 30 inches. No. 6 bar: 36 inches. No. 7 bar: 42 inches. No. 8 bar: 48 inches. 3.13.4. Keying a. To form key for subsequent lift, terminate grout lift 1-1/2 inches below top course. 3.13.5. Grouting a. Do not place grout until entire height of masonry to be grouted has attained enough strength to resist grout pressure. b. Comply with requirements in ACI 530.1/ASCE 6/TMS 602 for cleanouts and for grout placement, including minimum grout space and maximum pour height. C. Limit height of vertical grout pours to not more than 60 inches. d. Consolidate pours by mechanical vibration and reconsolidate by mechanical vibration after initial water loss and settlement has occurred. 3.14 BOND BEAMS Use specially formed U-shaped bond beam units. Place horizontal reinforcement in bond beams; lap at corners and intersections. Fill bond beam course with reinforcing and grout or concrete as indicated. 3.15 FIELD QUALITY CONTROL *..i 3.15.1. Testing and Inspections a. The Contractor shall employ a qualified testing laboratory to perform tests. b. The Contractor shall employ a structural masonry special inspector to perform inspections. 3.15.1.2. Inspections a. The inspection program by the Special Inspector shall comply with Table 1704.5.1 of the 2006 International Building Code. 3.15.1.3. Sampling and Testing Mortar, Grout, and CMU: (1) Mortar and grout samples shall be secured from field mixed materials. Do not use retempered mortar. (2) Concrete Masonry Unit Testing: Units shall be tested prior to construction and test unit during construction for each 5,000 sq. ft. of wall. The testing shall be per ASTM C140 and show compliance with IBC Table 2105.2.2.1.2. (3) Compressive Strength Tests: ASTM C780 for mortar and ASTM C1019 for group; one set (four molds) for each material the first day it is used and averaging every third day that the material is used thereafter, but not less than one set for each 5,000 sq. ft. of wall for each material; one specimen for each material tested at seven days, two specimens tested at 28 days, and one specimen retained in reserve for later testing if required. (a) When acceptable to the Architect, strength level of mortar and grout will be considered satisfactory if average of sets of three consecutive strength test results equal or exceed specified compressive strength, and no individual strength test result falls below specified compressive strength by more than 300 psi. F62142SO4810 04810-21 March 2009 City of Fort Worth Westside WTP Project (4) Test results will be reported in writing on same day that tests are made. Reports of compressive strength tests will contain the project identification name and number, date of material placement, name of testing service, location of material in structure, design compressive strength at 28 days, material mix proportions and materials; compressive breaking N%Uwl strength for both seven-day and 28-day tests. (5) If testing service reports and inspections indicated specified material strengths and other characteristics have not been attained in the structure, the testing service will make additional tests of in -place mortar or grout, as directed by the Architect. Contractor shall pay for such tests conducted, and any other additional testing as may be required, when unacceptable material is verified. b. Complete cost of retesting and/or reinspection shall be the Contractor's responsibility. 3.16 REPAIRING, POINTING, AND CLEANING 3.16.1. General a. Remove and replace masonry units that are loose, chipped, broken, stained, or otherwise damaged or that do not match adjoining units. Install new units to match adjoining units; install in fresh mortar, pointed to eliminate evidence of replacement. 3.16.2. Pointing a. During the tooling of joints, enlarge voids and holes, except weep holes, and completely fill with mortar. Point up joints, including corners, openings, and adjacent construction, to provide a neat, uniform appearance. Prepare joints for sealant application, where indicated. 3.16.3. In -Progress Cleaning a. Clean unit masonry as work progresses by dry brushing to remove mortar fins and smears Nftmoe before tooling joints. 3.16.4. Final Cleaning a. After mortar is thoroughly set and cured, clean exposed masonry as follows: (1) Remove large mortar particles by hand with wooden paddles and nonmetallic scrape hoes or chisels. (2) Clean concrete masonry by cleaning method indicated in NCMA TEK 8-2A applicable to type of stain on exposed surfaces. (3) Clean brick by bucket and brush hand -cleaning method described in BIA Technical Note No. 20 Revised, using cleaners appropriate for conditions requiring cleaning. Apply cleaners in compliance with directions of cleaner manufacturer. END OF SECTION F62142SO4810 04810-22 March 2009 DIVISION 5 METALS City or Fort Worth Westside WTP Project SECTION 05120 STRUCTURAL STEEL PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment, and incidentals, and install structural steel including bearing plates, columns, beams and miscellaneous shapes and plates required to erect the structural framing as shown on the Drawings and as specified herein. B. Furnish anchor bolts with templates to be installed under Division 3. Furnish and install nuts and washers for anchor bolts. C. Install portions of masonry ties to be welded to structural steel as shown on the Drawings and as specified herein. D. Furnish design of steel connections by a professional engineer where specified. 1.02 RELATED WORK A. Grouting of baseplates is included in Section 03600. B. Masonry ties to be connected to structural steel are furnished under Section 04200. C. Steel roof deck is included in Section 05311. D. Miscellaneous metals are included in Section 05500. E. Field painting, except as specified herein, is included in Section 09902. 1.03 SUBMITTALS A. Submit, in accordance with Section 01300, shop drawings and product data including the following: Erection drawings, detailed shop drawings, anchor bolt placement drawings, schedules, and data for all structural steel. Approval will be for strength only and shall not relieve the Contractor of responsibility for proper fit of members and for supplying all material required by the Contract Documents. Clearly identify the portion of the Work represented by the shop drawings, and clearly identify the placement of each piece shown on the detail drawings. Identify all welds in conformance with AWS A2.4. Mark numbers painted on the shop assembled pieces of steel shall be the same mark numbers used on the detailed shop and erection drawings. 2. Design calculations and detail drawings for steel connections designed and sealed by a professional engineer engaged by the Contractor, as required in Paragraph 1.06. For standard framed beam connections, submit a tabulation of relevant design parameters for each beam size. Tabulations for standard framed beam connections in the AISC Manual shall be sealed F62142SO5120 05120-1 March 2009 City of Fort Worth Westside WTP Project by a professional engineer. Submit calculations at the same time as or prior to submittal of shop drawings for structural steel. B. Test Reports 1. Certified mill test reports for the structural steel and the bolting materials. 2. Certifications that welders are qualified, in accordance with AWS 131.1, on the shop and field welding procedures to be used. 3. Test results for nondestructive testing of shop welds, where required. 1.04 REFERENCE STANDARDS A. American Institute of Steel Construction (AISC) 1. AISC 303 - Code of Standard Practice for Steel Buildings and Bridges 2. AISC 316 - Manual of Steel Construction - Allowable Stress Design 3. AISC 317 - Manual of Steel Construction - Volume II Connections 4. AISC 335 - Specification for Structural Steel Buildings - Allowable Stress Design and Plastic Design with Commentary, including ASD Supplement No. 1 (dated Dec 17, 2001) 5. AISC 348 - Specification for Structural Joints Using ASTM A325 or ASTM A490 Bolts (prepared by the Research Council on Structural Connections) B. American Society for Testing and Materials (ASTM) 1. ASTM A36 - Standard Specification for Carbon Structural Steel 2. ASTM A53 - Standard Specification for Pipe, Steel, Black and Hot -Dipped, Zinc -Coated, Welded and Seamless 3. ASTM A123 -Standard Specification for Zinc (Hot -Dipped Galvanized) Coatings on Iron and Steel Products 4. ASTM A153 -Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware 5. ASTM A325 - Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength 6. ASTM A500 - Standard Specification for Cold -Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes 7. ASTM A780 - Standard Practice for Repair of Damaged and Uncoated Areas of Hot -Dip Galvanized Coating 8. ASTM A992 - Standard Specification for Structural Shapes F62142SO5120 05120-2 March 2009 City of Fort Worth Westside WTP Project 9. ASTM B695 - Standard Specification for Coatings of Zinc Mechanically Deposited on Iron and Steel 10. ASTM F1554 - Standard Specification for Anchor Bolts, Steel, 36, 55 and 105-ksi Yield Strength C. American Welding Society (AWS) 1. AWS A2.4 - Standard Symbols for Welding, Brazing and Non-destructive Examination 2. AWS A5.1 - Specification for Carbon Steel Electrodes for Shielded Metal Arc Welding 3. AWS D 1.1 - Structural Welding Code - Steel D. Code of Federal Regulations (CFR) 1. 29 CFR - Part 1926 Subpart R - Steel Erection E. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply, unless otherwise noted. 1.05 QUALITY ASSURANCE A. Structural steel shall be in accordance with the AISC Specification for Structural Steel Buildings - Allowable Stress Design and Plastic Design, including Supplement No. 1 and the Code of Standard Practice for Steel Buildings and Bridges, unless otherwise specified herein. B. Welding shall be in accordance with AWS D1.1 unless otherwise specified herein or in the AISC Specification. C. High strength bolt materials, accessories and installation shall be in accordance with the RISC Specification for Structural Joints Using ASTM A325 or A490 Bolts. D. When pre -tensioning of high strength bolts is required, the Contractor shall provide a tension calibrator on site for pre -installation verification of fastener assemblies and bolt tensioning procedures. Where calibrated wrench pre -tensioning is used, each installation wrench shall be calibrated daily. E. Connections not fully detailed on the Drawings shall be designed by a registered professional engineer engaged by the Contractor. Connections shall be designed to resist the loads indicated on the Drawings or as specified. The professional engineer shall seal the cover sheet of the connection design calculations and shall seal each drawing depicting the connection details. The professional engineer shall be registered in the State of Texas. F. Erection of structural steel shall be in conformance with 29 CFR Part 1926, Subpart R (OSHA requirements for steel erection). F62142S05120 05120-3 March 2009 City of Fort Worth Westside WTP Project 1.06 SYSTEM DESCRIPTION A. Design all steel connections not fully detailed on the Drawings, to resist the loads shown on the 1%ft'01 Drawings or specified herein. Calculations and drawings for these connections shall be sealed by a registered professional engineer. B. Beam connections shall be designed for the beam end reactions and axial loads shown on the Drawings or specified herein. Beam connections shall be framed beam connections conforming to Part 4 of the AISC Manual of Steel Construction. C. Connections for diagonal bracing shall be designed for the tension and/or compression forces noted on the Drawings or specified herein. Bracing connections shall be designed by the Uniform Force Method as described in the AISC Manual of Steel Construction — Volume H Connections, unless otherwise approved. Work points for bracing shall be at the intersection of the centroids of the structural framing, such that additional moments are not induced into the standard framing, unless otherwise noted or approved. Shop connections may bolted or welded. Field connections shall be bolted unless otherwise noted on the Drawings or approved in writing by the Engineer. D. Bolted connections shall be snug tightened connections unless otherwise noted. E. Where connections are specified to be designed by a professional engineer engaged by the Contractor, the following requirements shall apply at bolted connections: all connections subject to load reversals, including all diagonal bracing connections, and all connections in which loads may be induced into welded connections due to slippage at bolts shall be designed and installed in accordance with the requirements for slip -critical connections; all bolts which are required to transmit direct tension loads, including bolts in beam connections which are required to transmit axial tension loads, shall require full pre -tensioning. 1*ftwole 1.07 DELIVERY, STORAGE AND HANDLING A. Deliver materials promptly so as to cause no delay with other parts of the work. B. Store materials on skids and not on the ground. Pile and block materials so that they will not become bent or otherwise damaged. C. Handle materials with cranes or derricks as far as practicable. Do not dump steel off cars or trucks nor handle in any other manner likely to cause damage. PART 2 PRODUCTS 2.01 MATERIALS A. Rolled steel wide flange shapes: ASTM A992. B. Plates, rods, bars, and structural steel shapes other than wide flange shapes, unless otherwise noted: ASTM A36. C. Square or rectangular hollow structural sections (HSS): ASTM A500, Grade B. D. Structural pipe: ASTM A53, Type S, Grade B. F62142SO5120 05120-4 March 2009 City of Fort Worth Westside WTP Project E. Welding electrodes: AWS A5.1, E70XX. ,"Noe F. High strength steel bolts, nuts and washers: ASTM A325. G. Anchor bolts: ASTM F1554, Grade 36. Provide standard headed bolts with heavy hex nuts and Grade A washers. H. Shop primer: As specified in Section 09901. 2.02 FABRICATION A. Match -mark materials for field assembly. Ream unmatched holes in shop assembly of field connections. Reject and replace with new pieces any piece weakened by reaming to a point where the strength of the joint is impaired, at no additional cost to the Owner. B. Welding of parts shall be done only where shown on the Drawings or specified herein and by welders and welding operators qualified for the procedures used. 2.03 SURFACE PREPARATION AND SHOP COATINGS A. Prepare and shop prime paint non -galvanized members as specified in Section 09901. Omit paint within 3-in of field welds. PART 3 EXECUTION 3.01 PREPARATION 3.02 INSTALLATION A. Furnish and install temporary bracing to provide stability during erection and to prevent distortion or damage to the framing due to wind, seismic, or erection forces. Remove temporary bracing when erection is complete. B. Use drift pins only to bring members into position and not to enlarge or distort holes. C. Make all steel to steel connections by high strength bolting except where field welding is shown or specified. Provide not less than two 3/4-in bolts per connection and use not less than 1/4-in thick clip angles. D. Tighten bolted connections designated as snug -tightened joints to bring the connected plies into firm contact. Tighten all bolted connections to full pretension by turn -of -nut or calibrated wrench tightening. E. Field welding shall be done only where shown or specified and only by welders qualified for the procedures used. No welding shall be done when surfaces are wet, exposed to rain, snow or wind, or when welders are exposed to inclement conditions that will hamper good workmanship. F. Each bolting crew and each welder shall be assigned an identification mark. This mark shall be made at each completed connection with a paint stick. F62142SO5120 05120-5 March 2009 City of Fort Worth Westside WTP Project G. After erection and field testing of connections, prime paint abrasions, field welds, and unprimed surfaces using shop primer, except surfaces designated to be unpainted or surfaces in contact with concrete. H. After erection and field testing of connections, repair damaged galvanizing and prime paint abrasions [and field welds] at galvanized surfaces with surface primer containing zinc dust in accordance with ASTM A780. Provide a dry film thickness not less than 6 mils. I. Field painting shall be as specified in Section 09902. 3.03 FIELD TESTING A. Allow the Engineer free access to the work. Notify the Engineer in writing 4 working days in advance of high strength bolting and field welding operations, including pre -installation verification of high strength bolt assemblies. B. Fastener assemblies which include bolts to be pre -tensioned shall be tested on site in a tension calibrator for pre -installation verification in accordance with the AISC Specification for Structural Joints using ASTM A325 or ASTM A490 Bolts C. All high strength bolting will be inspected visually. High strength bolts to be pre -tensioned by the turn -of -nut method shall have the turned portion marked with reference to the steel being connected after the nut has been made snug and prior to final tightening. Retighten rejected bolts or remove and provide new bolts. In cases of disputed bolt installations, the bolts in question shall be checked using a calibrated wrench, at no additional cost to the Owner. D. Field welding will be inspected visually and by non-destructive testing by AWS certified welding N%ow, inspectors provided by the Owner. Non-destructive testing procedures will include ultrasonic testing. Comply with all requests of inspectors to correct deficiencies. E. The fact that steel work has been accepted at the shop and mill will not prevent its final rejection at the site, before or after erection, if it is found to be defective. F. Remove rejected steel work from the site within 10 working days after notification of rejection. END OF SECTION F62142SO5120 05120-6 March 2009 City of Fort Worth Westside WTP Project SECTION 05210 STEEL JOISTS PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals and install steel joists, joist girders, bridging, and accessories complete as shown on the Drawings and as specified herein. 1.02 RELATED WORK A. Structural steel is included in Section 05120. B. Steel roof deck is included in Section 05311. C. Miscellaneous metal is included in Section 05500. D. Bearing plates are furnished under Section 05500 and installed under Section 03300. E. Field painting, except as specified herein, is included in Section 09902. 1.03 SUBMITTALS 14000, A. Submit, in accordance with Section 01300, shop drawings and product data, showing: 1. Location and size of all members. 2. Materials and details of construction of all members, including camber. 3. Details of installation of all members. 4. Size and length of all field welds to supports. 5. Erection marks. Mark each field piece to correspond to the Shop Drawings. 6. Product data for shop primer. Certify compatibility with additional coatings specified in Section 09902. B. Certificates 1. Certification from the Steel Joist Institute showing that the manufacturer's products conform to the Institute's standards and load tables for the type of member provided. 2. Certification for welders. 1.04 REFERENCE STANDARDS A. Steel Joist Institute (SJI) F62142SO5210 05210-1 March 2009 City of Fort Worth Westside WTP Project 1. Standard Specifications for Open Web Steel Joists, K-Series. 2. Standard Specifications for Joist Girders. B. American Society for Testing and Materials (ASTM) 1. ASTM A325 - Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength. 2. ASTM B695 - Standard Specification for Coatings of Zinc Mechanically Deposited on Iron and Steel. C. American Welding Society (AWS) 1. AWS D1.1 -Structural Welding Code -Steel. 1.05 QUALITY ASSURANCE A. Steel joists, bridging and accessories shall be fabricated in accordance with the standards of the Steel Joist Institute by a manufacturer certified by the Steel Joist Institute. Steel joists shall be of welded construction and top and bottom chords shall be constructed of hot rolled shapes. Rods, reinforcing bars, or cold formed shapes will not be allowed for top and bottom chords. B. Field welding shall be done by certified welders in accordance with AWS D1.1. 1.06 DELIVERY, STORAGE AND HANDLING A. Handle material with cranes and derricks. Do not dump joists off cars or trucks, or handle in any way likely to cause damage. B. Store material on skids and not on the ground. Pile and block stored material to prevent bending or other damage. C. Materials with excessive damage, in the opinion of the Engineer, shall not be incorporated in the work. Remove and replace them with new undamaged materials at no additional cost to the Owner. PART 2 PRODUCTS 2.01 MATERIALS A. Open web steel joists shall conform to SJI Standard for Open Web Steel Joists. Size of the steel joists and location shall be as shown on the Drawings. B. Joist Girders shall conform to SJI Standard for Joist Girders, size and location as shown on the Drawings. C. Size and location of bridging shall be as shown on the Drawings and as required by manufacturer. F62142SO5210 05210-2 March 2009 City of Fort Worth Westside WTP Project D. High strength steel bolts shall conform to ASTM A325 and shall be mechanically galvanized in accordance with ASTM B695, Class 50, Type II. F. Joists and Joist Girders shall be fabricated with camber as recommended by manufacturer. 2.03 SURFACE PREPARATION AND SHOP COATINGS A. Prepare surfaces and apply shop paint in accordance with Section 09901. PART 3 EXECUTION 3.01 INSTALLATION A. Install steel joists and joist girders in accordance with the Steel Joist Institute standards, approved Shop Drawings and the Drawings. Weld joists and joist girders to supports as shown on the Drawings. B. Weld bridging to joists, joist girders, and structural steel as shown on the Drawings. Bridging and bridging anchors shall be completely installed before construction loads are placed on the steel joists and joist girders. 3.02 FIELD PAINTING A. Field Painting �r 1. After erection, prepare shop primed surfaces as approved and touch-up all steel surfaces which have become abraded or where paint has been omitted or removed due to welding or other erection procedure with the shop primer used. 3.06 INSPECTION A. The Engineer reserves the right to inspect joists in the field for compliance with the Steel Joist Institute standards, this Sections and the approved shop drawings. The Engineer may reject or require repair or refabrication of any joists or accessories not meeting these requirements. END OF SECTION F62142S05210 05210-3 March 2009 City of Fort Worth Westside WTP Project SECTION 05311 STEEL ROOF DECK 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required and install steel roof deck complete as shown on the Drawings and as specified herein. L02 RELATED WORK A. Structural steel is included in Section 05120. B. Miscellaneous metal is included in Section 05500. C. Roofing, flashing and insulation are included in Division 7. D. Field painting, except as specified herein, is included in Section 09902. 1.03 SUBMITTALS A. Submit, in accordance with Section 01300, shop drawings and product data, showing: 1. Location and size of all members. 2. Materials, finishes and details of construction of all members. 3. Manufacturer's load table including design thickness in inches and section properties. 4. Fastener types and layout patterns. 5. Erection marks. Mark each bundle to correspond to the shop drawings. B. Certification from the Steel Deck Institute (SDI) that the steel roof deck is designed in accordance with SDI standards. 1.04 REFERENCE STANDARDS A. Steel Deck Institute (SDI) 1. SDI Specifications and Commentary for Steel Roof Deck. B. American Society for Testing and Materials (ASTM) 1. ASTM A653 - Standard Specification for Steel Sheet, Zinc -Coated (Galvanized) or Zinc -Iron, Alloy -Coated (Galvannealed) by the Hot -Dip Process. C. American Iron and Steel Institute (AISI) 1. AISI SG-673 - Cold -Formed Steel Design Manual. F62142SO5311 05311-1 March 2009 City of Fort Worth Westside WTP Project 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. Steel roof deck shall conform to the requirements of the SDI standard for Steel Roof Deck. B. Field welding shall be done by certified welders and shall be in accordance with the AISI standard. 1.06 DELIVERY, STORAGE AND HANDLING A. Handle material with cranes and derricks. Do not dump materials off cars or trucks, or handle in any way likely to cause damage. B. Store materials off the ground with one end elevated to provide drainage. Protect from the elements with a waterproof covering, ventilated to avoid condensation. C. Materials with excessive damage, in the opinion of the Engineer, shall not be incorporated in the work. Remove and replace with new undamaged materials at no expense to the Owner. 1.07 PROJECT/SITE REQUIREMENTS A. Bring inaccuracies in alignment or level of structural steel to the attention of the Engineer in writing and correct before the deck is placed. 1.08 DEFINITIONS A. Transverse supports - supports which are perpendicular to the direction of the deck ribs. B. Longitudinal support - supports which are parallel to the direction of the deck ribs. PART 2 PRODUCTS 2.01 GENERAL A. Steel roof deck shall be 1-1/2-in rib depth deck. Deck sheets shall be 36-in wide with nestable side laps. Type and Gauge shall be as shown on the Drawings. B. Interior steel roof deck shall be 1-1/2-in rib depth deck. Deck sheets shall be 36-in wide with nestable side laps. Type and Gauge shall be as shown on the Drawings. C. Steel roof deck and accessories shall be manufactured from steel conforming to ASTM A653, structural steel grade. D. Steel roof deck and accessories shall be galvanized in accordance with ASTM A653. Coating designation shall be G90. E. Provide minimum 20 gauge closure strips, eave plates, ridge plates, valley plates, cant strips, butt plates as shown on the Drawings and as specified herein. F62142SO5311 05311-2 March 2009 City of Fort Worth Westside WTP Project F. Screws shall be self -drilled, self -tapping hex washer head No. 10 TEKS fasteners with Climaseal coating by Buildex Division, Illinois Tool Works, Itasca, IL. PART 3 EXECUTION 3.01 PREPARATION 3.02 INSTALLATION A. Install steel roof deck as shown on the Drawings, in accordance with manufacturer's instructions and in accordance with approved shop drawings. Where possible, extend deck sheets over three or more spans. B. End laps of steel roof deck shall be at least 2-in long and shall occur over transverse supporting members. C. Fasten steel roof deck to all interior and exterior transverse supports and at side laps and longitudinal supports. Deck fasteners and fastener spacings shall be as noted in the Steel Deck Schedule and Roof Deck Fastening Standard Details or as indicated on the Roof Framing Drawing. D. Maintain contact between deck sheets and deck sheets and steel supports while fastening steel roof deck to reduce bum holes at welded connecting and to eliminate eccentricities between the connected parts at screwed connections. E. Welds to supporting members at end laps shall go through both sheets and fuse properly to the NNW supporting steel. F. Install screws using appropriate tools to prevent fracturing screws, damaging screw heads or stripping threads due to overdriving. G. Install another screw adjacent to fractured or stripped screws. Remove screws where eccentricities exist between deck sheets and deck sheets and steel supports and install another screw nearby while maintaining contact between the parts to be connected. H. Coordinate size, location and details of all penetration with the Drawings, other trades and details of approved equipment. Pipe and conduit openings in the steel roof deck shall be reinforced according to the manufacturer's recommendation. 1. Cutting and Fittings a. Cut and fit steel roof deck units and accessories around projections through steel roof deck. b. Make cuts neat, square and trim. c. Cut openings in steel roof deck true to dimensions using metal saws, drills or cuttings torches. d. Do not use cutting torches if neat appearance is required. F62142SO5311 05311-3 March 2009 City of Fort Worth Westside WTP Project e. Openings greater than 6-in and less than 12-in in greatest dimension shall be reinforced with a 24-in by 24-in flat plate, minimum 20 gauge thickness, centered on the opening. on I. Weld closure strips, eave plates, ridge plates directly to steel deck to provide a finished surface. 1. Roof Sump Pans and Reinforcing Plates a. Place roof sump pans and reinforcing plates over openings in steel roof deck and weld to top surface of steel roof deck. b. Space welds not more than 6-in on center with at least one weld at each corner. c. Cut openings in roof sump pan or reinforcing plate to accommodate drain or other fixture. 2. Ridge Plates a. Weld to top surface of steel roof deck at no more than 12-in on center. b. Lap end joints not less than 3-in. 3. Closure Strips and Eave Plates a. Install closure strips at all open uncovered ends and edges of steel roof deck and in voids between deck and other construction. b. Weld to top surface of steel roof deck at not more than 12-in on center and into position to provide complete deck installation for support of roof insulation. N%0011 J. Suspended ceilings, light fixtures, ducts, piping, conduits or other utilities shall not be attached to steel roof deck. 3.03 FIELD PAINTING A. Touch -Up Field Painting 1. Clean thoroughly and touch-up all steel surfaces which have become abraded or where galvanizing has been damaged due to welding and/or erection procedures. 2. Paint shall be approved 95 percent zinc dust, organic vehicle primer compatible with the galvanized surfaces. 3.04 INSPECTION A. The Engineer reserves the right to inspect steel roof deck in the field for compliance with the requirements specified herein and the approved shop drawings. The Engineer may reject or require repair or re -fabrication of any steel roof deck or accessories not meeting these requirements. END OF SECTION F62142SO5311 05311-4 March 2009 City of Fort worth westside wTP Project SECTION 05400 COLD -FORMED METAL FRAMING PART L GENERAL 1.01 SUMMARY A. Section includes: 1. Exterior wall framing. 2. Light gage steel framing. B. Related Sections 1. Division 6 Section "Miscellaneous Carpentry" for applied exterior wall sheathing. 2. Division 9 Section "Gypsum Board Assemblies" for interior non -load -bearing, metal -stud framing and ceiling -suspension assemblies 1.02 DEFINITIONS A. Minimum Uncoated Steel Thickness Ift✓ 1. Minimum uncoated thickness of cold -formed framing delivered to the Project site shall be not less than 95 percent of the thickness used in the cold -formed framing design. Lesser thicknesses shall be permitted at bends due to cold forming. B. Producer 1. Entity that produces steel sheet coil fabricated into cold -formed members. 1.03 SUBMITTALS A. Product Data 1. For each type of cold -formed metal framing product and accessory indicated B. Welding Certificates C. Special Inspection reports on shop and field bolted connections, and welded connections. 1.04 QUALITY ASSURANCE A. Installer Qualifications 1. An experienced installer who has completed cold -formed metal framing similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction `✓ with a record of successful in-service performance. F62142505400-conf.doc 05400-1 March 2009 City of Fort Worth Westside WTP Project B. Welding a. Qualify procedures and personnel according to AWS D 1.1, "Structural Welding Code --Steel," 1*ftwoll and AWS D1.3, "Structural Welding Code --Sheet Steel." C. AISI Specifications a. Comply with AISI's "Specification for the Design of Cold -Formed Steel Structural Members" for calculating structural characteristics of cold -formed metal framing. D. Special Inspector Qualifications a. Special Inspections for bolted and welded connections, and steel details shall be performed under the direct supervision of a Professional Engineer registered in the State in which the project is located. The personnel performing the inspections shall be ICC-certified Structural Steel and Welding Special Inspection or an equivalent certification program. 1.05 DELIVERY, STORAGE, AND HANDLING A. Protect cold -formed metal framing from corrosion, deformation, and other damage during delivery, storage, and handling. Store cold -formed metal framing, protect with a waterproof covering, and ventilate to avoid condensation. PART 2: PRODUCTS 2.01 GENERAL A. As part of the work under this contract provide all items necessary to produce a complete, durable and proper installation, including but not limited to fasteners; adhesives, industry standard installation components and/or standard or optional installation components and accessories available from or recommended by the manufacturer(s) for the substrates, conditions and assemblies involved. 2.02 MATERIALS A. Steel Sheet ASTM A 653/A 653M, structural steel, zinc coated, of grade and coating as follows: a) Grade: 33 for minimum uncoated steel thickness of 0.0478 inch and less; 50 for minimum uncoated steel thickness of 0.0538 inch and greater b) Coating: G60,. hot -dip galvanized 2.03 EXTERIOR WALL FRAMING A. Steel Studs 1. Manufacturer's standard steel studs, of web depths indicated, with stiffened flanges, complying with ASTM C 955, and as follows: a) Minimum Uncoated -Steel Thickness: 12 gage unless otherwise indicated. F62142S05400-conf.doc 05400-2 March 2009 City of Port worth westside WTP Project b) Track: Manufacturer's standard U-shaped steel track, unpunched, with straight flanges, , N , complying with ASTM C 955, manufacturer's standard flange width, and minimum uncoated -steel thickness matching steel studs. c) Maximum stud spacing: 16 inches on center. 2.04 FRAMING ACCESSORIES A. Steel Studs 1. Fabricate steel -framing accessories of the same material and finish used for framing members, with a minimum yield strength of 33,000 psi. 2. Provide accessories of manufacturer's standard thickness and configuration, unless otherwise indicated, as follows: a) Supplementary framing. b) Bracing, bridging, and solid blocking. c) Web stiffeners. d) End clips. e) Foundation clips. f) Gusset plates. g) Stud kickers, knee braces, and girts. h) Hole reinforcing plates. i) Backer plates. 2.05 ANCHORS, CLIPS, AND FASTENERS A. Steel Shapes and Clips 1. ASTM A 36/A 36M, zinc coated by hot -dip process according to ASTM A 123. B. Power-Acuated Anchors 1. Fastener system of type suitable for application indicated, fabricated from corrosion -resistant materials, with capability to sustain, without failure, a load equal to 10 times design load, as determined by testing per ASTM E 1190 conducted by a qualified independent testing agency. C. Mechanical Fasteners 1. Corrosion -resistant -coated, self -drilling, self -threading steel drill screws. Low -profile head ,✓ beneath sheathing, manufacturer's standard elsewhere. F62142505400-conf.doc 05400-3 March 2009 City of Fort Worth Westside WTP Project D. Welding Electrodes 1. Comply with AWS standards. N%0011 2.06 MISCELLANEOUS MATERIALS A. Galvanizing Repair Paint SSPC-Paint 20 or DOD-P-21035. B. Nonmetallic, Nonshrink Grout 1. Premixed, nonmetallic, noncorrosive, nonstaining grout containing selected silica sands, portland cement, shrinkage -compensating agents, and plasticizing and water -reducing agents, complying with ASTM C 1107, with fluid consistency and 30-minute working time. 2.07 FABRICATION A. Fabricate cold -formed metal framing and accessories plumb, square, and true to line, and with connections securely fastened, according to manufacturer's written recommendations and requirements in this Section. Fabricate framing assemblies using jigs or templates. 2. Cut framing members by sawing or shearing; do not torch cut 3. Fasten cold -formed metal framing members by welding (no welding is allowed for member I*ft9OI thicknesses less than 16 gage) or screw fastening, as standard with fabricator. Bolt framing members together where indicated. Wire tying of framing members is not permitted. a) Comply with AWS D1.3 requirements and procedures for welding, appearance and quality of welds, and methods used in correcting welding work. b) Locate mechanical fasteners and install with screws penetrating joined members by not less than three exposed screw threads. c) Fasten other materials to cold -formed metal framing by welding, bolting, or screw fastening. 4. Reinforce, stiffen, and brace framing assemblies to withstand handling, delivery, and erection stresses. Lift fabricated assemblies to prevent damage or permanent distortion. 5. Fabrication Tolerances: Fabricate assemblies level, plumb, and true to line to a maximum allowable tolerance variation of 1/8 inch in 10 feet and as follows: a) Spacing: Space individual framing members no more than plus or minus 1/8 inch from plan location. Cumulative error shall not exceed minimum fastening requirements of sheathing or other finishing materials. b) Squareness: Fabricate each cold -formed metal framing assembly to a maximum out -of - square tolerance of 1/8 inch. I*ftawl F62142505400-conf.doc 05400-4 March 2009 City of Fort Worth Westside WTP Project PART 3: EXECUTION .,.w 3.01 EXAMINATION A. Examine supporting substrates and abutting structural framing for compliance with requirements for installation tolerances and other conditions affecting performance. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 PREPARATION A. Grout bearing surfaces uniform and level to ensure full contact of bearing flanges or track webs on supporting concrete or masonry construction. 3.03 INSTALLATION A. General 1. Cold -formed metal framing may be shop or field fabricated for installation, or it may be field assembled. 2. Install cold -formed metal framing according to ASTM C 1007, unless more stringent requirements are indicated. 3. Install shop- or field -fabricated, cold -formed framing and securely anchor to supporting structure. r.r a) Bolt or weld wall panels at horizontal and vertical junctures to produce flush, even, true - to -line joints with maximum variation in plane and true position between fabricated panels not exceeding 1/16 inch. 4. Install cold -formed metal framing and accessories plumb, square, and true to line, and with connections securely fastened, according to manufacturer's written recommendations and requirements in this Section. a) Cut framing members by sawing or shearing; do not torch cut. b) Fasten cold -formed metal framing members by welding or screw fastening, as standard with fabricator. Wire tying of framing members is not permitted. 1) Comply with AWS D1.3 requirements and procedures for welding, appearance and quality of welds, and methods used in correcting welding work. 2) Locate mecbanical fasteners and install with screw penetrating joined members by not less than three exposed screw threads. 5. Install framing members in one-piece lengths, unless splice connections are indicated for track or tension members. 6. Install temporary bracing and supports to secure framing and support loads comparable in intensity to those for which structure was designed. Maintain braces and supports in place, Nwoe F62142505400-conf.doc 05400-5 March 2009 City of Fort Worth Westside WTP Project undisturbed, until entire integrated supporting structure has been completed and permanent connections to framing are secured. 7. Do not bridge building expansion and control joints with cold -formed metal framing. Independently frame both sides of joints. 8. Fasten hole reinforcing plate over web penetrations that exceed size of manufacturer's standard punched openings. 9. Erection Tolerances: Install cold -formed metal framing level, plumb, and true to line to a maximum allowable tolerance variation of 1/8 inch in 10 feet and as follows: a) Space individual framing members no more than plus or minus 1/8 inch from plan location. Cumulative error shall not exceed minimum fastening requirements of sheathing or other finishing materials. B. Installation of Exterior Soffit Suspension Systems Unless a part of work specified in another section, provide suspended soffit framing as follows: Preparation and Coordination: Coordinate installation of suspension system with installation of overhead structural systems to ensure anchorage provisions have been installed to receive hangers in a manner that will develop their full strength and at spacings required to support soffits. 2. Hanger Installation: Attach hangers to comply with ML/SFA 920, "Guide Specifications for Metal Lathing and Furring," a) Do not attach hangers to metal deck tabs. b) Bolt hangers to anchorage devices of structural framing and to members supported by hangers. Draw nuts of bolts up tight. 3. Install hangers and members supported by hangers at spacings indicated, but not greater than that required by the following: a) Hangers: Space hangers not over 36 inches o.c., parallel with and not over 36 inches perpendicular to direction of carrying channels, unless otherwise indicated, and within 6 inches of carrying channel ends. b) Carrying Channels: Space carrying channels not over 36 inches o.c. C. Wall Framing 1. Install continuous tracks sized to match studs. Align tracks accurately and securely anchor to supporting structure. Space studs maximum 16 inches on centers; set plumb, align, and fasten both flanges of studs to track, unless otherwise indicated. a) Isolate non -load -bearing steel framing from building structure to prevent transfer of vertical loads while providing lateral support. F62142S05400-confdoc 05400-6 March 2009 City of Fort Worth Westside WTP Project b) Install horizontal bridging in studs, spaced in rows not more than 54 inches apart. Fasten at each stud intersection. ,%.r c) Install miscellaneous framing and connections, including stud kickers, web stiffeners, clip angles, continuous angles, anchors, fasteners, and stud girts, to provide a complete and stable wall -framing system. D. Joist Installation Install perimeter joist track sized to match joists. Align and securely anchor or fasten track to supporting structure at comers, ends, and spacings indicated on Shop Drawings. 2. Install joists bearing on supporting frame, level, straight, and plumb; adjust to final position, brace, and reinforce. Fasten joists to both flanges of joist track. a) Install joists over supporting frame with a minimum end bearing of 1-1/2 inches. b) Reinforce ends and bearing points of joists with web stiffeners, end clips, joist hangers, steel clip angles, or steel -stud sections as indicated on Shop Drawings. Space joists not more than 2 inches from abutting walls, and as follows: a) Joist Spacing: As indicated. 4. Frame openings with built-up joist headers consisting of joist and joist track, nesting joists, or another combination of connected joists if indicated. 14=0' 5. Install bridging at each end of joists and at intervals not exceeding 4 feet. Fasten bridging at each joist intersection in accordance with one of the following: a) Bridging: Cold -rolled steel channel, welded or mechanically fastened to bottom flange of joists. b) Bridging: Joist -track solid blocking of width and thickness indicated, secured to joist webs. c) Bridging: Combination of flat, taut, steel sheet straps of width and thickness indicated and joist -track solid blocking of width and thickness indicated. Fasten flat straps to bottom flange of joists and secure solid blocking to joist webs. 6. Install miscellaneous joist framing and connections, including web stiffeners, closure pieces, clip angles, continuous angles, hold-down angles, anchors, and fasteners, to provide a complete and stable joist -framing assembly. E. Z-Furring 1. Erect insulation vertically and hold in place with Z-furring members spaced 24 inches o.c. 2. Except at exterior comers, securely attach narrow flanges of furring members to wall with concrete stub nails, screws designed for masonry attachment, or powder -driven fasteners spaced 24 inches o.c. '"EW F62142S05400-confdoc 05400-7 March 2009 City of Fort Worth Westside WTP Project At exterior comers, attach wide flange of furring members to wall with short flange extending beyond corner; on adjacent wall surface, screw -attach short flange of furring channel to web of attached channel. At interior comers, space second member no more than 12 inches from corner and cut insulation to fit. 3.04 REPAIRS AND PROTECTION A. Galvanizing Repairs 1. Prepare and repair damaged galvanized coatings on fabricated and installed cold -formed metal framing with galvanized repair paint according to ASTM A 780 and manufacturer's written instructions. B. Protection 1. Provide final protection and maintain conditions, in a manner acceptable to manufacturer and Installer that ensure cold -formed metal framing is without damage or deterioration at time of final acceptance. 3.05 QUALITY CONTROL A. Quality Control Compliance 1. Field quality control shall be in accordance with the Quality Control Plan. B. Testing and Inspection Engage a special Inspector to perform field inspections and tests and to prepare test reports. 2. Field and shop welds will be subject to testing and inspecting. 3. Testing agency will report test results promptly and in writing to Contractor and Contracting Officer. 4. Remove and replace work where test results indicate that it does not comply with specified requirements. 5. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. END OF SECTION F62142S05400-conf.doc 05400-8 March 2009 City of Fort Worth Westside WTP Project SECTION 05500 MISCELLANEOUS METALS PARTI. GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required and complete and install fabricated metal items. Furnish all supplementary items necessary for their proper installation. B. Check Drawings carefully and furnish all anchors, sleeves, bolts, brackets, clips, inserts, angles, loose lintels, tubing, bar stock, plates and other miscellaneous metal not distinctly specified under other Sections but necessary to complete the work. 1.02 RELATED WORK A. Concrete reinforcement is included in Section 03200. B. Masonry reinforcement, ties and accessories are included in Division 4. C. Structural steel is included in Section 05120. D. Steel roof deck is included in Section 05311. E. Aluminum ladders are included in Section 05515. F. Metal grating and cover plates are included in Section 05530. G. Hollow metal doors and frames are included in Division 8. H. Pipe hangers, supports and concrete inserts are included under Division 15. I. Pipe sleeves, wall sleeves and wall castings are included in Division 15. J. Anchor bolts for equipment are included in the respective Sections of Divisions 11, 14 and 15. 1.03 SUBMITTALS A. Submit, in accordance with Section 01300 and prior to fabrication, shop drawings, erection or setting drawings, product data, etc, showing methods of assembly, anchorage and connection to other members. Indicate welded connections in accordance with AWS A2.0. Shop drawings will be required for all items included under this Section. B. Submit samples as requested by the Engineer during the course of construction. F62142SO5500 05500-1 March 2009 City of Fort Worth Westside WTP Project 1.04 REFERENCE STANDARDS A. Aluminum Association (AA) 1. ASD-1 Aluminum Standards and Data. 2. Specifications for Aluminum Structures. B. American Institute of Steel Construction (AISC) 1. Manual of Steel Construction 2. Manual of Steel Construction - Load & Resistance Factor Design C. American Society for Testing and Materials (ASTM) 1. ASTM A36 - Standard Specification for Carbon Structural Steel. 2. ASTM A48 - Standard Specification for Gray Iron Castings. 3. ASTM A53 - Standard Specification for Pipe, Steel, Black and Hot -Dipped, Zinc -Coated, Welded and Seamless. 4. ASTM A108 - Standard Specification for Steel Bars, Carbon, Cold Finished, Standard Quality. 5. ASTM A123 -Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and �..i Steel Products. 6. ASTM Al53 - Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware. 7. ASTM A240 - Standard Specification for Heat -Resisting Chromium and Chromium -Nickel Stainless Steel Plate, Sheet and Strip for Pressure Vessels. 8. ASTM A193 - Standard Specification for Alloy -Steel and Stainless Steel Bolting Materials for High -Temperature Service. 9. ASTM A276 - Standard Specification for Stainless Steel Bars and Shapes. 10. ASTM A283 - Standard Specification for Low and Intermediate Tensile Strength Carbon Steel Plates. 11. ASTM A307 - Standard Specification for Carbon Steel Bolts and Studs, 60,000 Psi Tensile Strength. 12. ASTM A325 - Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength. 13. ASTM A366 - Standard Specification for Steel, Sheet, Carbon, Cold -Rolled, Commercial Quality. N%.." P62142SO5500 05500-2 March 2009 City of Fort worth Westside WTP Project 14. ASTM A500 - Standard Specification for Cold -Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes. 15. ASTM A501 - Standard Specification for Hot -Formed Welded and Seamless Carbon Steel Structural Tubing. 16. ASTM A563 - Standard Specification for Carbon and Alloy Steel Nuts. 17. ASTM F436 - Standard Specification for Hardened Steel Washers. 18. ASTM F594 - Standard Specification for Stainless Steel Nuts. D. American Iron and Steel Institute (AISI) E. American National Standards Institute (ANSI) 1. ANSI B 18.22.1 - Plain Washers. F. American Welding Society (AWS) 1. AWS D1.1 -Structural Welding Code -Steel 2. AWS D1.2 - Structural Welding Code - Aluminum 3. AWS D1.6 - Structural Welding Code - Stainless Steel '"nor 4. AWS A2.0 - Standard Welding Symbols G. The Society for Protective Coatings (SSPC) 1. SSPC SP-1 - Surface Preparation Specification No. 1 Solvent Cleaning 2. SSPC SP-2 - Surface Preparation Specification No. 2 Hand Tool Cleaning 3. SSPC SP-3 - Surface Preparation Specification No. 3 Power Tool Cleaning 4. SSPC SP-6 - Surface Preparation Specification No. 6 Commercial Blast Cleaning 5. SSPC SP-10 - Surface Preparation Specification No. 10 Near -White Blast Cleaning H. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.05 COORDINATION A. Coordinate completely the work of this Section with the work of other Sections. Verify at the site both the dimensions and work of other trades adjoining items of work before fabrication and installation of the items specified. B. Furnish to the pertinent trades all items that are to be built into the work of other Sections. Iftow F62142S05500 05500-3 March 2009 City of Fort Worth Westside WTP Project 1.06 DELIVERY, STORAGE AND HANDLING A. Deliver items to be incorporated into the work of other trades in sufficient time to be checked prior I*ftoo" to installation. B. Deliver anchorage devices with setting drawings, templates and instructions for installation. C. Store delivered items off the ground and protected from dirt and weather. D. Repair items which have become damaged or corroded to the satisfaction of the Engineer prior to incorporating them into the work. PART 2 PRODUCTS 2.01 STEEL FABRICATIONS A. Materials 1. Structural steel shapes, plates, bars and rods ASTM A36 2. Steel plates - bent or cold -formed ASTM A283, Grade C 3. Steel sheets ASTM A366 4. Welded and seamless steel pipe ASTM A501 or ASTM A53, Type E or S, Grade B Schedule 40. Use standard malleable iron fittings, galvanized for exterior work 5. Welded and seamless rectangular steel tubing ASTM A500, Grade B 6. Carbon steel bolts and studs, ASTM A307, Grade A nuts and washers, hot dip galvanized where noted 7. High strength bolts, nuts and ASTM A325 nuts and washers, ASTM A325, hot dip galvanized where noted a. Elevated temperature exposures ASTM A325, Type I b. General application ASTM A325, Type I or 11 8. Headed Anchor Studs Nelson Type H4L or S3L by Nelson Stud Welding Company or equal 9. Welding Materials AWS D1.1 10. Galvanizing a. General ASTM A123 b. Hardware ASTM A153 c. Assembled steel products ASTM A123 11. Shop and Touch-up Primer SSPC 15 Type I red oxide F62142SO5500 05500-4 March 2009 City of Fort worth westside wTP Project B. Fabrication 1. See general fabrication requirements in Paragraph 2.08 below. 2. Fabricate miscellaneous steel in accordance with the Drawings. Fabrications include: beams, angles, support brackets, splice plates, anchor bolts (except for equipment furnished in Divisions 11, 13, 14 and 15) and any other miscellaneous steel called for on the Drawings and not otherwise specified. 3. Thoroughly clean steel fabrications of all loose mill scale, rust, grease or oil, moisture, dirt, or other foreign matter and finish in compliance with Paragraph 2.01.0 below. a. Remove scale, rust and other deleterious materials before shop coat of paint is applied. b. Clean off heavy rust and loose mill scale in accordance with SSPC SP-2, SSPC SP-3 or SSPC SP-6. c. Remove oil, grease and similar contaminants in accordance with SSPC SP-1. C. Finishes 1. Unless otherwise noted on the drawings, items in areas which are not exposed to weather or moisture shall have exposed surfaces painted with a shop coat of primer compatible with the finish coatings specified in Division 9, after fabrication but before shipping. Apply two shop coats of primer to surfaces that will be inaccessible after erection. a. Remove scale, rust and other deleterious material before shop coat of paint is applied. Clean off heavy rust and loose mill scale in accordance with SSPC-2, SSPC-3 or SSPC-6. Remove oil, grease and similar contaminants in accordance with SSPC SP-1. b. Immediately after surface preparation, brush or spray on metal primer paint, applied in accordance with manufacturer's instructions and at rate to provide a uniform dry film thickness of 3.0 mils per coat applied. Use painting methods which will result in full coverage of joints, comer, edges and all exposed surfaces. c. As soon as possible after erection, touch up any scraped, abraded or unpainted surfaces using primer as specked for shop coats. 2. Items exposed to weather, submerged in water or subject to splashing, or located in corrosive environments shall be hot dip galvanized after fabrication unless otherwise noted on the Drawings or specified. a. Following all manufacturing operations, items to be galvanized shall be thoroughly cleaned, pickled, fluxed and completely immersed in a bath of molten zinc. The resulting coating shall be adherent and shall be the normal coating to be obtained by immersing the items in a bath of molten zinc and allowing them to remain in the batch until their temperature becomes the same as the bath. Coating shall be not less than 2 oz/sq ft of surface. *%MOW b. Where field welding of galvanized material is necessary, welds shall be wire brushed clean and immediately regalvanized in the field using "Galvalloy" galvanizing stick F62142SO5500 05500-5 March 2009 City of Fort Worth Westside WTP Project compound or coating with GALVILITE by ZRC WORLDWIDE, Marshfield, MA or approved equal. 2.02 STAINLESS STEEL FABRICATIONS A. Materials 1. Plates, sheets and structural shapes a. Exterior, submerged or industrial use ASTM A240, Type 316 b. Interior and architectural use ASTM A240, Type 304 2. Bolts, nuts and washers ASTM A276, Type 316 B. Fabrication 1. See general fabrication requirements in Paragraph 2.08 below. 2.03 CAST IRON FABRICATIONS A. Materials 1. Gray iron castings ASTM A48, Class 30. B. Fabrication 1. See general fabrication requirements in Paragraph 2.08 below. 2. Provide frames, covers and grates for manholes, catch basins and inlets fabricated from good quality, strong, tough, even grained cast iron. Castings shall be as manufactured by the Neenah Foundry; Mechanics Iron Foundry or equal. Sizes shall be as shown on the Drawings or specified herein. Covers shall have letters "WATER", "SEWER" or 'DRAIN", as applicable, embossed on top. 3. Provide solid manhole and holdhole covers and frames for electrical and telephone underground systems. Covers shall have letters "HIGH VOLTAGE", "LOW VOLTAGE" "SIGNAL", "TELEPHONE", as applicable, embossed on top. 2.04 ALUMINUM FABRICATIONS A. Aluminum Framing and Fabrications 1. Materials a. Aluminum structural shapes and plates. Alloy 6061-T6 b. Extruded aluminum pipe. Alloy 6063-T6 c. Fasteners. Stainless Steel ASTM A276, Type 316 2. Fabrication F62142SO5500 05500-6 March 2009 City of Port worth Westside WTP Project a. See general fabrication requirements in Paragraph 2.08 below. b. Fabricate miscellaneous aluminum shapes and plates as shown. Furnish welded and mitered angle frames and other fabrications complete with welded anchors attached. Furnish all miscellaneous aluminum shown but not otherwise detailed. Structural shapes and extruded items shall comply with the dimensions on the Drawings within the tolerances published by the AA. c. Weld aluminum work on the unexposed side when possible in order to prevent pitting or discoloration of exposed aluminum surfaces. 3. Finishes a. All exposed aluminum surfaces shall have fabricator's standard mill finish unless otherwise specified. Apply a coat of methacrylate lacquer to all aluminum before shipment. B. Aluminum Nosings for Concrete Stairs 1. Acceptable manufacturers include Wooster Products, Inc. -Type 116, 3-in wide nosing with 1-in nose depth, "Alumogrit" surface, or equal. 2. Provide concealed stainless steel integral anchors extending at least 1-1/4-in below the tread and spaced out more than 12-in on center. Drilled anchors are not acceptable. Furnish treads with heavy duty protective tape cover. 2.05 ANCHORS, BOLTS AND FASTENING DEVICES A. Furnish anchors, bolts, fasteners, etc, as necessary for installation of the work or for securing the work of other Sections to in -place construction. B. Compound masonry anchors shall be of the type shown or required and shall be Star Slug in compounded masonry anchors manufactured by Star Expansion industries; Phillips Drill Co., Rahlplug or equal. Anchors shall be minimum "Two Unit" type. C. The bolts used to attach the various members to the anchors shall be the sizes shown or required. Attach aluminum and stainless steel to concrete or masonry by means of stainless steel machine bolts. Attach iron or steel with steel machine bolts unless otherwise specifically noted. D. For structural purposes, unless otherwise noted, drilled concrete anchors shall be adhesive capsule type or expansion type anchor bolts. 1. Adhesive anchors shall be a two-part chemical anchoring system. Capsules shall be self-contained, exactly proportioned, sealed units containing premeasured amounts of resin, aggregates and hardener. Stud assemblies shall be as indicated on the Drawings and shall include all -thread anchor rod with nut and washer, or deformed reinforcing steel complying with the requirements of Section 03200. Provide manufacturers' recommended drive units and adaptors for installing studs. Install anchors in full compliance with the manufacturer's recommendations. F62142SO5500 05500-7 March 2009 City of Fort Worth Westside WTP Project a. Threaded anchor rod assemblies shown on the Drawings shall be manufactured from the following materials: 1) Standard: Rod: Nut: Washer: 2) High Strength: Rod: Nut: Washer: ASTM A307, Grade A ASTM A563, Grade A ANSI B18.22.1, Type A Plain ASTM A193, Grade B7 ASTM A563, Grade DH ASTM F436 3) Stainless Steel: Rod: ASTM F594 (AISI Type 304) Nut: ASTM F594 Washer: ANSI B 18.22.1, Type A, Plain b. Acceptable manufacturers: Hilti, HIT RE 500 System; or equal 2. Expansion Anchors shall be wedge type anchors of the sizes noted on the Drawings complete with nuts and washers. Unless otherwise noted, provide zinc plated carbon steel anchors. Stainless steel anchors, where required, shall be all AISI Type 316 construction. When the length or embedment of the bolt is not noted on the Drawings, provide length sufficient to place the wedge and expansion sleeve portion of the bolt at least one inch behind the reinforcing steel within the concrete. a. Acceptable Manufacturers: 1) Hilti, Kwik-Bolt III 2) Simpson Strong -Tie Wedge -All; Powers Power -Stud E. Headed anchor studs shall be flux ended, welded to plates or other embeds as shown on the Drawings. Studs shall be made from cold drawn steel Grades C-1010 through C-1020 per ASTM A108 and shall be welded per the manufacturer's recommendations. Approved manufacturers include Nelson Stud Welding Company, Loraine, OH - Type H4L or S3L, or equal. 2.06 SPECIAL PREFABRICATED DOORS A. Pit, Floor and Sidewalk Hatches 1. Acceptable manufacturers: a. Bilco Company Type "J" b. Babcock -Davis Assoc. c. Or Equal 2. Materials and Fabrication a. Prefabricated access hatches shall be single or double leaf type depending on sizes shown on the Drawings and/or specified herein. Door leaf(s) shall be 1/4-in aluminum diamond pattern plant with sufficient stiffening to withstand a live load of 300 lbs/sq ft. Unless F62142SO5500 05500-8 March 2009 City of Fort Worth Westside WTP Project otherwise noted on the Drawings, use pivot torsion bars for counterbalance or spring operators for easy operation along with automatic door hold open. Channel frame shall be ". 1/4-in aluminum equipped with embedded strap anchors or perimeter anchor flange as required. Hardware shall be durable and corrosion resistant with Type 316 stainless steel hardware used throughout. Provide removable lock handle. Provide factory mill finish and bituminous coating to the exterior of the frames. Hatches shall be watertight using a 1-1/2-in drainage coupling provided in the channel frame. Where shown or called for on the Drawings, access doors shall be equipped with a hot dip galvanized telescoping ladder extension as manufactured by the Bilco Co. or equal. Break bond between dissimilar metals as specified in Paragraph 3.01.H below. 2.07 FABRICATION - GENERAL A. Form all miscellaneous metal work true to detail, with clean, straight, sharply defined profiles, and smooth surfaces of uniform color and texture. Provide fabrications free from defects impairing strength or durability. Drill or punch holes and smooth edges. Ease exposed edges to a small, uniform radius. Fabricate supplementary pieces necessary to complete each item though such pieces are not definitely shown or specified. B. Supply components required for anchorage of fabrications. Connections and accessories shall be of sufficient strength to safely withstand stresses and strains to which they will be subjected. Steel accessories and connections to steel or cast iron shall be steel, unless otherwise specified. Threaded connections shall be made so that the threads are concealed by fitting. C. Welded joints shall be rigid and continuously welded or spot welded as specified or shown. Dress the face of welds flush and smooth. Continuously weld and grind smooth welds that will be exposed. Exposed joints shall be close fitting and jointed where least conspicuous. Conceal fastenings where practical. Punch or drill for temporary field connections and for attachment of the work of other trades. D. Welding of parts shall be in compliance with the latest edition of the AWS structural welding code for steel (D1.1); aluminum (D1.2) or stainless steel (D1.6) as appropriate, and shall only be done where shown, specified, or permitted by the Engineer. Welding shall be performed only by welders certified to perform the required welding in compliance with the requirements of the AWS Code. Component parts of built-up members to be welded shall be adequately supported and clamped or held by other adequate means to hold the parts in proper relation for welding. E. Castings shall be of good quality, strong, tough, even -grained, smooth, free from scale, lumps, blisters, sand holes and defects of any kind which render them unfit for the service for which they are intended. Thoroughly clean castings. Castings may be subjected to a hammer inspection in the field by the Engineer. All finished surfaces shown on the Drawings and/or specified herein shall be machined to a true plan surface allowing pieces to seat at all points without rocking. Make allowances in the patterns so that thicknesses specified or shown will not be reduced in obtaining finished surfaces. Castings will not be acceptable if the actual weight is less than 95 percent of the theoretical weight computed from the dimensions shown. Provide facilities for weighing castings in the presence of the Engineer and show true weights, certified by the supplier. F. Shop painting will not be required for galvanized metal, stainless steel, aluminum, copper, brass and bronze unless specifically specified. P62142SO5500 05500-9 March 2009 City of Fort Worth Westside WTP Project PART 3 EXECUTION 3.01 INSTALLATION - GENERAL A. Install all items furnished except items to be embedded in concrete or masonry which shall be installed under Division 3 and Division 4 respectively. Items to be attached to concrete or masonry after such work is completed shall be installed in compliance with the details shown. Furnish to appropriate trades all anchors, sockets, or fastenings required for securing work to other construction. B. Set metal work level, true to line and plumb as indicated. C. Weld field connections and grind smooth where practicable. Clean and strip primed, steel items to bare metal where site welding is required. Conceal fastenings where practicable. D. Secure metal to wood with lag screws, of adequate size, with appropriate washers. E. Secure metal to masonry with embedded anchors, setting compound, lead chalking and sleeves, or cement -sand grouting. Fastening to wood plugs in masonry will not be permitted. F. Touch-up abrasions to finish or primer coatings immediately after erection and prior to both final coating and final acceptance. G. Break contact between dissimilar metals as shown on the Drawings or as specified in Paragraph 3.01H below. H. Field -apply coatings for installation of metal fabrications according to the following schedule. '..i (For embedded items, coat the embed.) 1. All steel surfaces in contact with exposed concrete or masonry shall receive a protective coating of an approved heavy bitumastic troweling mastic applied in compliance with the manufacturer's instructions prior to installation. 2. Where aluminum contacts a dissimilar metal, apply a heavy brush coat of zinc -chromate primer followed by two coats of aluminum metal and masonry paint to the dissimilar metal. 3. Where aluminum contacts masonry or concrete, apply a heavy coat of zinc chromate primer to the surface of the aluminum. 4. Where aluminum contacts wood, apply two coats of aluminum metal and masonry paint to the wood. 3.02 INSTALLATION - STAIR NOSINGS A. Extend nosings to within 4-in of ends of treads. Set top flush with tread and edge flush with riser. Set nosing anchors into concrete as concrete is poured. Do not remove protective tape until completion of project. 3.03 INSTALLATION - HATCHES AND ROOF SCUTTLES A. Access doors and telescoping ladder extensions shall be installed in compliance with manufacturer's instructions. F62142SO5500 05500-10 March 2009 City of Fort worth Westside WTP Project 3.04 SCHEDULE OF FABRICATED METAL ITEMS A. Steel Door Framing: Galvanized steel of size and shape indicated with adjustable anchors. Miter comer connections, weld and grind smooth. Fabricate frames with not less than three anchors per jamb. B. Aluminum Door Framing: Structural aluminum angle and channel shapes of sizes indicated with adjustable anchors. Miter comer connections weld and grind smooth. Fabricate frames with not less than three anchors per jamb. C. Steel Angle Stiffener for oversize Hollow Metal Door Jambs: Galvanized steel angle of size indicated or required to adequately support hollow metal door. Continuous from floor slab to structure above. D. Steel Lintels: Galvanized steel of size and shape as indicated with minimum of 8-in bearing at jambs unless otherwise shown. E. Shelf AnglesNeneer Relief Angles: Galvanized steel of size and shape as indicated. Provide for 1/4-in expansion between sections. F. Steel Supports and Frames for Louvers: Galvanized structural steel of size and shape indicated or as required for windloads. H. Coiling Door Track Supports: Galvanized structural steel angles and anchor bolts as indicated. I. Expansion Joint Angles: Structural steel angles as indicated with continuous 1/4-in steel bars N•pol welded to angle face for neoprene seal stop. Galvanize all members and verify location of stop with neoprene seal manufacturer. J. Partition Supports: Galvanized structural steel angles of size and shape indicated. K. Ceiling Mounted Equipment Supports: Galvanized structural steel as indicated. L. Steel Pipe Guard Post (Bollards): Galvanized steel pipe as indicated, fill with concrete to formed crowned cap. M. Wall Sleeves: Galvanized schedule 40 steel or cast iron pipe with end joints as shown on the Drawings. Provide center anchor around circumference as shown. N. Bolts, Anchors, Brackets, Clips and Inserts: Type and size required to rigidly secure members for which they are to be used. O. Miscellaneous Angles, Plates, Gratings, Tubing, Bar Stock, Break Metal, etc, as required for the proper installation of various items throughout the building if not otherwise furnished. P. Steel Angle Corner Protection: Galvanized steel of the size and shape indicated. END OF SECTION F62142S05500 05500-11 March 2009 City of Fort Worth Westside WTP Project SECTION 05510 METAL STAIRS AND RAILING SYSTEM PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals necessary and install aluminum stairs complete with anchors and brackets, including integral handrails and posts when applicable, as shown on the Drawings and as specified herein. 1.02 RELATED WORK A. Concrete is included in Division 3. B. Miscellaneous Metal is included in Section 05500. C. Handrailing is included in Section 05520. EIrx�Yo .3 &1M_0 IG�W A. Submit, in accordance with Section 01300, complete shop drawings and calculations. Calculations and Shop Drawings shall be sealed by a licensed professional engineer. Submittals shall indicate construction details, sizes, of metal sections, thicknesses of metal, profiles, ,%awe attachments, dimensions and field joints, method of support from structure, work to be built-in or provided by other sections and finishes to conform to the Drawings and this Section. Indicate welded connections, both shop and field, using standard AWS welding symbols. Indicate net weld lengths. Submittals shall include the following: 1. Two samples, each 8-in square in area, of each type finished material. 2. Manufacturer's certification that materials meet specification requirements. 1.04 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM) 1. ASTM B221 - Standard Specification for Aluminum and Aluminum -Alloy Extruded Bars, Rods, Wire, Profiles and Tubes. B. Aluminum Association (AA) 1. AA 6061-T6 - Aluminum Sheet and Plate. C. American Welding Society (AWS) 1. AWS D1.1 -Structural Welding Code -Steel. 1%NW D. American National Standards Institute (ANSI) F62142SO5510 05510-1 March 2009 City of Fort Worth Westside WTP Project 1. ANSI A202.1- Metal Bar Grating Manual for Steel and Aluminum Gratings and Stair Treads. E. Building Officials and Code Administrators Congress International, Inc. (BOCA) F. Occupation Safety and Health Administration (OSHA) G. 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. Aluminum: ASTM B221, Alloy 6061-T6, Finish AA-C22A31. B. Components 1. Stringers: Aluminum 2. Headers: Aluminum 3. Treads: Aluminum 4. Risers: Aluminum 5. Platforms: Aluminum 6. Railings: Aluminum 7. Handrails: Aluminum 2.02 GENERAL FABRICATION A. Verify dimensions on site prior to shop fabrication. Detail stair risers, treads and landings to conform with the requirements of OSHA latest edition and BOCA. B. Fabricate stairs, landings, and component connections to support live loads of minimum 100 lb/sq ft with deflection of stairs and landings not exceeding 1/360 of span. Provide landing as indicated on drawings. C. Fabricate railing supports and component connections capable of resisting a lateral force of minimum 150 lbs at any single point, without permanent set or damage and loads indicated in the BOCA. D. Shop assemble sections in largest practical sizes, easily handled through building openings. E. Accurately form and fit components and connections. Grind exposed edges and welds smooth and flush. F. Accurately form components required for proper anchorage of stairs and landings to each other and to building structure. M2142SO5510 05510-2 March 2009 City of Fort worth Westside WTP Project 2.03 FABRICATION OF SOLID TREAD AND CLOSED RISER STAIRS AND LANDINGS - EXTERIOR A. Fabricate stair with closed risers and closed treads using structural aluminum channels, angles, plates and extrusions for stringers, treads and all supports. B. Treads: Extruded or cast aluminum with integral nosing to form a one piece structural unit. Abrasive areas or serrations on the entire walking surface and open holes for drainage. 11-1116-in wide tread shall be I -Bar Grating by Borden Metal Products Co.; Intertec Corp. or equal. C. Properly secure treads to stringers with 3/8-in stainless steel bolts and washers. All other fasteners are to also be stainless steel. D. Landings: Use the same design as treads. Reinforce underside of landings with aluminum angles, channels or T's. PART 3 EXECUTION 3.01 ERECTION A. Erect stairs square, level, plumb and free from distortion or defects detrimental to appearance and performance. B. Provide necessary anchors, plates, angles, hangers and struts as required for connecting stairs to the structure. C. Ensure alignment with adjacent construction. Coordinate with related work to ensure no interruption in installation. D. Perform necessary cutting and altering for the installation of work of other Sections. Do not perform any other additional cutting without review of the Engineer. E. Field bolt and weld to match standard of shop bolting and welding. Hide bolts and screws whenever possible. Where not hidden, use flush countersunk fastenings, unless indicated otherwise. Make mechanically fastened joints flush hairline butted. Grind welds smooth and flush. END OF SECTION F62142SO5510 05510-3 March 2009 City of Fort worth Westside WTP Project SECTION 05511 METAL PAN STAIRS PART L GENERAL 1.01 SUMMARY A. Section Includes 1. Preassembled steel stairs with concrete -filled treads. 2. Cast Aluminum nosings. B. Related Sections 1. Division 3 Section "Cast -In -Place Concrete" for tread pan fill. 2. Division 5 Section "Pipe Railings" for pipe railings. 1.02 PERFORMANCE REQUIREMENTS A. Structural Performance of Stairs 1. Provide metal stairs capable of withstanding the effects of gravity loads and the following loads and stresses within limits and under conditions indicated: a. Uniform Load: 100 lbf/sq. Ft.. b. Concentrated Load: 300 lbf applied on an area of 4 sq. in. C. Uniform and concentrated loads need not be assumed to act concurrently. d. Stair Framing: Capable of withstanding stresses resulting from railing loads in addition to loads specified above. e. Limit deflection of treads, platforms, and framing members to L/360 or 1/4 inch, whichever is less. B. Seismic Performance 1. Provide metal stairs capable of withstanding the effects of earthquake motions determined according to the following: a. Refer to drawings for seismic -load design criteria. b. Determine seismic loads using the appropriate exposure coefficient for the metal stair assemblies. 1.03 SUBMITTALS A. Shop Drawings 1. Include plans, elevations, sections, details, and attachments to other work. 2. Provide templates for anchors and bolts specified for installation under other Sections. F62142SO5511.doc 05511-1 March 2009 City of Fort Worth Westside WTP Project 3. For installed products indicated to comply with design loads, include structural analysis data signed and sealed by the qualified professional engineer responsible for their preparation. 1.04 QUALITY ASSURANCE A. Installer Qualifications 1. Fabricator of products. B. NAAMM Stair Standard 1. Comply with "Recommended Voluntary Minimum Standards for Fixed Metal Stairs" in NAAMM AND 510, "Metal Stairs Manual," for class of stair designated, unless more stringent requirements are indicated. a. Preassembled Stairs: Service class. C. Welding 1. Qualify procedures and personnel according to the following: a. AWS D1.1, "Structural Welding Code --Steel." b. AWS D1.3, "Structural Welding Code --Sheet Steel." 1.05 COORDINATION A. Coordinate installation of anchorages for metal stairs. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation. 1%W01 PART 2: PRODUCTS 2.01 GENERAL A. Metal Surfaces, General: Provide materials with smooth, flat surfaces, unless otherwise indicated. For components exposed to view in the completed Work, provide materials without seam marks, roller marks, rolled trade names, or blemishes. B. As part of the work under this contract provide all items necessary to produce a complete, durable and proper installation, including but not limited to fasteners; adhesives, industry standard installation components and/or standard or optional installation components and accessories available from or recommended by the manufacturer(s) for the substrates, conditions and assemblies involved. 2.02 FERROUS METALS A. Steel Plates, Shapes, and Bars: ASTM A 36/A 36M. B. Uncoated, Hot -Rolled Steel Sheet: ASTM A 1011/A 1011M 1. Either commercial steel, Type B, or structural steel, Grade 30, unless another grade is required by design loads. 2.03 FASTENERS A. Select fasteners for type, grade, and class required. F62142SO551 Ldoc 05511-2 March 2009 City of Fort Worth Westside WTP Project 2.04 MISCELLANEOUS MATERIALS A. Welding Rods and Bare Electrodes ...i 1. Select according to AWS specifications for metal alloy welded. B. Shop Primer 1. Provide primers that comply with Division 9 painting Sections. C. Concrete Materials and Properties: Comply with requirements in Division 3 Section "Cast -in - Place Concrete" for normal -weight, air -entrained, ready -mix concrete with a minimum 28-day compressive strength of 3000 psi, unless otherwise indicated. 2.05 FABRICATION, GENERAL A. GENERAL 1. Provide complete stair assemblies, including metal framing, hangers, struts, clips, brackets, bearing plates, and other components necessary to support and anchor stairs and platforms on supporting structure. 2. Join components by welding, unless otherwise indicated. 3. Use connections that maintain structural value of joined pieces. 4. Preassembled Stairs: Assemble stairs in shop to greatest extent possible. Disassemble units only as necessary for shipping and handling limitations. Clearly mark units for reassembly and coordinated installation. 1-400, 5. Cut, drill, and punch metals cleanly and accurately. Remove burrs and ease edges to a radius of approximately 1/32 inch, unless otherwise indicated. Remove sharp or rough areas on exposed surfaces. 6. Form bent -metal comers to smallest radius possible without causing grain separation or otherwise impairing work. 7. Form exposed work true to line and level with accurate angles and surfaces and straight edges. 8. Weld connections to comply with the following: a. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. b. Obtain fusion without undercut or overlap. C. Remove welding flux immediately. d. Weld exposed comers and seams continuously, unless otherwise indicated. C. At exposed connections, finish exposed welds and surfaces smooth and blended so no roughness shows after finishing and contour of welded surface matches that of adjacent surface. 9. Form exposed connections with hairline joints, flush and smooth, using concealed fasteners where possible. Where exposed fasteners are required, use Phillips flat -head (countersunk) screws or bolts unless otherwise indicated. Locate joints where least conspicuous. F62142SO5511.doc 05511-3 March 2009 City of Fort Worth Westside WTP Project 2.06 STEEL -FRAMED STAIRS A. Stair Framing: 1. Fabricate stringers of steel channels. 2. Construct platforms of steel headers and miscellaneous framing members as indicated and needed to comply with performance requirements. 3. Weld or bolt stringers to headers; weld or bolt framing members to stringers and headers. 4. Where stairs are enclosed by gypsum board assemblies, provide hanger rods or struts to support landings from floor construction above or below. Locate hanger rods and struts where they will not encroach on required stair width and will be within the fire -resistance -rated stair enclosure. 5. Where masonry walls support metal stairs, provide temporary supporting struts designed for erecting steel stair components before installing masonry. B. Metal -Pan Stairs: Form risers, subtread pans, and subplatforms to configurations shown from steel sheet of thickness needed to comply with performance requirements but not less than 0.0677 inch 1. Steel Sheet: Uncoatedhot-rolled steel sheet. 2. Directly weld metal pans to stringers; locate welds on top of subtreads where they will be concealed by concrete fill. Do not weld risers to stringers. 3. Attach risers and subtreads to stringers with brackets made of steel angles or bars. Weld brackets to stringers and attach metal pans to brackets by welding, riveting, or bolting. 4. Shape metal pans to include nosing integral with riser. **Mooe 5. Provide subplatforms of configuration indicated or, if not indicated, the same as subtreads. Weld subplatforms to platform framing. a. Smooth Soffit Construction: Construct subplatforms with smooth soffits. 2.07 CAST ALUM gLJM[ STAIR NOSINGS A. General: Provide manufactured nosing units in quantities and locations indicated, scheduled or specified. B. Cast Aluminum Tread Nosings: Provide manufactured units with integral slip resistant abrasive grit all concrete steps, stairs and elsewhere as indicated. 1. Exterior tread nosings shall be full width of treads. 2. Exterior tread nosings shall be sized six (6") inches less than the overall tread length, and set centered on the tread. 3. Interior tread nosings shall be sized full width of metal pan treads, otherwise same requirements for exterior tread nosings, and set centered on the tread. 4. Basis of Design: Provide products equal to Wooster Type 101 Alumogrit units, with integral concealed concrete anchors, as manufactured by Wooster Products, Inc., Wooster, Ohio. F62142S05511.doc 05511-4 March 2009 City of Fort Worth Westside WTP Project 2.08 FINISHES A. Reference Standard 1. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. 2. Finish metal stairs after assembly. B. Shop Priming 1. Prepare uncoated ferrous -metal surfaces to comply with minimum requirements indicated below for SSPC surface preparation specifications and environmental exposure conditions of installed products: 2. Interior Stairs (SSPC Zone 1A): SSPC-SP 3, "Power Tool Cleaning." 3. Apply shop primer to uncoated surfaces of metal stair components. Comply with SSPC-PA 1, "Paint Application Specification No. 1: Shop, Field, and Maintenance Painting of Steel," for shop painting. PART 3: EXECUTION 3.01 INSTALLATION, GENERAL A. Fastening to In -Place Construction 1. Provide anchorage devices and fasteners where necessary for securing metal stairs to in -place construction. Include threaded fasteners for concrete and masonry inserts, through -bolts, lag bolts, and other connectors. B. Cutting, Fitting, and Placement 1. Perform cutting, drilling, and fitting required for installing metal stairs. Set units accurately in location, alignment, and elevation, measured from established lines and levels and free of rack. 2. Provide temporary bracing or anchors in formwork for items that are to be built into concrete, masonry, or similar construction. 3. Fit exposed connections accurately together to form hairline joints. Weld connections that are not to be left as exposed joints but cannot be shop welded because of shipping size limitations. 4. Field Welding: Comply with the following requirements: a. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. b. Obtain fusion without undercut or overlap. C. Remove welding flux immediately. d. At exposed connections, finish exposed welds and surfaces smooth and blended so no roughness shows after finishing and contour of welded surface matches that of adjacent surface. 5. Place and finish concrete fill for treads and platforms to comply with Division 3 Section "Cast - in -Place Concrete." F62142SO5511.doc 05511-5 March 2009 City of Fort Worth Westside WTP Project 3.01 ADJUSTING AND CLEANING C. Touchup Painting 1. Immediately after erection, clean field welds, bolted connections, and abraded areas of shop paint, and paint exposed areas with the same material as used for shop painting to comply with SSPC-PA 1 for touching up shop -painted surfaces. 2. Apply by brush or spray to provide a minimum 2.0-mil dry film thickness. END OF SECTION F62142S055I Ldoc 05511-6 March 2009 City of Fort worth Westside WTP Project SECTION 05515 ALUMINUM LADDERS AND ACCESSORIES PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required and provide complete ladders and accessories as shown on the Drawings and as specified herein. 1.02 RELATED WORK A. Miscellaneous Metals are included in Section 05500. 1.03 SUBMITTALS A. Submit, in accordance with Section 01300, manufacturer's shop drawings to indicate compliance with this Section. Show locations, methods of supporting, methods of anchoring and finishes. 1.04 REFERENCE STANDARDS A. Occupational Safety and Health Administration (OSHA). B. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. r PART 2 PRODUCTS 2.01 FIXED WALL LADDERS A. Fixed wall ladders and accessories shall comply with all requirements of OSHA, 29 CFR 1910.27. B. Manufacturers 1. Shop -fabricated from details on the Drawings 2. Precision Stair Corp. a. Model FL - (length as scheduled) 3. O'Keeffe's Inc. Model 520-CH (Standard) 4. Aluminex, Inc. Model 530-SC (Safety Cage) a. Model LC-100 (Standard) b. Model LC-300 (Safety Cage) 5. Or Equal. F62142SO5515 05515-1 March 2009 City of Fort Worth Westside WTP Project C. Materials 1. Side Rails/Safety Cages. Aluminum plates, alloy 6061-T6 or aluminum extrusions, alloy *MOO,, 6063-T5. Where extensions are provided, the side rail shall be channel shapes having a wall thickness not less than .125-in and a depth of not less than 3-in. 2. Rungs/Treads. Knuckled or serrated aluminum bars, not less than 3/4-in in diameter fabricated of alloy 6061-T6. Alternatively, serrated tubular aluminum extrusions of alloy 6063-T5/T6 not less than 1-1/4-in square. Attach rungs to side rails with self-locking Type 316 stainless steel fasteners. 3. Wall/Floor Support Brackets. Aluminum plates, alloy 6061-T6. T316 fasteners/rigid attack/locking. 2.02 LADDER SAFETY POST EXTENSION A. Fixed ladders occurring below hatch doors shall be provided with attached telescoping tubular safety post extension, unless otherwise noted. Unit shall be completely assembled with stainless steel fasteners and brackets for securing to the ladder rungs provided by the manufacturer. Provide corrosion resistant construction. B. Manufacturers 1. Bilco -ladder UP Safety Post, Model 2 or equal. 2.03 FALL PREVENTION SYSTEM A. For ladders over 20 feet high, furnish standard ladder cages or ladder safety devices designed in accordance with State and Occupational Safety and Health Administration requirements. B. Ladder safety devices: Including but not limited to railing, brackets, clamps for each ladder where required. In addition, for use on all systems, provide 2 sleeves, and 2 belts, satisfying Occupational Safety and Health Administration safe climbing requirements. C. Manufacturers: One of the following or equal: 1. North Consumer Products: Saf-T-Climb. 2. Swager Communications: Climbers Buddy System. PART 3 EXECUTION 3.01 INSTALLATION A. Install ladders and accessories in compliance with manufacturer's shop drawings and detailed instructions. B. Install fabrications, plumb, square and level and securely anchored to supports. Smooth and adjust miters and field cuts to assure tight joints. C. Where aluminum contacts a dissimilar metal, apply to the dissimilar a heavy brush coat of '*Amoll zinc -chromate primer followed by two coats of aluminum metal and masonry paint. F62142SO5515 05515-2 March 2009 City of Fort Worth Westside WTP Project D. Where aluminum contacts masonry or concrete, apply a heavy coat of acceptable alkali resistant *"No, paint to the masonry or concrete. 3.02 PROTECTION A. Protect aluminum fabrications from damage due to work of adjacent trades. 3.03 CLEANING A. As work progresses, remove debris and leave installation sites broom clean. B. Prior to final acceptance, clean ladders of any paint, mud or other adherents. END OF SECTION F62142SO5515 05515-3 March 2009 City of Fort worth westside wTP Project SECTION 05520 PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required and provide complete handrails and guardrails (including toeboards) as shown on the Drawings and as specified herein. 1.02 RELATED WORK A. Metal stairs (stringers and treads) are specified in Section 05510. B. Structural steel is included in Section 05120. C. Miscellaneous aluminum framing is included in Section 05500. D. Metal fasteners are included in Section 05500. E. Field Painting is included in Section 09902. 1.03 SUBMITTALS A. Submit, in accordance with Section 01300, shop drawings prior to fabrication indicating rail 1*400, layout, profiles, sizes of members, methods of assembly, attachments, anchorages, anchorage locations, sizes and types of fasteners, accessories and locations of expansion joints. Submittals shall include at least the following: 1. Manufacturer's load table and test data demonstrating that the railings will resist the loads specified in Paragraph 1.05 below at the post spacings provided. 2. Letter certifying that railing system is in compliance with local building code and OSHA requirements. 3. Letter of guarantee as required in Paragraph 1.08 below. 4. 12-in long samples of handrail and guardrail. Submit one sample of elbow, tee, wall bracket, escutcheon, end stop, rail joint connections. 1.04 REFERENCE STANDARDS A. Aluminum Association (AA) 1. Standard Specifications as referenced. B. Occupational Safety and Health Administration (OSHA). C. International Conference of Building Officials (ICBO) 1. International Building Code (IBC) F62142SO5520 05520-1 March 2009 City of Fort worth Westside WTP Project D. Building Officials and Code Administrations Congress, Inc. (BOCA) E. Where reference is made to one of the above standards, the revision in effect at the time of bid I-4moll opening shall apply. 1.05 QUALITY ASSURANCE A. The railing assembly including rails, posts, attachments and anchors shall be adequate to resist the following forces without damages or permanent set. Apply each load so as to produce the maximum stress in each of the railing components. 1. Handrails a. A concentrated load of 200 lbs applied at any point and in any direction. b. A uniform load of 50 lbs/ft applied at any point and in any direction. 2. Guardrails a. A concentrated load of 300 lbs applied at any point and in any direction along the top railing member. b. A uniform load of 100 lbs/ft applied in any direction along the top railing member. c. Infill area of guardrail system (including intermediate rails): A horizontal load of 200 lbs applied on a 1 sq ft area anywhere in the system. 1.06 PROJECT/SITE REQUIREMENTS A. Fully coordinate the work of this Section with that of other Sections. Verify at the site the dimensions and work of other trades adjoining or supporting the work of this Section prior to fabrication and installation. B. Take field measurements at the site to confirm and/or supplement indicated dimensions and to ensure proper fit of all components. C. Furnish to the appropriate trades all items specified under this Section and installed under other Sections. 1.07 DELIVERY, STORAGE AND HANDLING A. Protect railings against scratching, splashes, mortar, paint and other damage using paper wrap, an approved coating, or both. Provide such protection during transportation, storage, erection and until adjacent work by other trades is complete. 1.08 WARRANTY A. Provide a certificate of guarantee against defects in materials or workmanship for a period of 1 year following acceptance of work by the Engineer. F62142SO5520 05520-2 March 2009 City of Fort Worn Westside WTP Project 1.09 PRODUCTS FURNISHED BUT NOT INSTALLED UNDER THIS SECTION A. Install anchors and/or post bases in concrete in compliance with the requirements of this Section and Section 03300. B. Install anchors and/or post bases in masonry in compliance with the requirements of this Section and Section 04200. C. Install anchors and/or post bases on miscellaneous metals in compliance with the requirements of this Section and pertinent sections in Division 5. 1.10 DEFINITIONS A. Guardrail: A protective railing adjacent to a change in height in a structure. Used also at the open sides of stairways. B. Handrail: A horizontal or sloped single rail system supported by balusters or wall brackets. PART 2 PRODUCTS 2.01 MECHANICALLY FASTENED ALUMINUM RAILING SYSTEM A. Manufacturer shall be an established manufacturer of a custom, pre-engineered, mechanically fastened handrail system which complies with the requirements of the Drawings and as specified herein. Shop fabricators or miscellaneous metal fabrications/suppliers will not be acceptable. 1. Manufacturers a. C-V Pipe Rail - Crane Veyor Corp., South El Monte, CA b. TABCO 2500 Series - Rocky Mountain Railings, Denver, CO B. Materials 1. Rails and Posts. 1-1/2-in extruded aluminum pipe having a maximum outside diameter of 2-in. 2. Splice and reinforcing sleeves, brackets, end caps, etc, shall be aluminum alloy 6063 or 6061. Cast fittings shall be aluminum alloy No. 214. Fastening hardware shall be Type 304 stainless steel supplied by the handrail manufacturer. 4. Safety gates, fabricated extruded aluminum pipe as specified for rails and posts. Provide self -closing gate with aluminum or stainless steel hinges and a stainless steel spring closer and latch. 5. Safety chains where indicated on the Drawings or required shall be fabricated from a minimum 17/64-in diameter aluminum rod and attached to posts with stainless steel hooks. 3/16-in stainless steel chain may be used in lieu of aluminum. •.Mi 6. Toeboards. Extruded 4-in channel -shaped for straight and 4-in flat bar for circular installations fabricated of aluminum alloy 6063-T6 as shown on the Drawings installed with F62142SO5520 05520-3 March 2009 City of Fort Worth Westside WTP Project not more than 1/4-in clearance above the floor level as prescribed by OSHA. Provide splice plates, corner splice connectors and connections to posts as shown on the Drawings and as required for installation. 7. All railing, posts and toeboards and exposed aluminum shall be anodized with an architectural Class I satin finish providing a minimum coating thickness of 0.7 mils and a minimum coating weight of 32 milligrams per square inch in compliance with AA M12C22A41. Color shall be Clear Satin. 2.02 WELDED ALUM MW RAILING SYSTEM A. A railing system employing welded aluminum pipe components will be considered for approval by the Engineer as an equal to the mechanical fastened system specified above. System shall comply with all requirements of OSHA and the applicable local building codes. Circumferential welds shall be ground smooth and even to produce a railing that is neat in appearance and structurally sound. 2.04 PVC SLEEVES A. PVC sleeve embeds shall be fabricated of 2-1/2-in Schedule 40 PVC pipe. 2.05 FABRICATION A. The railing system fabricator shall be responsible for design of a system adequate to conform to the requirements of OSHA, applicable local building codes and the detailed requirements of the Drawings and as specified herein. B. Post spacing shall not exceed that noted on the Drawings nor the requirements of OSHA nor a maximum of 6-ft-0-in on center. Provide uniform post spacing adequate to resist the loads specified in Paragraph 1.05 above. Shorter spacing may be used at ends of lines of railing when required to maintain uniform spacing along the line. Posts shall be provided at all ends and corners of runs when toeboards are provided. C. Railings shall be fabricated as a sub -assembled system. Posts shall be completely assembled except for the top fitting which may be field attached to the top rail. Rails and toeboards may be shipped in maximum 24-ft lengths to be field cut and attached to posts. D. Field splices and expansion joints shall have internal sleeves. Accurately form components to each other and to the structure with tightly fitted joints providing smooth transitions. E. Make provision for thermal movements of the rails and toeboards as noted on the Drawings. Provide expansion joints in at not more than 24-ft on center unless the manufacturer recommends a closer spacing. F. Make provisions for removable railing sections where indicated on the Drawings. G. Pipe cuts shall be square and without burrs. Joints shall be neat and with minimum gap between adjoining segments. All fastener holes shall be unobtrusively located, drilled and countersunk to provide fasteners flush with the surface of the rail. H. Provide 3/16-in weep holes located 1/4-in to 3/4-in above the grout line for posts set in grout or %Mooe concrete. F62142SO5520 05520-4 March 2009 City of Fort worth Westside WTP Project I. Supply components required to anchor fabrications to the structures. Support handrails from structural members using approved sockets, flanges, brackets, or other means which provide neat .,r and substantial support. All railing surfaces and anchorage systems in contact with concrete or dissimilar metals shall receive one applied coat of zinc chronate to a dry film thickness of 10 mils. K. Grind exposed joints flush and smooth with adjacent finish surface. Make exposed joints butt tight, flush and hairline. Ease exposed edges to small uniform radius. L. For welded systems, continuously seal joined pieces by continuous welds. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that field conditions are acceptable and are ready to receive work prior to commencing installation. 3.02 PREPARATION A. Supply items required to be cast into concrete, embedded in masonry, and/or placed in partitions with setting templates, to appropriate trades for installation under other Sections. 3.03 INSTALLATION NOW, A. Install railings in compliance with manufacturer's instructions. B. Install components plumb and in line, accurately fitted, free from distortion or defects and securely anchored to the structure. C. Provide anchors, plates, angles, etc, required for connecting railings to structure. D. Where handrail or guardrail posts are set in concrete the posts shall be set into PVC sleeves cast in the concrete. Firmly cement posts in place with 1651 epoxy resin - E-Bond Epoxies, represented by Silcone Specialties Inc., Dallas, TX; Sikadur Hi -mod - Sika Corporation, Lindhurst, NJ or equal. Place collars on the posts and fasten in place as detailed on approved shop drawings. E. Field weld anchors if indicated on Drawings, or shop drawings. Touch-up welds with primer. Grind welds smooth. F. Accurately cut rail and toeboard to be field -cut and attached to posts in full compliance with the manufacturer's instructions. 3.04 ERECTION TOLERANCES A. Maximum variation from plumb shall be 1/4-in. B. Maximum offset from true alignment for every 50-ft length of railing shall be 1/4-in, NVAW non -cumulative. END OF SECTION F62142SO5520 05520-5 March 2009 City of Fort Worth Westside WTP Project SECTION 05521 PIPE RAILINGS PART L GENERAL 1.01 SUMMARY A. Section Includes 1. Steel pipe railings. 1.02 PERFORMANCE REQUIREMENTS A. General 1. In engineering railings to withstand structural loads indicated, determine allowable design working stresses of railing materials based on the following: a. Steel: 72 percent of minimum yield strength. B. Structural Performance 1. Provide railings capable of withstanding the effects of gravity loads and the following loads and stresses within limits and under conditions indicated: 2. Handrails: a. Uniform load of 501bf/ ft. applied in any direction. NEW b. Concentrated load of 200 lbf applied in any direction. C. Uniform and concentrated loads need not be assumed to act concurrently. 3. Top Rails of Guards: a. Uniform load of 501bf/ ft. applied in any direction. b. Concentrated load of 200 lbf applied in any direction. C. Uniform and concentrated loads need not be assumed to act concurrently. 4. Infill of Guards: a. Concentrated load of 50 lbf applied horizontally on an area of 1 sq. ft.. b. Infill load and other loads need not be assumed to act concurrently. C. Thermal Movements 1. Provide exterior railings that allow for thermal movements resulting from the following maximum change (range) in ambient and surface temperatures by preventing buckling, opening of joints, overstressing of components, failure of connections, and other detrimental effects. Base engineering calculation on surface temperatures of materials due to both solar heat gain and nighttime -sky heat loss. a. Temperature Change (Range): 120 deg F, ambient; 180 deg F, material surfaces. Naw D. Control of Corrosion F62142SO5521 05521-1 March 2009 City of Fort Worth Westside WTP Project 1. Prevent galvanic action and other forms of corrosion by insulating metals and other materials from direct contact with incompatible materials. 1.03 SUBMITTALS A. Shop Drawings 1. Include plans, elevations, sections, details, and attachments to other work. a. For installed products indicated to comply with design loads, include structural analysis data signed and sealed by the qualified professional engineer responsible for their preparation. B. Welding Certificates. C. Provide sample of finish welded stainless steel pipe joint indicating typical quality of joints to be provided for installation. 1.04 QUALITY ASSURANCE A. Source Limitations 1. Obtain each type of railing through one source from a single manufacturer. B. Welding 1. Qualify procedures and personnel according to the following: 2. AWS D1.1, "Structural Welding Code --Steel." C. Special Inspector Qualifications 1. Special Inspections for bolted and welded connections, and steel details shall be performed Nwmool under the direct supervision of a Professional Engineer registered in the State in which the project is located. The personnel performing the inspections shall be ICC-certified Structural Steel and Welding Special Inspection or an equivalent certification program. 1.05 PROJECT CONDITIONS A. Field Measurements 1. Verify actual locations of walls and other construction contiguous with railings by field measurements before fabrication and indicate measurements on Shop Drawings. 1.06 COORDINATION AND SCHEDULING A. Coordinate Installation Of Anchorages For Railings 1. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation. B. Scheduling 1. Schedule installation so wall attachments are made only to completed walls. Do not support railings temporarily by any means that do not satisfy structural performance requirements. F62142SO5521 05521-2 March 2009 City of Fort Worth Westside WTP Project PART 2: PRODUCTS 2.01 METALS, GENERAL A. Metal Surfaces, General 1. Provide schedule 40 pipe and materials with smooth surfaces, without seam marks, roller marks, rolled trade names, stains, discolorations, or blemishes. 2. Provide stainless steel pipe and components where indicated. All other locations provide standard steel pipe. B. Brackets, Flanges, and Anchors 1. Cast or formed metal of same type of material and finish as supported rails, unless otherwise indicated. 2.02 STEEL A. Pipe: ASTM A 53/A 53M 1. Type F or Type S, Grade A, Standard Weight (Schedule 40), unless another grade and weight are required by structural loads. 2. Provide galvanized finish for exterior installations. B. Plates, Shapes, and Bars: ASTM A 36/A 36M. C. Provide stainless steel pipe where indicated. 2.03 FASTENERS A. Steel Railings 1. Ungalvanized-Steel Railings: Plated steel fasteners complying with ASTM B 633 or ASTM F 1941, Class Fe/Zn 25 for electrodeposited zinc coating. 2. Hot -Dip Galvanized Railings: Type 304 stainless -steel or hot -dip zinc -coated steel fasteners complying with ASTM A 153/A 153M or ASTM F 2329 for zinc coating. 3. Stainless steel railings: Stainless steel fasteners and miscellaneous components. B. Fasteners for Anchoring Railings to Other Construction 1. Select fasteners of type, grade, and class required to produce connections suitable for anchoring railings to other types of construction indicated and capable of withstanding design loads. C. Fasteners for Interconnecting Railing Components 1. Provide concealed fasteners for interconnecting railing components and for attaching them to other work, unless exposed fasteners are unavoidable or are the standard fastening method for railings indicated. 2. Provide Phillips flat -head machine screws for exposed fasteners, unless otherwise indicated. D. Anchors 1. Provide cast -in -place, chemical, or torque -controlled expansion anchors, fabricated from corrosion -resistant materials with capability to sustain, without failure, a load equal to six times F62142SO5521 05521-3 March 2009 City of Fort Worth Westside WTP Project the load imposed when installed in unit masonry and equal to four times the load imposed when installed in concrete, as determined by testing per ASTM E 488 conducted by a qualified independent testing agency. 2.04 MISCELLANEOUS MATERIALS A. Welding Rods and Bare Electrodes 1. Select according to AWS specifications for metal alloy welded. B. Shop Primers 1. Provide primers that comply with Division 9 painting Sections. C. Galvanizing Repair Paint 1. High -zinc -dust -content paint for regalvanizing welds in steel, complying with SSPC-Paint 20 and compatible with paints specified to be used over it. D. Bituminous Paint 1. Cold -applied asphalt emulsion complying with ASTM D 1187. E. Nonshrink, Nonmetallic Grout 1. Factory -packaged, nonstaining, noncorrosive, nongaseous grout complying with ASTM C 1107. Provide grout specifically recommended by manufacturer for interior and exterior applications. F. Anchoring Cement 1. Factory -packaged, nonshrink, nonstaining, hydraulic -controlled expansion cement formulation for mixing with water at Project site to create pourable anchoring, patching, and grouting compound. 2. Water -Resistant Product: At exterior locations and where indicated provide formulation that is resistant to erosion from water exposure without needing protection by a sealer or waterproof coating and that is recommended by manufacturer for exterior use. 2.05 FABRICATION A. General 1. Fabricate railings to comply with requirements indicated for design, dimensions, member sizes and spacing, details, finish, and anchorage, but not less than that required to support structural loads. 2. Assemble railings in the shop to greatest extent possible to minimize field splicing and assembly. Disassemble units only as necessary for shipping and handling limitations. Clearly mark units for reassembly and coordinated installation. Use connections that maintain structural value of joined pieces. 3. Cut, drill, and punch metals cleanly and accurately. Remove burrs and ease edges to a radius of approximately 1/32 inch, unless otherwise indicated. Remove sharp or rough areas on exposed surfaces. 4. Form work true to line and level with accurate angles and surfaces. P62142SO5521 055214 March 2009 City of Fort Worth Westside WTP Project 5. Fabricate connections that will be exposed to weather in a manner to exclude water. Provide weep holes where water may accumulate. 140000, 6. Cut, reinforce, drill, and tap as indicated to receive finish hardware, screws, and similar items. 7. Connections: Fabricate railings with welded connections, unless otherwise indicated. 8. Welded Connections: Cope components at connections to provide close fit, or use fittings designed for this purpose. Weld all around at connections, including at fittings. a. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. b. Obtain fusion without undercut or overlap. C. Remove flux immediately. d. At exposed connections, finish exposed surfaces smooth and blended so no roughness shows after finishing and welded surface matches contours of adjoining surfaces. Provide finished weld joints of architecturally exposed quality. 9. Form changes in direction as detailed. 10. Close exposed ends of railing members with prefabricated end fittings. 11. Provide wall returns at ends of wall -mounted handrails, unless otherwise indicated. Close ends of returns unless clearance between end of rail and wall is 1/4 inch or less. 12. Brackets, Flanges, Fittings, and Anchors: Provide wall brackets, flanges, miscellaneous fittings, and anchors to interconnect railing members to other work, unless otherwise indicated. a. At brackets and fittings fastened to plaster or gypsum board partitions, provide fillers made from crush -resistant material, or other means to transfer wall loads through wall finishes to structural supports and prevent bracket or fitting rotation and crushing of substrate. 13. Provide inserts and other anchorage devices for connecting railings to concrete or masonry work. Fabricate anchorage devices capable of withstanding loads imposed by railings. Coordinate anchorage devices with supporting structure. 14. For railing posts set in concrete, provide steel sleeves not less than 6 inches long with inside dimensions not less than t/z inch greater than outside dimensions of post, with steel plate forming bottom closure. 2.06 STEEL FINISHES A. Stainless Steel: a. Type 4 brush finish, typical. B. Galvanized Railings: 1. Hot -dip galvanize exterior steel and iron railings, including hardware, after fabrication. 2. Comply with ASTM A 123/A 123M for hot -dip galvanized railings. 3. Comply with ASTM A 153/A 153M for hot -dip galvanized hardware. F62142SO5521 05521-5 March 2009 City of Fort Worth Westside WTP Project C. General 1. Fill vent and drain holes that will be exposed in the finished Work, unless indicated to remain as weep holes, by plugging with zinc solder and filing off smooth. N%.Oe 2. For galvanized railings, provide hot -dip galvanized fittings, brackets, fasteners, sleeves, and other ferrous components. 3. For nongalvanized steel railings, provide nongalvanized ferrous -metal fittings, brackets, fasteners, and sleeves. 4. Preparation for Shop Priming: Prepare uncoated ferrous -metal surfaces to comply with SSPC- SP 3, "Power Tool Cleaning." 5. Apply shop primer to prepared surfaces of railings, unless otherwise indicated. Comply with requirements in SSPC-PA 1, 'Paint Application Specification No. 1: Shop, Field, and Maintenance Painting of Steel," for shop painting. Primer need not be applied to surfaces to be embedded in concrete or masonry. a. Do not apply primer to galvanized surfaces. PART 3: EXECUTION 3.01 EXAMINATION A. Examine gypsum board assemblies, where reinforced to receive anchors, to verify that locations of concealed reinforcements have been clearly marked for Installer. Locate reinforcements and mark locations if not already done. 3.02 INSTALLATION A. General 1. Fit exposed connections together to form tight, hairline joints. 2. Perform cutting, drilling, and fitting required for installing railings. Set railings accurately in location, alignment, and elevation; measured from established lines and levels and free of rack. a. Do not weld, cut, or abrade surfaces of railing components that have been coated or finished after fabrication and that are intended for field connection by mechanical or other means without further cutting or fitting. b. Set posts plumb within a tolerance of 1/16 inch in 3 feet. C. Align rails so variations from level for horizontal members and variations from parallel with rake of steps and ramps for sloping members do not exceed 1/4 inch in 12 feet. 3. Adjust railings before anchoring to ensure matching alignment at abutting joints. 4. Fastening to In -Place Construction: Use anchorage devices and fasteners where necessary for securing railings and for properly transferring loads to in -place construction. F62142SO5521 05521-6 March 2009 City of Fort Worth Westside WTP Project 3.03 RAILING CONNECTIONS A. Welded Connections 1. Use fully welded joints for permanently connecting railing components. Comply with requirements for welded connections in Part 2 "Fabrication" Article whether welding is performed in the shop or in the field. B. Expansion Joints 1. Install expansion joints at locations indicated but not farther apart than required to accommodate thermal movement. Provide slip joint internal sleeve extending 2 inches beyond joint on either side, fasten internal sleeve securely to 1 side, and locate joint within 6 inches of post. 3.04 ANCHORING POSTS A. General 1. Use steel pipe sleeves preset and anchored into concrete for installing posts. After posts have been inserted into sleeves, fill annular space between post and sleeve with nonshrink, nonmetallic grout or anchoring cement, mixed and placed to comply with anchoring material manufacturer's written instructions. 2. Form or core -drill holes not less than 5 inches deep and 3/4 inch larger than OD of post for installing posts in concrete. Clean holes of loose material, insert posts, and fill annular space between post and concrete with nonshrink, nonmetallic grout or anchoring cement, mixed and placed to comply with anchoring material manufacturer's written instructions. *"moo, 3. Leave anchorage joint exposed; wipe off surplus anchoring material; and leave 1/8-inch buildup, sloped away from post. 3.05 ANCHORING RAILING ENDS A. General 1. Anchor railing ends to concrete and masonry with round flanges connected to railing ends and anchored to wall construction with anchors and bolts. 2. Anchor railing ends to metal surfaces with flanges bolted to metal surfaces and welded to railing ends or connected to railing ends using nonwelded connections. 3.06 ATTACHING HANDRAILS TO WALLS A. General 1. Attach handrails to wall with wall brackets. Provide brackets with 1-1/2-inch clearance from inside face of handrail and finished wall surface. 2. Locate brackets as indicated or, if not indicated, at spacing required to support structural loads. 3. Secure wall brackets to building construction as follows: a. For concrete and solid masonry anchorage, use drilled -in expansion shields and hanger or lag bolts. b. For hollow masonry anchorage, use toggle bolts. F62142S05521 05521-7 March 2009 City of Fort Worth Westside WTP Project 4. For steel -framed gypsum board partitions, fasten brackets directly to steel framing or concealed steel reinforcements using self -tapping screws of size and type required to support structural loads. 3.07 QUALITY CONTROL A. Quality Control Compliance 1. Field quality control shall be in accordance with the Quality Control Plan. 3.08 ADJUSTING AND CLEANING A. Touchup Painting 1. Immediately after erection, clean field welds, bolted connections, and abraded areas of shop paint, and paint exposed areas with same material as used for shop painting to comply with SSPC-PA 1 for touching up shop -painted surfaces. B. Galvanized Surfaces 1. Clean field welds, bolted connections, and abraded areas and repair galvanizing to comply with ASTM A 780. 3.09 PROTECTION A. Protection 1. Protect finishes of railings from damage during construction period with temporary protective coverings approved by railing manufacturer. Remove protective coverings at time of final acceptance. B. Restoration 1. Restore finishes damaged during installation and construction period so no evidence remains of correction work. Return items that cannot be refinished in the field to the shop; make required alterations and refinish entire unit, or provide new units. END OF SECTION F62142SO5521 05521-8 March 2009 City of Fort worth Westside WTP Project SECTION 05530 METAL GRATINGS AND COVER PLATES PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required and install metal gratings and floor cover plates along with embedded or attached support frames as shown on the Drawings or as specified herein. 1.02 RELATED WORK A. Grating or cover plate intermediate support beams and anchoring devices for attaching these supports to concrete are included in Section 05500. 1.03 SUBMITTALS A. Submit, in accordance with Section 01300, detailed shop drawings showing sizes of members, method of assembly, anchorage and connection to other members. Submittals shall include the following: 1. Manufacturer's product data for gratings and plates including span and deflection tables and details of construction. 2. Manufacturer's installation instructions. 1.04 REFERENCE STANDARDS A. American Welding Society (AWS) 1. AWS 131.2 - Structural Welding Code Aluminum 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. The work of this Section shall be completely coordinated with the work of other Sections. Verify at the site the dimensions and the work of other trades adjoining items of work in this Section before fabricating or installing the items specified. B. Furnish to the pertinent trades all items included under this Section that are to be built into the work of other Sections. F62142SO5530 05530-1 March 2009 City of Fort Worth Westside WTP Project PART 2 PRODUCTS 2.01 RECTANGULAR ALUMINUM BAR GRATING AND APPURTENANCES A. Provide aluminum grating of the depths noted on the Drawings and specified, with bearing bars spaced at 1-3/16-in on center and cross bar supports at 4-in on center. Bearing bars shall be I -Bar configuration with grooved top surface. Grating material shall be aluminum alloy 6061-T6. Approved manufacturers are Seidelhuber Metal Products, Inc., San Carlos, CA; IKG Industries, Type IB or approved equal. 1. Grating cross bars shall be attached to the bearing bars with interlocked swaged joints having no exposed welding. 2. Grating provided shall meet or exceed the following load and deflection criteria for the number of spans and span lengths at which it will be utilized: a. The span at which the grating is installed shall not exceed the fabricator's maximum recommended span. b. The grating shall produce a deflection of 1/4-in or less under a uniform live load of 200 lbs/sq ft. c. Grating shall produce a deflection of 1/4-in or less under a concentrated live load of 300 lbs applied at mid -span. 3. Openings 2-in or greater in diameter/dimension and grating edges shall be banded with a bar of the same depth and thickness as the bearing bars. Cut bearing or cross bars shall be welded to the banding bar. 4. Provide trench grating with equal "stubs". B. Grating, frames and supports shall be all aluminum construction, as shown on the Drawings and specified, fabricated from aluminum alloy 6061-T6. C. Grating clamps, nuts, bolts, washers and other fastening devices for grating and grating supports shall be Type 316 stainless steel. 1. Provide saddle clip grating anchors. D. Finishes 1. Grating and frames - Mill finish 2. Surface - Grooved 2.02 ALUMINUM COVER PLATES A. Cover plates shall be aluminum tread plate, alloy 6061-T6 having a raised figure pattern on one surface to provide improved traction. 1. Unless otherwise noted, provide 3/8-in plate thickness. S%W001 F62142SO5530 05530-2 March 2009 City of Fort Worth Westside WTP Project B. Plate, frames and supports shall be all aluminum construction as shown on the Drawings and `..� specified herein. C. Cover plate fastening devices and hardware shall be Type 316 stainless steel. D. Mill Finish 2.03 FABRICATION A. Provide work true to detail, with clean, straight, sharply defined profiles and smooth surfaces of uniform color and texture free from defects impairing strength or durability. B. Field verify dimensions prior to fabrication. C. Provide connections and accessories of sufficient strength to safely withstand stresses and strains to which they will be subjected. Threaded connections shall be made so that the threads are concealed by fitting. D. Angle frames for grating and floor plates shall be welded and mitered with welded strap anchors attached. E. Welded joints shall be rigid and continuously welded or spot welded as specified or shown. Dress the face of welds flush and smooth. Exposed joints shall be close fitting and located where least conspicuous. F. Welding of parts shall be in compliance with the latest edition of AWS D1.2. Welding only to be done where shown, specified, or permitted by the Engineer. Welding shall be done by welders certified to perform welding in accordance with the requirements of the AWS Code. Component parts of built-up members to be welded shall be adequately supported and clamped or held by other adequate means to hold the parts in proper relation for welding. G. Weld aluminum work on the unexposed side when possible in order to prevent pitting or discoloration. H. Apply one coat of methacrylate lacquer to all aluminum before shipment from the factory. PART 3 EXECUTION 3.01 INSPECTION A. Verify that opening sizes and dimensional variations are acceptable for installation of grating or cover plates at the specified tolerances. Report any non -complying areas to the Engineer prior to proceeding with installation. 3.02 INSTALLATION A. Install all items furnished except items to be embedded in concrete which shall be installed under Division 3. Install items to be attached to concrete or masonry after such work is completed and in compliance with the details shown. ..r F62142SO5530 05530-3 March 2009 City of Fort worth westside wTP Project B. Field cutting of finished surfaces is not allowed unless specifically approved by the Engineer. When cutting is approved, use mechanical cutting tools; do not use flame cutting tools. C. Secure grating with fastening devices as specified to prevent movement, except where removable grating is called for on Drawings. D. Where aluminum contacts a dissimilar metal, field -apply a heavy brush coat of zinc -chromate primer followed by two coats of aluminum metal and masonry paint to the dissimilar metal. E. Where aluminum contacts masonry or concrete, field -apply a heavy brush coat of zinc chromate primer to the masonry or concrete. For embedded items, coat the embed. F. Where aluminum contacts wood, field -apply two coats of aluminum metal and masonry paint to the wood. 3.03 FIELD QUALITY CONTROL A. Tolerances 1. Maximum space between adjoining or abutting sections: 1/4-in. 2. Maximum variation from top surface plane of adjoining or abutting sections or structure: 1/8-in. END OF SECTION F62142SO5530 05530-4 March 2009 City of Fort Worth Westside WTF Project SECTION 05720 CABLE RAILING SYSTEMS PART 1: GENERAL 1.01 WORK INCLUDED A. Provide stainless steel pipe railings and horizontal cable railing components. 1.02 RELATED WORK B. Section 03300 - Cast -in -Place Concrete. C. Section 05500 - Metal Fabrications. 1.03 REQUIREMENTS A. Comply with governing codes for requirements. 1. Handrail and guardrail assemblies and attachments shall withstand a minimum concentrated load of 250 pounds applied horizontally or vertically down at any point on the top rail. 2. Railing frame components and cable hardware shall be designed to withstand loads encountered without excessive deflection or distortion when cables are tensioned to conform to International N%W Building Code requirements. 3. The manufacturer and/or fabricator shall provide shop drawings of all cable rail conditions indicating compliance with the designs indicated. All necessary components and fasteners necessary for a full, complete and functional assembly shall be included. 4. All materials, fabrication, installation and clean-up shall comply with NOMA and NAAM standards. 1.04 SUBMITTALS A. Submit shop drawings and product data. B. Indicate component details, materials, finishes, connection and joining methods, and the relationship to adjoining work. C. Submit manufacturer's installation instructions. D. Submit samples of all raining components, including but not limited to the following: 1. Railing frame components by fabricator 2. Intermediate cable braces by fabricator N%W 3. Cables by manufacturer of fabricator F62142505720-confdoc 05720-1 March 2009 City of Fort worth Westside WTP Project 4. Grommets by manufacturer or fabricator 1.05 QUALITY ASSURANCE A. Qualifications: 1. Furnish references listing a minimum of three projects of similar size and scope B. Regulatory Requirements: 1. Components and installation are to be in accordance with state and local code authorities 2. Components and installation are to follow current ADA and ICC/ANSI A117.1 guidelines. C. Certifications 1. Furnish certification that all components and fittings are furnished by the same manufacturer or approved by the primary component manufacturer. 2. Furnish certification that components were installed in accordance to the manufacturer's engineering data to meet the specified design loads. D. Pre -Installation Meeting 1. Prior to the beginning of work, conduct a pre job conference at the job site. 2. Provide seven calendar days advance written notice ensuring the attendance by competent authorized representatives of the fabricator, building owner's representative, architect and N*4001' subcontractors whose work interfaces with the work of this section. 3. Review the specifications to determine any potential problems, changes, scheduling, unique job site conditions, installation requirements and procedures and any other information pertinent to the installation. 4. Record the results of the conference and furnish copies to all participants. 1.06 DELIVERY, STORAGE AND HANDLING A. Deliver materials to the job site in good condition and properly protected against damage to finished surfaces. B. Storage on site: 1. Store material in a location and in a manner to avoid damage. Stacking shall be done in a way, which will prevent bending. 2. Store material in a clean, dry location away from uncured concrete and masonry. Cover with waterproof paper, tarpaulin, or polyethylene sheeting in a manner that will permit circulation of air inside the covering. 3. Keep handling on site to a minimum. Exercise particular care to avoid damage to finishes of material. F62142505720-conf.doc 05720-2 March 2009 City of Fort Worth Westside WTP Project PART 2: PRODUCTS 2.01 GENERAL A. As part of the work under this section provide all items necessary to produce a complete, durable and proper installation, including but not limited to fasteners; adhesives, industry standard installation components and/or standard or optional installation components and accessories available from or recommended by the manufacturer(s) for the substrates, conditions and assemblies involved. 2.02 BASIS OF DESIGN A. To establish the significant qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics for purposes of evaluating comparable products of other manufacturers, a specific manufacturer's product is named and accompanied by the words "basis of design," including make or model or other designation. Subject to compliance with requirements, provide either the named products or equal products. B. Basis of Design: Railing and components shall be as produced by R&B Wagner, Inc.; P.O. Box 423; Milwaukee, WI 53007. Phone: 800-786-2111. 1. Railing system shall be shop fabricated and field assembled. No field fabrication is allowed. 2.03 MATERIALS AND FINISHES A. Stainless Steel: Type 304 (18-8) 1. Tubing: ASTM A 269 2. Cable: MIL-W-97161, Type H, Composition B 3. Cable Hardware: ASTM A 276 and A 479, SAE/AMS QQ-S-763, Type 316 4. Finish: Ornamental Grade, AISI No. 4. B. Existing exterior pipe rail system shall be modified and cable rail horizontal system retrofitted. 2.04 RAILING SYSTEM A. Material shall conform to 2.02. and be finished in accordance with 2.02. B. Horizontal Stainless Steel Cable Railing System: Equal to R & B Wagner, Inc. Ultra-tec Railing System. C. Style: Decorail. 1. Members: 2" stainless steel pipe railing system with 1-1/4" attached handrail. 2. Material: #4 finish stainless steel, ASTM A 312, Type 304L or 316L, minimum tensile strength 70,000 psi. D. Top rail and intermediate posts: Schedule 40 stainless steel pipe. F62142505720-conf.doc 05720-3 March 2009 City of Fort Worth Westside WTP Project 1. Maximum Spacing: 48 inches. 2. Connect top rail to mounting surface by architecturally exposed grade welding to steel stringers. %Mole E. End Posts: Schedule 80 pipe. F. Comer Posts: 1. Single Post Comer: Schedule 80 pipe. G. Welded Receiver: Type 304 stainless steel. Weld into outside wall of an end post. Hide weld by grinding welded surface to original contour. H. Welded Tab: Type 304 stainless steel. Weld into outside wall of an end post. Hide weld by grinding welded surface to original contour. I. Invisiware Threaded Tab: Screws into drilled and tapped hole in the inside wall of an end post. J. Rail Height: 42'/2" or as specifically indicated on the drawings. K. Pipe Railing End Post Transition to Top Rail: Miter as indicated on the drawings. L. Post Mounting: As indicated. M. Intermediate Cable Braces: for horizontal cable railing 1. Type: 1-piece. 2. Size: t/4" x 1" 3. Spacing: As indicated on the drawings. 4. Material: Stainless steel. 2.05 CABLES AND CABLE HARDWARE A. Cables: 1. Material: 1 x 19 Type 316 stainless steel strand. 2. Compliance: MIL-W-87161, Type II, Composition B, Construction 1 right-hand lay or Construction 2 left-hand lay. a) Minimum Breaking Strength, MIL-C-5688: 6900 pounds. b) Diameter: 1/4". c) Orientation: Horizontal and slope parallel to stair pitch. d) Spacing: To provide maximum 3-1/2" clear opening. F62142S05720-conf.doc 05720-4 March 2009 City of Fort worth Westside WTP Project B. Cable Hardware, General: �.r 1. Stainless Steel: ASTM A 276 and A 479, SAE/AMS QQ-S-763, Type 316 stainless steel. 2. Swaging: Swage hardware onto ends. C. Cable Hardware Components: 1. Swaging Ferrule: Retains nonadjustable and adjustable clevis fittings onto cables. 2. Swaging Stud: Use with receiver to provide a means of tensioning cables. Use with welded receiver to connect to end post, non -tensioning end. Threaded surface treated with baked -on moly-based surface treatment to prevent thread galling and sticking. 3. Receiver: Invisiware Receiver. Allows tensioning hardware to be hidden within end post. 4. Nonadjustable Clevis Fitting: Fixed Jaw. Held onto cables by swaging ferrule. Connects to end post by means of welded tab or hole drilled in tee. 5. Adjustable Clevis Fitting: Adjust -A -Jaw. Provides a considerable amount of take-up in cables. Connects to end post by means of welded tab or hole drilled in tee. 6. Adjustable Fitting: Adjust -A -Jaw Body and Nut with Threaded Bolt: Screws into a drilled and tapped hole in the inside wall of an end post. 7. Radius Ferrule: Nonadjustable. Attaches cable to post with hardware hidden inside post. �.r 2.06 FASTENERS A. All mechanical fasteners shall be manufactured from stainless steel. B. Cement: Hydraulic, ASTM C 595, factory prepared with accelerator. 2.07 HANDRAIL BRACKETS A. Stainless steel 2.08 FABRICATION A. Form rail -to -end post connections and all changes in rail direction by miter. B. Cut material square and remove burrs from all exposed edges, with no chamfer. C. Make exposed joints butt tight and flush. D. Close exposed ends by use of appropriate end cap. E. For posts set in concrete, furnish matching sleeves or inserts not less than 5 inches long. F. Locate intermediate rails equally spaced between top rail and top of stringer or finished floor. N.r G. Verify dimensions on site prior to shop fabrication. F62142S05720-conf.doc 05720-5 March 2009 City of Fort Worth Westside WTP Project PART 3: EXECUTION 3.01 PEPARATION A. Supply items to be [cast in concrete] [embedded in masonry] [placed in partitions]. B. Examine areas to receive cable railing system. Notify Architect if areas are not acceptable. Do not begin installation until unacceptable conditions have been corrected. 3.02 STALLATION A. Install in accordance with shop drawings and manufacturer's instructions. B. Erect work square and level and parallel to rake of steps or ramp, free from distortion or defects detrimental to appearance or performance. C. Anchor cable railing system to mounting surface as indicated on the drawings. D. Do not field weld components. E. Use manufacturer's supplied cable hardware. F. Terminate and tension cables in accordance with manufacturer's instructions. G. Tension cables to a minimum of 400 pounds each in sequence in accordance with manufacturer's instructions. H. Ensure cables are clean, parallel to each other and without kinks or sags. I. Adjust cables and cable hardware as required to provide properly installed cable railing system. J. Expansion joints shall be provided as needed to allow for thermal expansion or contraction. 3.03 PROTECTION A. Protect cable railing system and finish from damage during construction. 3.04 CLEANING A. As installation is completed, wash thoroughly using clean water and soap; rinse with clean water. B. Do not use acid solution, steel wool or other harsh abrasives. C. If stain remains after washing, remove finish and restore in accordance with NAAMM Metal Finishes Manual. F62142S05720-conf.doc 05720-6 March 2009 City of Fort Worth Westside WTP Project 3.05 REPAIR OF DEFECTIVE WORK „*moor A. Remove stained or otherwise defective work and replace with material that meets specification requirements. B. Repair damaged finishes. C. Replace defective or damaged components. END OF SECTION F62142S05720-conf.doc 05720-7 March 2009 DIVISION 6 WOODS AND PLASTICS City of Fort Worth Westside WTP Project SECTION 06105 MISCELLANEOUS CARPENTRY PART L GENERAL 1.01 SUMMARY A. Section Includes 1. Wood furring, grounds, nailers, and blocking. 2. Miscellaneous lumber. 3. Plywood panels and sheathing. 4. Sheathing membrane. 5. Glass -mat gypsum sheathing board. 1.02 DELIVERY, STORAGE, AND HANDLING A. General 1. Keep materials under cover and dry. Protect from weather and contact with damp or wet surfaces. Stack lumber, plywood, and other panels. Provide for air circulation within and around stacks and under temporary coverings. r 2. For lumber and plywood pressure treated with waterborne chemicals, place spacers between each bundle to provide air circulation. PART 2: PRODUCTS 2.01 GENERAL A. As part of the work under this contract provide all items necessary to produce a complete, durable and proper installation, including but not limited to fasteners; adhesives, industry standard installation components and/or standard or optional installation components and accessories available from or recommended by the manufacturer(s) for the substrates, conditions and assemblies involved. 2.02 LUMBER, GENERAL A. Lumber Standards 1. Comply with DOC PS 20, "American Softwood Lumber Standard," and with applicable grading rules of inspection agencies certified by American Lumber Standards Committee's (ALSO) Board of Review. B. Sizes 1. Where nominal sizes are indicated, provide actual sizes required by DOC PS 20 for moisture content specified. Where actual sizes are indicated, they are minimum dressed sizes for dry lumber. � 2. Provide dressed lumber, S4S, unless otherwise indicated. F62142506105.doc 06105-1 March 2009 City of Fort worth Westside WTP Project 3. Provide dry lumber with 19 percent maximum moisture content at time of dressing for 2-inch nominal thickness or less, unless otherwise indicated. 2.03 WOOD -PRESERVATIVE -TREATED MATERIALS u A. General 1. Where lumber or plywood is indicated as preservative treated or is specified to be treated, comply with applicable requirements of AWPA C2 (lumber) and AWPA C9 (plywood). Mark each treated item with the Quality Mark Requirements of an inspection agency approved by ALSC's Board of Review. 2. Do not use chemicals containing chromium or arsenic. B. Preasure Treatment 1. Pressure treat aboveground items with waterborne preservatives to a minimum retention of 0.25 lb/cu. Ft.. After treatment, kiln -dry lumber and plywood to a maximum moisture content of 19 and 15 percent, respectively. Treat indicated items and the following: a. Wood cants, milers, curbs, equipment support bases, blocking, stripping, and similar members in connection with roofing. b. Wood blocking, furring, stripping, and similar concealed members in contact with masonry or concrete. 2.04 FIRE -RETARDANT -TREATED PLYWOOD A. General 1. Comply with performance requirements in AWPA C27 (plywood). a. Use treatment that does not promote corrosion of metal fasteners. 2. Identify fire -retardant -treated wood with appropriate classification marking of testing and inspecting agency acceptable to authorities having jurisdiction. 3. Application: Treat items indicated on Drawings, and the following: a. Plywood backing panels. b. Plywood exterior wall sheathing. 2.05 MISCELLANEOUS LUMBER A. General 1. Provide lumber for support or attachment of other construction, including rooftop equipment curbs and support bases, cant strips, bucks, nailers, blocking, furring, grounds, stripping, and similar members. 2. Fabricate miscellaneous lumber from dimension lumber of sizes indicated and into shapes shown. 3. Moisture Content: 19 percent maximum for lumber items are not specified to receive wood preservative treatment. 4. Grade: For dimension lumber sizes, provide No. 3 or Standard grade lumber per ALSC's NGRs of any species. For board -size lumber, provide No. 3 Common grade per NELMA, NLGA, or F62142506105.doc 06105-2 March 2009 City of Fort Worth Westside WTP Project WWPA; No. 2 grade per SPIB; or Standard grade per NLGA, WCLIB or WWPA of any species. "' 2.06 WOOD -BASED STRUCTURAL -USE PANELS A. Structural -Use Panel Standards I. Provide all -veneer, mat -formed, or composite panels complying with DOC PS 2, "Performance Standard for Wood -Based Structural -Use Panels," unless otherwise indicated. Provide plywood panels complying with DOC PS 1, "U.S. Product Standard for Construction and Industrial Plywood," where plywood is indicated. B. Trademark 1. Factory mark structural -use panels with APA trademark evidencing compliance with grade requirements. C. Miscellaneous Concealed Plywood 1. C-C Plugged Exterior, thickness as indicated but not less than 1/2 inch. D. Miscellaneous Exposed Plywood 1. A-D Interior, thickness as indicated but not less than 1/2 inch. E. Plywood Backing Panels 1. For mounting electrical or telephone equipment, provide fire -retardant -treated plywood panels with grade, C-D Plugged Exposure 1, in thickness indicated or, if not otherwise indicated, not less than 3/4-inch nominal thickness. 2.07 SHEATHING MEMBRANE A. Provide spunbonded olefin, non -woven, non-perforatedsheet membrane equal to "Tyvek StuccoWrap" as produced by DuPont Co., Wilmington, DE. Provide all fasteners, sealers, joint treatments and seam tape recommended by the manufacture. B. Provide all fasteners, accessories and installation materials, flashings and components recommended by the manufacturer for membrane installation. 2.08 FASTENERS A. General 1. Provide fasteners of size and type indicated that comply with requirements specified in this Article for material and manufacture. B. Nails, Wire, Brads, and Staples: FS FF-N-105. C. Power -Driven Fasteners: CABO NER-272. D. Bolts: Steel bolts complying with ASTM A 307 1. Grade A; with ASTM A 563 hex nuts and, where indicated, flat washers. E. Screws for Fastening to Cold -Formed Metal Framing, Unless Otherwise Indicated: ASTM C 954 v 1. Except with wafer heads and reamer wings. F62142s06105.doe 06105-3 March 2009 City of Fort Worm Westside WTP Project 2. Length as recommended by screw manufacturer for material being fastened. 3. Sheathing boards to be attached, with organic -polymer or other corrosion -protective coating having a salt -spray resistance of more than 800 hours according to ASTM B 117. `'ftool 2.09 GLASS -MAT SYPSUM SHEATHING BOARD A. General 1. Basis -of -Design Product: "Dens -Glass Gold" by G-P Gypsum Corporation 2. ASTM C 1177/C 1177M. 3. Type: Regular,'/2 inch thick 4. Size: 48 by 96 inches, minimum, for vertical installation. PART 3: EXECUTION 3.01 INSTALLATION B. General 1. Discard units of material with defects that impair quality of carpentry and that are too small to use with minimum number of joints or optimum joint arrangement. 2. Set carpentry to required levels and lines, with members plumb, true to line, cut, and fitted. 3. Fit carpentry to other construction; scribe and cope as required for accurate fit. Correlate location of furring, nailers, blocking, grounds, and similar supports to allow attachment of other construction. 4. Apply field treatment complying with AWPA M4 to cut surfaces of preservative -treated lumber and plywood. 5. Securely attach carpentry work as indicated and according to applicable codes and recognized standards. 6. Countersink nail heads on exposed carpentry work and fill holes with wood filler. 7. Use fasteners of appropriate type and length. Predrill members when necessary to avoid splitting wood. 3.02 WOOD GROUNDS, NAILERS, BLOCKING, AND SLEEPERS A. General 1. Install where shown and where required for screeding or attaching other work. Cut and shape to required size. Coordinate locations with other work involved. 2. Attach to substrates to support applied loading. Recess bolts and nuts flush with surfaces, unless otherwise indicated. 3. Anchor wood nailers for roofing system work as follows: a. Wood nailer to concrete masonry units: Provide 1/2 inch diameter steel bolt by length required for 8-inch embedment into concrete filled core. Space anchors 4'-0" on center, staggered, except at comers space anchors T-0" on center from comer for a distance of T-0". F62142506105.doc 06105-4 March 2009 City of Fort Worth Westside WTP Project b. Wood nailer to concrete masonry unit bond beam: Provide 1/2 inch diameter steel bolt with 2- inch hook with embedment length of 5 inches into concrete filled concrete masonry unit bond NEW beam Space anchors 4'-0" on center, staggered, except at comers space anchors 2'-0" on center from comer for a distance of 8'-0". C. Wood nailer to metal deck: Provide No. 10 cadmium plated sheet metal screws with 5/8 inch diameter galvanized washers. Install in two rows. Space 2'-0" on center in each row except at comers space screws 1'-0" on center from comer for a distance of 8'-0". Stagger spacing between rows. d. Wood member to wood nailer: Provide 10d threaded nail by length required for 1-1/2 inches penetration into nailer. Install in two rows. Space 2'-0" on center in each row except at comers space nails P-0" on center from comer for a distance of 8'-0". Stagger spacing between rows. e. Wood nailer to metal stud: Provide No. 10 cadmium plated sheet metal screws with 5/8 inch diameter galvanized washers. Anchor 2'-0" on center except at comers space screws 1'-0" on center from comer for a distance of 8'4'. 3.03 WOOD FURRING A. General 1. Install plumb and level with closure strips at edges and openings. Shim with wood as required for tolerance of finish work. 2. Furring to Receive Plywood Paneling: Install 1-by-3-inch nominal- size furring at 24 inches o.c., horizontally and vertically. Select furring with no knots capable of producing bent -over nails and damage to paneling. Iftow 3.04 WOOD STRUCTURAL PANEL INSTALLATION A. General 1. Comply with applicable recommendations contained in APA Form No. E30K, "APA Design/Construction Guide: Residential & Commercial," for types of structural -use panels and applications indicated. B. Fastening Methods 1. Plywood Sheathing and Backing Panels: Screw to supports. 3.05 SHEATHING MEMBRANE A. General 1. Install membrane system over all exterior wall sheathing surfaces, complying with manufacturer's installation, fastening and sealing requirements. 3.06 SHEATHING AND PANEL INSTALLATION A. General 1. Coordinate wall sheathing installation with flashing and joint -sealant installation so these materials are installed in sequence and manner that prevent exterior moisture from passing through completed assembly. NNW 2. Do not bridge building expansion joints; cut and space edges of panels to match spacing of structural support elements. F62142506105.doc 06105-5 March 2009 City of Fort Worth Westside WTP Project 3. Cut panels at penetrations, edges, and other obstructions of work; fit tightly against butting construction, unless otherwise indicated. 4. Coordinate sheathing installation with installation of materials installed over sheathing so 1%00" sheathing is not exposed to precipitation or left exposed at end of the workday when rain is forecast. 5. Do not use materials with defects that impair quality of sheathing or pieces that are too small to use with minimum number of joints or optimum joint arrangement. 6. Securely attach to substrate by fastening specified. 3.07 GYPSUM SHEATHING INSTALLATION A. General 1. Comply with GA-253 and with manufacturer's written instructions. 2. Fasten gypsum sheathing to cold -formed metal framing with screws. 3. Install boards with a 3/8-inch gap where non -load -bearing construction abuts structural elements. 4. Install boards with a 1/4-inch gap where they abut masonry or similar materials that might retain moisture, to prevent wicking. 5. Apply fasteners so heads bear tightly against face of sheathing boards but do not cut into facing. B. Vertical Installation 1. Install board vertical edges centered over stud. Abut ends and edges of each board with those of S%W011 adjacent boards. Attach boards at perimeter and within field of board to each stud. 2. Space fasteners approximately 8 inches o.c. and set back a minimum of 3/8 inch from edges and ends of boards. END OF SECTION Own F62142506105.doc 06105-6 March 2009 City of Fort Worth Westside WTP Project SECTION 06402 INTERIOR ARCHITECTURAL WOODWORK PART L GENERAL 1.01 SUMMARY A. Section Includes 1. Plastic -laminate cabinets. a. Plastic -laminate countertops. b. Solid -surfacing -material countertops. c. Hardware and accessory materials. d. Utility shelving. e. Silver paracube grid. 1.02 DEFINITIONS A. Interior architectural woodwork includes wood furring, blocking, shims, and hanging strips for installing woodwork items unless concealed within other construction prior to woodwork installation. v 1.03 SUBMITTALS A. Product Data 1. For each type of product indicated, including cabinet hardware and accessories, and finishing materials and processes. B. Shop Drawings 1. Show location of each cabinet, dimensioned plans and elevations, large-scale details, attachment devices, and other components. C. Samples For Verification 1. Standing and running trim with transparent finish, 12 inches long, for each species and cut, finished on one side and one edge. 2. Plastic -laminate and solid -surfacing material color, pattern, and texture selected. 1.04 QUALITY ASSURANCE A. Fabricator Qualifications 1. Firm experienced in producing architectural woodwork similar to that indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units without delaying the Work. B. Installer Qualifications N%WF F62142506402.doc 06402-1 March 2009 City of Fort Worth Westside WTP Project 1. Arrange for interior architectural woodwork installation by a firm that can demonstrate successful experience in installing architectural woodwork items similar in type and quality to those required for this Project. C. Quality Standard 1. Except as otherwise indicated, comply with the following standard: a. AWI Quality Standard "Architectural Woodwork Quality Standards" of the Architectural Woodwork Institute for grades of interior architectural woodwork, construction, finishes, and other requirements. 1.05 DELIVERY, STORAGE, AND HANDLING A. Protect woodwork during transit, delivery, storage, and handling to prevent damage, soilage, and deterioration. Do not deliver woodwork until painting and similar operations that could damage, soil, or deteriorate woodwork have been completed in installation areas. If woodwork must be stored in other than installation areas, store only in areas whose environmental conditions meet requirements specified in "Project Conditions." 1.06 PROJECT CONDITIONS A. Environmental Limitations Do not deliver or install woodwork until building is enclosed, wet -work is completed, and HVAC system is operating and will maintain temperature and relative humidity at occupancy levels during the remainder of the construction period. B. Field Measurements Where woodwork is indicated to be fitted to other construction, check actual dimensions of I*fts-le other construction by accurate field measurements before fabrication, and show recorded measurements on final shop drawings. Coordinate fabrication schedule with construction progress to avoid delaying the Work. 2. Verify locations of concealed framing, blocking, reinforcements, and furring that support woodwork by accurate field measurements before being enclosed. Record measurements on final shop drawings. 1.07 COORDINATION A. General Coordinate sizes and locations of framing, blocking, furring, reinforcements, and other related units of Work specified in other Sections to ensure that interior architectural woodwork can be supported and installed as indicated. B. Hardware Coordination 1. Distribute copies of approved schedule for cabinet hardware to fabricator of architectural woodwork; coordinate cabinet shop drawings and fabrication with hardware requirements. PART 2: PRODUCTS 2.01 GENERAL A. As part of the work under this contract provide all items necessary to produce a complete, durable and proper installation, including but not limited to fasteners; adhesives, industry standard installation components and/or standard or optional installation components and F62142S06402.doc 06402-2 March 2009 City of Fort Worth Westside WTP Project accessories available from or recommended by the manufacturer(s) for the substrates, conditions and assemblies involved. �.r 2.02 MANUFACTURERS B. Basis -of -Design Products: To establish the significant qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics for purposes of evaluating comparable products of other manufacturers, a specific manufacturer's product is named and accompanied by the words "basis of design," including make or model number or other designation. Subject to compliance with requirements, provide either the named products or equal products. 2.03 MATERIALS A. General 1. Provide materials that comply with requirements of the AWI quality standard for each type of woodwork and quality grade indicated and, where the following products are part of interior woodwork, with requirements of the referenced product standards that apply to product characteristics indicated: a. Hardboard: AHA A135.4. b. Medium -Density Fiberboard: ANSI A208.2. c. Particleboard: ANSI A208.1, Grade M-2. d. Softwood Plywood: PS 1. e. Formaldehyde Emission Level for Medium -Density Fiberboard: Comply with requirements of NPA 9. f. Particleboard: ANSI A208.1, Grade M-2 made with phenol -formaldehyde resins. B. NATURAL FINISH CASEWORK 1. Hardwood Lumber a. Quality standard: FS MM-L-736C. b. Grading standard: AWI premium grade. c. Maximum moisture content: 6%. d. Species and Grain: Cherry. 1. Hardwood Plywood a. Quality standard: PS51. b. Grading standard: AWI premium. c. Core material: Fir Veneer. d. Face veneer species and grain: Plain sliced Cherry. e. Ply construction: 3 ply - 3/8 inch; 5 ply - 1/2 inch; 7 ply - 3/4 inch. 2.04 HARDWARE AND ACCESSORY MATERIALS F62142506402.doc 06402-3 March 2009 City of Fort worth Westside WTP Project A. General 1. Provide hardware and accessory materials associated with interior architectural woodwork. B. Hardware Standard 1. Comply with BHMA A156.9 for items indicated by reference to BHMA numbers or referenced to this standard. C. Exposed Hardware Finishes 1. For exposed hardware, provide finish that complies with BHMA A156.18 for BHMA code number indicated. 2. Satin Chromium Plated Steel, BHMA 652. D. Concealed Hardware Finishes 1. For concealed hardware provide manufacturer's standard finish that complies with product class requirements of BHMA A156.9. E. Hardware: 1. Hinges: B01602, 95 degree opening. 2. Pulls: B02011, 5/16 inch diameter wire pull, 4-inch centers, 1-5/16-inch projection. 3. Shelf Supports: B04013. 4. Adjustable Shelf Standards: B04102, 1-1/4-inch wide by t/2 inch, double slot. 5. Adjustable Knife Brackets: B04112, double knife bracket. 6. Drawer Slides: B05011. 7. Locks for Reveal Overlay On Face Frame Type Cabinet: a. Basis -of -Design Products: Olympus Lock, Inc., Series 721. b. Provide lock cylinder, keying, and finish as specified in Division 8 Section "Door Hardware;" interchangeable core, key projects and retracts dead bolt, key may be withdrawn in locked or unlocked position. c. Key locks of cabinets in same room alike unless otherwise indicated. Confirm keying with submittal review. 2.05 UNDERCOUNTER BRACE A. Provide textured powder coat finished, manufactured, undercounter support braces equal to A&M Hardware, Inc., 400 W. Gramby Street, Manheim, PA 17545 (888-647-0200) AandMhardware.com. B. Provide units sized for the depth of supported counter tops. Sizes and color(s) to be confirmed with submittals. on F62142S06402.doc 06402-4 March 2009 City of Fort worth westside wTP Project 1. Locate undercounter support brackets where indicated, and where not specifically indi- cated provide units centered or at approximately 36" on centers at all locations where countertops have kneespace or otherwise unsupported spans of 48" or more C. Color: As selected at submittal review from manufacturer's complete line of powder coated colors. D. Coordinate locations of blocking in walls and millwork for undercounter braces. 2.06 INSTALLATION MATERIALS A. Furring, Blocking, Shims, and Hanging Strips 1. Softwood or hardwood lumber, kiln dried to less than 15 percent moisture content. B. Screws 1. Select material, type, size, and finish required for each use. Comply with ASME B 18.6.1 for applicable requirements. For metal framing supports, provide screws as recommended by metal - framing manufacturer. C. Nails 1. Select material, type, size, and finish required for each use. Comply with FS FF-N-105 for applicable requirements. D. Anchors: 1. Select material, type, size, and finish required for each substrate for secure anchorage. Provide nonferrous metal or hot -dip galvanized anchors and inserts on inside face of exterior walls and 1✓ elsewhere as required for corrosion resistance. Provide toothed steel or lead expansion bolt devices for drilled -in -place anchors. 2.07 FABRICATION, GENERAL A. Interior Woodwork Grade 1. Provide interior woodwork complying with the referenced quality standard and of the following grade: a. Grade: Premium. B. Wood Moisture Content a. Comply with requirements of referenced quality standard for wood moisture content in relation to relative humidity conditions existing during time of fabrication and in installation areas. C. Frabrication I. Fabricate woodwork to dimensions, profiles, and details indicated. Ease edges to radius indicated for the following: a. Comers of cabinets and edges of solid -wood (lumber) members 3/4 inch thick or less: 1/16 inch (1.5 mm). b. Edges of rails and similar members more than 3/4 inch thick: 1/8 inch. F62142506402.doc 06402-5 March 2009 City of Fort Worth Westside WTP Project 1. Complete fabrication, including assembly, finishing, and hardware application, before shipment to Project site to maximum extent possible. Disassemble components only as necessary for shipment and installation. Where necessary for fitting at site, provide ample allowance for scribing, trimming, and fitting. N%ftwo, 2. Shop -cut openings, to maximum extent possible, to receive hardware, appliances, plumbing fixtures, electrical work, and similar items. Locate openings accurately and use templates or roughing -in diagrams to produce accurately sized and shaped openings. Smooth edges of cutouts and, where located in countertops and similar exposures, seal edges with a water- resistant coating. 2.08 NATURAL FINISH WOOD CABINETS A. Quality Standard 1. Comply with AWI Section 400 requirements for wood cabinets. B. Grade 1. Premium. C. AWI Type of Cabinet Construction 1. Reveal overlay on face frame. 2. Reveal Dimension: 1/2 inch. D. Edge Banding 1. Provide solid wood edge banding for all exposed to view plywood components. 2.09 PLASTIC -LAMINATE COUNTERTOPS A. Quality Standard 1. Comply with AWI Section 400 requirements for high-pressure decorative laminate countertops. 2. Grade: Premium. 3. High -Pressure Decorative Laminate Grade: HGS. 4. Colors, Patterns, and Finishes: Provide materials and products that result in colors and textures of exposed laminate surfaces complying with the following requirements: a. Match color, pattern, and finish as indicated by manufacturer's designations for these characteristics. 5. Grain Direction: Parallel to cabinet fronts. 6. Edge Treatment: Same as laminate cladding on horizontal surfaces. 7. Core Material: Industrial grade medium -density particleboard. 8. Core Material at Sinks: Phenolic resin, medium -density particleboard. 2.10 SOLID -SURFACING -MATERIAL COUNTERTOPS A. Quality Standard 1. Comply with AWI Section 400 requirements for countertops. F62142506402.doc 06402-6 March 2009 City of Fort worth Westside WTP Project 2. Grade: Premium. 3. Solid -Surfacing -Material Thickness: 3/4 inch. 4. Colors, Patterns, and Finishes: Provide materials and products that result in colors of solid - surfacing material indicated: a. Match color, pattern, and finish as indicated by manufacturer's designations for these characteristics. 5. Solid -Surfacing Material: Homogeneous solid sheets of filled plastic resin complying with material and performance requirements in ANSI Z124.3, for Type 5 or Type 6, without a precoated finish. 6. Basis -of -Design Products: Wilsonart Solid Surface as produced by Wilsonart International, Inc. A. Fabrication 1. Fabricate tops in one piece with shop -applied backsplashes and edges, unless otherwise indicated. Comply with solid -surfacing -material manufacturer's written recommendations for adhesives, sealers, fabrication, and finishing. 2.11 SHELVING A. Quality Standard: AWI Section 600. 1. Utility Shelving: a. Grade: Custom. b. Material: 1) 3/4 inch thick medium density particleboard shelf. 2) 3/4 inch by 1-1/z-inch solid lumber dropped edge, glued and nailed to shelf. c. Shelf Width: As indicated. d. Finish: Opaque painted finish. 2. Adjustable Shelf Standards: a. Double slot, 1-1/4-inch wide by 1/z-inch high, 1-inch adjustment. b. Knape & Vogt Mfg. Co., No. 85. c. Maximum Standard Spacing: 48 inches on center. d. Fasten standards to solid backing in wall with No. 10 screws, minimum, 12 inches on center. 3. Adjustable Double Knife Brackets: a. Length: Maximum length consistent with width under shelf. b. Knape & Vogt Mfg. Co., No. 185. 4. Shelf Rest: F62142506402.doc 06402-7 March 2009 City of Fort Worth Westside WTP Project a. Mount shelves to brackets with two shelf rests per bracket. Fasten with 2-No. 10 wood screws per shelf rest. b. Knape & Vogt Mfg. Co., No. 106. PART 3: EXECUTION 3.01 PREPARATION A. General 1. Condition woodwork to average prevailing humidity conditions in installation areas before installing. 2. Before installing architectural woodwork, examine shop -fabricated work for completion and complete work as required, including back priming and removal of packing. 3.02 INSTALLATION A. General 1. Quality Standard: Install woodwork to comply with AWI Section 1700 for the same grade specified in Part 2 of this Section for type of woodwork involved. 2. Install woodwork plumb, level, true, and straight with no distortions. Shim as required with concealed shims. Install to a tolerance of 1/8 inch in 96 inches for plumb and level (including tops). 3. Scribe and cut woodwork to fit adjoining work and refinish cut surfaces or repair damaged finish at cuts. 4. Fire -Retardant -Treated Wood: Handle, store, and install fire -retardant -treated wood to comply N%00111 with recommendations of chemical treatment manufacturer, including those for adhesives used to install plastic -laminate. 5. Anchor woodwork to anchors or blocking built in or directly attached to substrates. Secure to grounds, stripping and blocking with countersunk, concealed fasteners and blind nailing as required for complete installation. Use fine finishing nails for exposed nailing, countersunk and filled flush with woodwork and matching final finish where transparent finish is indicated. 6. Cabinets: Install without distortion so that doors and drawers fit openings properly and are accurately aligned. Adjust hardware to center doors and drawers in openings and to provide unencumbered operation. Complete the installation of hardware and accessory items as indicated. a. Install cabinets with no more than 1/8 inch in 96-inch sag, bow, or other variation from a straight line. b. Maintain veneer sequence matching of cabinets with transparent finish. 7. Tops: Anchor securely to base units and other support systems as indicated. Calk space between backsplash and wall with specified sealant. a. Install countertops with no more than 1/8 inch in 96-inch sag, bow, or other variation from a straight line. b. Secure backsplashes to tops with concealed metal brackets at 16 inches o.c. F62142S06402.doc 06402-8 March 2009 City of Fort Worth Westside WTP Project 8. Complete the finishing work specified in this Section to the extent not completed at shop or before installation of woodwork. Fill nail holes with matching filler where exposed. Apply specified finish coats, including stains and paste fillers if any, to exposed surfaces where only ,%wool sealer/prime coats were applied in the shop. 9. Refer to Division 9 Sections for final finishing of installed architectural woodwork. 3.03 ADJUSTING AND CLEANING A. General 1. Repair damaged and defective woodwork where possible to eliminate functional and visual defects; where not possible to repair, replace woodwork. Adjust joinery for uniform appearance. 2. Clean, lubricate, and adjust hardware. 3. Clean woodwork on exposed and semiexposed surfaces. Touch up shop -applied finishes to restore damaged or soiled areas. 3.04 PROTECTION A. Provide final protection and maintain conditions in a manner acceptable to fabricator and Installer that ensures that woodwork is without damage or deterioration at the time of final acceptance. END OF SECTION F62142506402.doc 06402-9 March 2009 City of Port Worth Westside wTP Project SECTION 06604 FIBERGLASS REINFORCED PANELS PART L GENERAL 1.01 SUMMARY A. Section Includes 1. Fiberglass reinforced wall panels. 1.02 SUBMITTALS A. Product Data 1. Manufacturer's data sheets on each product to be used, including: a. Preparation instructions and recommendations. b. Storage and handling requirements and recommendations. C. Installation methods. PART 2: PRODUCTS 2.01 MANUFACTURERS A. Basis -of -Design Products: To establish the significant qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics for purposes of evaluating comparable products of other manufacturers, a specific manufacturer's product is named and accompanied by the words "basis of design," including make or model number or other designation. Subject to compliance with requirements, provide either the named products or equal products. 2.02 FIBERGLASS REINFORCED SANITARY FOOD SERVICE FINISH PANELS A. Basis -of -Design Product 1. Manufacturer: Panels shall be as provided by Marlite, 202 Harger Street, Dover, OH 44622, (330)343-6621 B. Material: Marlite® Brand Symmetrix with Sani-Coat sealer as indicated. 1. Size: 4 ft. by 8 ft., minimum or as indicated. 2. Thickness: 0.09 in. C. Trim: All trim shall be extruded rigid PVC trim profiles for .090" thick panels. 1. M 350 Inside Corner 2. M 360 Outside Comer 3. M 365 Division 4. M 370 Edge 1%r F62142S06604.doc 06604-1 March 2009 City of Fort worth westside wTP Project D. Trim Finish: 1. All trim shall be extruded rigid PVC matching adjoining Marlite panel color(s). E. Accessories: 1. Adhesive: Manufacturer's approved adhesive for substrate to which panels are applied. 2. Sealant: Provide silicone type sealant specified in Division 7 Section "Joint Sealants" for joints between panels occurring in rooms exposed to moisture. 2.03 FIBERGLASS REINFORCED WALL PANELS A. Basis -of -Design Product 1. Fiberglass Reinforced Panel: Kemlite Company, Inc., Fire-X Glasbord, Embossed, color as indicated. B. Materials 1. Fiberglass reinforced polyester plastic sheets: Sheets shall comply with fire -test -response characteristics specified, be chemical and stain resistant, and be USDA acceptable for incidental food contact. Provide manufacturer's standard matching moldings and trim as indicated. 2. Size: 4 ft. by 8 or loft as appropriate for installation to minimize joints. 3. Thickness: 3/16 in. 4. Do not furnish material in roll form. C. Fire Classification 1. UL Class A interior finish in accordance with ASTM E 84. 2. Flame spread: 0 to 25. 3. Smoke development: 0 to 200. D. Panel Finish 1. Exposed surface: Glossy smooth texture with 4 inch x 4 inch embossed pattern. 2. Color. As indicated. 3. Back, concealed surface: Manufacturer's standard finish for adhesive installation. E. Accessories 1. Moldings: Extruded polyvinyl chloride plastic matching panel color. 2. Adhesive: Manufacturer's approved adhesive for substrate to which panels are applied. 3. Sealant: Provide silicone type sealant specified in Division 7 Section "Joint Sealants" for joints between panels occurring in rooms exposed to moisture. F62142506604.doc 06604-2 September 2008 City of Fort Worth Westside WTP Project PART 3: EXECUTION v 3.01 INSPECTION A. General 1. Ensure surfaces to receive wall paneling are clean, true and free of irregularities. 2. Ensure wall surface flatness tolerance do not vary more than 1/8 inch in 10 feet. 3. Schedule installation of panels as late as possible to prevent damage during construction and movement of materials. 3.02 WALL PANEL INSTALLATION A. General 1. Handle and apply wall panels in accordance with manufacturer's recommendations. 2. Install panels with recommended adhesive. 3. Where edge of panel is exposed, install with edges inserted into moldings. Allow clearance for expansion and contraction of panels when fitting into moldings. 4. Apply a continuous bead of sealant into molding slots prior to insertion of panels. 3.03 CLEANING A. Clean panels after installation with materials recommended by panel manufacturer. END OF SECTION F62142S06604.doc 06604-3 September 2008 City of Fort Worth Westside WTP Project SECTION 06615 FIBERGLASS REINFORCED PLASTIC COMPONENTS PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required and install the fiberglass reinforced plastic (FRP) guard rails, grating, platform, stairs and support system and as specked herein. 1.02 SUBMITTALS A. Submit, in accordance with Section 01300, complete shop drawings of all FRP products specked herein. Submit shop drawings and calculations for FRP platforms and stairs sealed by a licensed professional engineer. The submitted calculations are for filing purposes and will not be reviewed. Submittals shall indicate construction details, sizes, thicknesses of sections, profiles, attachments, dimensions and field joints, method of support from structure, work to be built-in or provided by other sections and finishes to conform to the Drawings and this Section. Indicate connections, both shop and field. Submittals shall include the following: Two samples, each 8-in square in area, of each type finished material. 2. Strength tests, physical properties, dimensions, chemical resistance tests and material *41MV, composition. 3. Manufacturer's certification that materials meet specification requirements. B. Certified test data based on tests of actual production samples which demonstrate that the products conforms to the stress and deflection requirements specked herein. 1.03 REFERENCE STANDARD A. American Society for Testing and Materials (ASTM) 1. ASTM E84 - Standard Test Methods for Surface Burning Characteristics of Building Materials 2. ASTM D349 - Standard Test Methods for Laminated Round Rods Used for Electrical Insulation. 3. ASTM D638 - Standard Test Method for Tensile Properties of Plastics. 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. F62142S06615 06615-1 March 2009 City of Fort Worth Westside WTP Project B. Occupational Safety and Health Administration (OSHA) C. American Iron and Steel Institute (AISI) D. 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 A. The fiberglass reinforced plastic components manufacturers shall be experienced in the manufacture of items of similar size and quality and shall present proof as required of successful installations involving the items under similar conditions to this project. B. The work of this Section shall be completely coordinated with the work of other sections. Verify at the site both the dimensions and work of other trades adjoining items of work in this Section before fabrication and installation of items herein specified. C. Furnish to the pertinent trades all items included under this Section that are to be built into the work of other sections 1.05 DESIGN CRITERIA A. The design of FRP products shall be in accordance with OSHA structural guidelines, ASTM standard testing procedures and generally accepted structural design practice. B. The design of FRP products shall be the responsibility of the manufacturer and shall be acceptable to the Engineer. N%0001 C. Speck design criteria for individual components or structures shall be in accordance with OSHA 29 CFR 1910 Subpart D and as follows: 1. The designed FRP products shall meet the following loading requirements. In addition to the dead load, the FRP gratings, platforms and stairs shall be capable of supporting a uniform live load of 100 psf while maintaining a deflection of less than 0.25-in or L/300 whichever is smaller. The gratings, platforms and stairs shall also be capable of supporting a concentrated live load of 800 lbs applied over a 12-in by 1-in area at the midpoint of the spans indicated on the Drawings. 2. Factor of safety shall be 5 based on ultimate stress. Grating shall be a minimum of 1-1/2-in deep, and have either a T-bar or rectangular bar shape. PART 2 PRODUCTS 2.01 MATERIALS AND PROPERTIES A. Resin for FRP components shall be an acceptable vinyl ester, integrally resistant without applied coatings to ultra -violet radiation; to high concentrations of hydrogen sulfide gas, its solutions and associated compounds and to the wastewater occurring at the project site. B. Provide compatible and equally resistant resin as acceptable for shop and field sealing of cut edges. N%W0000 F62142SO6615 06615-2 March 2009 City of Fort Worth Westside VM Project C. Minimum physical properties for pultruded structural FRP shapes and plates shall be as follows: Tensile Strength (coupon): 30,000 psi - ASTM D638 2. Tensile Strength (full section in bending): 20,000 psi at 75 degrees F 3. Modulus of Elasticity: 2.3 x 106 psi at 75 degrees F, 1.8 x 106 psi at 125 degrees F - ASTM D790 4. Barcol Hardness - 50 Water Absorption - 0.75 percent (by weight) - ASTM D349 6. Specific Gravity - 1.66 - ASTM D792 D. FRP components shall have integral colors acceptable to the Engineer selected from standard resin colors. E. Stainless Steel Shapes - AISI Type 304 2. Fasteners and components - Type 18-8. 2.02 GRATING A. FRP grating shall be Duradek by AFC Inc., Chatfield MN, similar by Imco Reinforced Plastics Inc., Moorestown NJ; Chemgrate Corp., Woodinville WA or equal. B. Outer surfaces, cut edges, or any surfaces that are exposed to air during cure shall be finished so as to obtain complete cure of the resin without air inhibition by coating the surface after initial cure with resin containing paraffin. Softening or tackiness of any surface under an acetone test will be considered evidence of incomplete cure. C. Factor of safety shall be 5 based on ultimate stress. Grating shall be a minimum of 1-1/2-in deep, . and have either a T-bar or rectangular bar shape. D. I -bar shaped FRP grating shall be constructed of straight parallel bearing bars and composed of a glass fiber and thermosetting resin pultruded composite. The bearing bars to be placed edgewise and joined by structural crossties every 12-in, maximum. Crossties shall be 3/8-in diameter fiberglass rod with glass fiber reinforced plastic or stainless steel ferrules and polypropylene spacers. The upper bar surface shall have a coarse quartz/epoxy grit surface to provide skid resistance. E. Rectangular shaped FRP grating shall be constructed of straight parallel bearing bars and cross bars composed of glass fiber and resin, compression molded at high temperatures and pressure. No dry glass fibers shall be visible on any surface of bearing bars or cross bars. Bearing bars shall be spaced on 1-in centers and cross bars spaced on 6-in centers. Top surfaces shall have grit surface for skid resistance. F62142SO6615 06615-3 March 2009 City of Fort Worth Westside WTP Project F. The FRP grating shall meet the following loading requirements. In addition to the dead load of the grating (and FRP plate where indicated) the grating shall be capable of supporting a uniform live load of 100 lbs/sf while maintaining a deflection of less than t/4-in or L/300 whichever is N%=041 smaller. Grating shall also be capable of supporting a concentrated live load of 800 lbs transverse to the span. G. Provide structural FRP angle frames, structural support shapes, grit impregnated plate where required and appurtenances as shown. H. Angle frames shall be continuous around the opening in order to present an even and flat support for the grating except as otherwise shown. The angles and anchors shall be as detailed. I. FRP grating shall be securely attached to supporting members and angles. Attachment to FRP supporting members shall be either stainless steel or FRP with stainless steel fasteners. Each grating panel shall be attached to supporting members at a minimum of four locations (two each edge). All materials and incidentals required for attaching grating to angle frame and supports shall be furnished and installed under this Section. J. Coordinate the layout of grating panels with work of other Sections to provide openings for approved mechanical equipment, operators, gates and other items which require penetrations or openings in the grating. Grating panels shall be further subdivided and supported to provide maximum panel weight of 110 lbs. 2.03 STRUCTURAL SHAPES A. Structural shapes shall be pultruded Extren by Morrison Molded Fiberglass Co., Bristol, VA or equal. N%..i PART 3 EXECUTION 3.01 FABRICATION AND SHIPPING A. All FRP grating and supports shall be designed and fabricated by a single manufacturer. B. FRP grating panels and structurals shall be shipped banded onto skids and covered with plywood to minimize shipping damage. 3.02 INSTALLATION A. All components shall be installed in full accordance with the Drawings, the final shop drawings and manufacturer's recommendations by mechanics skilled in the installation of this type of work. B. All FRP shall be installed securely and shall be level and true to line. END OF SECTION F62142S06615 06615-4 March 2009 DIVISION 7 THERMAL AND MOISTURE PROTECTION City of Fort Worth Westside WTP Project SECTION 07110 BITUMINOUS DAMPPROOFING PART L GENERAL 1.01 SUMMARY A. Related Documents: General and Supplementary Conditions of the Contract, Division 1 - General Requirements, and Drawings are applicable to this Section. B. Section Includes: 1. Applied bituminous dampproofmg to completely cover outer face of inner backup masonry wythe of exterior masonry veneer walls. 1.02 SUBMITTALS A. The General Contractor is responsible for providing all submittals, resubmittals, samples and/or mock-ups as necessary for approval prior to ordering and/ purchasing items, products or materials for this project. B. Product Data: Indicate properties of products and certifications that product meets or exceeds standards. C. Manufacturer's Instructions: Including application instruction, precautions, and material safety data sheets. 1.03 QUALITY ASSURANCE A. Perform Work in accordance with NRCA Waterproofing Manual, and manufacturer's instructions, whichever are more stringent. B. For interior and concealed applications, provide product certified by manufacturer to be substantially odor -free within 24 hours of application. 1.04 QUALIFICATIONS A. Applicator Qualifications: Company experience in application of bituminous dampproofing with 3 years experience on similar sized projects. 1.05 DELIVERY, STORAGE AND HANDLING A. Deliver, store, handle and protect materials and accessories. B. Do not allow products to become frozen. 1.06 ENVIRONMENTAL REQUIREMENTS A. Maintain ambient and surface temperature above 40 degrees F for 24 hours before application and continuously until dampproofmg has cured. B. Do not expose completed dampproofed to prolonged sunlight. Refer to manufacturer's printed instructions. lw.r F62142SO7110.doc 07110-1 March 2009 City of Fort Worth Westside WTP Project PART 2: PRODUCTS 2.01 PRODUCTS AND MANUFACTURERS A. Acceptable Manufacturers: Subject to compliance with requirements indicated, provide products of one of the following: 1. Tex -Mastic by J.P. Petroleum Products Inc., Dallas, TX. 2. Sealtight Sealmastic by W.R. Meadows Inc., Elgin, IL. 3. Hydrocide by Sonneborn Division of Rexnord Chemical Products Inc., Minneapolis, MN. 4. Dampproofing Products by Karnack Chemical Corporation, Chicago Heights,1L. 2.02 MATERIAL AND COMPONENTS A. Emulsion Based Dampproofing: Non -asbestos fiber reinforced emulsion asphaltic compound, brush or spray consistency, meeting requirements of ASTM D 1227 or FS-R- 1781. B. Reinforcing Mesh; Treated glass fabric, woven design, 20 by 10 mesh. C. Plastic Cement: Type recommended by manufacturer and compatible with dampproofing product, for trowel consistency. PART 3: EXECUTION 3.01 EXAMINATION A. Verification of Conditions: Verify that surfaces and conditions are ready to receive work of this Section. Notify Architect of any existing conditions which will adversely affect execution. Beginning of execution will constitute acceptance of existing conditions. B. Do not apply when surface or ambient temperature is below 40 degrees F, during inclement weather, or if surface is damp, dirty, or dusty. C. Verify surfaces are solid and free of cracks, pits, rough or sharp projections. D. Verify items which penetrate surfaces to receive dampproofing are securely anchored. 3.02 PREPARATION A. Remove rough or sharp projections, loose particles, and foreign matter detrimental to adhesion and application of dampproofing. B. Clean and prepare surfaces to receive dampproofing in accordance with manufacturer's written instructions. C. Apply 2 coats of plastic cement and 1 layer of reinforcing mesh, between plastic cement coats, to seal penetrations, small cracks, to reinforce changes in substrate, and at other areas as recommended by manufacturer. D. Fill voids with plastic cement. F62142SO7110.doc 07110-2 March 2009 City of Fort Worth Westside WTP Project 3.03 APPLICATION A. Install using skilled workmen in accordance with manufacturer's printed instructions and ,%no, recommendations. B. Apply in two coat process by spray on brush method maintaining consistent 1/16 inch thickness, approximately 25 square feet per gallon. Fill in crevices and grooves making coating continuous and free from breaks and pin holes. Apply around joints, anchors and into chases, comers and reveals. C. Apply material carefully so as to not cover exposed masonry anchors. D. Use reinforcing mesh coated with damproofmg material to make transitions between wall surfacea and floors and ceilings or roof decks. 3.04 FIELD QUALITY CONTROL A. Tests: Periodically, at a minimum of once per 100 square feet of surface area, check application thickness to verify compliance with specified thickness. Immediately re -apply if found to be deficient. 3.05 PROTECTION A. Protect finished installation from damage. B. Protect adjacent surfaces not to receive dampproofing against "overspray" or "over brush". C. Protect dampproofmg against damage during backfilling with adhered protection course, neatly fitted around projections and penetrations. Do not apply until dampproofing has I„aw, thoroughly cured. END OF SECTION F62142S0711O.doc 07110-3 March 2009 City of Fort Worth Westside WTP Project SECTION 07126 SHEET WATERPROOFING PART 1: GENERAL 1.01 DESCRIPTION OF WORK: A. Sheet waterproofing work is hereby defined to include all sheet materials applied with sealed joints and flashings as needed to form concealed horizontal or vertical waterproof membranes. B. Types of sheet waterproofing specified in this section include the following: Asphalt/polyethylene sheet waterproofing. C. Provide sheet waterproofing for both exterior below grade waterproofing and interior subfloor membrane. 1.02 QUALITY ASSURANCE: A. Manufacturer: Obtain primary waterproofing materials of each type required from a single manufacturer, to greatest extent possible. Provide secondary materials only as recommended by manufacturer of primary materials. B. Installer: Firm with not less than 3 years of successful experience in installation of waterproofing sheets similar to requirements for this project and which is acceptable to or licensed by .=01 manufacturer of primary waterproofing materials. As applicable, assign work closely associated with waterproofing, including (but not limited to) metal flashing and counterflashing, expansion joints, and joint sealers, to installer of sheet waterproofing, for individual responsibility. 1.03 SUBMITTALS: A. Product Data: Submit specifications, installation instructions, and general recommendations from waterproofing materials manufacturer, for types of waterproofing required. Include data substantiating that materials comply with requirements. 1.04 JOB CONDITIONS: A. Substrate: Proceed with work of this section only after substrate construction, openings, and penetrating work have been completed and concrete has cured a minimum of 28 days. B. Weather: Proceed with waterproofing and associated work only when existing and forecasted weather conditions will permit work to be performed in accordance with manufacturers' recommendations and warranty requirements. PART 2: PRODUCTS 2.01 MATERIALS: F62142S07126.doc 07126-1 March 2009 City of Fort worth Westside WTP Project A. General: Provide sheet waterproofing materials recognized to be of generic type required and tested to show compliance with required performances, or provide other similar materials certified in writing to be equal -to -or -better -than that specified in every significant respect, and acceptable to Architect. B. Asphalt/Polyethylene Sheet Waterproofing: 1. Self -adhering membrane of rubberized asphalt integrally bonded to polyethylene sheeting, formed into uniform flexible sheets of thickness shown, or not less than 56 mils if no thickness is shown, in widths of not less than 36", and complying with the following: a. Tensile Strength (ASTM D412): 250 psi min. b. Ultimate Elongation (ASTM D412): 200% min. C. Brittleness Temperature (ASTM D746): -25°F (0320C). 2. Hydrostatic Head Resistance: 75 feet min. a. Water Absorption (ASTM D570): not more than 0.5% weight gain for 48 hours of immersion at 70°F (21*Q. Products offered by manufacturers to comply with requirements include but not limited to: Bituthene; W. R. grace & Co. or an approved equal. C. Miscellaneous Materials: Adhesives: Provide types of adhesive compound and tapes recommended by water proofing sheet manufacturer, for bonding to substrate (if required) for waterproof sealing of seams in membrane, and for waterproof sealing of joints between membrane and flashings, adjoining surfaces and projections through membrane. 2. Primers: Provide type of concrete primer recommended by manufacturer of sheet waterproofing material for applications required. 3. Flashing Materials: Except as otherwise required, provide types of flexible sheet material recommended by waterproofing sheet manufacturer for flashing. 4. Exterior Protection Course: Provide commercially manufactured geo-fabric laminated over spun or formed polyethylene core material. 1. Provide products equal to American Excelsion "Inkadrain" or Monsanto "Hydraway WD-300". 5. Interior Protection Course: Provide commercially produced protection board material reccommended by the membrane manufacturer. Provide products equal to" Protection Board PB-3000" as produced by the W.R. Grace & Co. F62142S07126.doc 07126-2 March 2009 City or Fort worth Westside wTP Project PART 3: EXECUTION **owl 3.01INSPECTION: A. Installer must examine substrate and conditions under which waterproofing work is to be performed and must notify Contractor in writing of unsatisfactory conditions. Do not proceed until unsatisfactory conditions have been corrected in manner acceptable to installer. 3.02 PREPARATION: A. Prior to installation of waterproofing and associated work, meet at project site with installer of each component of associated work, inspection and testing agency representatives (if any), and installers of work requiring coordination with waterproofing work, for purpose of reviewing material selections and procedures to be followed in performing work. B. Apply primer to concrete surfaces at rate recommended by manufacturer of primary waterproofing materials. Prime only area which will be covered by WP membrane in same working day; reprime areas not covered by WP membrane with 24 hours. 3.03 INSTALLATION: A. General: Comply with manufacturer's instructions for handling and installation of sheet waterproofing materials, except where more stringent requirements are specified. B. Coordinate installation of waterproofing materials and associated work to provide complete system complying with combined recommendations of manufacturers and installers involved NOW, in work. Schedule installation to minimize period of exposure of sheet waterproofing materials. C. Extend waterproofing sheet and flashings as required to provide complete membrane over area to be waterproofed. Seal to projections through membrane and seal seams. Bond to vertical surfaces and also where required, or recommended by manufacturer, bond to horizontal surfaces. 3.04 EXTERIOR PROTECTION: A. Install protection course over completed exterior membrane, complying with manufacturer's recommendations for both waterproofing sheet over protection course materials. Extend protection course geo-fabric over and fully encasing subsoil drain pipe according to manufacturer's standard installation details. B. Backfill: Install and compact backfill according to Section 02200. Do not allow waterproofing, protection course, or subsoil draw to be disturbed during backfill operations. 3.05 INTERIOR PROTECTION: A. Cover entire surface of interior waterproofing application with specified protection course. F62142S07126.doc 07126-3 March 2009 City of Fort Worth Westside WTP Project 3.06 PERFORMANCE REQUIREMENTS: A. It is required that waterproof membranes be watertight and not deteriorate in excess of limitations published by manufacturer. 3.07 WATERPROOFING SYSTEM PROTECTION: A. Institute all required procedures for protection of completed membrane during installation of work over membrane and throughout remainder of construction period. Do not allow traffic of any type on unprotected membrane. END OF SECTION F62142507126.doc 07126-4 March 2009 City of Fort worm Westside WTP Project SECTION 07210 BUILDING INSULATION PART 1: GENERAL 1.01 SUMMARY A. Section Includes 1. Concealed building insulation. 2. Exposed building insulation. B. Related Sections 1. Division 4 Section "Unit Masonry Assemblies" for cavity -wall rigid board insulation. 2. Division 7 Section "Single Ply Membrane Roofing" for insulation specified as part of roofing construction. 3. Division 9 Section "Gypsum Board Assemblies" for sound attenuation blankets in gypsum board partition assemblies. 1.02 SUBMITTALS A. Product Data 1. For each type of insulation product specified. 1.03 QUALITY ASSURANCE A. Single -Source Responsibility for Insulation Products: Obtain each type of building insulation from a single source with resources to provide products complying with requirements indicated without delaying the Work. 1.04 DELIVERY, STORAGE, AND HANDLING A. Protect insulation materials from physical damage and from deterioration by moisture, soiling, and other sources. Store inside and in a dry location. Comply with manufacturer's written instructions for handling, storing, and protecting during installation. 1. Complete installation and concealment of plastic materials as rapidly as possible in each area of construction. PART 2: PRODUCTS 2.01 INSULATING MATERIALS A. General 1. Provide insulating materials that comply with requirements and with referenced standards. B. Preformed Units 1. Sizes to fit applications indicated; selected from manufacturer's standard thicknesses, widths, and lengths. F62142S07210.doc 07210-1 March 2009 City of Fort worth westside WTP Project C. Unfaced Mineral -Fiber Blanket Insulation 1. Mineral -Fiber Type: Fibers manufactured from glass -fiber or slag-wool-fiber/rock-wool-fiber. a. ASTM C 665, Type I (blankets without membrane facing); consisting of fibers; with maximum flame -spread and smoke -developed indexes of 25 and 50, respectively; passing ASTM E 136 for combustion characteristics. D. Foil -Faced Mineral -Fiber Blanket Insulation 1. Mineral -Fiber Type: Fibers manufactured from glass -fiber or slag-wool-fiber/rock-wool-fiber. a. ASTM C 665, Type III (blankets with reflective membrane facing), Class A (membrane -faced surface with a flame spread index of 25 or less); Category 1 (membrane is a vapor barrier), faced with foil-scrim-kraft, foil -scrim, or foil -scrim -polyethylene vapor -retarder membrane on 1 face and continuous splicing flanges along the long sides of blankets for splicing over stud framing. Field tape all joints. E. Kraft -Faced Mineral -Fiber Blanket Insulation 1. Mineral -Fiber Type: Fibers manufactured from glass -fiber. a. ASTM C 665, Type II (blankets with non -reflective membrane facing), Class C (membrane - faced surface not rated for flame propagation resistance (for use in non -exposed applications only); Category 1 (membrane is a vapor barrier), faced with kraft vapor -retarder membrane on 1 face. 2.02 INSULATION THICKNESS A. Provide insulation blankets of thickness necessary to achieve minimum wall system "R" values scheduled in exterior walls and in interior walls between conditioned air and unconditioned air N%W'11 building areas. 2.03 AUXILIARY INSULATING MATERIALS A. Adhesive for Bonding Insulation: Product with demonstrated capability to bond insulation securely to substrates indicated without damaging insulation and substrates. B. Joint Tape: Nominal three inch wide, U.L. listed, silver color, fiberglass scrim reinforced tape equal to Venture Tape #125CW. PART 3: EXECUTION 3.01 EXAMINATION A. Examine substrates and conditions, with Installer present, for compliance with requirements of Sections in which substrates and related work are specified and to determine if other conditions affecting performance of insulation are satisfactory. Do not proceed with installation until unsatisfactory conditions have been corrected. 3.02 PREPARATION A. Clean substrates of substances harmful to insulations or vapor retarders, including removing projections capable of puncturing vapor retarders or that interfere with insulation attachment. 3.03 INSTALLATION A. General F62142507210.doc 07210-2 March 2009 City of Fort Worth Westside WTP Project 1. Comply with insulation manufacturer's written instructions applicable to products and application indicated. 2. Install insulation that is undamaged, dry, unsoiled, and has not been exposed at any time to ice and snow. 3. Extend insulation in thickness indicated to envelop entire area to be insulated. Cut and fit tightly around obstructions and fill voids with insulation. Remove projections that interfere with placement. 4. Apply single layer of insulation to produce thickness indicated, unless multiple layers are otherwise shown or required to make up total thickness. 3.04 INSTALLATION OF GENERAL BUILDING INSULATION A. General 1. Apply insulation units to substrates by method indicated, complying with manufacturer's written instructions. If no specific method is indicated, bond units to substrate with adhesive or use mechanical anchorage to provide permanent placement and support of units. 2. Set vapor -retarder -faced units with vapor retarder to the building exterior or to the unconditioned air side of the wall, unless otherwise indicated. Do not obstruct ventilation spaces, except for firestopping. 3. Tape lap joints and ruptures in vapor retarder faced blankets, and seal each continuous area of insulation to surrounding construction to ensure airtight installation. 4. Install mineral -fiber blankets in cavities formed by framing members according to the following requirements: a. Use blanket widths and lengths that fill cavities formed by framing members. Where more than one length is required to fill cavity, provide lengths that will produce a snug fit between ends. b. Place blankets in cavities formed by framing members to produce a friction fit between edges of insulation and adjoining framing members. 5. Install appropriate type insulation in cavities created in exterior walls and other typically insulated areas resulting from construction operations during alterations. Stuff Type 2, unfaced mineral fiber blanket, insulation into miscellaneous voids and cavity spaces where required for thermal protection and air -infiltration reduction in exterior walls. Compact to approximately 40 percent of normal maximum volume equaling a density of approximately 2.5 lb/cu. Ft. Completely fill voids and cavity spaces. 3.05 VAPOR RETARDER MEMBRANE INTEGRETY A. General 1. Maintain continuity and integrity of vapor retarder membrane in Commissary exterior walls and in interior walls between conditioned air and unconditioned air building areas by fitting and taping lap joints and penetrations in vapor retarder faced blankets, and seal each continuous insulated area to surrounding construction to ensure airtight installation. F62142507210.doc 07210-3 March 2009 City of Fort Worth Westside WTP Project 3.06 PROTECTION A. Protect installed insulation and vapor retarders from damage due to harmful weather exposures, physical abuse, and other causes. Provide temporary coverings or enclosures where insulation N%"011 is subject to abuse and cannot be concealed and protected by permanent construction immediately after installation. 3.07 INSULATION SCHEDULE Drawing Designation Type 1 Type 2 Type 3 R- Insulation Value R-19 Exposed or Concealed Building Insulation: Foil -Faced Mineral -Fiber Blanket Insulation R-19 Exposed Building Insulation - Unfaced Mineral -Fiber Blanket Insulation R-19 Concealed Building Insulation: Kraft -Faced Mineral -Fiber Blanket Insulation END OF SECTION u F62142507210.doc 07210-4 March 2009 City of Fort Worth Westside W[P Project SECTION 07420 ALUMINUM PANEL SYSTEMS PART L GENERAL 1.01 ST.TMMARY A. This section includes aluminum composite panels designated as "Metal Panel" used for exterior cladding. 1.02 RELATED SECTIONS A. Division 7 Section "Joint Sealants" for sealing joints in aluminum panel systems. 1.03 PERFORMANCE REQUIREMENTS A. Structural performance: provide exterior/interior wall cladding assemblies capable of withstanding the effects of load and stresses from dead loads, wind loads, snow loads and normal thermal movement without evidence of permanent defects of assemblies or components. 1. Dead load: As required by applicable building code. 14=01 2. Live Load: As required by applicable building code. 3. Wind Load: Refer to structural. 4. Thermal Movements: Provide assemblies that allow for thermal movements resulting from the following maximum changes (range) in ambient and surface temperatures by preventing buckling, opening of joints, overstressing of components and other detrimental effects: a. Temperature Change (range): 120 deg F (67 deg C), ambient; 180 deg F (100 deg C), material surfaces. B. Sealed joints shall allow free and silent movement of panels during expansion and contraction while preventing uncontrolled penetration of moisture. C. Manufacturing, installation, and sealing shall prevent deformation of exposed surfaces. D. Design panel system to accommodate substructure tolerance of +0 to -1/8 inch. E. Not Permitted: Vibration harmonics; wind whistles; noises caused by thermal movement; thermal movement transmitted to other building elements; loosening, weakening or fracturing of attachments or components of system. `.r F62142SO7420 07420-1 March 2009 City of Fort Worth Westside WTP Project F. Preformed metal panel system to withstand code imposed design loads. Maximum allowable deflection of span: L/60. G. Air Infiltration: Panel system shall not have air infiltration rate more than 0.06 cfm per sq. ft. of fixed wall area when tested in accordance with ASTM E283 at static air pressure differential of 1.57 psf. H. Water Penetration: Panel system shall have no water penetration as defined by in test method when tested in accordance with ASTM E331 at inward static pressure differential of not less than 6.24 psf and not more than 12.0 psf. 1.04 SUBMITTALS A. Product Data: Manufacturer's product literature for the panel specified. B. Shop Drawings: For exterior/interior wall panel assemblies and accessories. Include plans; elevations; sections and details. C. Structural Calculations: Submit a comprehensive analysis of design loads, including dead loads, live loads, wind loads and thermal movement. D. Quality Assurance Submittals: Submit the following: 1. Certificates: Product certificates signed by manufacturer certifying materials comply with the specified performance characteristics and criteria, and physical requirements. `, 1 E. Samples for initial selections: Manufacturer's color charts showing the full range of colors available for units with factory -applied color finishes. F. Samples for verification: Provide color samples of selected color. Samples shall involve normal color and texture variations, include sample sets showing the full range of variations expected. G. Affidavit certifying that the material meets the requirements specified. 1.05 QUALITY ASSURANCE A. Professional Engineer Qualifications: A professional engineer who is legally qualified to practice in the jurisdiction where the project is located and who is experienced in providing engineering services of kind indicated. B. Manufacturer Qualifications: Minimum of 5 years experience in manufacturing exterior wall panels similar to those specified. C. Installer Qualifications: Acceptable to manufacturer. P62142SO7420 07420-2 March 2009 City of Fort Worth Westside WTP Project 1.06 DELIVERY, STORAGE & HANDLING 14ftio, A. General: Comply with Division 1 Product Requirements Sections. B. Ordering: Comply with manufacturer's ordering instructions, and lead -tune requirements to avoid construction delays. C. Delivery: Deliver materials in manufacturer's original, unopened, undamaged containers with identification labels intact. 1. Store materials in accordance with manufacturer's recommendations. 2. Handle materials carefully to avoid damage to materials and finishes. 1.07 PROJECT CONDITIONS A. Field Measurements: Verify actual supporting and adjoining construction by field measurements before fabrication, and indicate recorded measurements on final shop drawings. Coordinate construction to ensure that wall panel assemblies fit properly to supporting and adjoining construction and coordinate schedule with construction progress to avoid delaying the work. 1. Established dimensions: where field measurements can not be made without delaying the work, guarantee dimensions and proceed with fabrication of wall panel assemblies 14ftso, corresponding to the established dimensions. 1.08 GENERAL A. As part of the work under this section provide all items necessary to produce a complete, durable and proper installation, including but not limited to fasteners; adhesives, industry standard installation components and/or standard or optional installation components and accessories available from or recommended by the manufacturer(s) for the substrates, conditions and assemblies involved. 1.09 WARRANTY A. Project warranty refers to Conditions of the Contract for project warranty provisions. Manufacturer's warranty for each product provided: submit, for Owner's acceptance, manufacturer's standard warranty documents executed by authorized company official. Manufacturer's warranty is in addition to, and not a limitation of, other rights owner may have under Contract Documents. B. The Contractor shall warrant the materials to be free of faults and defects in accordance with the General Conditions, except that the warranty shall be extended by paint manufacturer's standard multi -year warranty. The warranty shall be in writing and shall be signed by the manufacturer. Series .1,000 F62142SO7420 07420-3 March 2009 City of Fort Worth Westside WTP Project PART 2: PRODUCTS 2.01 BASIS OF DESIGN A. To establish the significant qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics for purposes of evaluating comparable products of other manufacturers, a specific manufacturer's product is named and accompanied by the words "basis of design," including make or model number or other designation. Subject to compliance with requirements, provide either the named products or equal products. 2.02 MANUFACTURER A. Manufacturers: Subject to compliance with requirements, provide products manufactured by: 1. Firestone Metal Products, 1001 Lund Blvd., Anoka, MN 55330 Phone 800-426-7737, Fax 763-576-9596, www.unaclad.com a. Series 1000 - Aluminum Composite Wall Panel System 2.03 MATERIALS A. Panels shall be 4mm PE core, aluminum composite material. B. Composite panels shall have a Class "A" building material rating when tested in accordance with ASTM E84 (Steiner Tunnel Test) and shall exhibit a flame spread of 15 and a smoke Nftwwl developed rating of 120, with a center panel joint. C. Panels shall have passed the ASTM E108 modified test. 2.04 FABRICATION, GENERAL A. Composition 1. Aluminum composite material shall be composed of a thermoplastic core sandwiched between two aluminum sheets formed in a continuous process with no applied glues or adhesives. 2. Bond integrity per ASTM D1781-76 and ASTM C481 Cycle B, shall be a minimum of 40 in4b.in. (Peel Strength) B. Aluminum face sheets 1. Thickness .020" of 3105 H25 aluminum alloy. C. Tolerances 1. Panel bow shall not exceed 3.8% of panel overall dimension in width or length. F62142SO7420 07420-4 March 2009 City of Fort Worth Westside WTP Project 2. Panel dimensions shall be such that there will be an allowance for field adjustment and thermal movement. 3. Panel lines, breaks and curves shall be sharp, smooth and free from warps or buckles. D. Panel surfaces shall be free of scratches or marks caused during fabrication. E. Ensure that entire project is manufactured from single color coil paint run to ensure color uniformity. F. If a metallic color is selected ensure that panel grain is maintained. Under no circumstances are panel blank sizes to be rotated even if material waste in increased. 2.05 ACCESSORIES A. No exposed rivets/fasteners shall be allowed. B. All hidden fasteners shall Climaseal coated or stainless steel. C. Flashing: Aluminum, same finish as for aluminum panel where exposed; secured with concealed fastening method. D. Panel System Subgrits: Provide G90 galvanized steel of gauge and spacing required for panel system structural requirements, as recommended by panel manufacture and in accordance *4ftool with approved shop drawings. To avoid galvanic reaction, separate dissimilar metals. 2.06 FINISHES, GENERAL A. Comply with NAAMM's Metal Finishes Manual for architectural metal products recommendations for applying and designating finishes. 2.07 ALUMINUM FINISHES A. Panel Finishes: 1. Coating shall be a fluoropolymer coating utilizing 70% Kynar 500 resins. 2. Color as selected by owner/consultant from manufacturer's standard colors. 3. Coating shall be factory applied on a continuous process paint line. Coating shall consist of a 0.2 mil prime coat, a 0.75 mil barrier coat, a 0.75 mil metallic/color coat containing 70% Kynar resins, and a 0.5 mil clear coat containing 70% Kynar resins (Note mil thickness is approximate.) B. Pencil Hardness — ASTM D3352-74 C. Shall be HB-H minimum (Eagle Turquoise). F62142SO7420 07420-5 March 2009 City of Fort Worth Westside WTP Project D. Impact Adhesion — ASTM D294-84 1. Coating shall show no cracking and no loss of adhesion E. Cure Test — NCCA 11-18 1. Coating shall withstand 50+ double rubs of MEK. F. Humidity Resistance — ASTM D2247-87 1. Coating shall show no blisters after 3000 hours of 100% humidity at 95'F. G. Salt Spray Resistance — ASTM B 117-85 1. After 3000 hours of exposure to 5% salt fog, at 95'F, scored sample shall show none or few #8 blisters, and less then 1/8" average creepage from scribe. H. Weatherometer Test — ASTM D882-86/G23-88 Coating shall show no cracking, peeling, blistering or loss of adhesion after 2000 hours. 1. Chalking Resistance — ASTM D659-86 2. No chalking greater than #8 after 10 years Florida exposure at 45'S. 3. Color Change — ASTM D2244-74 4. Color change shall not exceed 5 NBS units after 10 years Florida exposure at 45'S. 5. After 5000 hours in Atlas Weatherometer coating shall show no objectionable chalking or color change. I. Abrasion Resistance — ASTM D968-81 Coating shall resist 65+/- 15 liters/mil minimum of falling sand. J. Class I, Clear Anodic Finish: AA-M12C22A41 (Mechanical finish: nonspecular as fabricated; Chemical Finish: etched, medium matte; Anodic Coating: Architectural Class I, clear coating 0.018 mm or thicker) complying with AAMA 607.1. K. Color: Provide custom panel color indicated wither or not such color is in the manufacturer's standard available colors. 1. Color: Provide custom panel color indicated whether or not such color is in the manufacturer's standard available colors. u F62142SO7420 07420-6 March 2009 City of Fort worth Westside WTP Project PART 3: EXECUTION 1%001 3.01 PREPARATION A. Coordinate setting, drawings, diagrams, templates, instructions, and directions for installation. Panel substructure shall be level and plumb. Panel substructure shall be structurally sound as determined by that subcontractor's engineer. Panel substructure shall be free of defects detrimental to work and erected in accordance with established building tolerances. Coordinate delivery of such items to project site. 3.02 INSTALLATION A. Erect panels level and plumb, in proper alignment in relation to substructure framing and established lines. B. Panels shall be erected in accordance with approved shop drawings. C. Panel anchorage shall be structurally sound and per engineering recommendations. D. Where aluminum materials come in contact with dissimilar materials, an isolation shim or tape shall be installed at fastening locations. E. Locate and place wall panels' level, plumb, and at indicated alignment with adjacent work. '%WWI 3.03 CLEANING AND PROTECTING A. Clean exposed surfaces of wall panels that are not protected by temporary covering to remove fingerprints and soil during construction period. B. Clean exposed surfaces with water and a mild soap or detergent not harmful to finishes. Thoroughly rinse surfaces and dry. C. Protect wall panels from damage during construction. Use temporary protective coverings where needed as approved by the wall panel manufacturer. D. Clean and touch up minor abrasions in finished with air-dried coating that matches color and gloss, and is compatible with, factory —applied finish coating. END OF SECTION F62142SO7420 07420-7 March 2009 City of Fort Worth Westside WTP Project SECTION 07530 .%WWI SINGLE PLY MEMBRANE ROOFING PART L GENERAL 1.01 SUMMARY A. System Type: Fully adhered. B. Section Includes: 1. Substrate preparation. 2. Insulation. 3. Roof membrane. 4. Base flashings. 5. Roof accessories. 6. Walkways. C. Related Sections: 1. Division 6 Section, Miscellaneous Carpentry - wood blocking and nailers: . 2. Flashing and sheet metal - weather protection to base flashings: Elsewhere in Division 7. 3. Roof accessories - prefabricated curbs, access hatches: Elsewhere in Division 7. 4. Roof drains: Division 15. 1.02 SUBMITTALS A. Product Data: Submit technical product information and installation instructions as necessary to demonstrate products comply with project requirements. B. Shop Drawings: Submit roofing membrane layout drawings showing seam locations, specific roofing details illustrating relationships with adjacent construction, and flashing details at roof perimeter and roof penetrations. 1. Submit installation diagrams and instructions for tapered insulation system. C. Samples: 1. Roof membrane sheet: Submit 12-inch-square samples. P62142SO7530 07530-1 March 2009 City of Fort worth Westside WTP Project 2. Roof membrane record samples: Submit 8- by 10-inch samples of membrane taken from rolls used on project for the architect's and owner's records. Submit one set of samples for each 5000 square feet (or portion) of roof area. 3. Insulation: Submit 12-inch-square samples. 4. Walkway boards: Submit 12-inch-square samples. 1.03 QUALIFY ASSURANCE A. Manufacturer Qualifications: A company that has produced roofing materials and accessories of the type included in this section for at least five years. B. Installer Qualifications: A company approved or licensed by the roofing materials manufacturer and which has completed at least 20 previous installations of roofing material similar to the type included in this section. C. Installer Certification: Furnish to the architect, before roofing contract award, written documentation that installer is manufacturer certified to install roofing systems of the type included in this section. D. Installer Field Supervision: Installer shall maintain full-time supervisor/foreman on project site during times in which roofing work is in progress. Supervisor shall have a minimum of 5 years' experience in roofing work similar in nature and scope to the specified roofing. E. Pre-Roofmg Meeting: Organize and conduct a meeting at the construction site 2 weeks before scheduled start of roof system installation with roofing installer; installer of each component of related work, including deck or substrate construction, roof equipment, penetrations of roof deck, and other work integral with or adjacent to roofing; the architect; the owner; roofing membrane manufacturer's representative; and other parties involved with roofing system performance, including owner's insurer, independent testing agencies, and governing authorities. 1. Walk roof areas to review and discuss substrate preparation including repair of unacceptable surfaces, roof drainage, penetrations, equipment curbs, and work performed by other trades which requires coordination with roofing system. 2. Review contract document requirements and submittals for roofing system, including roofing schedule, inspection and testing, and environmental conditions. Identify what are considered unacceptable weather conditions for roofing, and which governing regulations or insurance requirements will affect roofing system installation. 3. Document discussions in writing, including actions required, and distribute copy of report to each meeting participant. F. UL Listing: Provide roof system and associated materials which have been evaluated by Underwriters Laboratories Inc. (UL) and have been listed in the UL "Roofing Materials and Systems Directory" as acceptable for Class A external fire exposure. Roof covering material packaging shall have UL Classification marking. F62142SO7530 07530-2 March 2009 City of Fort Worth Westside WTP Project G. Factory Mutual System Classification: Provide roof system materials and roof system assembly which have been tested and are listed in Factory Mutual System's "Approval Guide" as acceptable N"001 for Class I roof deck construction. 1. Roof material packaging shall have FM Classification marking. 2. Provide roof system, including insulation and fasteners, rated by FM for Class I-90 wind uplift. 1.04 PROJECT CONDITIONS A. Begin roofing installation when weather conditions are within acceptable limits according to manufacturer's installation instructions. 1.05 PRODUCT HANDLING A. Deliver materials to project site in manufacturer's unopened sealed containers or unopened packages, with manufacturer's labels intact. B. Store materials in weather -protected environment, clear of ground and moisture. 1.06 WARRANTY A. Project Installation Guarantee: Submit written agreement signed by the Manufacturer of primary roofing materials, installer and the contractor, guaranteeing to correct failures in product and workmanship for a 10-year period from date of substantial completion, without ,*IRMO, reducing or otherwise limiting other rights to correction which the owner may have under the contract documents. Include work performed on the existing roof to connect, join or otherwise complete the project. Repairs and replacements required because of events beyond Contractor's/Installer's/Manufacturer's control (and which exceed performance requirements) shall be completed by Contractor/Installer and paid for by Owner. Guarantee shall cover work for this section, including: Roof membrane. 2. Base flashings 3. Insulation. 4. Roof accessories. PART 2: PRODUCTS 2.01 MANUFACTURER - ROOF SYSTEM A. Manufacturers: Products of the following manufacturers, provided they comply with requirements of the contract documents, will be among those considered acceptable: Carlisle SynTec Systems Division/Carlisle Corporation. N"001 2. Celotex Corporation. F62142SO7530 07530-3 March 2009 City of Fort Worth Westside WTP Project 3. Firestone Building Products Company. 6. Versico, Inc. A subsidiary of Carlisle Corp. 2.02 SINGLE PLY ROOFING MEMBRANE A. Membrane Material: EPDM sheet, 0.060 inch (60 mils) thick. 1. Color: Manufacturer's standard black or dark gray. 2. Provide specially formulated fire -retardant membrane material. 3. Minimum properties: ASTM D 4637, Type I, Grade 1 or 2, Class U, unreinforced. B. Flashing: 1. Uncured EPDM, minimum 0.060 inch thick, for conditions where flashing is formed around corners, projections, or changes in direction. 2. Match color of membrane material. C. Accessories: Roofing manufacturer's standard accessories to suit project conditions and fully adhered roof system installation. 2.03 UNIFORM THICKNESS INSULATION A. System Requirements: 1. Minimum "R-value" in accordance with ASTM C 518 after conditioning for 180 days: 20 at 75 degrees F. 2. Flame spread: 75 or less when tested in accordance with ASTM E 84. 3. "R-Value": R=20. B. Uniform Thickness Insulation: 1. General: Provide insulating materials to comply with requirements indicated for materials and compliance with referenced standards, in sizes to fit applications indicated. a. The Contractor may submit a material substitution for the roofing insulation and/or taper insulation only if the roofing system manufacturer's warrantee of one of the listed manufacturers specifically calls for a material other than that specked. Otherwise, the specified material shall be furnished. Evidence of this substitution requirement, if applicable, shall be provided in writing with the submittals. b. If a substitution should be required, the Contractor shall provide all additional materials and installation accessories necessary at no additional contract cost. F62142SO7530 07530-4 March 2009 City of Fort Worth Westside W77 Project 2. Polyisocyanurate Board Roof Insulation: Rigid, cellular thermal insulation with polyisocyanuarate closed -cell foam core. Installation shall be two layers of minimum 4' x 8' boards. Provide manufacturer's standard glass reinforced facers laminated to both sides. a. Surface Burning Characteristics: Maximum material flame spread of 25. b. Thickness: Provide two layer insulation system that produces the specified "R" value. C. Density: Rigid boards of minimum 2.0 lbkf. d. Provide material equal to Firestone "ISO 95+" roof insulation board and acceptable to the membrane manufacturer. 3. Provide roof insulation boards and taper insulation of specified material of such size and thickness necessary to match the thickness of the existing roof insulation for continuity of work involving the existing roof. 2.04 TAPERED INSULATION SYSTEM A. System Requirements: 1. Minimum average "R-value" in accordance with ASTM C 518 after conditioning: 20 at 75 degrees F. 2. Minimum slope: 1/2 inch per foot measured from the horizontal unless indicated otherwise. 14400, B. Roof Insulation: Provide same insulation material as specified for uniform thickness insulation. C. Tapered Insulation: Design and fabricate tapered insulation as necessary to provide indicated roof drainage pattern. Back slope taper insulation shall provide a back slope of t/2" in 12" measured from the horizontal, including the slope of the roof deck surface. Tapered insulation material shall be the same as for the primary roof insulation, and acceptable to the primary membrane manufacturers for warranty. 2.05 ACCESSORIES A. General: Provide installation accessories as required for complete roofing system and as recommended by membrane manufacturer, including but not necessarily limited to: 1. Seam adhesive (splice cement). 2. Bonding adhesive. 3. Seam sealant. 4. Fasteners: Galvanized steel; plain or with factory -applied corrosion -resistant coating. 5. Insulation adhesive: Hot -applied or cold -applied; type recommended by insulation manufacturer for bonding insulation to substrate and to itself. 6. Termination bars: Plastic, hard rubber, or corrosion -resistant metal. F62142SO7530 07530-5 March 2009 City of Fort Worth Westside WTP Project 7. Prefabricated penetration and comer flashings: Use to greatest extent possible consistent with manufacturer's recommendations. B. Walkways: 1. Preformed walkway boards: Molded reprocessed rubber, manufactured or recommended by membrane manufacturer, 12- by 24- by 3/4-inch size. a. Walkway board adhesive: As recommended by membrane manufacturer. C. Preformed Pipe Boot Flashings: Molded from same material as flexible flashings. Provide stainless steel band clamp for top edge. Utilize for all pipe up to 4-inch diameter. 2.06 WOOD NAILERS A. Provide treated wood nailers and/or blocking at all roofing perimeters, edges, penetrations, and other locations required by membrane manufacturer's details, and as necessary for roofing installation. Coordinate finished thickness of nailers to be the same as the thickness of insulation system provided. PART 3: EXECUTION 3.01 EXAMINATION A. Verify that deck is clean, dry, smooth, and properly sloped for drainage. B. Verify that roof deck construction meets roof system manufacturer's minimum roof deck criteria for the roof system to be installed. Correct substrate surfaces which are unacceptable to the installer, and are not in accordance with manufacturer's installation instructions, before starting roofing application. C. Verify that side laps of metal deck are properly nested and a minimum of 2-inches, and that they are properly mechanically fastened. No roofing work is to proceed until deck sidelap fastening is satisfactory. D. Verify that roof openings, penetrations, roof edges, and interruptions are properly set or braced and ready to receive roof system. 3.02 PREPARATION A. Remove from roof deck dirt, construction debris, and other material which could prohibit proper roof membrane installation. B. Install blocking, nailers, cants, reglets, and similar attachment devices as indicated or required. C. Preparation of Existing Roof Substrate: Comply with manufacturer's instructions for preparation of substrate of existing roofing areas to receive new roofing system. F62142SO7530 07530-6 March 2009 City of Fort worth westside WTP Project 1. Clean existing roofing membrane of dust, debris, and other substances detrimental to installation of roofing system work and according to membrane manufacturer's instructions. Remove all sharp projections. 2. The Contractor shall perform such demolition and removal of existing roofing and construction as may be necessary in the various locations under this contract. The proper structural deck support and deck infill shall then be installed, and new rigid insulation installed as a roofing membrane substrate according to the requirements of this section. 3. Examine existing roofing in the areas of work under this contract. Any areas that are found to be damaged, moist, or otherwise substandard for application of the new materials shall be identified. The Architect shall be notified to determine the course of action. D. Provide continuous protection of existing roof by means of properly placed protection panels covering the existing membrane in the areas of, and along the access routes to, the work locations. Provide proper temporary supports and roof protection for materials and equipment placed on the existing roof prior to their installation. E. During construction, keep all roof areas clean of construction debris, screws, nails and any other items that may cause roof membrane damage. 3.03 INSULATION INSTALLATION A. General: 1. Only install that quantity of insulation which can be covered with membrane within the work day or before start of unacceptable weather conditions. 2. Butt units tightly together, trim to fit penetrations and interruptions, so that gaps between units and between insulation and adjacent construction do not exceed 1/4 inch. Trim insulation or provide preshaped units at drains to provide positive slope for 24 inches around drain. 4. Shape insulation or provide preformed units to provide crickets, saddles, and tapered areas as indicated or as required to provide drainage. B. Uniform Thickness Insulation: 1. Comply with requirements for roofing bond and guarantee as well as insulation manufacturer's instructions and recommendations for the handling, installation and bonding or anchorage of insulation to substrate. Extend insulation full thickness over entire surface to be insulated, cutting and fitting tightly around obstructions. Form crickets, saddles, and tapered units with additional material as required for proper drainage. Mechanically attach all new construction roofing insulation. Roofing insulation for existing building work shall be either mechanically attached or adhered according to manufacturer's warrantee requirements. 2. Insulation Installation: Secure insulation to deck using mechanical fasteners at the minimum rate of one fastener for every two square feet. Fasten insulation over entire area of roofing at spacing as required by FM for Windstorm Resistance Classification I-90. Run Iftmoll long joints for insulation in continuous straight lines, perpendicular to roof slope with end F62142SO7530 07530-7 March 2009 City of Fort Worth Westside WTP Project joints staggered between rows. No edge joints shall occur over deck flutes or other unsupported locations. Provide number and pattern of fasteners per board according to board size and NRCA or manufacturer's warranty requirements. Install required insulation %Mw, thickness in two layers of approximately equal thicknesses, with joints of second layer staggered from joints of first layer a minimum of 12" each direction. 3. Provide tapered insulation at roof drains so completed surface is flush with ring of drain. The drain ring shall be set at the top elevation of the first layer of insulation. 3.04 MEMBRANE INSTALLATION A. General: Comply with membrane manufacturer's instructions for handling, laying, seaming, and securing membrane. B. Thoroughly clean seam faces before joining. Use only clean rags and uncontaminated cleaning solutions. Change rags frequently to avoid contamination. C. Adhere or fasten membrane at edges and penetrations using methods and materials recommended by membrane manufacturer. D. Adhere membrane in full coat of bonding adhesive. E. Secure flashings at edges, interruptions, and penetrations. Splice to membrane and seal. F. Provide a second layer of membrane continuously under walkway areas. 3.05 WALKWAYS N%U0011 A. Set units in bed of adhesive. B. Space units as indicated or, if not indicated, space approximately 6 inches apart. END OF SECTION F62142SO7530 07530-8 March 2009 City of Fort worth Westside WTP Project SECTION 07605 FLASHING AND SHEET METAL FABRICATIONS PART L GENERAL 1.01 SUMMARY A. Section Includes, but is not limited to: 1. Prefinished sheet metal coping, flashing and trim exposed to view. 2. Prefinished sheet metal scuppers, leaders, gutters and downspouts. 3. Galvanized sheet metal flashing and trim not exposed to view. 4. Fasteners and attachment devices. 5. Coatings and slip sheets to isolate sheet metal from dissimilar materials. B. Related Sections Include, but not limited to: 1. Metal Fabrications: Division 5. 2. Miscellaneous Carpentry: Division 6. 3. Single Ply Membrane Roofing: Elsewhere in Division 7. 4. Roof Accessories: Elsewhere in Division 7. 5. Joint Sealers: Elsewhere in Division 7. 6. Mechanical: Division 15. 7. Electrical: Division 16. 1.02 SUBMITTALS A. Product Data: Manufacturer's technical information and installation instructions, in sufficient detail to demonstrate products comply with contract documents. B. Shop Drawings: Detailed drawings clearly indicating component profiles, joints, transitions, fastening methods, and relationship of flashing materials to adjacent construction. C. Provide additional data and/or samples as required by the Architect. D. Provide actual metal material factory finish system samples for color selection. Printed color charts or photo reproductions of colors are not acceptable. F62142S07605 07605-1 March 2009 City of Fort Worth Westside WTP Project 1.03 QUALITY ASSURANCE A. Installer: A company familiar with installing products included in this section and which has N%nwl completed at least 20 installations similar in scope to work included in this section. B. Quality Standard: Fabricate and install sheet metal work in accordance with SheetMetal and Air Conditioning Contractors' National Association, Inc. (SMACNA) "Architectural Sheet Metal Manual" Fifth Edition, unless specifically indicated otherwise. PART 2: PRODUCTS 2.01 PREFINISHED STEEL MATERIAL A. Provide preformed and prefmished manufactured panels for fascia and soffit panels and for equipment screens with all necessary accessory items, for both new construction and remedial work on existing systems. 1. Provide panel thickness recommended by the manufacturer for the application, but not less than 24 gage. 2. Provide preformed and prefmished manufactured panels with profile, pattern, sizes and configuration to match similar installation locations on the existing building and existing equipment screens. B. Provide prefmished sheet material for fabrication of indicated and/or necessary accessory items such as but not limited to, copings, fascia panels, flashings, trim, gutters, scuppers, leader heads, gutters and downspouts. N%W.01 1. Provide panel thickness recommended by the manufacturer for the fabrication application, but not less than 20 gage. C. Fluoropolymer Finish: 1. Pretreatment: Caustic etch and conversion coating, each followed by water rinse. 2. Primer: Manufacturer—s standard corrosion inhibiting wash coat. 3. Finish coat: 70 percent "Kynar 500" or "Hylar 5000" resin finish coat, minimum 0.8 mil ( 0.02 mm) thick; bake to cure. 4. Color: Finish color shall match that of similar prefmished metal on the existing building and/or equipment screens, whether that color is included in the selected manufacturer—s standard available colors or not. 2.02 GALVANIZED STEEL SHEET A. Galvanized Steel Sheet: ASTM A 653/A 653/M-96 and A 924/A 924/M96a, commercial quality, G90 hot -dip galvanized. Provide "Paint Grip" galvanized metal in all locations exposed to view or indicated to be painted. Minimum thickness: 24 gage (0.0239 inch) (0.607 mm) unless indicated otherwise. P62142S07605 07605-2 March 2009 City of Fort Worth Wemide WTP Project 2.03 ACCESSORY MATERIALS A. Sheet Metal Fasteners: Corrosion -resistant metal material compatible with the material being fastened, or other material recommended by sheet metal manufacturer. Match finish and color of exposed fastener heads to finish and color of sheet material being fastened. B. Sealant: As specified elsewhere in Division 7. 1. Use noncuring type for concealed joints. 2. Use nonsag elastomeric type for exposed joints. C. Bituminous Coating: Heavy bodied, sulfur -free, asphalt -based paint; FS TT-C-494. D. Solder: ASTM B 32, 50150 tin -lead, rosin flux unless recommended otherwise by sheet metal manufacturer. 2.04 FABRICATION - GENERAL A. Form sheet metal to match profiles indicated, substantially free from oil -canning, fish -mouths, and other defects. B. Comply with SMACNA "Architectural Sheet Metal Manual' for applications indicated. C. Provide for thermal expansion of exposed sheet metal work exceeding 15 feet (4.56 m) running length. 1. Flashing and trim: Provide movement joints at maximum spacing of 10 feet (3.05 m); no joints allowed within 2 feet (0.608 m) of comer or intersection. 2. Cover joints in continuous copings and similar fabrications with matching plates 4" wide with two continuous strips of sealant each side of joint. D. Conceal fasteners and expansion provisions wherever possible. 1. Exposed fasteners are not allowed on faces of sheet metal exposed to public view. E. Form a 2-inch (13 mm) hem on underside of exposed edges. F. Fabricate cleats and attachment devices from same material as sheet metal component being anchored or from compatible, noncorrosive metal recommended by sheet metal manufacturer. 1. Gage: As recommended by SMACNA or metal manufacturer for application, but in no case less than gage of metal being secured. PART 3: EXECUTION 3.01 EXAIVIINATION A. Examine substrates and conditions under which products of this section are to be installed and Nwool verify that work may properly commence. Do not proceed with the work until unsatisfactory conditions have been fully resolved. F62142SO7605 07605-3 March 2009 City of Fort Worth Westside WTP Project Verify that nailers, blocking, and other attachment provisions for sheet metal work are properly located and securely fastened to resist effects of wind and thermal stresses. 3.02 PREPARATION A. Verify shapes and dimensions of surfaces to be covered before fabricating sheet metal. B. Isolate dissimilar metals by means of a heavy bituminous coating, approved paint coating, adhered polyethylene sheet, or other means approved by the Architect. 3.03 FABRICATED JOINTS A. General: Comply with sheet metal manufacturer's installation methods and recommendations in the SMACNA "Architectural Sheet Metal Manual." B. Sealed Joints: Form minimum 1-inch (25 mm) hooked joints and embed flange into sealant or adhesive. Form metal to completely conceal sealant or adhesive. 1. Moving joints: When ambient temperature is moderate (40-70 degrees F) (4 - 20 degrees Celsius) at time of installation, set joined members for 50 percent movement either way. Adjust setting position of joined members proportionally for temperatures above 70 degrees F (20 degrees Celsius). Do not install sealant at temperatures below 40 degrees F (4 degrees Celsius). Refer to section on sealants elsewhere in Division 7 for handling and installation requirements for joint sealers. C. Soldered Joints: Typically provide full soldered joints for galvanized metal fabrications. Clean surfaces to be soldered, removing oils and foreign matter. Properly tin each surface to be joined and complete the soldered joint. 3.04 CLEANING AND PROTECTION A. Repair or replace work which is damaged or defaced, as directed by the Architect. B. Remove from sheet metal surfaces any debris or substances which will inhibit uniform weathering. C. Protect sheet metal work as recommended by the installer so that completed work will be clean, secured, and without damage at substantial completion. END OF SECTION F62142SO7605 07605-4 March 2009 City of Fort Worth Westside WTP Project SECTION 07700 ROOF SPECIALTIES AND ACCESSORIES PART L GENERAL 1.01 SUMMARY A. Section Includes, but is not limited to: 1. Perimeter curbs for roof openings and pipe penetrations. 2. Penetration Seals. B. Unless specifically indicated otherwise, provide all roof curbs necessary for support of all M&E and refrigeration items which are mounted upon and/or penetrate the roof surface. 1. Provide roof curbs for all roof mounted or roof penetration items necessary for completion of the work. 2. Additionally, provide roof curbs for all roof mounted equipment and/or its supporting structure, and for all roof penetrations and/or projecting items larger then 2" in any dimension. C. The Contractor shall thoroughly review the mechanical & electrical documents and provide the necessary count, sizes and locations of manufactured roof curbs for roof penetrations, and for proper support of roof mounted items provided under Divisions 15 and 16, and not specifically indicated on the roof plan. D. Related Sections Include, but not limited to: 1. Miscellaneous Carpentry: Division 6. 2. APP Modified Bitumen Roofing: Elsewhere in Division 7. 3. Joint Sealers: Elsewhere in Division 7. 4. Painting: Division 9. 5. Mechanical: Division 15. 6. Electrical: Division 16. 1.02 REFERENCES Editions current with date of contract: A. NRCA Roofing and Waterproofing Manual, Fourth Edition, National Roofing Contractor's Association. B. Architectural Sheet Metal Manual; Sheet Metal and Air Conditioning Contractors' National Association, Inc. (SMACNA). C. ASTM A 36/A 36M -- Standard Specification for Carbon Structural Steel. F62142507700.doc 07700-1 March 2009 City of Fort Worth Westside WTP Project D. ASTM A 123 — Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Product. E. ASTM A 526/A 526M -- Standard Specification for Steel Sheet, Zinc -Coated (Galvanized) by the Hot -Dip Process, Commercial Quality. F. ASTM A 527/A 527M -- Standard Specification for Steel Sheet, Zinc -Coated (Galvanized) by the Hot -Dip Process, Lock -Forming Quality. G. ASTM A 570/A 570M-- Standard Specification for Steel, Sheet and Strip, Carbon, Hot -Rolled, Structural Quality. H. AWPB LP-2— American Wood Preservers Bureau Quality Control and Inspection Procedures for Softwood Lumber, Timber and Plywood Pressure Treated with Waterbome Preservatives for Above Ground Use; American Wood Preservers Bureau. 1.03 QUALITY ASSURANCE. A. Provide products from one of the manufacturers indicated. B. Curbs available from M&E equipment manufacturers not conforming to the requirements of this section and field or shop fabricated curbs and/or accessories are not acceptable. 1.04 PERFORMANCE REQUIREMENTS A. Structural Requirements: Design and install work of this section, including attachment to the structure, to safely withstand dead load and live loads prescribed by the governing building code. B. Environmental Requirements: Provide for expansion and contraction of system components due to air temperature and solar heat gain. Provide systems which will accommodate movement due to temperature change without buckling, failure of seals, undue stress on structural elements, reduction of performance, or other detrimental effects. Anticipated air temperature range: 20 degrees F, to 120 degrees F. 1.05 COORDINATION A. Coordinate roof accessory sizes and locations for roof opening framing. 1.06 SUBMITTALS A. Product Data: Manufacturer's specifications, standard details, and installation recommendations. B. Shop Drawings: Submit edited product data or shop drawings, or a combination thereof, as required to accurately describe products to be provided. Show elevations, field measurements, reinforcement, anchorages, expansion provisions, installation accessories, and detail sections of composite members. F62142507700.doc 07700-2 March 2009 City of Fort Worth Westside WTP Project 1. Manufactured curbs: Indicate sizes and weights of equipment to be supported. Provide engineering calculations, test results on standard curb units, or engineering 144ow, data to substantiate that curbs can support equipment safely. C. Coordination Drawings: Submit coordination drawings for items interfacing with, or supporting refrigeration, mechanical or electrical equipment, ductwork, piping, or conduit and the like. Indicate dimensions and locations of items provided under this section, together with relationships and methods of attachment to adjacent construction and to Mechanical/Electrical items. 1. Submittal data for this Section shall be submitted concurrently with submittal data for Roofing. D. Coordinate dimensional locations of structural support framing with the size, configuration and locations for roof curbs and accessories provided. As a part of the submittal data, provide written confirmation that this required coordination has been accomplished for sizes and quantities of roof curbs and accessories. E. Provide additional data and/or samples as required by the Architect. PART 2: PRODUCTS 2.01 GENERAL A. As part of the work under this section provide all items necessary to produce a complete, Iftow durable and proper installation, including but not limited to fasteners; adhesives, industry standard installation components and/or standard or optional installation components and accessories available from or recommended by the manufacturer(s) for the substrates, conditions and assemblies involved. 2.02 MATERIALS A. Aluminum Sheet: ASTM B 209; alloy and temper to suit specified finishes. B. Steel Sheet: ASTM A 570. C. Galvanized Steel Sheet: ASTM A 526 or A 527, minimum G90 coating. D. Hot -Dip Galvanizing (fabricated products and hardware): ASTM A 123. E. Fasteners: For attachment of roof accessories to supporting structure: Hot -dip galvanized zinc plated or cadmium plated steel, or stainless steel. 2. For steel and galvanized steel: Hot -dip galvanized steel. F. Steel for Structural Supports and Reinforcements: ASTM A 36, hot -dip galvanized after fabrication in accordance with ASTM A 123. G. Isolation Coatings: F62142507700.doe 07700-3 March 2009 City of Fort Worth Westside WTP Project 1. Zinc molybdate alkyd primer: FS TT-P-645. 2. Bituminous coating: FS TT-C-494, Type II. 2.03 PENETRATION SEAL A. Manufacturer: Provide products equal to those produced by: 1. Chem Link, Advanced Architectural Products, (800) 826-1681. B. Provide Chem Curb System for identified penetrations and all penetrations traditionally flashed with pitch pans. Do Not use pitch pans. 1. Premanufactured Curb: Exterior forms, shaped as rings, straights, and comers. Available in fireproof polymer cement or black structural urethane. 2. Sealant: M-1 Structural Sealant: For bonding, sealing, and priming. Self-fixturing, moisture cure mastic, grey or black. 3. Pourable Sealer: Self -leveling, horizontal application. a. Pro Pack, two-part urethane pourable sealer, 100% solid rubber, thermosetting, no V.O.C. , black. b. 1-Part, one -part moisture cure pourable sealer, 100% solid rubber, no V.O.C., light grey. PART 3: EXECUTION 3.01 EXAMINATION A. Verify that substrates and openings are rigidly set, at proper lines and elevation, properly sized, and ready to receive units. B. Do not proceed with installation until conditions detrimental to proper installation have been corrected. C. Coordinate installation with roofing work and other adjacent elements of building envelope to ensure watertight construction. 3.02 PREPARATION A. Coat contact surfaces of dissimilar metals with one or more coats of isolation coating. 1. The following metals are not considered dissimilar: aluminum, stainless steel, cadmium, and zinc. B. Apply one 15-mil dry film thickness coat of bituminous isolation coating to metal surfaces other than galvanized steel which will be in contact with cementitious materials. F62142507700.doc 07700-4 March 2009 City of Fort Worth Westside WTP Project 3.03 MANUFACTURED ROOF ACCESSORIES N%00' A. General: Comply with manufacturer's instructions and recommendations. Coordinate with installation of roof deck, opening supports, and other substrates to receive accessory units, and with roof insulation, roofing and flashing; as necessary to ensure that each element of the work performs properly, and that combined elements are waterproof and weathertight. Anchor units by welding securely to supporting structural members, adequate to withstand lateral and thermal stresses as well as inward and outward loading pressures. Roof deck shall lap over base flanges of roof curb and be tack welded to flanges. B. Except as otherwise required, install roof accessory items in accordance with construction details of "NRCA Roofing and Waterproofing Manual" current edition. Provide all blocking, steel support angels, and treated wood hailers necessary for complete installation. C. Provide perimeter roof curbs for all roof mounted equipment and other items which penetrate the roof surface. The Contractor will coordinate the requirements necessary for furnishing of curbs, supports and roof penetration accessories for roof mounted items required under Divisions 15 and 16. Provide manufactured pipe supports to support gas piping on roof. Install at spacing indicated on drawings, not to exceed 10'-0" on center. 2. Provide Chem Curb penetration seals as indicated on drawings and at all penetrations traditionally flashed with pitch pans. Do Not use pitch pan flashing. Material Isolation: Where metal surfaces of units are to be installed in contact with non -compatible metal or corrosive substrates, including wood, apply bituminous coating on concealed metal surfaces, or provide other permanent separation acceptable to the Architect. 3.04 INSTALLATION A. Unless specifically indicated otherwise all installations shall be in accordance with manufacturer's instructions, except where more stringent requirements are indicated or specified, and except where project conditions require extra precautions or provisions to ensure satisfactory performance of the work. B Install products in correct location, plumb, level and true, without warp or twist. C. Set pipe support roller curbs directly on roof membrane after removing any existing ballast, no support pads are required. Adjust heights of mounting channels to slope piping as required by specification section Gas Piping System. D. Set Chem Curb forms in structural sealant directly to roof membrane, also seal base of penetration with structural sealant. Fill inside of curb forms with pourable sealer, either one part or two-part, forming 2" deep waterproof rubber seal. Wire brush pipes and penetrations to remove plastic cement and asphalt. F62142507700.doc 07700-5 March 2009 City of Fort Worth Westside WTP Project 3.05 CLEANING AND PROTECTION A. Wash exposed surfaces using mild detergent; thoroughly clean inside corners. N%00111 B. Touch up marred or abraded areas of finished elements. If satisfactory touch-up cannot be accomplished, remove and replace element. END OF SECTION F62142507700.doc 07700-6 March 2009 City of Fort worth westsidc wTP Project SECTION 07840 FUZESTOPPING PART 1: GENERAL 1.01 SUMMARY A. Section Includes Through -penetration firestopping systems for penetrations through fire -resistance -rated constructions, including both empty openings and openings containing penetrating items. Fire -resistive joint systems for head -of -wall joints. 1.02 PERFORMANCE REQUIREMENTS A. Through -Penetration Firestop Systems 1. General: For penetrations through fire -resistance -rated constructions, including both empty openings and openings containing penetrating items, provide through -penetration firestop systems that are produced and installed to resist spread of fire according to requirements indicated, resist passage of smoke and other gases, and maintain original fire -resistance rating of construction penetrated. 2. Rated Systems: Provide through -penetration firestop systems with the following ratings determined per ASTM E 814: NNW a. F-Rated Systems: Provide through -penetration firestop systems with F-ratings required but not less than that equaling or exceeding fire -resistance rating of constructions penetrated. b. T-Rated Systems: For the following conditions, provide through -penetration firestop systems with T-ratings required, as well as F-ratings, where systems protect penetrating items exposed to potential contact with adjacent materials in occupiable floor areas: 1) Penetrations located outside wall cavities. 2) Penetrations located outside fire -resistive shaft enclosures. For through -penetration firestop systems exposed to view, traffic, moisture, and physical damage, provide products that, after curing, do not deteriorate when exposed to these conditions both during and after construction. a. For piping penetrations for plumbing and wet -pipe sprinkler systems, provide moisture -resistant through -penetration firestop systems. b. For penetrations involving insulated piping, provide through -penetration firestop systems not requiring removal of insulation. B. Fire -Resistive Joint Systems General: Provide fire -resistive joint systems that are produced and installed to resist spread of fire according to requirements for joints, resist passage of smoke and other gases, and maintain original fire -resistance rating of assembly in which fire -resistive joint systems are installed. F62142507840.doc 07840-1 March 2009 City of Fort Worth Westside WTP Project 2. Joint Systems in and between Fire -Resistance -Rated Constructions: Provide systems with assembly ratings equaling or exceeding the fire -resistance ratings of construction indicated as determined by UL 2079. C. Firestop Systems Exposed To View 1. Where firestop systems are required to have same Class A finish rating as wall and ceiling finishes in which firestop systems are installed provide products with flame -spread and smoke - developed indexes of less than 25 and 450, respectively, as determined per ASTM E 84. 2. At interior locations provide paintable sealant material. 3. At exterior locations provide material matching exterior mortar color. 1.03 SUBMITTALS A. Product Data 1. For each product required. B. Shop Drawings 1. For each firestop system: a. Submit documentation, including illustrations, from a qualified testing and inspecting agency, showing each type of construction condition, relationships to adjoining construction, and type of firestop item. C. Field Quality -Control Test Reports 1.04 QUALITY ASSURANCE A. Installer Qualifications 1. A firm that has been approved by FMG according to FMG 4991, "Approval of Firestop Contractors." B. Installation Responsibility 1. Assign installation of through -penetration firestop systems and fire -resistive joint systems in Project to a single qualified installer. C. Fire -Test -Response Characteristics 1. Provide firestop systems that comply with the following requirements and those specified in Part 1 "Performance Requirements" Article. a. Firestopping tests are performed by a qualified testing and inspecting agency. A qualified testing and inspecting agency is UL or another agency performing testing and follow-up inspection services for firestop systems acceptable to authorities having jurisdiction. b. Through -penetration firestop systems are identical to those tested per testing standard referenced in "Part 1 Performance Requirements" Article. Provide rated systems bearing classification marking of qualified testing and inspecting agency. C. Fire -resistive joint systems are identical to those tested per methods indicated in Part 1 "Performance Requirements" Article and comply with the following: F62142S07840.doc 07840-2 March 2009 City of Fort Worth Westside WTP Project 1) Fire -resistive joint system products bear classification marking of qualified testing and inspecting agency. '*4✓ 2) Fire -resistive joint systems correspond to those required by referencing system designations of the qualified testing and inspecting agency. D. Coordination Coordinate construction of joints, openings and penetrating items to ensure that firestop systems are installed according to requirements specified by firestop system manufacturer. E. Concealed Installations Do not cover up firestop systems installations that will become concealed behind other construction until inspecting agency and building inspector of authorities having jurisdiction have examined each installation. PART 2: PRODUCTS 2.01 FIRESTOPPING A. Products 1. Subject to compliance with requirements, select and provide firestopping products for each fire - resistance -rated construction indicated and in accordance with 'Part 1 Performance Requirements" Article. B. Compatibility 1. Provide firestop systems that are compatible with one another; with joint substrates, with the substrates forming openings; and with the items, if any, penetrating through -penetration firestop systems, under conditions of service and application, as demonstrated by through -penetration firestop system manufacturer based on testing and field experience. C. Accessories Provide components for each firestop system, including primers and forming materials, that are needed to install fill materials and to comply with Part 1 "Performance Requirements" Article. Use only components specified by firestop system manufacturer and approved by qualified testing and inspecting agency for firestop systems required. PART 3: EXECUTION 3.01 INSTALLATION A. Through -Penetration Firestop Systems 1. General: Install through -penetration firestop systems to comply with Part 1 "Performance Requirements" Article and with firestop system manufacturer's written installation instructions and published drawings for products and applications required. 2. Install forming/dammingfbacking materials and other accessories of types required to support fill materials during their application and in the position needed to produce cross -sectional shapes and depths required to achieve fire ratings indicated. a. After installing fill materials and allowing them to fully cure, remove combustible forming materials and other accessories not indicated as permanent components of firestop systems. F62142507840.doc 07840-3 March 2009 City of Fort Worth Westside WTP Project 3. Install fill materials for firestop systems by proven techniques to produce the following results: Fill voids and cavities formed by openings, forming materials, accessories, and penetrating items as required to achieve fire -resistance ratings indicated. N%Mle b. Apply materials so they contact and adhere to substrates formed by openings and penetrating items. For fill materials that will remain exposed after completing Work, finish to produce smooth, uniform surfaces that are flush with adjoining finishes. 4. Identification: Identify through -penetration firestop systems with preprinted metal or plastic labels. Attach labels permanently to surfaces adjacent to and within 6 inches of edge of the firestop systems so that labels will be visible to anyone seeking to remove penetrating items or firestop systems. Use mechanical fasteners for metal labels. Include the following information on labels: a. The words "Warning - Through -Penetration Firestop System - Do Not Disturb. Notify Building Management of Any Damage." b. Contractor's name, address, and phone number. C. Through -penetration firestop system designation of applicable testing and inspecting agency. d. Date of installation. e. Through -penetration firestop system manufacturer's name. f. Installer's name. B. Fire -Resistive Joint Systems N%U0.1 Install fire -resistive joint systems to comply with Part 1 "Performance Requirements" Article and fire -resistive joint system manufacturer's written installation instructions for products and applications required. 2. For fill materials that will remain exposed after completing Work, finish to produce smooth, uniform surfaces that are flush with adjoining finishes. 3.02 FIELD QUALITY CONTROL A. Inspecting Agency Engage a qualified independent inspecting agency to inspect firestops. Independent inspecting agency shall comply with ASTM E 2174 requirements including those related to qualifications, conducting inspections, and preparing test reports. B. Testing Services 1. Inspecting of completed installations of firestopping systems shall take place in successive stages as installation of firestopping systems proceeds. Do not proceed with installation of systems for the next area until inspecting agency determines completed work shows compliance with requirements. a. Inspecting agency shall state in each report whether inspected firestop systems comply with or deviate from requirements. F62142507840.doc 07840-4 March 2009 City of Fort worth Westside WTP Project 2. Remove and replace firestop systems where inspections indicate that they do not comply with specified requirements. 3. Proceed with enclosing firestop systems with other construction only after inspection reports are issued and firestop systems comply with requirements. END OF SECTION F62142507840,doc 07840-5 March 2009 City of Fort Worth Westside WTP Project SECTION 07920 JOINT SEALANTS PART L GENERAL 1.01 SUMMARY A. Section Includes 1. Joint sealants for the following applications, including those specified by reference to this Section: a. Exterior joints in vertical surfaces and non -traffic horizontal surfaces: 1) Control joints in cast -in -place concrete: Elastomeric joint sealant ES—S3 or ES-S4, match concrete color. 2) Expansion joints in cast -in -place concrete: Elastomeric joint sealant ES—S3, match concrete color. 3) Joints between precast concrete units: Elastomeric joint sealant ES—S3, match precast concrete color. 4) Control joints in unit masonry: Elastomeric joint sealant ES—S3 or ES-S4, match mortar color. 5) Expansion joints in unit masonry: Elastomeric joint sealant ES—S3, match mortar color. +w, 6) Perimeter joints between precast concrete units and metal frames of doors and windows: Elastomeric joint sealant ES-S 1, match precast concrete color. 7) Perimeter joints between unit masonry and metal frames of doors and windows: Elastomeric joint sealant ES-S4, match mortar color. 8) Joints between EIFS: Elastomeric joint sealant ES—S3, match EIFS color. 9) Perimeter joints between EMS and metal frames of doors and windows: Elastomeric joint sealant ES—S3, match EIFS color. 10) Perimeter joints between EIFS and cast stone sills or adjoining materials. b. Interior joints in vertical surfaces and nontraffic horizontal surfaces: 1) Joints between precast concrete units: Elastomeric joint sealant ES—S3, match precast concrete color. 2) Control joints in unit masonry: Elastomeric joint sealant ES—S3 or ES-S4, match mortar color. 3) Expansion joints in unit masonry: Elastomeric joint sealant ES—S3, match mortar color. 4) Perimeter joints between precast concrete units and metal frames of doors and windows: Elastomeric joint sealant ES-S 1, match precast concrete color e. 5) Perimeter joints between unit masonry and metal frames of doors and windows: Elastomeric joint sealant ES-S4, match mortar color. 6) Control joints in ceramic tile: Elastomeric joint sealant ES-S5, match grout color. F62142SO7920 07920-1 March 2009 City of Fort Worth Westside WTP Project 7) Sealing around toilet fixtures: Elastomeric joint sealant ES-S5, match toilet fixture color. 8) Fiberglass reinforced panel joints, general areas: Elastomeric joint sealant ES-S 1, where sealant is exposed match panel color. N%mo, 9) Fiberglass reinforced panel joints, food processing areas: Elastomeric joint sealant ES-S5, where sealant is exposed match panel color. 10) Joints in field -painted vertical and overhead surfaces in gypsum board: Latex joint sealant. Match color of paint topcoat. 11) Joints between plumbing fixtures and adjoining floors and counters: Elastomeric joint sealant ES-S5, transparent (clear) C. Interior joints in horizontal traffic surfaces: 1) Control joints in ceramic tile flooring: Elastomeric joint sealant ES-S3, match grout color. d. Joint -sealant applications not indicated will be selected by the Architect from eastomeric products indicated in Part 2. B. Related Sections 1. Division 3 Section "Cast -In -Place Concrete" for filling joints in interior floor slabs. 2. Division 4 Section "Unit Masonry Assemblies" for masonry control and expansion joint fillers and gaskets. 3. Division 7 Section "Aluminum Panel Systems" for sealing joints in aluminum panel systems. 4. Division 8 Section "Glass and Glazing" for glazing sealants. 5. Division 9 Section "Gypsum Board Assemblies" for sealing perimeter joints of gypsum board partitions to reduce sound transmission. 1.02 PRECONSTRUCTION TESTING A. Preconstruction Compatibility and Adhesion Testing 1. Submit to joint -sealant manufacturers, for testing indicated below, samples of materials that will contact or affect joint sealants. a. Use ASTM C 1087 to determine whether priming and other specific joint preparation techniques are required to obtain rapid, optimum adhesion of joint sealants to joint substrates. b. Submit not fewer than eight pieces of each type of material, including joint substrates, shims, joint -sealant backings, secondary seals, and miscellaneous materials. C. Schedule sufficient time for testing and analyzing results to prevent delaying the Work. d. For materials failing tests, obtain joint -sealant manufacturer's written instructions for corrective measures including use of specially formulated primers. B. Testing will not be required if joint -sealant manufacturers submit joint preparation data that are based on previous testing of current sealant products for adhesion to, and compatibility with, joint substrates and other materials matching those submitted. C. Preconstruction Field -Adhesion Testing Nftmol F62142SO7920 07920-2 March 2009 City of Fort Worth Westside WTP Project 1. Before installing elastomeric sealants, field test their adhesion to Project joint substrates as follows: Ift"" a. Locate test joints where indicated on Project or, if not indicated, as directed by Architect. b. Conduct field tests for each application indicated below: 1) Each kind of elastomeric sealant and joint substrate indicated. C. Notify Architect seven days in advance of dates and times when test joints will be erected. d. Arrange for tests to take place with joint -sealant manufacturer's technical representative present. 1) Test Method: Test joint sealants according to Method A, Field -Applied Sealant Joint Hand Pull Tab, in Appendix X1 in ASTM C 1193. 2) For joints with dissimilar substrates, verify adhesion to each substrate separately; extend cut along one side, verifying adhesion to opposite side. Repeat procedure for opposite side. e. Report whether sealant failed to adhere to joint substrates or tore cohesively. Include data on pull distance used to test each kind of product and joint substrate. For sealants that fail adhesively, retest until satisfactory adhesion is obtained. f. Evaluation of Preconstruction Field -Adhesion -Test Results: Sealants not evidencing adhesive failure from testing, in absence of other indications of noncompliance with requirements, will be considered satisfactory. Do not use sealants that fail to adhere to joint substrates during testing. 1.03 SUBMITTALS ,%nor A. Product Data 1. For each joint -sealant product indicated. B. Samples for Verification 1. For each kind and color of joint sealant required, provide Samples with joint sealants in 1/2- inch- wide joints formed between two 6-inch- long strips of material matching the appearance of exposed surfaces adjacent to joint sealants. 2. Provide all other exterior material samples prior or concurrent with sealant color samples for color selection verification. 3. After sealant color approval, install exterior sealant in joints provided in masonry mock-up for final approval. C. Preconstruction Compatibility and Adhesion Test Reports 1. From sealant manufacturer, indicating the following: a. Materials forming joint substrates and joint -sealant backings have been tested for compatibility and adhesion with joint sealants. b. Interpretation of test results and written recommendations for primers and substrate preparation needed for adhesion. D. Product Test Reports F62142SO7920 07920-3 March 2009 City of Fort Worth Westside WTP Project 1. Based on evaluation of comprehensive tests performed by a qualified testing agency, indicating that sealants comply with requirements. E. Preconstruction Field -Adhesion Test Reports N%W101 1. Indicate which sealants and joint preparation methods resulted in optimum adhesion to joint substrates based on testing specified in "Preconstruction Testing" Article. 1.04 QUALITY ASSURANCE A. Source Limitations 1. Obtain each kind of joint sealant through one source from a single manufacturer. B. Product Testing 1. Test joint sealants using a qualified testing agency. a. Testing Agency Qualifications: An independent testing agency qualified according to ASTM C 1021 to conduct the testing indicated. b. Test elastomeric joint sealants for compliance with requirements specified by reference to ASTM C 920, for adhesion and cohesion under cyclic movement, adhesion -in -peel, and indentation hardness. 1.05 PROJECT CONDITIONS A. General 1. Do not proceed with installation of joint sealants under the following conditions: a. When ambient and substrate temperature conditions are outside limits permitted by joint -sealant N%W101 manufacturer. b. When joint substrates are wet. C. Where joint widths are less than those allowed by joint -sealant manufacturer for applications indicated. d. Where Contaminants capable of interfering with adhesion have not yet been removed from joint substrates. PART 2: PRODUCTS 2.01 GENERAL A. As part of the work under this contract provide all items necessary to produce a complete, durable and proper installation, including but not limited to fasteners; adhesives, industry standard installation components and/or standard or optional installation components and accessories available from or recommended by the manufacturer(s) for the substrates, conditions and assemblies involved. 2.02 MANUFACTURERS A. Basis -of -Design Products: To establish the significant qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics for purposes of evaluating comparable products of other manufacturers, a specific manufacturer's product is named and accompanied by the words "basis of design," including N%W101 F62142SO7920 07920-4 March 2009 City of Fort Worth Westside WTP Project make or model number or other designation. Subject to compliance with requirements, provide either the named products or equal products. \`'e 2.03 MATERIALS, GENERAL A. Compatibility: Provide joint sealants, backings, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by sealant manufacturer, based on testing and field experience. 2.04 ELASTOMERIC JOINT SEALANTS A. Elastomeric Sealants 1. Comply with ASTM C 920 and other requirements indicated for each liquid -applied chemically curing sealant specified, including those referencing ASTM C 920 classifications for type, grade, class, and uses related to exposure and joint substrates. B. Stain -Test -Response Characteristics 1. Where elastomeric sealants are specified to be nonstaining to porous substrates, provide products that have undergone testing according to ASTM C 1248 and have not stained porous joint substrates indicated for Project. C. ES-S1 Single -Component Nonsag Neutral -Curing Silicone Sealant: 1. Basis -of -Design Product: Dow Corning Corporation; 756 SMS.. 2. Type and Grade: S (single component) and NS (nonsag)- 3. Class: 50. 4. Use Related to Exposure: NT (nontraffic). D. ES-S2 Single -Component Pourable Neutral -Curing Silicone Sealant: 1. Basis -of -Design Product: Dow Corning Corporation; 890-SL. 2. Type and Grade: S (single component) and P (pourable). 3. Class: 100150. 4. Use Related to Exposure: T (traffic). E. ES-S3 Single -Component Neutral -Curing Silicone Sealant: 1. Basis -of -Design Product: Dow Corning Corporation; 790. 2. Type and Grade: S (single component) and NS (nonsag). 3. Class:100150. 4. Use Related to Exposure: T (traffic). 5. Stain -Test -Response Characteristics: Nonstaining to porous substrates. F. ES-S4 Single -Component Neutral -Curing Silicone Sealant: 1. Basis -of -Design Product: Dow Corning Corporation; 795. '..i 2. Type and Grade: S (single component) and NS (nonsag). F62142SO7920 07920-5 March 2009 City of Fort worth Westside WTP Project 3. Class: 50. 4. Use Related to Exposure: NT (nontraffic). 5. Stain -Test -Response Characteristics: Nonstaining to porous substrates. G. ES-S5 Single -Component Mildew -Resistant Acid -Curing Silicone Sealant: 1. Basis -of -Design Product: Dow Corning Corporation; 786 Mildew Resistant. 2. Type and Grade: S (single component) and NS (nonsag). 3. Class: 25. 4. Use Related to Exposure: NT (nontraffic). H. ES-U1 Single -Component, Self -Leveling, Urethane Joint Sealant: 1. Basis -of -Design Product: Tremco Incorporated; Vulkem 45. 2. Type and Grade: S (single component) and P (pourable). 3. Class: 25. 4. Use Related to Exposure: T (traffic). 2.05 LATEX JOINT SEALANTS A. Acrylic Latex Or Siliconized Acrylic Latex Sealant 1. Comply with ASTM C 834, Type OP, Grade NF. B. Basis -of -Design Products: 1. Bostik Findley; Chem -Calk 600. 2. Pecora Corporation; AC-20+. 3. Schnee -Morehead, Inc.; SM 8200. 4. BASF Building Systems; Sonolac. 5. Tremco; Tremflex 834. 2.06 JOINT -SEALANT BACKING A. General 1. Provide sealant backings of material that are nonstaining; are compatible with joint substrates, sealants, primers, and other joint fillers; and are approved for applications indicated by sealant manufacturer based on field experience and laboratory testing. B. Cylindrical Sealant Backings 1. ASTM C 1330, Type C (closed -cell material with a surface skin), O (open -cell material), B (bicellular material with a surface skin), or any of the preceding types, as approved in writing by joint -sealant manufacturer for joint application indicated, and of size and density to control sealant depth and otherwise contribute to producing optimum sealant performance: C. Bond -Breaker Tape F62142SO7920 07920-6 March 2009 City of Fort Worth Westside WTP Project 1. Polyethylene tape or other plastic tape recommended by sealant manufacturer for preventing sealant from adhering to rigid, inflexible joint -filler materials or joint surfaces at back of joint. Provide self-adhesive tape where applicable. 2.07 FOAM COMPRESSION SEALS A. Manufacturer's standard preformed continuous foam compression seals to fill voids between refrigerated display cases and adjacent wall surfaces. B. Basis -of -design product: Armacell LLC, AP/Armaflex, 48-inch wide by 18-foot long by 2-inch thick rolls. 1. Meets requirements for resistance to mold growth (UL181), fungi (ASTM G 21 / C 1338), and bacteria (ASTM G 22). 2. Properties: Permanently elastic, mildew resistant, nonmigratory, nonstaining, and compatible with joint substrates and other joint sealants. 3. Flame spread and smoke developed index: 25/50, ASTM E 84. 4. Density: 3.0 to 6.0 lb/cu. ft. 2.08 MISCELLANEOUS MATERIALS A. Primer 1. Material recommended by joint -sealant manufacturer where required for adhesion of sealant to joint substrates indicated, as determined from preconstruction joint -sealant -substrate tests and field tests. B. Cleaners for Nonporous Surfaces 1. Chemical cleaners acceptable to manufacturers of sealants and sealant backing materials, free of oily residues or other substances capable of staining or harming joint substrates and adjacent nonporous surfaces in any way, and formulated to promote optimum adhesion of sealants to joint substrates. C. Masking Tape 1. Nonstaining, nonabsorbent material compatible with joint sealants and surfaces adjacent to joints. PART 3: EXECUTION 3.01 EXAMINATION A. Examine joints indicated to receive joint sealants, with Installer present, for compliance with requirements for joint configuration, installation tolerances, and other conditions affecting joint - sealant performance. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 PREPARATION A. Surface Cleaning of Joints 1. Clean out joints immediately before installing joint sealants to comply with joint -sealant manufacturer's written instructions and the following requirements: F62142SO7920 07920-7 March 2009 City of Fort Worth Westside WTP Project a. Remove all foreign material from joint substrates that could interfere with adhesion of joint sealant, including dust, paints (except for permanent, protective coatings tested and approved for sealant adhesion and compatibility by sealant manufacturer), old joint sealants, oil, grease, 1-ftmoe waterproofing, water repellents, water, surface dirt, and frost. b. Clean porous joint substrate surfaces by brushing, grinding, mechanical abrading, or a combination of these methods to produce a clean, sound substrate capable of developing optimum bond with joint sealants. Remove loose particles remaining after cleaning operations above by vacuuming or blowing out joints with oil -free compressed air. Porous joint substrates include the following: 1) Concrete. 2) Masonry. 3) Unglazed surfaces of ceramic tile. C. Remove laitance and form -release agents from concrete. d. Clean nonporous joint substrate surfaces with chemical cleaners or other means that do not stain, harm substrates, or leave residues capable of interfering with adhesion of joint sealants. Nonporous joint substrates include the following: 1) Metal. 2) Glass. 3) Porcelain enamel. 4) Glazed surfaces of ceramic tile. 2. Joint Priming: Prime joint substrates, where recommended in writing by joint -sealant manufacturer -or as indicated by preconstruction joint -sealant -substrate tests or prior experience. Apply primer to comply with joint -sealant manufacturer's written instructions. Confine primers to areas of joint -sealant bond; do not allow spillage or migration onto adjoining surfaces. Masking Tape: Use masking tape where required to prevent contact of sealant or primer with adjoining surfaces that otherwise would be permanently stained or damaged by such contact or by cleaning methods required to remove sealant smears. Remove tape immediately after tooling without disturbing joint seal 3.03 INSTALLATION OF JOINT SEALANTS A. General Comply with joint -sealant manufacturer's written installation instructions for products and applications indicated, unless more stringent requirements apply. B. Sealant Installation Standard 1. Comply with recommendations in ASTM C 1193 for use of joint sealants as applicable to materials, applications, and conditions indicated. C. Sealant Backings 1. Install sealant backings of kind indicated to support sealants during application and at position required to produce cross -sectional shapes and depths of installed sealants relative to joint 1*ft001 widths that allow optimum sealant movement capability. F62142SO7920 07920-8 March 2009 City of Fort worth westside WI? Project a. Do not leave gaps between ends of sealant backings. b. Do not stretch, twist, puncture, or tear sealant backings. C. Remove absorbent sealant backings that have become wet before sealant application and replace them with dry materials. D. Bond -Breakers 1. Install bond -breaker tape behind sealants where sealant backings are not used between sealants and backs of joints. E. Sealant Installation 1. Install sealants using proven techniques that comply with the following and at the same time backings are installed: a. Place sealants so they directly contact and fully wet joint substrates. b. Completely fill recesses in each joint configuration. C. Produce uniform, cross -sectional shapes and depths relative to joint widths that allow optimum sealant movement capability. F. Tooling of Non -sag Sealants 1. Immediately after sealant application and before skinning or curing begins, tool sealants according to requirements specified in subparagraphs below to form smooth, uniform beads of configuration indicated; to eliminate air pockets; and to ensure contact and adhesion of sealant with sides of joint. a. Remove excess sealant from surfaces adjacent to joints. b. Use tooling agents that are approved in writing by sealant manufacturer and that do not discolor sealants or adjacent surfaces. C. Provide concave joint configuration per Figure 8A in ASTM C 1193, unless otherwise indicated. d. Provide flush joint configuration where indicated per Figure 8B in ASTM C 1193. e. Provide recessed joint configuration of recess depth and at locations indicated per Figure 8C in ASTM C 1193. 1) Use masking tape to protect surfaces adjacent to recessed tooled joints. G. Foam Compression Seals 1. Neatly cut 48-inch wide rolls of foam compression seal material into strips of appropriate width to insure force fit between refrigerated display cases and adjacent wall surfaces. 2. Secure foam compression seals in place with adhesive sealant as indicated on drawings. 3.04 CLEANING A. Clean off excess sealant or sealant smears adjacent to joints as the Work progresses by methods and with cleaning materials approved in writing by manufacturers of joint sealants and of NNW products in which joints occur. 3.05 PROTECTION F62142SO7920 07920-9 March 2009 City of Fort Worth Westside WTP Project A. Protect joint sealants during and after curing period from contact with contaminating substances and from damage resulting from construction operations or other causes so sealants are without deterioration or damage at time of Substantial Completion. If, despite such protection, damage or deterioration occurs, cut out and remove damaged or deteriorated joint sealants immediately so installations with repaired areas are indistinguishable from original work. END OF SECTION F62142SO7920 07920-10 March 2009 DIVISION S DOORS AND WINDOWS City of Fort Worth Westside WTP Project SECTION 08111 STEEL DOORS AND FRAMES PART L GENERAL 1.01 SUMMARY A. Section Includes 1. Standard hollow -metal steel doors and transom panels. 2. Standard hollow -metal steel frames. 3. Standard and fire -rated hollow -metal steel doors and transom panels. 1.02 DEFINITIONS A. Minimum Thickness: Minimum thickness of base metal without coatings. 1.03 SUBMITTALS A. Product Data 1. Include construction details, material descriptions, core descriptions, label compliance, fire - resistance rating, and finishes for each type of steel door and frame specified. B. Shop Drawings 1. In addition to requirements below, provide a schedule of standard steel doors and frames using same reference numbers for details and openings as those on Drawings: 2. Elevations of each door design. 3. Details of doors and transom panels, including vertical and horizontal edge details. 4. Frame details for each frame type, including dimensioned profiles. 5. Details and locations of reinforcement and preparations for hardware. 6. Details of each different wall opening condition. 7. Details of anchorages, accessories, joints, and connections. 8. Details of glazing frames and stops showing glazing. 9. Details of conduit and preparations for electrified door hardware and controls. C. Coordination Drawings 1. Drawings of each opening, including door and frame, drawn to scale and coordinating door hardware. Show elevations of each door design type, showing dimensions, locations of door hardware, and preparations for power, signal, and electrified control systems. 1.04 QUALITY ASSURANCE A. Installer Qualifications 1. An employer of workers trained and approved by manufacturer. F62142SO8111 08111-1 March 2009 City of Fort Worth Westside WTP Project B. Source Limitations 1. Obtain standard steel doors and frames through one source from a single manufacturer. C. Fire -Rated Door Assemblies 1. Assemblies complying with NFPA 80 that are listed and labeled by a qualified testing agency, for fire -protection ratings indicated, based on testing at as close to neutral pressure as possible according to NFPA 252 or UL 10C. 1.05 DELIVERY, STORAGE, AND HANDLING A. Delivery 1. Deliver doors and frames palletized, wrapped, or crated to provide protection during transit and Project -site storage. Do not use nonvented plastic. 2. Deliver welded frames with two removable spreader bars across bottom of frames, tack welded to jambs and mullions. B. Storage 1. Store doors and frames under cover at Project site. Place units in a vertical position with heads up, spaced by blocking, on minimum 4-inch- high wood blocking. Avoid using nonvented plastic or canvas shelters that could create a humidity chamber. a. If wrappers on doors become wet, remove cartons immediately. Provide minimum 1/4-inch space between each stacked door to permit air circulation. 1.06 PROJECT CONDITIONS A. Field Measurements: Verify openings by field measurements before fabrication and indicate measurements on Shop Drawings. 1.07 COORDINATION A. Coordinate installation of anchorages for standard steel frames. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in masonry. Deliver such items to Project site in time for installation. B. Coordinate and provide sizes and locations of rough -ins for electrically operated door hardware and door position sensor switch specified in Section 08712, Finish Hardware. PART 2: PRODUCTS 2.01 GENERAL A. Provide all items necessary to produce a complete, durable and proper installation, including but not limited to fasteners; adhesives, industry standard installation components and/or standard or optional installation components and accessories available from or recommended by the manufacturer(s) for the substrates, conditions and assemblies involved. 2.02 MATERIALS A. Cold -Rolled Steel Sheet 1. ASTM A 1008/A 1008K Commercial Steel (CS), Type B; suitable for exposed applications. F62142SO8111 08111-2 March 2009 City of Fort Worth Westside WTP Project B. Metallic -Coated Steel Sheet 1. ASTM A 653/A 653M, Commercial Steel (CS), Type B; with minimum A40 zinc -iron -alloy (galvannealed) coating designation. C. Frame Anchors 1. Interior Frame Anchors: ASTM A 591/A 591M, Commercial Steel (CS), 40Z coating designation; mill phosphatized. a. Exterior Frame Anchors: Steel sheet complying with ASTM A 1008/A 1008M or ASTM A 1011/A 1011M. After fabricating, hot -dip galvanize units to be built into exterior walls according to ASTM A 153/A 153M, Class B. D. Inserts, Bolts, and Fasteners 1. Provide items to be built into exterior walls, hot -dip galvanized according to ASTM A 153/A 153M. E. Powder -Actuated Fasteners in Concrete 1. Fastener system of type suitable for application indicated, fabricated from corrosion -resistant materials, with clips or other accessory devices for attaching standard steel door frames of type indicated. F. Grout 1. Comply with ASTM C 476, with a slump of 4 inches for standard steel door frames built into concrete or masonry, as measured according to ASTM C 143/C 143M. 14WAV, G. Mineral -Fiber Insulation 1. ASTM C 665, Type I (blankets without membrane facing); consisting of fibers manufactured from slag or rock wool with 6- to 124b/cu. ft. density; with maximum flame -spread and smoke - developed indexes of 25 and 50 respectively; passing ASTM E 136 for combustion characteristics. H. Glazing 1. Comply with requirements in Division 8 Section "Glazing." I. Bituminous Coating 1. Cold -applied asphalt mastic, SSPC-Paint 12, compounded for 15-mil dry film thickness per coat. Provide inert -type noncorrosive compound free of asbestos fibers, sulfur components, and other deleterious impurities. 2.03 STANDARD STEEL DOORS A. General 1. Provide doors of design indicated, not less than thickness indicated; fabricated with smooth surfaces, without visible joints or seams on exposed faces unless otherwise indicated. Comply with ANSI/SDI A250.8. 2. Design: Flush panel. ,"No, 3. Core Construction: Manufacturer's standard core indicated that produces doors complying with ANSVSDI A250.8. F62142SO8111 08111-3 March 2009 City of Fort worth westside wTP Project a. Thermal -Rated (Insulated) Doors: Where indicated, provide doors fabricated with rigid polyurethane core with thermal -resistance value (R-value) of not less than 10.0 (deg F x h x sq. ft./Btu) when tested according to ASTM C 1363. b. Fire Door Core: As required to provide fire -protection ratings indicated. C. Interior Door Core: Vertical steel stiffeners with mineral fiber fill. 4. Vertical Edges for Single -Acting Doors: Edge profile in accordance with manufacturer's standard for the Model specified. a. Beveled Edge: 1/8 inch in 2 inches. 5. Top and Bottom Edges: Closed with flush or inverted 0.042-inch- thick end closures or channels of same material as face sheets. 6. Tolerances: Comply with SDI 117, "Manufacturing Tolerances for Standard Steel Doors and Frames." B. Exterior Doors 1. Face sheets fabricated from metallic -coated steel sheet. Provide doors complying with requirements indicated below by referencing ANSUSDI A250.8 for level and model and ANSUSDI A250.4 for physical -endurance level: a. Level 3 and Physical Performance Level A (Extra Heavy Duty), Model 2 (Seamless) MSG No. 16 gage, (0.053-inch-thick) uncoated steel faces. C. Interior Doors 1. Face sheets fabricated from cold -rolled steel sheet. Provide doors complying with requirements Nftwole indicated below by referencing ANSI/SDI A250.8for level and model and ANSIISDI A250.4 for physical -endurance level: a. Unless Otherwise Indicated: Level 3 and Physical Performance Level A (Extra Heavy Duty), Model 1 (Full Flush), MSG No. 16, (0.053-inch-thick), uncoated steel faces. 2. Metallic -coated steel sheet where indicated. D. Hardware Reinforcement 1. Fabricate according to ANSUSDI A250.6 with reinforcement plates from same material as door face sheets E. Concealed Stiffeners and Hardware Reinforcement 1. Fabricate concealed stiffeners and hardware reinforcement from either cold- or hot -rolled steel sheet. 2.04 STANDARD STEEL FRAMES A. General 1. Comply with ANSI/SDI A250.8and with details indicated for type and profile. 2. Fabricate frames with mitered or coped and continuously welded comers and seamless face joints. 3. Fabricate from metallic -coated steel sheet. F62142SO8111 08111-4 March 2009 City of Fort Worth Westside WTP Project B. Exterior Frames 1. Frames of MSG No. 14, (0.067-inch-thick) uncoated steel sheet. 2. Fabricated from metallic -coated steel sheet. C. Interior Frames 1. Frames of MSG No.16, (0.053-inch-thick) uncoated steel sheet, unless otherwise indicated. 2. Security Frames: Frames of MSG No. 14, (0.067-inch-thick) uncoated steel sheet. 3. Frames for Borrowed Lights and transom panels: Same as adjacent door frame. 4. Metallic -coated steel sheet where indicated. D. Hardware Reinforcement 1. Fabricate according to ANSI/SDI A250.6 with reinforcement plates from same material as frames and to comply with the following: E. Jamb Anchors 1. Masonry Type: Adjustable strap -and -stirrup or T-shaped anchors to suit frame size, not less than 0.042 inch thick, with corrugated or perforated straps not less than 2 inches wide by 10 inches long. Do not use wire anchors. 2. Stud -Wall Type: Designed to engage stud, welded to back of frames; not less than 0.042 inch thick. 3. Postinstalled Expansion Type for In -Place Concrete or Masonry: Minimum 3/8-inch- diameter bolts with expansion shields or inserts. Provide pipe spacer from frame to wall, with throat reinforcement plate, welded to frame at each anchor location. F. Floor Anchors 1. Formed from same material as frames, not less than 0.042 inch thick, and as follows: a. Monolithic Concrete Slabs: Clip -type anchors, with two holes to receive fasteners. b. Separate Topping Concrete Slabs: Adjustable -type anchors with extension clips, allowing not less than 2-inch height adjustment. Terminate bottom of frames at finish floor surface. G. Hardware Reinforcement 1. Fabricate according to ANSI/SDI A250.6 with reinforcement plates from same material as frames. H. Ceiling Struts 1. Minimum 1/4-inch-thick by 1-inch wide steel. I. Grout Guards 1. Formed from same material as frames, not less than 0.016-inch thick. J. Mullions and Transom Bars: Join to adjacent members by welding or rigid mechanical anchors. 2.05 STOPS AND MOLDINGS A. Moldings for Glazed Lites in Doors F62142SO8111 08111-5 March 2009 City of Fort Worth Westside WTP Project 1. Minimum 0.032 inch thick, fabricated from same material as door face sheet in which they are installed. B. Fixed Frame Moldings 1. Formed integral with standard steel frames, minimum 5/8 inch high, unless otherwise indicated. 2. Loose Stops for Glazed Lites in Frames: Minimum 0.032 inch thick, fabricated from same material as frames in which they are installed. 2.06 LOUVERS A. Interior Doors 1. Provide louvers where indicated, that comply with SDI 111C, with blades or baffles formed of 0.020-inch- (0.5-mm-) thick, cold -rolled steel sheet set into 0.032-inch- (0.8-mm-) thick steel frame. a. Sightproof Louver: Stationary louvers constructed with inverted V-shaped or Y-shaped blades. 2.07 FABRICATION A. General 1. Fabricate standard steel doors and frames to be rigid and free of defects, warp, or buckle. Accurately form metal to required sizes and profiles, with minimum radius for thickness of metal. Where practical, fit and assemble units in manufacturer's plant. To ensure proper assembly at Project site, clearly identify work that cannot be permanently factory assembled before shipment. B. Tolerances 1*ftpol 1. Fabricate hollow metal work to tolerances indicated in SDI 117. C. Standard Steel Doors 1. Exterior Doors: Provide weep -hole openings in bottom of exterior doors to permit moisture to escape. Seal joints in top edges of doors against water penetration. 2. Glazed Lites: Factory cut openings in doors. 3. Astragals: Provide overlapping astragal on one leaf of pairs of doors where required by NFPA 80 for fire -performance rating or where indicated. Extend minimum 3/4 inch (19 mm) beyond edge of door on which astragal is mounted. D. Standard Steel Frames 1. Where frames are fabricated in sections due to shipping or handling limitations, provide alignment plates or angles at each joint, fabricated of same thickness metal as frames. 2. Welded Frames: Weld flush face joints continuously; grind, fill, dress, and make smooth, flush, and invisible. 3. Sidelight and Transom Bar Frames: Provide closed tubular members with no visible face seams or joints; fabricated from same material as door frame. Fasten members at crossings and to Jambs by butt welding. 4. Provide countersunk, flat- or oval -head exposed screws and bolts for exposed fasteners, unless otherwise indicated. F62142SO8111 08111-6 March 2009 City of Fort Worth Westside WTP Project 5. Grout Guards: Weld guards to frame at back of hardware mortises in frames to be grouted. 6. Floor Anchors: Weld anchors to bottom of jambs and mullions with at least four spot welds per anchor. 7. Jamb Anchors: Provide number and spacing of anchors as follows: a. Masonry Type: Locate anchors not more than 18 inches from top and bottom of frame. Space anchors not more than 32 inches o.c. and as follows: 1) Two anchors per jamb up to 60 inches in height. 2) Three anchors per jamb from 60 to 90 inches in height. 3) Four anchors per jamb from 90 to 120 inches in height. 4) Four anchors per jamb plus 1 additional anchor per jamb for each 24 inches or fraction thereof more than 120 inches in height. b. Stud -Wall Type: Locate anchors not more than 18 inches from top and bottom of frame. Space anchors not more than 32 inches o.c. and as follows: 1) Three anchors per jamb up to 60 inches in height. 2) Four anchors per jamb from 60 to 90 inches in height. 3) Five anchors per jamb from 90 to 96 inches in height. 4) Five anchors per jamb plus 1 additional anchor per jamb for each 24 inches or fraction thereof more than 96 inches in height. 5) Two anchors per head for frames more than 42 inches wide and mounted in metal -stud partitions. C. Postinstalled Expansion Type: Locate anchors not more than 6 inches from top and bottom of frame. Space anchors not more than 26 inches o.c. 8. Door Silencers: Except on weather-stripped doors, drill stops to receive door silencers as follows. Keep holes clear during construction. a. Single -Door Frames: Drill stop in strike jamb to receive three door silencers. b. Double -Door Frames: Drill stop in head jamb to receive two door silencers. E. Hardware Preparation 1. Factory prepare standard steel doors and frames to receive templated mortised hardware; include cutouts, reinforcement, mortising, drilling, and tapping, according to the Door Hardware Schedule and templates furnished as specified in Division 8 Section "Door Hardware." 2. Reinforce doors and frames to receive nontemplated mortised and surface -mounted door hardware. 3. Comply with applicable requirements in ANSI/SDI A250.6 and ANSI/DHI A115 Series specifications for door and frame preparation for hardware. Locate hardware as indicated on Shop Drawings or, if not indicated, according to ANSI/SDI A250.8. F62142SO8111 08111-7 March 2009 City of Fort Worth Westside WTP Project F. Stops and Moldings 1. Provide stops and moldings around glazed lites where indicated. Form corners of stops and moldings with butted or mitered hairline joints. 2. Single Glazed Lites: Provide fixed stops and moldings welded on secure side of door or frame. 3. Multiple Glazed Lites: Provide fixed and removable stops and moldings such that each glazed lite is capable of being removed independently. 4. Provide fixed frame moldings on outside of exterior and on secure side of interior doors and frames. 5. Provide loose stops and moldings on inside of doors and frames. 6. Coordinate rabbet width between fixed and removable stops with type of glazing and type of installation indicated. 2.08 STEEL FINISHES A. Factory Priming for Field -Painted Finish 1. Apply shop primer specified below immediately after surface preparation and pretreatment a. Shop Primer: Manufacturer's standard, fast -curing, lead- and chromate -free primer complying with ANSI/SDI A250.10 acceptance criteria; recommended by primer manufacturer for substrate; compatible with substrate and field -applied finish paint system indicated; and providing a sound foundation for field -applied topcoats despite prolonged exposure. 2.09 FIRE LABELED ASSEMBLIES A. At all locations where fire -rated assemblies are scheduled, provide door and frame assemblies which comply with NFPA 80 and have been tested and labeled in accordance with ASTM E 152 by agency acceptable to governing authorities. B. Provide fire -rated frame units with permanently attached metal identification labels. Adhesive attached decal type labels are not acceptable. PART 3: EXECUTION 3.01 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of standard steel doors and frames. B. Examine roughing -in for embedded and built-in anchors to verify actual locations of standard steel frame connections before frame installation. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 PREPARATION A. Remove Spreaders 1. Remove welded -in shipping spreaders installed at factory. Restore exposed finish by grinding, filling, and dressing, as required to make repaired area smooth, flush, and invisible on exposed faces. F62142SO8111 08111-8 March 2009 City of Fort Worth Westside WTP Project B. Adjust and Brace 1. Prior to installation and with installation spreaders in place, adjust and securely brace standard steel door frames for squareness, alignment, twist, and plumb: C. Drill and Tap 1. Drill and tap doors and frames to receive nontemplated mortised and surface -mounted door hardware. 3.03 INSTALLATION A. General 1. Provide doors and frames of sizes, thicknesses, and designs indicated. Install standard steel doors and frames plumb, rigid, properly aligned, and securely fastened in place; comply with Drawings and manufacturer's written instructions. B. Standard Steel Frames 1. Install standard steel frames for doors, sidelights, transoms, borrowed lights, and other openings, of size and profile indicated. Comply with ANSI/SDI A250.11-. 2. Set frames accurately in position; plumbed, aligned, and braced securely until permanent anchors are set. After wall construction is complete, remove temporary braces, leaving surfaces smooth and undamaged. a. Where frames are fabricated in sections due to shipping or handling limitations, field splice at approved locations by welding face joint continuously; grind, fill, dress, and make splice � smooth, flush, and invisible on exposed faces. b. At fire -protection -rated openings, install frames according to NFPA 80. C. Install frames with removable glazing stops located on secure side of opening. d. Install door silencers in frames before grouting. e. Remove temporary braces necessary for installation only after frames have been properly set and secured. f. Check plumb, squareness, and twist of frames as walls are constructed. Shim as necessary to comply with installation tolerances. g. Field Apply bituminous coating to backs of frames that are filled with containing antifreezing agents. 3. Floor Anchors: Provide floor anchors for each jamb and mullion that extends to floor and secure with postinstalled expansion anchors. a. Floor anchors may be set with powder -actuated fasteners instead of postinstalled expansion anchors if so indicated and approved on Shop Drawings. 4. Metal -Stud Partitions: Solidly pack mineral -fiber insulation behind frames. 5. Masonry Walls: Coordinate installation of frames to allow for solidly filling space between frames and masonry with grout. ,%No, 6. In -Place Masonry Construction: Secure frames in place with postinstalled expansion anchors. Countersink anchors, and fill and make smooth, flush, and invisible on exposed faces. F62142SO8111 08111-9 March 2009 City of Fort Worth Westside WrP Project 7. In -Place Gypsum Board Partitions: Secure frames in place with postinstalled expansion anchors through floor anchors at each jamb. Countersink anchors, and fill and make smooth, flush, and invisible on exposed faces. 8. Ceiling Struts: Extend struts vertically from top of frame at each jamb to supporting construction above, unless frame is anchored to masonry or to other structural support at each jamb. Bend top of struts to provide flush contact for securing to supporting construction above. Provide adjustable wedged or bolted anchorage to frame jamb members. 9. Installation Tolerances: Adjust standard steel door frames for squareness, alignment, twist, and plumb to the following tolerances: a. Squareness: Plus or minus 1/16 inch, measured at door rabbet on a line 90 degrees from jamb perpendicular to frame head. b. Alignment: Plus or minus 1/16 inch, measured at jambs on a horizontal line parallel to plane of wall. C. Twist: Plus or minus 1/16 inch, measured at opposite face comers of jambs on parallel lines, and perpendicular to plane of wall. d. Plumbness: Plus or minus 1/16 inch, measured at jambs at floor. C. Standard Steel Doors 1. Fit hollow -metal doors accurately in frames, within clearances specified below. Shim as necessary. 2. Non -Fire -Rated Standard Steel Doors: a. Jambs and Head: 1/8 inch plus or minus 1/16 inch. b. Between Edges of Pairs of Doors: 1/8 inch plus or minus 1/16 inch. C. Between Bottom of Door and Top of Threshold: Maximum 3/8 inch. d. Between Bottom of Door and Top of Finish Floor (No Threshold): Maximum 3/4 inch. 3. Fire -Rated Doors: Install doors with clearances according to NFPA 80. D. Glazing 1. Comply with installation requirements in Division 8 Section "Glazing" and with standard steel door and frame manufacturer's written instructions. 2. Secure stops with countersunk flat- or oval -head machine screws spaced uniformly not more than 9 inches o.c., and not more than 2 inches o.c. from each comer. E. Install fire -rated doors and frames with clearances specified in NFPA Standard No. 80. 3.04 ADJUSTING AND CLEANING A. Final Adjustments 1. Check and readjust operating hardware items immediately before final inspection. Leave work in complete and proper operating condition. Remove and replace defective work, including standard steel doors or frames that are warped, bowed, or otherwise unacceptable. F62142SO8111 08111-10 March 2009 City of Fort Worth Westside WTP Project B. Clean 1. Remove grout and other bonding material off standard steel doors and frames immediately after V installation. C. Prime -Coat Touchup 1. Immediately after erection, sand smooth rusted or damaged areas of prime coat and apply touchup of compatible air -drying primer. D. Metallic -Coated Surfaces 1. Clean abraded areas and repair with galvanizing repair paint according to manufacturer's written instructions. END OF SECTION P62142SO9111 08111-11 March 2009 City of Fort Worth Westside WTP Project SECTION 08211 SOLID CORE FLUSH WOOD DOORS PART L GENERAL 1.01 SUMMARY A. Section Includes, but is not limited to: 1. Standard and fire -rated solid core wood -faced doors. 2. Factory finishing flush wood doors. 3. Pre -machining for hardware installation and rough -in for concealed routing wiring for electrically activated door hardware. 4. Temporary wood doors. B. Related Sections Include, but not limited to: 1. Steel Doors and Frames: Elsewhere in Division 8. 2. Finish Hardware: Elsewhere in Division 8. 3. Painting: Division 9. 1.02 REFERENCES Editions current with date of contract: A. Recommended Locations for Architectural Hardware for Standard Steel Doors and Frames; Door and Hardware Institute (DHI). B. Architectural Woodwork Quality Standards; Architectural Woodwork Institute (AWI). C. How to Store, Handle, Finish, Install and Maintain Wood Doors; National Wood Window and Door Association (NVVWDA). 1.03 SUBMITTALS A. Product Data: Submit detailed technical information for each distinct product specified in this section. B. Shop Drawings: Prepare and submit shop drawings showing all relevant information, including: 1. Dimensions and location of each product specified. 2. Construction details for each distinct product type. 3. Dimensions and location of blocking for hardware. F62142SO8211 08211-1 March 2009 City of Fort Worth Westside WTP Project C. Coordination: Provide certifying documentation that all necessary coordination for hardware preparations and reinforcing of metal frames has been fully coordinated with metal doors, wood doors and hardware. D. Provide additional data and/or samples as required by the Architect. E. Provide three 12" X 12" samples indicating door's comer construction and specified factory stain and seal finish matching specified color. 1.04 COORDINATION A. Coordinate work of this section with steel frames and door hardware. 1.05 QUALITY ASSURANCE A. Flush Doors: Comply with the following, hereinafter referred to as referenced standard(s): 1. "Architectural Woodwork Quality Standards, Guide Specifications and Quality Certification Program," including Section 1300, "Architectural Flush Doors," Architectural Woodwork Institute (AWI). B. Manufacturer: Member of AWI. 1.06 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, and handle products as required to prevent damage or deterioration. Comply with manufacturer's recommendations, requirements of referenced standard, and *Mor, recommendations of NWWDA I.S.1-A. B. Clearly mark or label, on top edge of each door, the opening number and hardware set designation 1.07 PROJECT CONDITIONS A. Environmental Requirements: Do not deliver or install products of this section before building's design temperature and humidity levels have been achieved and will be maintained at those levels. 1.08 WARRANTIES A. Manufacturer's Warranty: Submit a written warranty signed by the manufacturer guaranteeing to correct failures in products which occur within the warranty period indicated below, without reducing or otherwise limiting any other rights to correction which the Architect may have under the contract documents. Failures are defined to include faulty workmanship; stile, rail, or core show -through (telegraphing); and warp (including bow, cup, and twist). Correction may include repair or replacement. Correct failures which occur within the following warranty period(s) after substantial completion: B. Warranty shall also include reinstallation which may be required due to repair or replacement of defective doors where defect was not apparent prior to hanging, and shall be in effect during following period of time after date of Substantial Completion. N✓ F62142SO8211 08211-2 March 2009 City of Fort Worth Westside WTP Project 1. Life of installation. PART 2: PRODUCTS 2.01 SOLID CORE WOOD -FACED DOORS A. Manufacturers: 1. Products of the following manufacturers, provided they comply with requirements of the contract documents, will be among those considered acceptable: a. Algoma Hardwoods, Inc. b. Buell Door Company. C. Benton Doors, Inc. d. Eggers Industries. e. Fenestra Corporation. f. Weyerhaeuser. B. General: 1. Grade: AWI Premium, PC-7ME. C. Solid Core Wood -Faced 1. Interior doors a. non -rated. 2. Faces: "AA" Veneers, uniform grain for transparent finish. a. Species: Cherry. b. Cut: Plain sliced. 3. Stiles: Solid wood (lumber), same species and color range as face veneers. 4. Finish: Transparent finish specified elsewhere. 5. Construction: 7 ply. 6. Core: Provide core material conforming to ANSI A208.1, Grade 1-LD-1 or better, extending and fully cemented to all perimeter stile and rail edges, and sanded before veneering. No "drop -in" cores will be accepted. 7. Opening Framing and Wood Stops: Manufacturer's standard solid wood (lumber), species and color range to match door faces. F62142SO8211 08211-3 March 2009 City of Fort Worth Westside WTP Project 8. Adhesive: Type I. D. Solid Core Fire Rated Doors for Transparent Finish: 1. Provide fire -rated doors which are identical to doors tested as part of fire -rated assemblies in accordance with requirements of ASTM E 152, 2. Provide fire -rated frame units with permanently attached metal identification labels. Adhesive attached decal type labels are not acceptable. 3. Acceptable testing and inspection agencies: Underwriters Laboratories Inc. 4. Provide doors with the same finish characteristics as for non rated doors. 5. Provide interior doors tested and labeled for the label type compatible with the adjoining wall rating. 6. Construction and components of fire rated doors shall not contain asbestos or other hazardous materials. 2.02 DOOR FABRICATION A. Doors: Fabricate to provide consistent clearances as indicated. 1. Premachining: Make all mortises and cutouts required for hardware at the factory to conform to approved hardware schedule, hardware templates, and door frame shop drawings. .%mole a. It shall not be the contractor's option to provide remedial patching, filling or otherwise repairing misfabricated and/or mislocated openings, cutouts and/or hardware preparations. b. Any such nonconforming doors shall be removed from the jobsite and replaced with conforming doors. 2. Hinge and lock edges: Provide standard (1/8-inch in 2 inches) (3 mm in 50 mm) bevel at edges, unless standard bevel would not precisely match hardware bevel; provide proper bevel for hardware. Make neat mortises and cutouts for door hardware indicated. 4. Prefitting: Fabricate and trim doors to size at factory to coordinate with frame shop drawings and floor finishes as indicated in the finish schedule. 5. Provide concealed rough -and routing for electric transfer hinge reparation to wiring to electrically activated door hardware. B. Hardware preparations: 1. Provide locations for hardware installation according to "Recommended Locations for Architectural Hardware for Standard Steel Doors and Frames"; r..i Door and Hardware Institute (DHI). F62142SO8211 08211-4 March 2009 City of Fort Worth Westside WTP Project 2. Fully coordinate locations and configurations for hardware installation with both new construction frames and existing reused frames. C. Openings: Cut, frame, trim, and seal openings in doors at the factory. D. Doors to Receive Factory Stain and Seal Finish: Coordinate shop priming with requirements for field -applied finishes; prime doors at factory using appropriate products; apply stain, first coat of paint system, or other sealing product as required. 2.03 TEMPORARY DOOR LEAFS A. Provide temporary door leafs for all openings necessary for temporary construction operations and/or building security. Temporary doors shall be of suitable size and thickness the frame opening involved. 1. Permanent wood doors shall not be used for temporary construction operations or security, such as for exterior openings, to secure interior areas, store rooms or electrical equipment areas. 2. Secure Architect's approval before installing permanent door units. 2.04 FACTORY FIMSHING A. General 1. Comply with referenced quality standard for factory fmishing. Iftow 2. Finish doors at factory. B. Transparent Finish 1. Grade: Premium 2. Finish: AWI System TR-6 Catalyzed polyurethane. 3. Staining: As indicated by stain manufacturer's designations for match of specified color. 4. Effect: Filled -grain smooth finish 5. Sheen: Satin PART 3: EXECUTION 3.01 DOOR LEAF INSPECTION A. Door Leaf Inspection: After delivery and prior to finishing or installation, the General Contractor's superintendent shall inspect each door leaf for conformance to specified requirements including but not limited to the following: Iftu'' 1. Damage. F62142SO8211 08211-5 March 2009 City of Fort worth Westside WTP Project 2. Staining and/or discoloration. 3. Proper and correct door leaf sizes including leaf widths for pair doors. 4. Hardware preparation sizes, configurations and their locations coordinated with frame preparations. Proper locations and sizes of cutouts. B. Damaged, defective, misprepared or otherwise nonconforming door leafs shall be removed from the job site. C. The General Contractor's superintendent shall provide a report detailing the results of the required inspection, the action taken for returning nonconforming door leafs and certifying that all door leafs remaining on the job site are in accordance with the above requirements. 1. After review of the inspection report, the Architect will approve finishing and installation of the doors. 3.02 EXAMINATION A. Inspect door frames before beginning door installation. Verify that frames are properly installed and aligned and are capable of providing trouble free support for doors throughout range of door swing. 2. Do not install doors in defective and/or misaligned frames. `..i Do not install damaged or defective doors. B. Correct unsatisfactory conditions before installing products of this section. Commencement of installation indicates acceptance of conditions. 3.03 INSTALLATION A. General: Install wood doors after other fabrication, framing and wall work is completed in the adjoining areas. Do not use finish wood doors as part of construction barriers, security closers or for other temporary use. Fire -rated doors: Comply with NFPA 80 requirements. B. Finish Hardware: Coordinate necessary hardware locations, proper clearances and operating functions before installing any finish hardware. C. Install doors only after the proper installation of frames has been verified. Doors shall be installed in accordance with manufacturer's recommended procedures and requirements of referenced standard. D. Prefit Doors: Minimize field fitting to those procedures that are necessary to complete work unfinished during factory prefitting and to provide trouble free operation. E. Fitting of Doors: P62142SO8211 08211-6 March 2009 City of Fort Worth Westside WTP Project 1. Accurately align and fit doors for trouble free operation throughout range of door ,%.r swing. F. Clearances: Listed below are maximum margins between doors and frames, minimum margins shall not be less than 2/3 of that listed. 1. Clearance between door edge and head: 1/8 inch. 2. Clearance between door edge and jamb: 1/8 inch. 3. Clearance between door bottom edge and top surface of threshold: 1/4 inch. 4. Clearance between door bottom edge and floor covering surface or finish (where threshold is not indicated): 1/4 inch. G. Field -Applied Finishes: Requirements are specified in Division 9 Section "Painting." 3.04 ADJUSTING A. Adjust doors for proper operation; coordinate with hardware adjustment; replace doors which cannot be properly adjusted. 1. Do not attempt to correct warped or otherwise defective doors by adjusting or manipulating hardware. *%W' 3.05 PROTECTION A. Protect installed work. Do not allow doors to become damaged or stained prior to final acceptance. B. Provide suitable coverings for doors to protect from physical damage and/or stains from other work in progress. C. It shall not be the Contractor's option to provide cleaning, repair or other remedial work in lieu of the required protection. D. Where specifically allowed, door finishes unavoidably damaged during installation may be restored, in a manner acceptable to the Owner; without sanding the face veneers too thin; and employing processes that results in the door showing no evidence of the restoration work. 1. If in the opinion of the Owner, restoration work and/or the refinished door cannot be made to satisfactorily match other doors, the door shall then be replaced at the contractor's expense. END OF SECTION F62142SO8211 08211-7 March 2009 City of Fort Worth Westside WTP Project SECTION 08330 OVERHEAD COILING DOORS PART L GENERAL A. Section Includes, but is not limited to: 1. Motor operated overhead coiling doors. B. Related Sections Include, but not limited to: 1. Door Hardware: Elsewhere in Division 8. 1.02 SUBMITTALS A. Product Data: Submit manufacturer's product data, roughing -in diagrams, and installation instructions. B. Shop Drawings: Submit shop drawings for all special components and installations which are not fully dimensioned or detailed on manufacturers data sheets. C. Provide certification of specified electrical service coordination as a part of the submittal. 14MR0+ D. Provide additional data and/or samples as required by the Architect 1.03 QUALITY ASSURANCE: A. Furnish each overhead coiling door as a complete unit produced by one manufacturer, including hardware, accessories, mounting and installation components. Furnish overhead coiling door units by one manufacturer for entire project. B. Insert and Anchorages: Furnish inserts and anchoring devices which must be set in concrete or built into and/or anchored to adjoining construction for installation of door units. Provide setting drawings, templates, instructions and directions for installation of anchorage devices. Coordinate delivery with other work to avoid delay. C. Wind Loading: Design and reinforce overhead coiling doors to withstand a 20 lb. per sq. ft. (85 mph) wind loading pressure unless otherwise indicated. D. Provide all detailed and otherwise necessary door manufacturer's standard anchorage and support items. PART 2: PRODUCTS 2.01 MANUFACTURERS A. Manufacturer: Subject to compliance with requirements, provide products of one of the ,"No, following: F62142SO8330 08330-1 March 2009 City of Fort Worth Westside WTP Project Atlas Door Corp. 2. The Cookson Co. 3. Mahon Rolling Door Div., RCM Corp. 4. Overhead Door Corp. 5. Raynor Manufacturing Co. 6. Windsor Door Div., The Ceco Corp. 2.02 BASIS OF DESIGN A. Provide units equal to heavy duty "620 Series Service Doors" as produced by Overhead Door Corporation. 2.03 DOOR CURTAIN MATERIALS AND CONSTRUCTION A. General: Provide complete operating door assemblies including insulated door curtains, guides, counterbalance mechanism, hardware, motor operators, controls and installation accessories. B. Door Curtain: Fabricate overhead coiling door curtain of interlocking flat profile slats designed to withstand required wind loading, of continuous length for width of door without splices. Unless otherwise indicated, provide slats of material gauge recommended by door manufacturer for size and type of door. *Moo, C. Endlocks: Malleable iron castings galvanized after fabrication, secured to curtain slats with galvanized rivets. Provide locks on alternate curtain slats for curtain alignment and resistance against lateral movement. D. Bottom Bar: Manufacturer's standard unit equal to 2 galvanized steel angles. E. Curtain Jamb Guides: Fabricate curtain jamb guides of steel angles, or channels and angles with sufficient depth and strength to retain curtain loading. F. Weather Seals: Provide manufacturer's standard vinyl or neoprene head, jamb and sill weatherstripping. 2.04 COUNTERBALANCING MECHANISM A. Counterbalance doors by means of adjustable steel helical torsion spring, mounted around a steel shaft and mounted in a spring barrel and connected to door curtain with required barrel rings. Use grease -sealed bearings or self-lubricating graphite bearings for rotating members. B. Counterbalance Barrel: Fabricate spring barrel of hot -formed structural quality carbon steel, welded or seamless pipe, of sufficient diameter and wall thickness to support roll -up of curtain without distortion of slats and limit barrel deflection to not more than 0.03" per ft. of span under full load. F62142SO8330 08330-2 March 2009 City of Fort Worth Westside WTP Project C. Brackets: Provide mounting brackets of manufacturer's standard design, either cast iron or cold -rolled steel plate with bell mouth guide groove for curtain. 2.05 FINISH A. Slats and hood shall be galvanized steel in accordance with ASTM A 525 and receive rust - inhibitive, roll coating process, including bonderizing, baked -on prime paint, and baked -on polyester top coat. Non -galvanized exposed ferrous surfaces shall receive one coat of rust - inhibitive primer. 1. Color: Provide custom color as indicated applied in manufacturer's standard factory finish system. 2.06 LOCKING A. Security locking shall be by door manufacturer's optional cylinder operated bolt at bottom of curtain with lock cylinder specified in Division 8, Finish Hardware. 2.07 INSTALLATION COMPONENTS A. Provide all items necessary for a complete, durable and proper installation, including, but not limited to fasteners; adhesives, industry standard installation components and/or standard or optional Installation components and accessories available from or recommended by the Iftow manufacturer(s) for a code conforming installation. 2.08 ELECTRIC DOOR OPERATORS A. General: Provide electric door operator assembly of size and capacity recommended and provided by door manufacturer for door and operation -cycle requirements specified, with electric motor and factory-prewired motor controls, starter, gear -reduction unit, solenoid - operated brake, clutch, remote -control stations, control devices, integral gearing for locking door, and accessories required for proper operation. B. Comply with NFPA 70. C. Disconnect Device: Provide hand -operated disconnect or mechanism for automatically engaging chain and sprocket operator and releasing brake for emergency manual operation while disconnecting motor without affecting timing of limit switch. Mount disconnect and operator so they are accessible from floor level. Include interlock device to automatically prevent motor from operating when emergency operator is engaged. D. Design operator so motor may be removed without disturbing limit -switch adjustment and without affecting emergency auxiliary operator. E. Provide control equipment complying with NEMA ICS 1, NEMA ICS 2, and NEMA ICS 6, with NFPA 70 Class 2 control circuit, maximum 24-V, ac or dc. F62142SO8330 08330-3 March 2009 City of Fort worth westside wTP Project F. Door -Operator Type: Provide wall-, hood-, or bracket -mounted, jackshaft-type door operator unit consisting of electric motor, enclosed gear -head -reduction and chain and sprocket secondary drive. I*ftmple G. Electric Motors: Provide high -starting torque, reversible, continuous -duty, Class A insulated, electric motors complying with NEMA MG 1; with overload protection; sized to start, accelerate, and operate door in either direction from any position, at not less than 2/3 fps and not more than 1 fps, without exceeding nameplate ratings or service factor. 1. Type: Polyphase, medium -induction type. 2. Service Factor: According to NEMA MG 1, unless otherwise indicated. 3. Provide motor with operating voltage matching available building electrical system. 4. Provide totally enclosed, nonventilated or fan -cooled motor, fitted with plugged drain, and controller with NEMA ICS 6, Type 4 enclosure where indicated. H. Remote -Control Station: Provide momentary -contact, three -button control station with push-button controls labeled "Open," "Close," and "Stop." 1. Provide exterior units, full -guarded, standard -duty, surface -mounted, weatherproof type, NEMA ICS 6, Type 4 enclosure, key operated. I. Obstruction Detection Device: Provide each motorized door with indicated external automatic safety sensor capable of protecting full width of door opening. Activation of sensor immediately stops and reverses downward door travel. 1. Photoelectric Sensor: Manufacturer's standard system designed to detect an obstruction in door opening without contact between door and obstruction. a. Self -Monitoring Type: Designed to interface with door operator control circuit to detect damage to or disconnection of sensing device. When self - monitoring feature is activated, door closes only with sustained pressure on close button. 2. Sensor Edge: Provide each motorized door with an automatic safety sensor edge, located within astragal or weather stripping mounted to bottom bar. Contact with sensor immediately stops and reverses downward door travel. Connect to control circuit using manufacturer's standard take-up reel or self - coiling cable. a. Provide electrically actuated automatic bottom bar. b. Self -Monitoring Type: Four -wire configured device. Limit Switches: Provide adjustable switches, interlocked with motor controls and set to *Moo, automatically stop door at fully opened and fully closed positions." F62142SO8330 08330-4 March 2009 City of Fort Worth Westside WTP Project PART 3: EXECUTION 3.01 INSTALLATION A. Install access doors in accordance with door manufacturer's printed instructions. B. Fasten access door and track assemblies securely in place with exposed surfaces located level and flush with substrate. C. Install door and operating equipment complete with necessary hardware: jamb, head and hood anchors, inserts, hangers, and equipment supports in accordance with final shop drawings, manufacturer's instructions, and as specified herein. D. Satisfactorily repair any damaged door assembly components and touch-up factory applied primer. 3.02 ADJUSTING A. Upon completion of installation, adjust door panels and operating hardware to operate smoothly. Remove and replace damaged or deformed components. END OF SECTION F62142SO8330 08330-5 March 2009 City of Fort Worth Westside WTP Project SECTION 08410 ALUMINUM ENTRANCES AND STOREFRONTS PART 1: GENERAL 1.01 SUMMARY A. Section Includes, but is not limited to: 1. Aluminum frame assemblies for doors, clerestories and glazed openings. 2. Stile and rail swinging doors. 3. Fabricated aluminum subsills, and partition closers B. Related Sections Include, but not limited to: 1. Joint Sealers: Division 7. 2. Glazing: Elsewhere in Division 8. 3. Electrical: Division 16. 1.02 PERFORMANCE REQUIREMENTS A. Exterior Assemblies: Design to comply with the performance criteria listed below. B. Thermal Movement: Design to accommodate expansion and contraction resulting from air temperature range of 120 degrees F (49 degrees Celsius), solar heat gain, and nighttime re -radiation. C. StructuraI Performance: Design to withstand all live and dead loads without deformation and without deflection greater than 1/175 of span. 1. Deflection in plane of wall: Not greater than that which would reduce glass edge clearance to 25 percent of design dimension or 1/8 inch (3 mm), whichever is greater, or that which would reduce glass bite to 75 percent of design dimension. 2. Design system to withstand 150 percent of design wind load with no failure or permanent deformation greater than 0.2 percent of span. D. Wind Loads: Determine in accordance with ANSI/ASCE 7. E. Air Infiltration: 1. Fixed framing: Not more than 0.06 cfin per square foot (18,275.57 cubic centimeters per square meter) of fixed area. a. Measure at 6.24 psf (30.45 kilograms per square meter). F62142508410.doc 08410-1 March 2009 City of Fort Worth Westside WTP Project F. Water Penetration: Fixed framing (excluding operable door edges): No penetration at 6.24 psf (30.45 N%Wol kilograms per square meter). 1.03 SUBMITTALS A. Product Data: Manufacturer's material specifications, drawings of standard components, and installation recommendations. B. Shop Drawings: Show elevations, field measurements, composite members, reinforcement, anchorages, expansion provisions, hardware mounting, and glazing. Provide drawings for fabricated aluminum subsills and partition closers. C. Samples for Verification of Coated Finishes: For each color, submit 12-inch (300 mm) long sections of extrusions or formed sections and 6-inch (150 min) square sheets. D. Warranty on Fabricated Products. E. Provide documentation of coordination with electrical work as a part of the submittal. F. Provide additional data and/or samples as required by the Architect. 1.04 QUALITY ASSURANCE A. Standard for Wind Load Testing: ASTM E 330. B. Standard for Air Infiltration Testing: ASTM E 283; report result as cubic feet per minute per unit of measurement indicated, at pressure differential indicated. C. Standard for Water Penetration Testing: ASTM E 331; report result at pressure differential indicated. D. Installer Qualifications: Capable of installing, and authorized by manufacturer to install all products specified in this section. 1.05 PROJECT CONDITIONS A. Take field measurements as a part of shop drawings and before starting fabrication. 1.06 WARRANTY A. Fabricated Products: Submit a written warranty, guaranteeing to correct failures in work which occur within 4 years from date of substantial completion, without reducing or otherwise limiting any other rights to correction which the owner may have under the contract documents. Failures are defined to include faulty workmanship, failure to meet the specified performance requirements, faulty operation, and deterioration other than normal weathering. Correction may include repair or replacement. F62142508410.doc 08410-2 March 2009 City of Fort Worth Westside WTP Project 2. Warranty to be signed by manufacturer and installer. PART 2: PRODUCTS 2.01 MANUFACTURERS A. Aluminum Framing Systems and Glazed Aluminum Doors: 1. Subject to compliance with requirements, provide products of one of the following: a. United States Aluminum Corp. b. Kawneer Company, Inc. C. PPG Industries, Inc. d. Manko Window Systems, Manhattan, KS B. BASIS OF DESIGN 1. To establish significant qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics for purposes of evaluating comparable products of other manufacturers, a specific manufacturer's product is named and accompanied by the words "basis of design", including make or model number or other designation. Subject to compliance with requirements, provide either the named products or equal products. 2. Basis of Design: Aluminum Framing Systems and Glazed Aluminum Doors: Provide ,%AW products indicated below produced by Kawneer Company, Inc. a. Subject to compliance with requirements, provide products of one of the following may be submitted according to substitution requirements: b. United State Aluminum Corp. C. PPG Industries, Inc. d. Manko Window Systems, Manhattan, KS 2.02 MATERIALS — GENERAL A. Aluminum Members: ASTM B 221 for extrusions, ASTM B 209 for sheet/plate; alloy and temper recommended by the manufacturer for the strength required, for corrosion resistance, and for the finish required. B. Finish: Provide Black fluoropolymer Kynar 500 resin consistently meet or exceed AAMA 2605 as well as the AAMA 2604 specification, applied finish for all exposed framing, doors and accessory components unless indicated otherwise. C. Fasteners: Compatible with aluminum; aluminum, nonmagnetic stainless steel, or other noncorrosive, noncorrodible material. 1. Finish to match framing. Do not use exposed fasteners. F62142508410.doc 08410-3 March 2009 City of Fort Worth Westside WTP Project D. Concealed Flashing: Fully annealed, soft stainless steel, 26 gage (0.5 mm) minimum; or extruded aluminum, 0.032 inch (0.8 nun) minimum. E. Miscellaneous Concealed Metal Members: High -strength aluminum or nonmagnetic stainless *Moll steel; hot -dip galvanized steel complying with ASTM A 123 maybe used for members which are not exposed to weather or abrasion. F. Concrete Inserts: Cast iron, malleable iron, or steel hot -dip galvanized in accordance with ASTM A 123. G. Dissimilar Metal Coating: Cold -applied asphalt mastic, or other nonconductive, nonabsorptive material. H. Glazing Gaskets: Comply with ASTM C 864; style as recommended by manufacturer. Joint Sealers: Provide products as specified in Division 7. 2.03 FRAMING SYSTEMS A. Aluminum Framing System: Extruded aluminum. 1. Style: Flush glazed (without projecting stops), with glazing centered in frame members; refer to drawings for profiles, dimensions, and arrangement of members. 2. Provide manufacturer's thermally broken extrusion shapes for configurations indicated. Where there is no standard extrusion shap for the configuration indicated, provide special fabricated aluminum break metal shapes. 3. Glazing: Provide framing with glazing slots sized for either single panel or insulating glazing in locations indicated with resilient gasket glazed system and provision for N%U0001 replacement of glazing without disassembly of framing. Provide framing sections for installation of single pane and insulated glass in locations indicated. 4. Aluminum Extrusions: Alloy and temper appropriate for the use and finish, providing corrosion resistance, and as required for strength. B. Basis of Design framing for insulating or single panel glass: Kawneer "Trifab VersaGlaze 451T"at exterior and Kawneer "Trifab 451" at interior. 2.04 SWINGING DOORS A. Stile and Rail Doors: Glazed doors with tubular extruded thermally broken aluminum frame members. 1. Frame joints: Either concealed mechanically fastened, using tie rods or j-bolts and reinforcing plates; or welded. 2. Thickness: 1-3/4 inches. 3. Stile width: Medium. 4. Bottom rail: Oversize as indicated. 5. Single glass panel glazed. F62142508410.doc 08410-4 March 2009 City of Fort Worth Westside WTP Project 6. Glazing: Provide snap -on extruded aluminum stops for setting 1"thermal glazing at exterior and single panel glazing at interior, and designed to allow replacement of 14000, glazing without disassembly of frame. Provide nonremovable exterior stops. B. Weatherstripping: Provide weatherstripping on all exterior doors. 1. At fixed stops: Replaceable, compression type molded gaskets of neoprene or EPDM rubber complying with ASTM C 864 or of polyvinyl chloride complying with ASTM D 2287. 2. At other edges: Replaceable woven polypropylene, wool, or nylon pile, with aluminum or nylon fabric backing, complying with AAMA 701. C. Door Hardware: Refer to Division 8 Section Door Hardware for hardware sets and descriptions. D. Weatherstripping: Polymeric Sealair Weathering system, continuous at head, jamb, sill, and meeting stile. E. Basis of Design: Kawneer "Insulclad 360" hinged swing door at exterior and Kawneer "350" hinged swing door at interior. 2.05 FABRICATION A. Framing System: Pre-cut and perform all finishing in factory or shop. 1. Fit joints tightly with adjacent members in correct relationship. B. Doors: Factory -fabricate doors and factory -install all hardware except surface -mounted items. 1. Perform fabrication required for hardware before finishing. 2. Interior doors may be field or factory glazed with tempered glass. 3. Exterior doors may be field or factory glazed with laminated glass. C. Welding: Perform welding before finishing; use methods which do not discolor metal; grind exposed welds flush; match original finish. D. Reinforcing: Provide as required to comply with performance requirements for rigidity and to support hardware; isolate dissimilar metals as specified in "Installation." E. Avoid damage to finishes. 2.06 FABRICATED SUBSILLS AND ALUMINUM BREAKMETAL A. Subsill: At all exterior entrance sidelights or storefront frames provide continuous fabricated .060 aluminum subsill with 1" tum-up at back face and jamb ends. 1. Subsill shall extend full width of frame opening including sealant joint at each end. 2. Provide length of front projection as necessary for cleats and/or to fully cover individual sill conditions. Lap, fasten, and seal all subsill joints. 3. Finish subsill to match aluminum frame unit. F62142508410.doc 08410-5 March 2009 City of Fort Worth Westside WTP Project B. Aluminum Partition Closers and Break Metal: Provide continuous special fabricated .060 aluminum in configurations indicated and/or as necessary to complete installation and/or configurations indicated. '%� 1. Each piece of aluminum break metal shall be single length material. 2. Finish to match aluminum frame unit. PART 3: EXECUTION 3.01 PREPARATION A. Examine structures; report conditions in writing which will adversely affect installation. 3.02 INSTALLATION A. Install in accordance with manufacturer's recommendations and instructions. B. Install plumb and level, square and true, in correct location; support adequately and securely anchor. C. Separate aluminum exposed to weather from dissimilar metals; coat dissimilar metals that are in drainage cavities using one of the materials specified. Aluminum, stainless steel, zinc, cadmium, and small areas of white bronze are not considered dissimilar from each other. D. Coat all metals that come into contact with masonry, concrete, and treated wood, using one of the materials specified. E. Install surface -mounted hardware in accordance with hardware manufacturer's instructions. F. Install joint sealers between exterior sill members and the surface below as indicated, to provide weathertight construction. Comply with Division 7 requirements for installation of joint sealers. 3.03 ADJUST AND CLEAN A. Adjust each operable unit for correct function and smooth, free operation and so doors close tightly. B. Clean exterior and interior soon after installation of glass, taking care to avoid damage to finishes. END OF SECTION F62142S08410.doc 08410-6 March 2009 City of Fort Worth Westside WTP Project SECTION 08712 FINISH HARDWARE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes, but is not limited to: 1. All finish hardware necessary for completion of the project. 2. Cylinders for: a. Locksets. b. Exit devices. 3. Adjustment and lubrication of all existing door hardware to remain as part of the completed project. B. Related Sections Include, but not limited to: 1. Architectural Woodwork: Division 6. 2. Steel Doors and Frames: Elsewhere in Division 8. 3. Solid Core Flush Wood Doors: Elsewhere in Division 8. 4. Overhead Coiling Doors: Elsewhere in Division 8. 1.2 SUBMITTALS A. Product Data: Manufacturer's data for each different piece of hardware, with installation instructions, with cycle test results. B. Coordination: Provide evidence of proper coordination with work and products of other specification sections as a part of submittal data. Clearly indicate any deviations from the hardware schedule necessary by the required coordination. C. Hardware Schedule: prepared by an architectural hardware consultant (AHC), and showing manufacturer's complete identification for every item for every door. 1. Cross-reference to item names and designations in contract documents. 2. Indicate door/frame materials and sizes. 3. Explain number codes and abbreviations. 4. Indicate hardware mounting heights or locations, if different from those specified. 5. Indicate finish for each item. F62142508712.dcr 08712-1 March 2009 City of Fort Worth Westside WTP Project Preliminary schedule will be reviewed if accompanied by product data. 7. Provide manufacturers, brochure and/or cut -sheets for each item scheduled. u D. Keying Schedule: Separate schedule showing how each lock is keyed. E. Operation and Maintenance Data: For operating parts and finishes. F. Coordination: Provide evidence of proper coordination with work and products of other specification sections as a part of submittal data. Clearly indicate any deviations from the hardware schedule necessary by the required coordination. G. Provide additional data and/or samples as required by the Architect. 1.3 COORDINATION A. Coordinate electrical work, rough -in locations and products with items provided under this section for proper location, preparation, concealment and operation. B. Coordinate work of this section with concrete and masonry installation requirements and scheduling. C. Installation of the electrified entry — exit devices' system's electrical power source and/or electric transformer packs and electric powered devices at each scheduled and/or specified door location, along with all necessary electrical wiring, conduit and devices, and interconnection to other building system(s) shall be provided as part of the work specified under Division 16000. D. Electrical work associated with entry - exit devices' system and power pack installation includes, but is not limited to all necessary associated field wiring concealed in proper conduit and junction boxes embedded in adjoining wall construction; all necessary connections from power source to transformer power pack unit; and on to install and connect the electrified components including entry card reader, electric strike release and through -wire hinges to the exit device at each scheduled door. Wiring provided shall be as recommended by the device's manufacturer. 1. Interconnection of the alarmed egress device, to be tripped to the non -delay position by signal from the fire alarm system, is also part of the work specified under Division 16000. E. It shall be the responsibility of the General Contractor to coordinate and provide all components and work necessary to provide a full, complete and operational electrified entry — exit system as part of the work under this Contract. 1.4 QUALITY ASSURANCE A. Qualifications of Supplier: A supplier of architectural finish hardware who has been supplying hardware for at least 2 years under the current company name, and who employs an architectural hardware consultant (AHC). F62142S08712.dec 08712-2 March 2009 City of Fort Worth Westside WTP Project 1.5 PROJECT CONDITIONS 14=01 A. Sequence submittal of hardware schedule and all door and frame submittals, allowing adequate time for review and resubmittal, if required, so that construction is not delayed; provide adequate information for review. B. Provide hardware installation templates to installers of hardware and to fabricators of other work which is required to be prepared in the shop or factory for hardware installation. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver hardware at the times and to the locations required for timely installation. B. Package each item separately or in container with items of same set only. C. Mark each item or package with hardware set number from hardware schedule. 1.7 MAINTENANCE A. Provide all adjustment and maintenance tools recommended by hardware manufacturers. 1.8 WARRANTY A. All Door Hardware shall carry a limited warranty against defects in workmanship and operation for a period of one (1) year from the date of Substantial Completion. Exceptions: 1. Hinges shall carry a lifetime warranty. 2. Door closers shall carry a warranty of ten (10) years. 3. Exit devices shall carry a warranty of five (5) years. 4. Mortise locks shall carry a warranty often (10) years. B. No liability is to be assumed where damage or faulty operation is due to abuse, improper usage, or failure to exercise normal maintenance. 1.9 TEMPORARY CONSTRUCTION DOOR HARDWARE A. The Contractor shall provide all necessary operating and security hardware necessary to maintain and complete the project. PART 2 - PRODUCTS 2.1 BASIS OF DESIGN A. Basis -of -Design Products: To establish the significant qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics for 1%001 purposes of evaluating comparable products of other manufacturers, a specific manufacturer's F62142508712.dcc 08712-3 March 2009 City of Fort Worth Westside WTP Project product is named and accompanied by the words "basis of design," including make or model number or other designation. Subjectto compliance with requirements, provide eitherthe named products or equal products. 2.2 MANUFACTURERS AND PRODUCTS A. The following listed products and manufacturers are intended to establishd type, style, quality and configuration for finish hardware. Products of other manufacturers may be proposed according to requirements for substitutions. 1. Provide products of each type from only one manufacturer. 2.3 MATERIALS — GENERAL A. Provide the following finishes on all exposed hardware items, unless specifically indicated otherwise: 1. Finish hardware: Dull Chrome(626). 2. Finish all interior exposed plastic, iron, steel, and/or similar exposed items to match Dull Chrome(626). 3. Provide clear anodized aluminum finish for all exposed aluminum items. 4. Exceptions: As may be specifically indicated. B. Fasteners: Provide hardware prepared by the manufacturer with fastener holes for machine screws, unless otherwise indicated. 1. Exposed screws: Match hardware finish. 2. Provide all fasteners required for secure installation. 3. Select fasteners appropriate to substrate and material being fastened. 4. Use wood screws for installation in wood. 5. Use through -bolts for installation of door closers and stops on wood doors. 6. Use fasteners impervious to corrosion outdoors and on exterior doors. 7. Exposed screws: Match hardware finish. C. Provide all items necessary to produce a complete, durable and proper installation, including but not limited to fasteners; adhesives, industry standard installation components and/or standard or optional installation components and accessories available from or recommended by the manufacturer(s) for the substrates, conditions and assemblies involved. F62142508712.doc 08712-4 March 2009 City of Fort Worth Westside WTP Project 2.4 ELECTRICALLY OPERATED EXIT COMPONENTS v A. Where scheduled, provide electrically operated exit components: 1. Exit Device: Where electrical controlled exit device is scheduled provide unit equal to Von Duprin CD-LX 99 NL with rim cylinder and dogging cylinder compatible with 24 volt DC power supply. 2. Electronic Mortise Lockset: Provide unit equal to Best Lock Corp. #45HW with "RQE" option. 3. Electric Transformer Power Pack. For each electrically operated exit device provide unit equal to Schlage Electric PS861, 24Volt DC power pack. Provide suitable size electrical box for installation recessed into wall above doorway. 4. Electric Power Transfer (EPT) at all doors with electric operated exit devices and compatible with 24 volt DC power supply. a. Von Duprin VDEPT-10. Electric thru-wire hinges not accepted. Card Reader: Provide unit equal to Schlage Electric CR-91 CT-500 compatible with 24 volt DC power supply and software SXPR-CIT with cable connections for laptop computer provided by Owner. a. Provide fabricated stainless steel sheet rain drip hood on top and sides of each exterior mounted card reader. Size rain drip hood to be compatible with card reader dimensions and clearance for card -swipe operation. Hood IWAMW shall extend over the top of card reader and out from face of exterior wall 3- 1/2 inches and each side shah taper from 3-1/2 inch projection at top to 1-1/2 inch projection at bottom of card reader. Securely anchor hood to exterior wall at accessible complying location on the strike side of door with card reader mounted within. Electric Strike: Where electric strike is scheduled provide unit equal to Schlage Electric #6111 Fail -Secure unit compatible with 24 volt DC power supply. Magnetic Lock: Provide unit equal to Detex ML-1548 with optional relock timer RT and compatible with 24 volt DC power supply. B. Exterior Exit Electrical Components Operation: Electrically operated hardware shall be coordinated for the following operations. 1. Exit from the inside by manual touch bar activation, latch retraction and exit device signal to release magnetic lock. 2. Entry from exterior: a. By key retraction of exit device latch and it's signal to release magnetic lock. b. By card reader releasing electric strike and deactivating magnetic lock for approximately 5 seconds. F62142508712.do; 08712-5 March 2009 City of Fort Worth Westside WTP Project 3. Power failure operation: Power pack looses power, magnetic lock, electric strike and card reader lose power and are non -operational. Exit by touch bar mechanical operation. Entry by exterior key operation of exit device latch. *Moo, C. Interior Room Electrical Components Operation: Electrically operated hardware shall be coordinated for the following operations. 1. Exit from the inside by lockset lever handle activation, latch retraction and the lockset's signal to release magnetic lock. 2. Entry from exterior: a. By key operation of mortise cylinder lock and retraction of latch bolt by lever handle which shall signal to release magnetic lock. b. By card reader releasing electric strike and deactivating magnetic lock for approximately 5 seconds. 3. Power failure operation: Power pack looses power, magnetic lock, electric strike and card reader lose power and are non -operational. Exit by lockset lever handle activation and latch retraction mechanical operation. Entry by exterior key operation of mortise cylinder lock and retraction of latch bolt by lever handle mechanical operation. 2.5 HINGES A. Manufacturers: Provide products complying with requirements ofthe contract documents and 1*4=011 equal to products by Hagar Hinge Company. B. Butt Hinges: Five -knuckle, flush -barrel butt hinges. 1. Comply with applicable requirements of BHMA A156.1. 2. Provide full mortise heavy weight hinges for all applications. 3. Provide ball bearing hinges for door leafs with closers and otherwise where scheduled. 4. Dimensions: As indicated, within limits prescribed by ANSI/BHMA A156.7. a. Size/Model No.: 4-1/2 by 4-1/2 inches. b. Coordinate hinge sizes to suit thickness of door including applied facings, and hinge preparations in existing frames to be reused. 5. Hinge pins: Unless otherwise indicated: a. Use steel pins for steel hinges. b. Use stainless steel pins for nonferrous hinges. C. Provide nonrising pins for interior doors. F62142508712.do: 08712-6 March 2009 City of Fort Worth Westside WTP Project C. Number of hinges Per Door Leaf. Provide number of hinges indicated but not less than 2 hinges per door leaf for doors 60 inches or less in height and one additional hinge for each 30 Iftwo, inches, or fraction thereof, of additional height. D. Continuous Hinges: 1. Heavy Duty Concealed Surface Mount a. Provide unit equal to Select Products Limited #SL24HD b. Roton C. Ives 2.6 LOCKS, LATCHES AND BOLTS A. Basis of Design: 1. Locksets and latchsets: Provide products complying with requirements of the contract documents and equal to products by Best Lock Corporation. 2. Exit devices: Provide products complying with requirements of the contract documents and equal to products by Von Duprin, Inc. 3. Flush bolts: Provide products complying with requirements of the contract documents and equal to products by Glynn Johnson. C. Mortise Locksets and Latchsets: l . Provide units complying with ANSI/BHMA Al 56.13, Series 1000, Security Grade Two (2). 2. Provide with heavy wrought reinforced metal escutcheons. 3. Basis of Design: a. Best Style: 37H-7-*-14-M-626. * Function per hardware set description b. Trim: Cast lever with rose. Lever design shall return to within 1/8" of door face. C. Strike type as specified. D. Lockset Strikes: Provide appropriate strike configuration for each latch bolt and lock bolt. 1. Provide wrought box strikes with curved lips. 2. Coordinate strike profiles and dimensions with door frame preparation. F62142508712.dao 08712-7 March 2009 City of Fort Worth Westside WTP Project E. Deadlocks: 1. Basis of Design: a. Best Style: 30H Series Mortise Deadlocks. b. Trim: Cylinder outside and accessible complying thumb -turn or cylinder as scheduled inside. 2.7 EXIT DEVICES A. Provide rim exit device units equal to: 1. Von Duprin, Indianapolis, Ind. Acceptable Products: VD 99L series with `Breakaway" vandal -resistant trim, design matching that of mortise locksets. 2. CD dogging option (mechanical). B. Exit devices shall be rim type touch -pad activated units. 1. Exit devices shall be constructed to allow the cylinder to be removed and re -keyed without removing the device from the door either by use of removable core cylinders. %Mole 2. Exit devices shall be furnished with accessible complying outside trim lever handles matching the locks C. Touch Bar: Modern design, recessed to provide proper clearance at door openings. D. Equip non -fire rated exit devices with keyed cylinder dogging feature. E. Standards: ANSI A156.3, Grade 1. 1. UL listed for "Accident Equipment List - Panic Hardware" at exit assemblies. 2.8 LOCK CYLINDERS AND KEYING A. Lock Cylinders: 1. Cylinders: Minimum 7-pin tumbler cylinders. 2. Finish: Match lockset finish or adjoining hardware. 3. Construction: Provide removable core cylinders for locks on all doors. All parts brass, bronze, nickel silver or stainless steel. F62142S08712.dcc 08712-8 March 2009 City of Fort Worth Westside WTP Project 4. Construction keying: Provide for lock -out of construction keys without replacement of cylinders, by using a construction master key. '**Ms 5. Removable -core cylinders: Interchangeable core insert type cylinders. a. Furnish and install all inserts. b. Provide temporary inserts where required for construction keying; remove temporary inserts at completion. B. All key operated door hardware, locksets, cylinders, padlocks, etc. for this project shall be grand-masterkey, masterkey and individual lock keying system as designated by the Owner's Representative during the review of submittals under this section. C. Permanent keying schedule and master keying requirements will be as designated by the Owner's Representative. D. Keys: Nickel silver. 1. Stamp each key with manufacturer's change symbol. 2. Provide individual change key for each lock which is not designated to be keyed alike with a group of related locks. 3. Provide 3 of each change key. *4400, 4. Each master key system: 5 master keys. E. Thumb -turns F. 1. Provide accessible complying extended lever type thumb -turns with finish matching cylinder. 2.9 DOOR CONTROL DEVICES A. Manufacturers: Provide closers conforming to the contract documents and equal to LCN 4100 series units. B. Surface -Mounted Closers: 1. Provide full rack-and-pinion cast iron type closers with adjustable backcheck. Furnish through -bolts with machine screws for fastening closers and closer arms to doors. Provide drop plates and/or similar accessories where necessary for proper installation in the configurations required. 2. Use closers of sizes recommended by manufacturer, unless a larger size is specified. 3. Size closer or adjust closer opening force to comply with applicable codes. 4. Surface -Mounted Closers: �..i a. Comply with requirements of BHMA A156.4, Grade 1, with F62142508712.dco 08712-9 March 2009 City of Fort Worth Westside WTP Project b. PT 4B feature: Additional 35 percent adjustment in closing force. C. Typical Installation, Style: LCN 4110, door mounted, pull side. d. Corridor or Public Area Installation, Style: LCN 4120, door mounted, push side. e. Provide delayed -action feature at corridor doors. f. Finish: Powder coated (MTLPC) metallic paint finish, color similar to metal hardware on same door. C. Stops: Comply with requirements of ANSI A156.16. 1. Wall -mounted stops: a. Glynn Johnson Style: G-J 50W-629. b. Resilient bumpers: Gray. 2. Overhead Stops: a. Glynn Johnson Style: 100S. 2.11 WEATHERSTRIP AND THRESHOLDS A. Basis of Design: 1. Provide butt hinge products complying with requirements of the contract documents and equal to products by B. Manufacturers: 1. Provide products complying with requirements of the contract documents and equal to products by: a. Glen Johnson b. Zero C. Pemco d. National Guard C. Basis of Design: 1. Weatherstripping and Thresholds: Provide products complying with requirements of the contract documents and equal to products by National Guard Products, Inc. F62142508712.dao 08712-10 March 2009 City of Fort Worth Westside WTP Project D. Weatherstripping: 1. At jambs and head: Replaceable bumper in surface -mounted extruded aluminum housing. a. Bumper: Woven nylon or polypropylene pile; AAMA 701.2. b. Astragal: To match other weatherstripping products. 2. At bottom: Replaceable sweep in surface -mounted extruded aluminum housing. a. Sweep: Woven nylon or polypropylene pile; AAMA 701. E. Thresholds: Ribbed aluminum. 1. Select accessible style to suit changes in elevation and to fit door hardware and frames. 2. Standard accessible complying threshold: 4 inches (100 mm) wide by 3/8 inch (10 mm) high. a. National Guard Products, Inc. Style:, 513. b. Finish: Clear anodized aluminum. F. Sealant for Setting Thresholds and Transition Plates: Butyl -rubber or butyl-polyisobutylene sealant. G. Silencers: Provide Astab-in= type molded rubber silencers for drilled openings in steel door frames equal to Glynn Johnson: GJ 64. Adhesive attached silencers are unacceptable. 2.12 LATCH GUARD: A. Provide stainless steel, natural finish latch guard units appropriate for the type of lock and strike used. Anchor to door with concealed, through -bolt fasteners. B. Basis -of -Design Products: Equivalent to Ives LG-1. 2.13 MISCELLANEOUS MATERIALS A. Kick Plates Plates: Provide products complying with requirements ofthe contract documents and equal to products by Trimco. a. Kick Plates #K0050: stainless steel, 18 gage minimum; 12" high (or 1" less than door's bottom rail height) x door width less 2". B. Push bar and pull handle: Provide dull chrome (626) finish push bar and pull handle equal to Kawneer CO-12 / CP-lI. C. Rain Drip: Provide one continuous unit mounted to the exterior face of each exterior door and extending the full width of the door plus jamb framing members. F62142508712.dm 08712-11 March 2009 City of Fort Worth Westside WTP Project National Guard Products, Inc.; # 16, full width of door frame. 2.15 ACCESSIBLE PROVISIONS A. Provide hardware in configurations and operation in accordance with the Texas Department of Licensing and Regulation and the Americans with Disabilities Act Accessibility Guidelines (ADAAG). B. Door Hardware: Handles, levers, pulls, latches, locks, and other operating devices on accessible doors shall have a shape that is easy to grasp with one hand and does not require tight grasping, tight pinching, or severe twisting of the wrist to operate. The force required to activate door hardware shall be not greater than 5 lbf. C. Door Closures: The sweep period of the closer shall be adjusted so that from an open position of 70 degrees, the door will take at least 3 seconds to move to a point 3 inches from the latch, measured to the leading edge of the door. D. Door Opening Force: The maximum force for pushing or pulling open a door shall not exceed those indicated below. For hinged doors, the force shall be applied perpendicular to the door at the door opening or 30 inches from the hinged side, whichever is farther from the hinge. E. Force at exterior hinged door shall not exceed 8.5 lbf. Slight increases in opening force shall be allowed where 8.5 lbf is insufficient to compensate for air pressure differentials. PART 3 - EXECUTION 3.1 PREPARATION Nftmoe A. Factory or shop prepare all work for installation of hardware to the greatest extent possible. Limit field preparation for hardware installation to the minimum possible. B. Provide hardware preparation templates to door and frame suppliers. C. Hardware installation locations and dimensions shall be according to "Recommended Locations for Architectural Hardware for Standard Steel Doors and Frames"; Door and Hardware Institute (DHI). 3.2 INSTALLATION A. Follow hardware manufacturer's recommendations and instructions. B. Provide the services of an architectural hardware consultant (AHC) to advise on proper installation, to inspect the finished work, and either to adjust or to instruct those who are adjusting. C. Install surface -mounted items after substrates have been completely finished; install recessed items and recessed portions of items before finishes are applied and provide suitable, effective protection. 1. When surface -mounted items are installed before final finish, remove, store, and reinstall, or apply suitable effective protection. N%001 F62142508712.do; 08712-12 March 2009 City of Fort Worth Westside WTP Project D. Mount at heights specified in the Door and Hardware Institute's "Recommended Locations for Architectural Hardware for Standard Steel Doors and Frames." 1. Exceptions: a. Verify mounting heights with Americans with Disabilities Act requirements. b. As may be required by the Owner and/or other applicable governing authorities. E. Install hardware in correct location, plumb and level. F. Reinforce substrates as required for secure attachment and proper operation. G. Saddle Thresholds: Apply continuous bead of sealant to all contact surfaces before installing. H. Sound Seals: Install sound seals set in two continuous beads of sealant hidden under applied units. 3.3 ADJUSTMENT A. Adjust each operable unit for correct function and smooth, free operation. B. Adjust door closers to overcome air pressure produced by HVAC systems. C. If hardware adjustment is completed more than one month before substantial completion, readjust hardware not more than one week before substantial completion. 3.4 CLEANING A. Clean hardware; clean other work soiled during hardware installation. 3.5 KEYS A. Delivery: Required keys, masterkeys and key blanks to all permanent cylinders, shall be delivered personally and only to the Owner's designated representative. B. Provide a delivery receipt for signatures. Include a copy of receipt as a part of the Operations and Maintenance data. 3.6 HARDWARE — GENERAL A. The following general listing of hardware requirements is to indicate the general types of hardware and the function necessary for this project. It is not necessarily a complete listing of each and every component which may be necessary for a complete installation of the items indicated. B. Any items of hardware required by established standards or practices, or to meet governing codes, shall be furnished whether or not specifically called out in the following listed groups without additional cost to the Owner. C. The Contractor shall be responsible for providing all necessary finish hardware and accessories for all operating openings, and shall be responsible for the proper application of all finish hardware furnished. Provide all accessory components of each hardware item F62142508712.dcc 08712-13 March 2009 City of Fort Worth Westside WI? Project provided as may be necessary for a complete installation, whether specifically listed herein or not. 3.7 HARDWARE SET SCHEDULE A. Schedule: Provide hardware sets with necessary accessories as indicated on the drawings. HDW SET 1: Alum Entry 1 pr continuous hinges 2 closers, mount on push side 2 concealed vertical rod exit devices w/ cylinder dogging 4 lock cylinders 1 threshold weatherstrip by door manufacturer HDW SET 2: Folding Glass Partition All hardware by Manufacturer No lock HDW SET 3: Corridor fire doors Coordinate rough -in and installation of magnetic door hold -open with fire alarm provider 3 pr hinges 2 concealed vertical rod exit devices, no dogging 2 closers, mount on push side 1 astragal 1 threshold 2 wall stops N%U001 2 silencers HDW SET 4: Not Used HDW SET S: Alum Exit Doors 1 continuous hinge 1 closer, mount on push side 1 rim exit device 1 rain drip weatherstrip by door manufacturer HDW SET 6: Alum Doors 1 continuous hinge 1 closer, mount on pull side 1 deadlock 1 key cylinder 1 thumb -turn 1 set push bar — pull handle weatherstrip by door manufacturer F62142S08712.dcc 08712-14 March 2009 City of Fort Worth Westside WI? Project HDW SET 7: Alum Passage Doors 1 continuous hinge 1 closer ,%..i 1 set push bar — pull handle, No lock weatherstrip by door manufacturer HDW SETS: Typical Office 1-1/2 pr hinges 1 lockset F04 1 key cylinder 1 closer, mount on office room side 1 wall stops 3 silencers HDW SET 9: Pair Door Passage 3 pr hinges 1 latchset FO1 1 flush bolt, head 2 wall stops 2 silencers HDW SET10: Passage 1-1/2 pr hinges 1 latchset FO1 ,%No, 1 wall stop 3 silencers HDW SET 11: Not Used HDW SET 12: Secure Office 1-1/2 pr hinges 1 electric lockset 1 key cylinder 1 closer, mount on office room side 1 wall stop 3 silencers 1 electric card reader 1 electric strike 1 magnetic lock 1 kick plate F62142508712.do: 08712-15 March 2009 City of Fort Worth Westside WTP Project HDW SET 13: Secure Entry - Exit 1 continuous hinge 1 electric exit device 1 key cylinder 1 closer, mount on push side 1 wall stop 3 silencers 1 overhead stop 1 electric card reader 1 electric strike 1 magnetic lock 1 weatherstrip 1 threshold 1 rain drip 1 latch guard HDW SET 14: Pair Door Passage 3 pr hinges 1 latchset F01 2 closers, backcheck 1 flush bolt, head 2 wall stops 2 silencers 2 kick plates HDW SET 15: Passage 1-1/2 pr hinges 1 latchset FO1 1 closer, backcheck 1 wall stop 3 silencers 1 kick plate HDW SET 16: Stair - Utility 3 pr hinges 1 latchset FOl 2 closer 2 wall stop 3 silencers 1 kick plate- HDW SET17: Storage 1-1/2 pr hinges 1 lockset F07 1 key cylinder 1 wall stop 3 silencers F62142S08712.dac 08712-16 March 2009 City of Fort Worth Westside WTP Project HDW SET 18: Entry - Exit 1 continuous hinge 1%001 1 exit device, no dogging I key cylinder I closer, mount on push side 3 silencers 1 overhead stop 1 weatherstrip 1 threshold I rain drip 1 latch guard HDW SET 19: Overhead Doors 2 key cylinders balance of operating hardware by door manufacturer END OF SECTION F62142S08712.dcc 08712-17 March 2009 City of Fort Worth Westside WTP Project SECTION 08800 GLASS AND GLAZING PART 1: GENERAL 1.01 SUMMARY A. Section Includes, but is not limited to: 1. Monolithic glass. 2. Glazing accessories. B. Related Sections Include, but not limited to: 1. Steel Doors and Frames: Elsewhere in Division 8. 2. Solid Core Flush Wood Doors: Elsewhere in Division 8. 3. Aluminum Entrances and Storefronts: Elsewhere in Division 8. 1.02 PERFORMANCE REQUIREMENTS A. Exterior Glazing: Provide glazing assemblies which will withstand normal conditions without failure, loss of weathertightness, or deterioration. �.r 1. Design to accommodate thermal movement resulting from: a. Air temperature range of 120 degrees F (49 degrees Celsius). b. Material temperature range of 180 degrees F (82 degrees Celsius). 2. Design to withstand wind loading as specified by applicable code for parts/portions of buildings. a. Statistical probability of breakage: 8 per 1000, maximum, at 60-second wind load. b. Failure includes loss or breakage of glass, due to wind load, exceeding that reasonably expected under the performance requirements specified. B. Deterioration includes: 1. For coated glass: Development of visible defects in coating. 1.03 SUBMITTALS A. Manufacturer's Data: Submit manufacturer's specifications including MSDS information where appropriate, and application instructions for each material and component proposed to be furnished. F62142S08800.doc 08800-1 March 2009 City of Fort Worth Westside WTP Project B. Provide two 12" x 12" samples of each type of glazing specified. Seal raw cut edges of glass with tape. C. Certification by contractor, installer, glass fabricator, or manufacturer that glass thickness and heat treatment have been selected to provide the strength required to meet specified structural and safety performance requirements. D. Copy of weathertight warranty. E. Provide additional data and/or samples as required by the Architect. 1.04 COORDINATION A. Coordinate work of this section with all other work to receive glazing. 1.05 QUALITY ASSURANCE A. Certified Safety Glazing: Provide Category II products which comply with test requirements of 16 CFR 1201 and ANSI Z97.1 and permanently marked with label of. 1. Safety Glazing Certification Council (SGCC). 1.06 DELIVERY, STORAGE, AND HANDLING A. Protect products in accordance with manufacturer's recommendations; specifically, avoid damage to glass edges; prevent damage due to temperature changes, sunlight, and moisture. 1.07 WARRANTY N%Mole A. Submit a written warranty guaranteeing to correct failures in glazing which occur within the period indicated after substantial completion, without reducing or otherwise limiting any other rights to correction which the owner may have under the contract documents. 1. Weathertight warranty: Signed by installer, for 5 years after date of substantial completion. Failure is defined as water leakage through glazing assembly. Correction may include repair or replacement. PART 2: PRODUCTS 2.01 MANUFACTURERS A. Glass Manufacturers - General: 1. Obtain materials from only one manufacturer or fabricator for each type; obtain tinted primary glass (if any) used for each type from only one manufacturer. B. Manufacturers: 1. Subject to compliance with requirements, provide products of one of the following: a. AFG Industries, Inc. F62142508800.doc 08800-2 March 2009 City of Fort Worth Westside WTP Project b. Ford Glass C. Guardian d. LOF Glass e. PPG Industries 2.02 GENERAL A. Heat strengthened and/or temper glass lites as required by code and as recommended by manufacturer complying with ASTM C 1048 and ANSI Z97.1. B. Temper units without tong marks. C. Glass unit thicknesses are indicated as minimums, to be increased as required by wind loading and spans encountered. Glass manufacturer to prepare loading and span calculations to document thickness of glass. 2.03 GLASS TYPES A. Provide glass types fabricated of the glass products indicated. 1. Select products to comply with performance requirements indicated, in accordance with manufacturer's recommendations. a. Exception: Safety glazing requirements supersede this strength requirement. 2. Where safety glazing is required by governing authorities, provide certified safety glazing. 3. Cut tempered glass to size and shape and drill holes prior to tempering. 4. Grind exposed edges smooth, using methods recommended by manufacturer. 5. Fabricate glass with bite and edge clearance dimensions, including tolerances, as recommended by manufacturer and FGMA "Glazing Manual." B. Sealed Insulating Units: Factory -assembled multiple panes separated by and sealed to spacers forming air -tight, dehydrated air space(s). I. ASTM E 774, Class B. 2. Spacer seals: Dual seal; manufacturer's standard materials. 3. Spacer corner construction: Manufacturer's standard. 4. Drying agent: Manufacturer's standard. 5. Construct to SIGMA No. 64-7-2 double pane with glass to elastomer edge seal; interpane space purged dry hermetic air; fully temper both lights (per ASTM C 1048) in doors and elsewhere as required by referenced codes; having a U factor of not less than 0.84. F62142508800.doc 08800-3 March 2009 City of Fort Worth Westside WTP Project C. Float Glass: Quality q3, unless otherwise indicated. 1. Thickness: 1/4 inch or as otherwise indicated in schedule. 2.04 GLASS SCHEDULE A. Glass Type S - 1: Exterior sealed insulating units. 1. Total thickness 1 inch, nominal 2. Exterior pane a. Float glass b. Color: Blue 3. Exterior pane a. Float glass b. Color: Clear 4. Acceptable glazing methods: a. Aluminum system manufacturer's standard gasket glazing system. B. Glass Type S - 2: Exterior sealed insulating units. 1. Total thickness 1 inch, nominal 2. Exterior pane a. Low E float glass b. Color: Clear 3. Interior pane a. Float glass b. Color: Clear 4. Acceptable glazing methods: a. Aluminum system manufacturer's standard gasket glazing system, each side. C. Glass Type S - 3: Interior single glazed. 1. Tempered float glass. 2 Thickness: 1/4 inch (6 mm). 3 Color: Clear. F62142S08800.doc 08800-4 March 2009 City of Fort Worth Westside WTP Project 4 Acceptable glazing methods: a. Steel Doors and Frames: Manufacturer's standard metal glass stops, both sides. b Wood Doors: Manufacturer's standard solid wood glass stops, both sides. C. Aluminum Doors and Frames: Manufacturer's standard gasket glazing system, both sides. 2.05 MISCELLANEOUS MATERIALS A. Installation Materials - General: Select products which have appropriate performance characteristics as recommended by glass and glazing materials manufacturers and which are compatible with all materials with which they will come into contact. B. Heel and Toe Bead Sealant: Noncuring, nonskinning, minimum 75 percent solids, butyl or polyisobutylene rubber, complying with 802.3, Type II ductile back bedding compound, as described in AAMA 800. C Glazing Blocks: Neoprene, EPDM, or silicone. Setting blocks: 80 to 90 Shore A hardness. D Glazing Tape: Provide manufacturer=s standard glazing tap continuous at each side of glazing set in removable stop metal framing. PART 3: EXECUTION 3.01 EXAMINATION A. Examine frames and rabbets in which glazing is to be installed for conditions that could be detrimental to the longevity of the glazing. In particular, check for conditions that would void the manufacturer's warranty. B. Do not proceed with installation until unsatisfactory conditions have been corrected. 3.02 PREPARATION A. Clean surfaces to receive glazing just before installation of glazing. 3.03 INSTALLATION — GENERAL A. Comply with recommendations for installation contained in the FGMA "Glazing Manual" and "Sealant Manual" except when specifically not recommended or prohibited by the glass or glazing material manufacturer; comply with manufacturer's recommendations. B Protect glazing from edge damage during handling and installation. C Do not install glass that has edge damage or defects that reduce glass strength or performance or ,%No, diminish appearance. F62142S08800.doc 08800-5 March 2009 City of Fort Worth Westside WTP Project D Install glass so that visual characteristics, such as pattern, bow, and roll wave distortion, are uniform. 3.04 GLAZING IN FRAMES A. Use continuous heel or toe bead at all exterior glazing. B. Permanently adhere setting and edge blocks to frame. C. Do not block weep holes. 1. Use primer where required for proper adhesion. D. Compression Gaskets: Secure gaskets so they will not work out under normal movement. 1. Install so they fit tightly at corners, allowing for stretch during installation. 2. Do not use joints in gaskets, except at corners. 3. Miter -cut corners and seal joint with sealant. 4. Install gaskets so they protrude slightly past face of framing. 3.05 PROTECTION AND CLEANING A. Do not apply tape or labels to glazing; remove temporary labels. B. Protect glazing during subsequent construction operations; remove dirt, contaminants, staining agents and other deposits promptly using manufacturer's recommended procedures. C. Replace glazing that is damaged. D. Wash both sides of glazing, using manufacturer's recommended procedures not more than 10 days before inspection for substantial completion. END OF SECTION F62142S08800.doc 08800-6 March 2009 City of Fort Worth Westside WTP Project SECTION 08951 TRANSLUCENT PANELS PART L GENERAL 1.01 SUMMARY A. Section includes the insulated translucent sandwich panel system. 1. Flat factory prefabricated structural insulated translucent sandwich panel. 2. Aluminum installation system. 3. Aluminum- flashing. B. Related Sections: 1. Division 5 Section: Structural Steel 2. Division 6 Section: Sheetmetal Flashing and Trim 3. Division 7 Section: Joint Sealants 1.02 CLERESTORY SYSTEM SUBMITTALS A. Submit manufacturer's product data. Include construction details, material descriptions, profiles and finishes of components. B. Submit shop drawings. Include plans, details, dimensions and attachments to other work. C. Samples 1. Provide samples for each exposed finish required, in same thickness and material indicated for the work and in size indicated below. If finishes involve normal color variations, include sample sets consisting of two or more units showing the full range of variations expected. a. Sandwich panels: 14" x 28" units b. Factory finished aluminum: 5" long sections D. Installer Certificate, signed by installer, certifying compliance with project qualification requirements. E. Product test reports from a qualified independent testing agency indicating each type and class of clerestory panel system complies with the project performance requirements, based on comprehensive testing of current products. Previously completed test reports will be acceptable if for current manufacturer and indicative of products used on this project. 1. Test reports required are: a. Flame Spread and Smoke Developed (UL 723) — Submit UL Card b. Bum Extent (ASTM D-635) c. Impact Strength (UL 972) d. Insulation U-Factor (NFRC-100) F62142508951.doc 08951-1 March 2009 City of Fort Worth Westside WTP Project e. Condensation Resistance Factor (AAMA 1503) F. Submit current documentation indicating regular, independent quality control monitoring under a nationally recognized building code review and listing program. G. Provide additional data and/or samples as required by the Architect. 1.03 QUALITY ASSURANCE A. Manufacturer's Qualifications Material and products shall be manufactured by a company continuously and regularly employed in the manufacture of specified materials for a period of at least ten (10) consecutive years and which can show evidence of those materials being satisfactorily used on at least six (6) projects of similar size, scope and location. At least three (3) of the projects shall have been in successful use for ten (10) years or longer. 2. System must be listed by the International Code Council — Evaluation Service (ICC-ES) which requires quality control inspections and fire, structural and water infiltration testing of sandwich panel systems by an approved agency. 3. Quality control inspections and required testing shall be conducted at least once each year and shall include manufacturing facilities, sandwich panel components and production sandwich panels for conformance with "Acceptance Criteria for Sandwich Panels" as regulated by the ICC-ES. B. Installer's Qualifications: Installation shall be by an experienced installer, which has been in the business of installing specified clerestory systems for at least five (5) consecutive years and can show evidence of satisfactory completion of projects of similar size, scope and type. C. Performance Requirements: The manufacturer shall be responsible for the configuration and fabrication of the complete clerestory panel system. 1.04 DELIVERY STORAGE AND HANDLING A. Deliver system, components and materials in manufacturer's standard protective packaging. B. Store panels on the long edge, several inches above the ground, blocked and under cover in accordance with manufacturer's storage and handling instructions. 1I L MEET. A. Submit manufacturer's and installer's written warranty agreeing to repair or replace clerestory system work which fails in materials or workmanship within one (1) year of the date of substantial completion or beneficial occupancy. Failure of materials or workmanship shall include leakage, excessive deflection, deterioration of finish on metal in excess of normal weathering and defects in accessories, insulated translucent sandwich panels and other components of the work. PART 2: PRODUCTS 2.01 MANUFACTURERS A. Basis -of -Design clerestory System To establish the significant qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics for purposes of evaluating comparable products of other manufacturers, a specific manufacturer's product is F62142SO8951.doc 08951-2 March 2009 City of Fort Worth Westside WTP Project named and accompanied by the words "basis of design," including make or model number or other designation. Subject to compliance with requirements, provide either the named products or equal products. B. Acceptable Manufacturers Kalwall Corporation, tel: (800) 258-9777 2. Structures Unlimited, Inc., tel: (800) 225-3895 2.02 PANEL COMPONENTS A. Face Sheets Translucent faces: Manufactured from glass fiber reinforced thermoset resins, formulated specifically for architectural use. a. Thermoplastic (e.g. polycarbonate, acrylic) faces are not acceptable. 2. Flammability of interior face sheets: a. Flamespread: Underwriters Laboratories (UL) listed, which requires periodic unannounced retesting, with flamespread rating no greater than 50 (20) and smoke developed no greater than 250 (200) when tested in accordance with UL 723. b. Burn extent by ASTM D-635 shall be no greater than 1". c. Face sheets shall not deform, deflect or drip when subjected to fire or flame. d. Face sheets shall not delaminate when exposed to 200°F for 30 minutes per IBC and NBC (300°F for 25 minutes per UBC and SBC). 3. Weatherability of exterior face sheets: a. Color stability: Full thickness of the exterior face sheet shall not change color more than 3.0 (7.0) CIE Units DELTA E by ASTM D-2244 after 5 years (30 months) outdoor South Florida weathering at 5 degrees facing south, detennined by the average of at least three (3) white samples with and without a protective film or coating to ensure long-term color stability. Color stability shall be unaffected by abrasion or scratching. b. Erosion barrier: Exterior face shall have a permanent glass erosion barrier embedded beneath the surface to provide long-term resistance to reinforcing fiber exposure. Exterior face surface loss shall not exceed .7 mils and 40 mgs when tested in accordance with ASTM D-4060 employing CS17 abrasive wheels at a head load of 500 grams for 1000 cycles. Sacrificial surface films or coatings are not acceptable erosion barriers. 4. Appearance: a. Exterior face sheets: Smooth, 0.070" thick and color as selected. b. Face sheets shall not vary more than +/-10% in thickness and be uniform in color. 5. Strength: Exterior face sheet shall be uniform in strength, impenetrable by hand held pencil and repel an impact equal to 70 (230) ft. lbs. without fracture or tear when impacted by a 3- 1/4" diameter, 5 lb. free -falling ball per UL 972. F62142508951.doc 08951-3 March 2009 City of Fort Worth Westside WTP Project B. Grid Core 1. Thermally broken (aluminum) I-beam grid core shall be of 6063-T6 or 6005-T5 alloy and temper with provisions for mechanical interlocking of muntin-mullion and perimeter. Width of I- beam shall be no less than 7/16". The I-beam grid shall be machined to tolerances of not greater than +/- .002". 2. Thermal break: Minimum I". 3. Coordination: Coordinate requirements for clerestory framing system, loading and supports with roof curbs specified under other section. C. Laminate Adhesive 1. Heat and pressure resin type adhesive engineered for structural sandwich panel use, with minimum 25-years field use. Adhesive shall pass testing requirements specified by the International Code Council "Acceptance Criteria for Sandwich Panel Adhesives." 2. Minimum tensile strength of 750 PSI when the panel assembly is tested by ASTM C-297 after two (2) exposures to six (6) cycles each of the aging conditions prescribed by ASTM D-1037. Minimum shear strength of the panel adhesive by ASTM D-1002 after exposure to five (5) separate conditions: a. 50% Relative Humidity at 73' F: 540 PSI b. 182' F: 100 PSI c. Accelerated Aging by ASTM D-1037 at room temperature: 800 PSI d. Accelerated Aging by ASTM D-1037 at 182' F: 250 PSI e. 500 Hour Oxygen Bomb by ASTM D-572: 1400 PSI 2.03 PANEL CONSTRUCTION A. Provide sandwich panels of flat fiberglass reinforced translucent face sheets laminated to a grid core of mechanically interlocking thermally broken (aluminum) I -beams. The adhesive bonding line shall be straight, cover the entire width of the I-beam and have a neat, sharp edge. 1. Thickness:2-3/4" 2. Light transmission: 50% or more Solar heat gain coefficient:.08. 4. Complete insulated panel system shall have NFRC certified U-factor of .14. 5. Grid pattern: As indicated 6. Color: Blue to match glazing color. Provide custom color if manufacturer's standard colors are not accepted. B. Panels shall deflect no more than 1.9" at 30 psf in 10'-0" span without a supporting frame by ASTM E-72. C. Panels shall withstand 1200°F fire for minimum one (1) hour without collapse or exterior N%0001 flaming. F62142508951.doc 08951-4 March 2009 City of Fort Worth Westside WTP Project D. Thermally broken panels: 1. Minimum Condensation Resistance Factor of 80 by AAMA 1503 measured on the bond line. 2. Minimum CRF of 90 at center of grid cell. E. Clerestory system shall pass Class A Roof Burning Brand Test by ASTM E-108. 2.04 BATTENS AND PERIMETER CLOSURE SYSTEMS A. Closure system: Extruded aluminum 6063-T6 and 6063-T5 alloy and temper clamp-tite screw type closure system. (Curved closure system may be roll formed.) 1. Clerestory perimeter closures shall be factory sealed to panels B. Sealing tape: Manufacturer's standard, pre -applied to closure system at the factory under controlled conditions. C. Fasteners: 300 series stainless steel screws for aluminum closures, excluding final fasteners to the building. D. Finish: Exposed aluminum to be manufacturer's factory applied finish that meets the performance requirements of AAMA 2604. (Mill) PART 3: EXECUTION 3.01 EXAMINATION A. Examine substrates, supporting structure and installation conditions. Do not proceed with 144=01 clerestory erection until unsatisfactory conditions have been corrected. 3.02 PREPARATION A. Metal Protection: 1. Where aluminum will contact dissimilar metals, protect against galvanic action by painting contact surfaces with primer or by applying sealant or tape recommended by manufacturer for this purpose. 2. Where aluminum will contact concrete or masonry, protect against corrosion by painting contact surfaces with bituminous paint or method recommended by manufacturer. Where aluminum will contact pressure -treated wood, separate dissimilar materials by methods recommended by manufacturer. 3.03 INSTALLATION A. Install the clerestory system in accordance with the manufacturer's installation recommendations and approved shop drawings. Anchor component parts securely in place by permanent mechanical attachment system. 2. Accommodate thermal and mechanical movements. 3. Set sill and curb members in a full bed of sealant compound, or with joint fillers or gaskets to provide weather -tight construction. 1✓ F62142508951.doc 08951-5 March 2009 City of Fort Worth Westside WTP Project B. Install joint sealants at perimeter joints and within the clerestory system in accordance with manufacturer's installation instructions. 3.04 FIELD QUALITY CONTROL A. Water Test: Test according to procedures in AAMA 501.2. B. Repair or replace work that does not pass testing or that is damaged by testing and retest work. 3.05 CLEANING A. Clean the clerestory system inside and outside, immediately after installation, according to manufacturer's written recommendations. END OF SECTION F62142SO8951.doc 08951-6 March 2009 ,%No, DIVISION 9 FINISHES City of Fort worth Westside WTP Project SECTION 09220 PORTLAND CEMENT PLASTER (STUCCO) PART 1 - GENERAL 1.1 SUMMARY 1.1.1. Section Includes a. Portland cement plasterwork. b. Land accessories 1.1.2. Related Sections a. Division 4 Section "Unit Masonry Assemblies" for CMU stucco substrate. b. Division S Section "Cold Formed Metal Framing" for metal exterior stud framing. C. Division 6 Section "Miscellaneous Carpentry" for substrate sheathing and membrane. 1.2 SUBMITTALS 1.2.1. Product Data a. For each type of product indicated. b. 1.2.2. Shop Drawings a. Show locations and installation of control and expansion joints including plans, elevations, sections, details of components, and attachments to other work. 1.2.3. Samples for Verification a. For each type of finish coat color and texture indicated; 12 by 12 inches, and prepared on rigid backing. 1.3 DELIVERY, STORAGE, AND HANDLING 1.3.1. Store materials inside under cover and keep them dry and protected against damage from weather, direct sunlight, surface contamination, corrosion, construction traffic, and other causes. 1.4 PROJECT CONDITIONS 1.4.1. Reference Standard NOW a. Comply with ASTM C 926 requirements. F62142SO9220 09220-1 March 2009 City of Fort Worth Westside WTP Project 1.4.2. Exterior Plasterwork a. Apply and cure plaster to prevent plaster drying out during curing period. Use procedures required by climatic conditions, including moist curing, providing coverings, and providing barriers to deflect sunlight and wind. b. Apply plaster when ambient temperature is greater than 40 deg F. C. Protect plaster coats from freezing for not less than 48 hours after set of plaster coat has occurred. PART 2 - PRODUCTS 2.1 MANUFACTURERS 2.1.1. Basis -of -Design Products: To establish the significant qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics for purposes of evaluating comparable products of other manufacturers, a specific manufacturer's product is named and accompanied by the words "basis of design," including make or model number or other designation. Subject to compliance with requirements, provide either the named products or equal products. 2.2 STEEL SOFFIT MEMBERS, GENERAL 2.2.1. Components, General a. Comply with ASTM C 1063. For steel sheet components not included in ASTM C 1063, comply with ASTM C 645 requirements for metal, unless otherwise indicated. 2.2.2. Cold -Rolled Channel Suspension System a. Base metal thickness of 0.0538 inch with ASTM A 653/A 653M, G60, hot -dip galvanized zinc coating. b. Cold -rolled channels, 1-1/2 inch and 3/4 inch deep C. 20 gage hat shape furring screeds 2.2.3. Wire a. ASTM A 641/A 641M, Class 1 zinc coating, soft temper, not less than 0.0475-inch diameter, unless otherwise indicated. 2.3 SHEATHING AND MEMBRANE 2.3.1. Refer to Section 06105. 2.4 METAL LATH 2.4.1. Expanded -Metal Lath a. ASTM C 847 with ASTM A 653/A 653M, G60, hot -dip galvanized zinc coating. b. 3/8-Inch Rib Lath: F62142SO9220 09220-2 March 2009 City of Fort worth Westside WTP Project C. Weight: 4 lb/sq. yd. v 2.5 ACCESSORIES 2.5.1. General a. Comply with ASTM C 1063 and coordinate depth of trim and accessories with thicknesses and number of plaster coats required. 2.5.2. Zinc Accessories a. Casing Beads and Corner Beads: Fabricated from zinc;. square -edged style; with expanded metal flanges. b. Control Joints: Fabricated from zinc; one -piece -type, folded pair of unperforated screeds in M- shaped configuration; with perforated flanges and removable protective tape on plaster face of control joint. 2.5.3. Aluminum Accessories a. Basis -of -Design Products: Fry Reglet Corporation. b. Extruded aluminum alloy 6063 T5 with clear anodized finish. C. Vented Soffit Molding: Product number WPM-75-V-300; 3/a inch deep, 3-inch reveal width. d. Soffit Vent:: Product number PCS-75-V-300; 3/4 inch deep, 3-inch reveal width. e. "F" Reveal Molding, Non -Vented: Product number FPM-75-100; 3/4 inch deep, 1-inch reveal width. 2.6 MISCELLANEOUS MATERIALS 2.6.1. Water for Mixing a. Potable and free of substances capable of affecting plaster set or of damaging plaster, lath, or accessories. 2.6.2. Steel Drill Screws a. For metal -to -metal fastening, ASTM C 1002 or ASTM C 954, as required by thickness of metal being fastened; with pan head that is suitable for application; in lengths required to achieve penetration through joined materials of not fewer than three exposed threads. (1) Fasteners for Attaching Metal Lath to Substrates: Complying with ASTM C 1063. 2.7 PLASTER MATERIALS 2.7.1. Portland Cement: ASTM C 150, Type I. a. Color for Finish Coats: . 2.7.2. Lime: ASTM C 206, Type S; or ASTM C 207, Type S. 2.7.3. Sand Aggregate: ASTM C 897. F62142SO9220 09220-3 March 2009 City of Fort Worth Westside WTP Project 2.8 PLASTER MIXES 2.8.1. General a. Comply with ASTM C 926 for applications indicated. 2.8.2. Base -Coat Mixes for Use over Metal Lath a. Scratch and brown coats for three -coat plasterwork as follows: (1) Portland Cement Mixes: (a) Scratch Coat: For cementitious material, mix 1 part portland cement and 0 to 3/4 parts lime. Use 2-1/2 to 4 parts aggregate per part of cementitious material (sum of separate volumes of each component material). (b) Brown Coat: For cementitious material, mix 1 part portland cement and 0 to 3/4 parts lime. Use 3 to 5 parts aggregate per part of cementitious material (sum of separate volumes of each component material). 2.8.3. Pre -Mixed Integral Color Finish -Coat Mix: a. Provide materials and mix composition equal to Oriental Stucco mix as produced by U.S. Gypsum, Inc. b. Provide custom mix color indicated or matching Architect's sample wither or not such color is in the manufacturer's standard available colors. PART 3 - EXECUTION 3.1 EXAMINATION 3.1.1. Examine areas and substrates, with Installer present, including structural framing, for compliance with requirements and other conditions affecting performance. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION 3.2.1. Protect adjacent work from soiling, spattering, moisture deterioration, and other harmful effects caused by plastering. a. It shall not be the Contractor's option to provide additional cleaning in lieu of the required protection. 3.3 INSTALLING STEEL SOFFIT MEMBERS, GENERAL 3.3.1. General a. Comply with requirements in ASTM C 1063 for applications indicated. (1) Comply with ASTM C 754 for installation of items not addressed in ASTM C 1063. F62142SO9220 09220-4 March 2009 City of Fort worth westside wTP Project b. Install supplementary framing, blocking, and bracing at terminations in plaster assemblies to support fixtures, equipment services, or similar construction. v (1) Isolate soffit assemblies where they abut or are penetrated by building structure. C. Do not bridge building control joints with furring members. Frame both sides of joints independently. 3.4 INSTALLING STEEL FURRING FOR SOFFITS 3.4.1. Installation Tolerances a. Install steel furring components for soffits so members are level to within 1/4 inch in 10 feet measured lengthwise on each member and transversely between parallel members. b. Install steel furring components for soffits in sizes and spacings indicated but not less than that required by the referenced steel framing and installation standards. 3.4.2. Uplift Struts a. Provide minimum of one 1-1/2 inch cold rolled chanel rigidly installed from suspended soffit grid to substantial structure above for eack75 square feet of soffit. 3.4.3. Furring Spacing a. For suspended soffits, 12 inches o.c. '"r 3.5 INSTALLING METAL LATH 3.5.1. Expanded -Metal Lath a. Install over membrane covered sheathing according to ASTM C 1063. (1) Flat -Soffit: Install 3/8-inch rib lath. 3.6 INSTALLING ACCESSORIES 3.6.1. General a. Install appropriate type of bead, accessory or vent screed according to ASTM C 1063 at perimeters, outside comers, soffit edges, control joint locations and otherwise as indicated. 3.7 PLASTER APPLICATION 3.7.1. General a. Comply with ASTM C 926 except nominal thickness of plaster shall be 3/4 -inch. (1) Do not deviate more than plus or minus 1/4 inch in 10 feet from a true plane in finished plaster surfaces, as measured by a 10-foot straightedge placed on surface. (2) Finish plaster flush with metal frames and other built-in metal items or accessories that act as a plaster ground, unless otherwise indicated. Where casing bead does not terminate plaster at F62142SO9220 09220-5 March 2009 City of Fort Worth Westside WTP Project metal frame, cut base coat free from metal frame before plaster sets and groove finish coat at junctures with metal. (3) Provide plaster surfaces that are ready to receive field -applied finishes where indicated. '%Wol 3.7.2. Soffits; Base -Coat Mixes for Use over Metal Lath a. Scratch and brown coats for three -coat plasterwork; 1/2 inch thick. (1) Portland cement mixes. 3.7.3. Plaster Finish Coats a. Apply to provide float finish to match approved sample. 3.8 CUTTING AND PATCHING 3.8.1. Cut, patch, replace, and repair plaster as necessary to accommodate other work and to restore cracks, dents, and imperfections. Repair or replace work to eliminate blisters, buckles, crazing and check cracking, dry outs, efflorescence, sweat outs, and similar defects and where bond to substrate has failed. 3.9 CLEANING AND PROTECTION 3.9.1. Remove temporary protection and enclosure of other work. Promptly remove plaster from other surfaces not indicated to be plastered. Repair floors, walls, and other surfaces stained, marred, or otherwise damaged during plastering. 11%� END OF SECTION F62142SO9220 09220-6 March 2009 City of Fort Worth Westside WTP Project SECTION 09260 GYPSUM BOARD ASSEMBLIES PART 1: GENERAL 1.01 SUMMARY A. Section Includes 1. Interior nonload-bearing steel framing members for gypsum board assemblies. 2. Gypsum board assemblies attached to steel framing. 3. Cement backer board. B. Related Sections 1. Division 5 Section "Cold -Formed Metal Framing." 2. Division 6 Section "Miscellaneous Carpentry." 3. Division 9 Section "Painting" 1.02 DEFINITIONS A. Gypsum Board Construction Terminology: Refer to ASTM C 11 and GA-505 for definitions of terms for gypsum board assemblies not defined in this Section or in other referenced standards. 1.03 DELIVERY, STORAGE, AND HANDLING A. Deliver materials in original packages, containers, or bundles bearing brand name and identification of manufacturer or supplier. Store materials inside under cover and keep them dry and protected against damage from weather, direct sunlight, surface contamination, corrosion, construction traffic, and other causes. Neatly stack gypsum panels flat to prevent sagging. 1.04 PROJECT CONDITIONS A. Environmental Conditions, General 1. Establish and maintain environmental conditions for applying and finishing gypsum board to comply with ASTM C 840 requirements or gypsum board manufacturer's recommendations, whichever are more stringent. B. Room Temperatures 1. For nonadhesive attachment of gypsum board to framing, maintain not less than 40 ° F. Do not exceed 95 ° F when using temporary heat sources. C. Ventilation 1. Ventilate building spaces as required to dry joint treatment materials. Avoid drafts during hot, dry weather to prevent finishing materials from drying too rapidly. F62142509260.doc 09260-1 March 2009 City of Fort Worth Westside WTP Project PART 2: PRODUCTS 2.01 STEEL FRAMING COMPONENTS FOR SUSPENDED CEILINGS A. General 1. Provide components complying with ASTM C 754 for materials and sizes unless otherwise indicated. B. Wire for Hangers and Ties 1. ASTM A 641, Class 1 zinc coating, soft temper. C. Channels 1. Cold -rolled steel, 0.05980 inch minimum thickness of base (uncoated) metal and 7/16 inch (I I mm) wide flanges, and as follows: a. Carrying Channels: 1-1/2 inches deep, 475 lb per 1000 feet, unless otherwise indicated. b. Furring Channels: 3/4 inch (19 mm) deep, 300 lb per 1000 feet, unless otherwise indicated. C. Finish: Rust -inhibitive paint, unless otherwise indicated. D. SteeI Rigid Furring Channels 1. ASTM C 645, hat -shaped, depth of 7/8 inch, and minimum thickness of base (uncoated) metal as follows: a. Thickness: 0.0179 inch, unless otherwise indicated. b. Protective Coating: Manufacturer's standard corrosion -resistant coating. *-o' E. Grid Suspension System for Interior Ceilings 1. ASTM C 645, manufacturer's standard direct -hung grid suspension system composed of main beams and cross furring members that interlock to form a modular supporting network. 2.02 STEEL FRAMING FOR WALLS AND PARTITIONS A. General 1. Provide steel framing members complying with the following requirements: a. Component Sizes and Spacings: As indicated but not less than that required to comply with ASTM C 754. b. Protective Coating: Manufacturers standard corrosion -resistant coating. B. Steel Studs and Runners 1. ASTM C 645, with flange edges of studs bent back 90 deg and doubled over to form 3/16 inch wide minimum lip (return) and complying with the following requirements for minimum thickness of base (uncoated) metal and for depth: a. Minimum base metal thickness: 0.0312 inch (20 gage). b. Depth: As indicated. F62142509260.doc 09260-2 March 2009 City of Fort Worth Westside WTP Project C. Fasteners for Metal Framing 1. Provide fasteners of type, material, size, corrosion resistance, holding power, and other properties required to fasten steel framing and furring members securely to substrates involved; complying with the recommendations of gypsum board manufacturers for applications indicated. 2.03 GYPSUM BOARD PRODUCTS A. General 1. Provide gypsum board of types indicated in maximum lengths available to minimize end -to -end buttjoints. a. Provide type "X" fire rated gypsum board. B. Gypsum Wallboard 1. ASTM C 36 or ASTM C 1396, as applicable to type of gypsum board indicated and whichever is more stringent, and as follows: a. Type: Regular for vertical surfaces, unless otherwise indicated. b. Type: Sag -resistant type for ceiling surfaces. C. Edges: Tapered. d. Thickness: 5/8 inch. C. Water -Resistant Gypsum Backing Board 1. ASTM C 630 and as follows: a. Type: Regular, unless otherwise indicated. b. Thickness: 5/8 inch. 2.04 CEMENT BACKER BOARD A. Cement Backer Board: 1. Subject to compliance with requirements, products that may be incorporated into the work include, but are not limited to the following: a. Custom Building Products; Wonderboard. b. FinPan, Inc.; Util-A-Crete Concrete Backer Board. C. United States Gypsum Co.; DUROCK Cement Board. d. b. Thickness: 1/2 inch. F62142509260.doc 09260-3 March 2009 City of Fort Worth Westside WTP Project 2.05 TRIM ACCESSORIES A. Accessories for Interior Installation 1. Corner beads, casing beads, edge trim, and control joints complying with ASTM C 1047 and requirements indicated below: a. Material: Formed metal, or metal combined with paper, with metal complying witli the following requirement: 1) Sheet steel coated with zinc by hot -dip or electrolytic processes, or with aluminum or rolled zinc. b. Shapes indicated below by reference to Fig. 1 designations in ASTM C 1047: C. Cornerbead on outside corners, unless otherwise indicated. d. Rounded cornerbead with flanges formed to receive joint compound. Use rounded cornerbead for vertial corner joints. e. Casing (LC) -bead with both face and back flanges; face flange formed to receive joint compound. Use LC -beads for edge trim unless otherwise indicated. f. L-bead with face flange only; face flange formed to receive joint compound. Use L-bead where indicated. g. U-bead with face and back flanges; face flange formed to be left without application of joint compound. Use U-bead where indicated. h. One-piece control joint formed with V-shaped slot, with removable strip covering slot opening. 2.06 JOINT TREATMENT MATERIALS A. General 1. Provide joint treatment materials complying with ASTM C 475 and the recommendations of both the manufacturers of sheet products and of joint treatment materials for each application indicated. B. Joint Tape for Gypsum Board 1. Paper reinforcing tape, unless otherwise indicated. C. Setting -Type Joint Compounds for Gypsum Board 1. Factory -packaged, job -mixed, chemical -hardening powder products formulated for uses indicated. a. Where setting -type joint compounds are indicated as a taping compound only or for taping and filling only, use formulation that is compatible with other joint compounds applied over it. b. For prefilling gypsum board joints, use formulation recommended by gypsum board manufacturer for this purpose. C. For filling joints and treating fasteners of water-resistant gypsum backing board behind base for ceramic tile, use formulation recommended by the gypsum board manufacturer for this purpose. d. For topping compound, use sandable formulation. F62142S09260.doc 09260-4 March 2009 City of Fort Worth Westside WTP Project 2.07 MISCELLANEOUS MATERIALS A. General 1. Provide auxiliary materials for gypsum board construction that comply with referenced standards and recommendations of gypsum board manufacturer. B. Steel Drill Screws 1. Complying with ASTM C 1002 for fastening gypsum board to steel members less than 0.033 inch thick. 2. Complying with ASTM C 954 for fastening gypsum board to steel members from 0.033 to 0.112 inch thick. C. Asphalt -Saturated Organic Felt 1. ASTM D 226, Type I (No. 15 asphalt felt), nonperforated. D. Sound -Attenuation Blankets 1. Unfaced mineral -fiber blanket insulation produced by combining mineral fibers of type described below with thermosetting resins to comply with ASTM C 665 for Type I (blankets without membrane facing). a. Mineral -Fiber Type: Fibers manufactured from glass, slag wool, or rock wool. PART 3: EXECUTION A. Examine substrates to which gypsum board assemblies attach or abut, installed hollow metal frames, cast -in -anchors, and structural framing, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of assemblies specified in this Section. Do not proceed with installation until unsatisfactory conditions have been corrected. 3.02 PREPARATION A. Ceiling Anchorages: Coordinate installation of ceiling suspension systems with installation of overhead structural assemblies to ensure that inserts and other provisions for anchorages to building structure have been installed to receive ceiling hangers that will develop their full strength and at spacing required to support ceilings. 3.03 INSTALLING STEEL FRAMING, GENERAL A. Steel Framing Installation Standard 1. Install steel framing to comply with ASTM C 754 and with ASTM C 840 requirements that apply to framing installation. 2. Install supplementary framing, blocking, and bracing at terminations in gypsum board assemblies to support fixtures, equipment services, heavy trim, grab bars, toilet accessories, furnishings, or similar construction. Comply with details indicated and with recommendations of gypsum board manufacturer or, if none available, with United States Gypsum Co.'s "Gypsum Construction Handbook." ,.%Me 3. Isolate steel framing from building structure at locations indicated to prevent transfer of loading imposed by structural movement. Comply with details shown on Drawings. F62142S09260.doc 09260-5 March 2009 City of Fort Worth Westside WTP Project a. Where building structure abuts ceiling perimeter or penetrates ceiling. b. Where partition framing and wall furring abut structure, except at floor. 1) Install deflection track top runner to attain lateral support and avoid axial loading. 4. Do not bridge building control and expansion joints with steel framing or furring members. Independently frame both sides of joints with framing or furring members as indicated. 3.04 INSTALLING STEEL FRAMING FOR SUSPENDED AND FURRED CEILINGS A. Suspend Ceiling Hangers From Building Structural Members And As Follows: Install hangers plumb and free from contact with insulation or other objects within ceiling plenum that are not part of supporting structural or ceiling suspension system. Splay hangers only where required to miss obstructions and offset resulting horizontal forces by bracing, countersplaying, or other equally effective means. 2. Where width of ducts and other construction within ceiling plenum produces hanger spacings that interfere with the location of hangers required to support standard suspension system members, install supplemental suspension members and hangers in form of trapezes or equivalent devices. Size supplemental suspension members and hangers to support ceiling loads within performance limits established by referenced standards. 3. Secure wire hangers by looping and wire -tying, either directly to structures or to inserts, eyescrews, or other devices and fasteners that are secure and appropriate for substrate, and in a manner that will not cause them to deteriorate or otherwise fail. 4. Do not attach hangers to steel deck tabs. 5. Do not attach hangers to steel roof deck. Attach hangers to structural members. V a. Do not connect or suspend steel framing from ducts, pipes, or conduit. 6. Sway -brace suspended steel framing with hangers used for support. 7. Install suspended steel framing components in sizes and at spacings indicated, but not less than that required by the referenced steel framing installation standard. a. Wire Hangers: 48 inches o.c. b. Carrying Channels (Main Runners): 48 inches o.c. C. Furring Channels (Furring Members): 16 inches o.c. Installation Tolerances: Install steel framing components for suspended ceilings so that cross - furring or grid suspension members are level to within 1/8 inch in 12 feet as measured both lengthwise on each member and transversely between parallel members. 9. Wire -tie or clip furring members to main runners and to other structural supports as indicated. 10. Grid Suspension System: Attach perimeter wall track or angle where grid suspension system meets vertical surfaces. Mechanically join main beam and cross -furring members to each other and butt -cut to fit into wall track. F62142S09260.doc 09260-6 March 2009 City of Fort Worth Westside WTP Project 3.05 INSTALLING STEEL FRAMING FOR WALLS AND PARTITIONS A. General 1. Install runners (tracks) at floors, ceilings, and structural walls and columns where gypsum board stud assemblies abut other construction. a. Where studs are installed directly against exterior walls, install asphalt felt strips between studs and wall. 2. Extend partition framing full height to structural supports or substrates above suspended ceilings, except where otherwise indicated. Continue framing over frames for doors and openings and frame around ducts penetrating partitions above ceiling to provide support for gypsum board. 3. Install steel studs and furring in sizes and at spacings indicated. a. Single -Layer Construction: Space studs 16 inches o.c., unless otherwise indicated. 4. Install steel studs so flanges point in the same direction and leading edge or end of each gypsum board panel can be attached to open (unsupported) edges of stud flanges first. 5. Frame door openings to comply with GA-219, and with applicable published recommendations of gypsum board manufacturer, unless otherwise indicated. Attach vertical studs at jambs with screws either directly to frames or to jamb anchor clips on door frames; install runner track section (for cripple studs) at head and secure to jamb studs. a. Install 2 studs at each jamb, unless otherwise indicated. 6. Frame openings other than door openings to comply with details indicated or, if none indicated, as required for door openings. Install framing below sills of openings to match framing required above door heads. 3.06 APPLYING AND FINISHING GYPSUM BOARD, GENERAL A. Gypsum Board Application and Finishing Standards 1. Install and finish gypsum panels to comply with ASTM C 840 and GA-216. 2. Install sound -attenuation blankets, where indicated, prior to installing gypsum panels unless blankets are readily installed after panels have been installed on one side. 3. Install ceiling board panels across framing to minimize the number of abutting end joints and to avoid abutting end joints in the central area of each ceiling. Stagger abutting end joints of adjacent panels not less than one framing member. 4. Install gypsum panels with face side out. Do not install imperfect, damaged, or damp panels. Butt panels together for a light contact at edges and ends with not more than 1/16 inch of open space between panels. Do not force into place. 5. Locate both edge or end joints over supports, except in ceiling applications where intermediate supports or gypsum board back -blocking is provided behind end joints. Do not place tapered edges against cut edges or ends. Stagger vertical joints on opposite sides of partitions. Avoid joints other than control joints at corners of framed openings where possible. 6. Attach gypsum panels to steel studs so leading edge or end of each panel is attached to open (unsupported) edges of stud flanges first. F62142509260.doc 09260-7 March 2009 City of Fort Worth WesWde WTP Project 7. Attach gypsum panels to framing provided at openings and cutouts. 8. Spot grout hollow metal door frames for solid -core wood doors, hollow metal doors, and doors over 32 inches wide. Apply spot grout at each jamb anchor clip and immediately insert gypsum panels into frames. 9. Form control and expansion joints at locations indicated and as detailed, with space between edges of adjoining gypsum panels, as well as supporting framing behind gypsum panels. 10. Cover both faces of steel stud partition framing with gypsum panels in concealed spaces (above ceilings, etc.), except in chases that are braced internally. a. Except where concealed application is indicated or required for sound, fire, air, or smoke ratings, coverage may be accomplished with scraps of not less than 8 sq. ft. in area. b. Fit gypsum panels around ducts, pipes, and conduits. c. Where partitions intersect structural members projecting below underside of floor/roof slabs and decks, cut gypsum panels to fit profile formed by structural members; allow 1/4- to 3/8-inch- wide joints to install sealant. 11. Isolate perimeter of nonload-bearing gypsum board partitions at structural abutments, except floors. Provide 1/4- to 1/2-inch-wide spaces at these locations and trim edges with U-bead edge trim where edges of gypsum panels are exposed. 12. Space fasteners in gypsum panels according to referenced gypsum board application and finishing standard and manufacturer's recommendations. 13. Space fasteners in panels that are tile substrates a maximum of 8 inches o.c. 3.07 GYPSUM BOARD APPLICATION METHODS N%Woll A. Single -Layer Application 1. Install gypsum wallboard panels as follows: a. On ceilings, apply gypsum panels prior to wall/partition board application to the greatest extent possible and at right angles to framing, unless otherwise indicated. b. On partitions/walls, apply gypsum panels vertically (parallel to framing), unless otherwise indicated, and provide panel lengths that will minimize end joints. B. Two Layer Application a. Install first and second layers according to NFPA and Gypsum Association requirements for fire rated assemblies. C. Wall Tile Substrates 1. For substrates indicated to receive thin -set ceramic tile and similar rigid applied wall finishes, comply with the following: a. Install wallboard panels with edges taped and finished to produce a flat surface. D. Single -Layer Fastening Methods 1. Apply gypsum panels to supports as follows: a. Fasten with screws. F62142S09260.doc 09260-8 March 2009 City of Fort Worth Westside WTP Project 3.08 INSTALLING TRIM ACCESSORIES A. General 1. For trim accessories with back flanges, fasten to framing with the same fasteners used to fasten gypsum board. Otherwise, fasten trim accessories according to accessory manufacturer's directions for type, length, and spacing of fasteners. 2. Install cornerbead at external corners. 3. Install edge trim where edge of gypsum panels would otherwise be exposed. Provide edge trim type with face flange formed to receive joint compound, except where other types are indicated. a. Install LC -bead where gypsum panels are tightly abutted to other construction and back flange can be attached to framing or supporting substrate. b. Install L-bead where edge trim can only be installed after gypsum panels are installed. C. Install U-bead where indicated. 4. Install control joints according to ASTM C 840 and manufacturer's recommendations. 3.09 FINISENG GYPSUM BOARD ASSEMBLIES A. General 1. Treat gypsum board joints, interior angles, flanges of comerbead, edge trim, control joints, penetrations, fastener heads, surface defects, and elsewhere as required to prepare gypsum board surfaces for decoration. v 2. Prefill open joints, rounded or beveled edges, and damaged areas using setting -type joint compound. 3. Apply joint tape over gypsum board joints, except those with trim accessories having flanges not requiring tape. 4. Levels of Gypsum Board Finish: Provide the following levels of gypsum board finish per GA- 214. a. Level 1 for ceiling plenum areas and concealed areas, unless a higher level of finish is required for fire -resistance -rated assemblies and sound -rated assemblies. 1) At joints and angles, embed tape in joint compound. Finish panel surfaces free of excess joint compound, but tool marks and ridges are acceptable. b. Level 2 where panels form substrates for tile and where indicated. 1) At joints and angles, embed tape in joint compound and apply one separate coat of joint compound over tape, fastener heads, and flanges of trim accessories. Joint compound applied on the face of the tape when the tape is embedded is considered a separate coat. Finish panel surfaces free of excess joint compound, but tool marks and ridges are acceptable. C. Level 4 for all gypsum board exposed surfaces, unless otherwise indicated. 1) At joints and angles, embed tape in joint compound and apply three separate coats of joint compound over joints, angles, fastener heads, and flanges of trim accessories. Finish panel surfaces and joint compound smooth and free of tool marks and ridges. v 5. Use the following joint compound combination as applicable to the finish levels specified: F62142S09260.doc 09260-9 March 2009 City of Fort Worth Westside WTP Project a. Embedding and First Coat: Setting -type joint compound. b. Fill (Second) Coat: Setting -type joint compound. C. Finish (Third) Coat: Sandable, setting -type joint compound. 6. For Level 4 gypsum board finish, embed tape in joint compound and apply first, fill (second), and finish (third) coats of joint compound over joints, angles, fastener heads, and accessories. Touch up and sand between coats and after last coat as needed to produce a surface free of visual defects and ready for decoration. 7. Where Level 2 gypsum board finish is indicated, embed tape in joint compound and apply first coat of joint compound. 8. Where Level 1 gypsum board finish is indicated, embed tape in joint compound. 9. Finish water-resistant gypsum backing board forming base for ceramic tile to comply with ASTM C 840 and gypsum board manufacturer's directions for treatment of joints behind tile. 3.10 CLEANING AND PROTECTION A. Promptly remove any residual joint compound from adjacent surfaces. Provide final protection and maintain conditions, in a manner acceptable to Installer, that ensure gypsum board assemblies are without damage or deterioration at the time of final acceptance. END OF SECTION F62142S09260.doc 09260-10 March 2009 City of Fort Worth Westside WTP Project SECTION 09310 CERAMIC TILE PART 1: GENERAL 1.01 SUMMARY A. Section Includes 1. Glazed wall tile. 2. Unpolished paver tile. 3. Stone thresholds installed as part of tile installations. B. Related Sections 1. Division 7 Section "Joint Sealants" for sealing of expansion, contraction, control, and isolation joints in tile surfaces. 1.02 SUBMITTALS A. Product Data 1. For each type of product indicated. B. Samples for Verification 1. Assembled samples with grouted joints for each type and composition of tile and for each color and finish required, at least 12 inches square and mounted on rigid panel. Use grout of type and in color or colors approved for completed work. 1.03 QUALITY ASSURANCE A. Source Limitations for Tile 1. Obtain all tile of same type and color or finish from one source or producer. 2. Obtain tile from same production run and of consistent quality in appearance and physical properties for each contiguous area. B. Source Limitations for Setting and Grouting Materials C. Obtain ingredients of a uniform quality for each mortar, adhesive, and grout component from a single manufacturer and each aggregate from one source or producer. 1.04 DELIVERY, STORAGE, AND HANDLING A. Delivery 1. Deliver and store packaged materials in original containers with seals unbroken and labels intact until time of use. Comply with requirement in ANSI A137.1 for labeling sealed tile packages. B. Storage 1. Store tile and cementitious materials on elevated platforms, under cover, and in a dry location. F62142509310.doc 09310-1 March 2009 City of Fort Worth Westside WTP Project 2. Store aggregates where grading and other required characteristics can be maintained and contamination avoided. 3. Store liquid latexes and emulsion adhesives in unopened containers and protected from freezing. C. Handling 1. Handle tile that has temporary protective coating on exposed surfaces to prevent coated surfaces from contacting backs or edges of other units. If coating does contact bonding surfaces of tile, remove coating from bonding surfaces before setting tile. 1.05 PROJECT CONDITIONS A. Environmental Limitations: Do not install tile until construction in spaces is complete and ambient temperature and humidity conditions are maintained at the levels indicated in referenced standards and manufacturer's written instructions. 1.06 EXTRA MATERIALS A. Materials and Quantity 1. Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. a. Tile and Trim Units: Furnish quantity of full-size units equal to 2 percent of amount installed, for each type, composition, color, pattern, and size indicated. Extra stock shall be from the same production run as installed materials. PART 2: PRODUCTS 2.01 GENERAL A. As part of the work under this contract provide all items necessary to produce a complete, durable and proper installation, including but not limited to fasteners; adhesives, industry standard installation components and/or standard or optional installation components and accessories available from or recommended by the manufacturer(s) for the substrates, conditions and assemblies involved. 2.02 MANUFACTURERS A. Basis -of -Design Products: To establish the significant qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics for purposes of evaluating comparable products of other manufacturers, a specific manufacturer's product is named and accompanied by the words "basis of design," including make or model number or other designation. Subject to compliance with requirements, provide either the named products or equal products. 2.03 PRODUCTS, GENERAL A. ANSI Ceramic Tile Standard 1. Provide tile that complies with ANSI A137.1, "Specifications for Ceramic Tile," for types, compositions, and other characteristics indicated. 2. Provide tile complying with Standard grade requirements, unless otherwise indicated. F62142S09310.doc 09310-2 March 2009 City of Fort Worth Westside WTP Project B. ANSI Standards for Tile Installation Materials 1. Provide materials complying with ANSI standards referenced in "Setting and Grouting 111411WMaterials" Article. C. Colors, Textures, and Patterns 1. Where manufacturer's standard products are indicated for tile, grout, and other products requiring selection of colors, surface textures, patterns, and other appearance characteristics, provide specific products or materials complying with the following requirements: a. As indicated by manufacturer's designations. D. Factory Blending 1. For tile exhibiting color variations within ranges selected during Sample submittals, blend tile in factory and package so tile units taken from one package show same range in colors as those taken from other packages and match approved Samples. E. Mounting 1. For factory -mounted tile, provide back- or edge -mounted tile assemblies as standard with manufacturer, unless otherwise indicated. 2.04 TILE PRODUCTS A. Floor and Wall Tile for Thin -Set Mortar Installations 1. Flat tile as follows: a. Ceramic / Porcelain tile designation "CT1": Refer to Room Finish / Color Schedule. b. Ceramic/Glass Mosaic tile designation "CT2": Refer to Room Finish/Color Schedule. C. Ceramic / Porcelain tile designation "CT3": Refer to Room Finish / Color Schedule, provide matching base units. d. Ceramic / Porcelain tile designation "CT4": Refer to Room Finish / Color Schedule. 2.05 THRESHOLDS A. General 1. Fabricate to sizes and profiles indicated or required to provide transition between adjacent floor finishes. 2. Bevel edges at 1:2 slope, aligning lower edge of bevel with adjacent floor finish. Limit height of bevel to '/z inch or less, and finish bevel to match face of threshold. B. Marble Thresholds 1. ASTM C 503 with a minimum abrasion resistance of 10 per ASTM C 1353 or ASTM C 241 and with honed finish. 2. Description: Uniform, fine- to medium -grained black stone with gray veining. F62142509310.doc 09310-3 March 2009 City of Fort Worth Westside WTP Project 2.06 SETTING AND GROUTING MATERIALS A. Latex -Portland Cement Mortar (Thin Set) N..i 1. Ceramic and Porcelain Tile: ANSI Al 18.4, consisting of the following: a. Prepackaged dry -mortar mix combined with acrylic resin or styrene-butadiene-rubber liquid - latex additive. b. For wall applications, provide nonsagging mortar that complies with Paragraph F-4.6.1 in addition to the other requirements in ANSI Al 18.4. B. Polymer -Modified Tile Grout 1. ANSI A118.7, color as indicated or as selected from manufacturer's full line of available colors. 2. Polymer Type: Acrylic resin or styrene-butadiene rubber in liquid -latex fonn for addition to prepackaged dry -grout mix. a. Unsanded grout mixture for joints 1/8 inch and narrower. b. Sanded grout mixture for joints 1/8 inch and wider. C. Glass Tile Grout I . Glass Tile: Provide setting materials and components recommended by the tile manufacturer for the applicable substrate. 2.07 ELASTOMERIC SEALANTS A. General 1. Provide manufacturer's standard chemically curing, elastomeric sealants of base polymer and characteristics indicated that comply with applicable requirements in Division 7 Section "Joint Sealants." B. Colors 1. Provide colors of exposed sealants to match colors of grout in tile adjoining sealed joints, unless otherwise indicated. 2.08 MISCELLANEOUS MATERIALS A. Trowelable Underlayments and Patching Compounds 1. Latex -modified, portland cement -based formulation provided or approved by manufacturer of tile -setting materials for installations indicated. B. Temporary Protective Coating 1. Either product indicated below that is formulated to protect exposed surfaces of tile against adherence of mortar and grout; compatible with tile, mortar, and grout products; and easily removable after grouting is completed without damaging grout or tile. a. Petroleum paraffin wax, fully refined and odorless, containing at least 0.5 percent oil with a melting point of 120 to 140 " F per ASTM D 87. b. Grout release in form of manufacturer's standard proprietary liquid coating that is specially formulated and recommended for use as temporary protective coating for tile. 14� F62142SO9310.doc 09310-4 March 2009 City of Fort Worth Westside WTP Project C. Tile Cleaner 1. A neutral cleaner capable of removing soil and residue without harming tile and grout surfaces, specifically approved for materials and installations indicated by tile and grout manufacturers. 2.09 MIXING MORTARS AND GROUT A. General 1. Mix mortars and grouts to comply with referenced standards and mortar and grout manufacturers' written instructions. 2. Add materials, water, and additives in accurate proportions. 3. Obtain and use type of mixing equipment, mixer speeds, mixing containers, mixing time, and other procedures to produce mortars and grouts of uniform quality with optimum performance characteristics for installations indicated. PART 3: EXECUTION 3.01 EXAMINATION A. General 1. Examine substrates, areas, and conditions where tile will be installed, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of installed tile. a. Verify that substrates for setting tile are firm; dry; clean; free of oil, waxy films, and curing compounds; and within flatness tolerances required by referenced ANSI A 108 Series of tile 1400sr installation standards for installations indicated. b. Verify that installation of grounds, anchors, recessed frames, electrical and mechanical units of work, and similar items located in or behind tile has been completed before installing tile. C. Verify that joints and cracks in tile substrates are coordinated with tile joint locations; if not coordinated, adjust joint locations in consultation with Architect. 2. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 PREPARATION A. General 1. Remove coatings, including curing compounds and other substances that contain soap, wax, oil, or silicone, that are incompatible with tile -setting materials. 2. Prepare concrete substrates for tile floors that require substrate have a fine broom finish in compliance with referenced ANSI A108 series of tile installation standards for installations indicated. a. Roughen concrete substrate as necessary to assure conditions are satisfactory for tile installation. 3. Provide concrete substrates for tile floors installed with thin -set mortar that comply with flatness tolerances specified in referenced ANSI A108 Series of tile installation standards. ..i F62142509310.doc 09310-5 March 2009 City of Fort Worth Westside WTP Project a. Fill cracks, holes, and depressions with trowelable leveling and patching compound according to tile -setting material manufacturer's written instructions. Use product specifically recommended by tile -setting material manufacturer. b. Remove protrusions, bumps, and ridges by sanding or grinding. 4. Treat substrate control joints, construction joints, and other nonmoving substrate cracks to prevent cracks from reflecting through ceramic tile flooring with crack and joint isolation membrane in accordance with manufacturer's written recommendations. B. Blending For tile exhibiting color variations within ranges selected during Sample submittals, verify that tile has been factory blended and packaged so tile units taken from one package show same range of colors as those taken from other packages and match approved Samples. If not factory blended, either return to manufacturer or blend tiles at Project site before installing. C. Field -Applied Temporary Protective Coating Where indicated under tile type or needed to prevent grout from staining or adhering to exposed tile surfaces, precoat them with continuous film of temporary protective coating, taking care not to coat unexposed tile surfaces. 3.03 INSTALLATION, GENERAL A. ANSI Tile Installation Standards Comply with parts of ANSI Al08 Series "Specifications for Installation of Ceramic Tile" that apply to types of setting and grouting materials and to methods indicated in ceramic tile installation schedules. B. TCA Installation Guidelines 1. TCA's "Handbook for Ceramic Tile Installation." Comply with TCA installation methods indicated in ceramic tile installation schedules. C. General Extend tile work into recesses and under or behind equipment and fixtures to form complete covering without interruptions, unless otherwise indicated. Terminate work neatly at obstructions, edges, and corners without disrupting pattern or joint alignments. 2. Accurately form intersections and returns. Perform cutting and drilling of tile without marring visible surfaces. Carefully grind cut edges of tile abutting trim, finish, or built-in items for straight aligned joints. Fit tile closely to electrical outlets, piping, fixtures, and other penetrations so plates, collars, or covers overlap tile. D. Jointing Pattern 1. Lay tile in grid pattern, unless otherwise indicated. Align joints when adjoining tiles on floor, base, walls, and trim are same size. Lay out tile work and center tile fields in both directions in each space or on each wall area. Adjust to minimize tile cutting. Provide uniform joint widths, unless otherwise indicated. a. For tile mounted in sheets, make joints between tile sheets same width as joints within tile sheets so joints between sheets are not apparent in finished work. F62142509310.doc 09310-6 March 2009 City of Fort Worth Westside WTP Project E. Expansion Joints 1. Locate expansion joints and other sealant -filled joints, including control, contraction, and isolation joints, where indicated during installation of setting materials, mortar beds, and tile. Do not saw -cut joints after installing tiles. a. Locate joints in tile surfaces directly above joints in concrete substrates. F. Grouting Standards 1. Grout tile to comply with requirements of the following tile installation standards: a. For ceramic tile grouts (latex-portland cement grouts), comply with ANSI A108.10. 3.04 WALL TILE INSTALLATION A. General 1. Install types of tile designated for wall installations to comply with requirements in the Wall Tile Installation Schedule, including those referencing TCA installation methods and ANSI setting -bed standards. B. Joint Widths: Install tile on walls with joint width as recommended by the manufacturer. 3.05 CLEANING AND PROTECTING A. Cleaning 1. On completion of placement and grouting, clean all ceramic tile surfaces so they are free of foreign matter. 14ft.W a. Remove latex-portland cement grout residue from tile as soon as possible. b. Clean grout smears and haze from tile according to tile and grout manufacturer's written instructions, but no sooner than 10 days after installation. Use only cleaners recommended by tile and grout manufacturers and only after determining that cleaners are safe to use by testing on samples of tile and other surfaces to be cleaned. Protect metal surfaces and plumbing fixtures from effects of cleaning. Flush surfaces with clean water before and after cleaning. C. Remove temporary protective coating by method recommended by coating manufacturer that is acceptable to tile and grout manufacturer. Trap and remove coating to prevent it from clogging drains. B. Protection 1. When recommended by tile manufacturer, apply coat of neutral protective cleaner to completed tile walls and floors. Protect installed tile work with kraft paper or other heavy covering during construction period to prevent staining, damage, and wear. 2. Prohibit foot and wheel traffic from tiled floors for at least seven days after grouting is completed. 3. Before final inspection, remove protective coverings and rinse neutral cleaner from tile surfaces. F62142S09310.doc 09310-7 March 2009 City of Fort Worth Westside WTP Project 3.06 FLOOR TILE INSTALLATION SCHEDULE A. Tile Installation 1. Interior floor installation on concrete; thin -set mortar; TCA F113 and ANSI A108.5. 2. Tile Type: Unpolished paver tile. 3. Thin -Set Mortar: Latex- portland cement mortar. 4. Grout: Polymer -modified sanded grout. 3.07 WALL TILE INSTALLATION SCHEDULE A. Tile installation 1. interior wall installation over gypsum board; thin -set mortar; TCA W243 and ANSI A108.5. 2. Tile Type: Glazed wall tile. 3. Thin -Set Mortar: Latex- portland cement mortar. 4. Grout: Polymer -modified unsanded grout. END OF SECTION F62142509310.doc 09310-8 March 2009 City of Fort Worth Westside WTP Project SECTION 09512 SUSPENDED CEILING SYSTEMS PART 1: GENERAL 1.01 SUMMARY A. Section Includes 1. Ceilings composed of acoustical panels and exposed suspension systems. 1.02 SUBMITTALS A. Product Data 1. For each type of acoustical panel specified. 1.03 QUALITY ASSURANCE A. Installer Qualifications 1. Engage an experienced Installer who has completed acoustical panel ceilings similar in material, design, and extent to that indicated for this Project and with a record of successful in- service performance. B. Single -Source Responsibility for Ceiling Units and Suspension System 1. Obtain acoustical ceiling panel and suspension system from a single source with resources to provide products of consistent quality in appearance and physical properties without delaying the Work. 1.04 DELIVERY, STORAGE, AND HANDLING A. Deliver acoustical panels and suspension system components to Project site in original, unopened packages and store them in a fully enclosed space where they will be protected against damage from moisture, direct sunlight, surface contamination, and other causes. Before installing acoustical panels, permit them to reach room temperature and a stabilized moisture content. Handle acoustical panels carefully to avoid chipping edges or damaging units in any way. 1.05 PROJECT CONDITIONS A. Space Enclosure and Environmental Limitations: Do not install acoustical panel ceilings until spaces are enclosed and weatherproof, wet -work in spaces is completed and dry, work above ceilings is complete and ambient temperature and humidity conditions are being maintained at the levels indicated for Project when occupied for its intended use. 1.06 COORDINATION A. Coordinate layout and installation of acoustical panels and suspension system components with other construction that penetrates ceilings or is supported by them, including light fixtures, HVAC equipment, fire -suppression system components (if any), and partition assemblies (if any). F62142509512.doc 09512-1 March 2009 City of Fort Worth Westside WTP Project 1.07 EXTRA STOCK A. General 1. Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. B. Acoustical Ceiling Panels 1. Full-size panels equal to 1.0 percent of quantity installed. C. Suspension System Components 1. Quantity of each exposed component equal to 1.0 percent of quantity installed. 1.08 WARRANTY A. General Warranty 1. The special warranties specified in this Article shall not deprive the Owner may have under other provisions of the Contract Documents and shall be in addition to, and run concurrent with, other warranties made by the Contractor under requirements of the Contract Documents. B. Special Acoustical Panel Ceiling System Warranty 1. Submit a written warranty executed by acoustical panel ceiling system manufacturer to repair or replace acoustical panel ceiling system that falls within the warranty period. Failures include, but are not limited to: a. Acoustical Panels: Sagging or warping. b. Grid System: Rusting and manufacturing defects. Nfta", PART 2: PRODUCTS 2.01 GENERAL A. Provide all items necessary to produce a complete, durable and proper installation, including but not limited to fasteners; adhesives, industry standard installation components and/or standard or optional installation components and accessories available from or recommended by the manufacturer(s) for the substrates, conditions and assemblies involved. 2.02 BASIS -OF -DESIGN PRODUCT A. Armstrong World Industries, Inc. B. Type: As indicated C. Item Number: As indicated D. Dimensional Stability: HumiGuard Plus. Surface and back treated with BioBlock paint containing a special biocide that inhibits or retards growth of mold and mildew. 2.03 METAL PANEL CEILING SYSTEM A. At interior and exterior locations indicated, provide suspended ceiling system equal to MacroPlus linier metal ceiling system, as manufactured by Chicago Metalic, Chicago, IL 800- 323-6164. F62142509512.doc 09512-2 March 2009 City of Fort Worth Westside WTP Project B. Provide MacroPlus nominal 6 inch profile non -perforated slats with clear anodized 0.032 aluminum finish. C. Provide manufacturer's special suspension system with hold-down struts at not more than 96" on centers each way, wall channel perimeter and all other installation accessories and options recommended by the manufacturer for a complete flat plane installation including components for ceiling mounted items such as, but not limited to, speakers, lights, HVAC grilles, access panels and fire sprinkler heads. D. Provide extra suspension system and panels maintenance stock material equal to four percent (41/'o) of the area installed. 2.04 ACOUSTICAL PANELS, GENERAL A. Acoustical Panel Standard 1. Provide manufacturer's standard panels of configuration indicated that comply with ASTM E 1264 classifications as designated by types, patterns, acoustical ratings, and light reflectances, unless otherwise indicated. 2. Mounting Method for Measuring Noise Reduction Coefficient (NRC): ASTM C 423. 3. Test Method for Ceiling Attenuation Class (CAC): Where acoustical panel ceilings are specified to have a CAC, provide units identical to those tested per ASTM E 1414 by a qualified testing agency. 2.05 ACOUSTICAL PANEL CEILING PRODUCT A. Acoustical Panel Characteristics `ftow, 1. Provide panels complying with ASTM E 1264 for characteristics described below: a. Pattern: As specified by product designation below. b. Type: Type III, Form 2 units per ASTM E 1264 with washable painted finish. C. Colors: White. d. Noise Reduction Coefficient: 0.55. e. Ceiling Attenuation Class: 35. f. Edge Detail: Reveal edge (Tegular). g. Thickness: 5/8 inch. h. Size: 24"x 24". B. Basis -of -Design Product 1. Armstrong World Industries, Inc. 2. Type: As indicated. 3. Item Number: As indicated. 4. Dimensional Stability: HumiGuard Plus. Surface and back treated with BioBlock paint containing a special biocide that inhibits or retards growth of mold and mildew. ..i F62142509512.doc 09512-3 March 2009 City of Fort Worth Westside WTP Project 2.06 METAL SUSPENSION SYSTEMS, GENERAL A. Standard for Metal Suspension Systems 1. Provide manufacturer's standard metal suspension systems of types, structural classifications, and finishes indicated that comply with applicable ASTM C 635 requirements. B. Attachment Devices 1. Size for 5 times design load indicated in ASTM C 635, Table 1, Direct Hung unless otherwise indicated. C. Wire for Hangers and Ties 1. ASTM A 641, Class 1 zinc coating, soft temper. 2. Gage: Provide wire sized so that stress at 3 times hanger design load (ASTM C 635, Table 1, Direct -Hung), will be less than yield stress of wire, but provide not less than 0.106-inch diameter. D. Edge Moldings and Trim 1. Metal of types and profiles indicated or, if not indicated, manufacturer's standard moldings for edges and penetrations that fit type of edge detail and suspension system indicated. 2. For circular penetrations of ceiling, provide edge moldings fabricated to diameter required to fit penetration exactly. 2.07 NON -FIRE -RESISTANCE -RATED DIRECT -HUNG SUSPENSION SYSTEM A. Wide -Face Capped Double -Web Steel Suspension System 1. Main and cross -runners roll -formed from commercial -quality hot dipped galvanized steel coating. Exposed surfaces chemically cleansed, capping prefinished galvanized steel in baked polyester. 15/16-inch wide metal caps on flanges; other characteristics as follows: a. Structural Classification: Intermediate -Duty System. b. Cross Tees: Light gauge steel with rotary stiching to improve column strength and staked- onend detail allowing easy cross tee removal and remounting. C. End Condition of Cross -Runners: Override (stepped) or butt -edge type, as standard with manufacturer. d. Cap Material and Finish: Steel sheet painted to match color of panels supported. B. Basis -of -Design Product 1. Armstrong World Industries, Inc.; Prelude XL 15/16" Exposed Tee System. PART 3: EXECUTION 3.01 EXAMINATION A. Examine substrates and structural framing to which acoustical panel ceilings attach or abut, with Installer present, for compliance with requirements specified in this and other Sections that affect ceiling installation and anchorage. Do not proceed with installation until unsatisfactory conditions have been corrected. F62142S09512.doc 09512-4 March 2009 City of Fort Worth Westside WTP Project 3.02 PREPARATION A. Measure each ceiling area and establish the layout of acoustical panels to balance border widths 14000, at opposite edges of each ceiling. Avoid using less -than -half -width panels at borders, and conform to the layout shown on reflected ceiling plans. 3.03 INSTALLATION A. General 1. Install acoustical panel ceilings to comply with publications referenced below and per manufacturer's instructions. a. Standard for Ceiling Suspension System Installations: Comply with ASTM C 636. b. ASCE 7, "Minimum Design Loads for Buildings and Other Structures": Section 9, 'Earthquake Loads" as modified and amended by the IBC 2. Suspend ceiling hangers from building's structural members and as follows: a. Install hangers plumb and free from contact with insulation or other objects within ceiling plenum that are not part of the supporting structure or of the ceiling suspension system. b. Splay hangers only where required to miss obstructions; offset resulting horizontal forces by bracing, countersplaying, or other equally effective means. C. Where width of ducts and other construction within ceiling plenum produces hanger spacings that interfere with the location of hangers at spacings required to support standard suspension system members, install supplemental suspension members and hangers in the form of trapezes or equivalent devices. Size supplemental suspension members and hangers to support ceiling loads within performance limits established by referenced standards and publications. d. Secure wire hangers to ceiling suspension members and to supports above with a minimum of 3 tight turns. Connect hangers either directly to structures or to inserts, eye screws, or other devices that are secure, that are appropriate for substrate, and that will not deteriorate or otherwise fail due to age, corrosion, or elevated temperatures. Do not attach hangers to steel roof deck. Attach hangers to structural members. f. Space hangers not more than 48 inches o.c. along each member supported directly from hangers, unless otherwise shown; and provide hangers not more than 8 inches from ends of each member. 3. Install edge moldings and trim of type indicated at perimeter of acoustical ceiling area and where necessary to conceal edges of acoustical panels. a. Screw attach moldings to substrate at intervals not over 16 inches o.c. and not more than 3 inches from ends, leveling with ceiling suspension system to a tolerance of 1/8 inch in 12 feet. Miter corners accurately and connect securely. 4. Install suspension system runners so they are square and securely interlocked with one another. Remove and replace dented, bent, or kinked members. 5. Install acoustical panels with undamaged edges and fitted accurately into suspension system runners and edge moldings. Scribe and cut panels at borders and penetrations to provide neat, precise fit. F62142509512.doc 09512-5 March 2009 City of Fort Worth Westside WTP Project a. For reveal -edged panels on suspension system runners, install panels with bottom of reveal in firm contact with top surface of runner flanges. b. Paint the cut panel edges remaining exposed after installation; match color of exposed panel N%./ surfaces using coating recommended for this purpose by acoustical panel manufacturer. 3.04 EXTERIOR SUSPENDED CEILING SYSTEM INSTALLATION A. Install using manufacturer's special suspension system with hold-down struts as noted above and using all other installation accessories and options recommended by the manufacturer for a complete flat plane installation. 3.05 CLEANING A. Clean exposed surfaces of acoustical panel ceilings, including trim, edge moldings, and suspension system members. Comply with manufacturer's instructions for cleaning and touchup of minor finish damage. Remove and replace ceiling components that cannot be successfully cleaned and repaired to permanently eliminate evidence of damage. END OF SECTION F62142509512.doc 09512-6 March 2009 City of Fort Worth Westside WTP Project SECTION 09651 RESILIENT FLOORING PART 1: GENERAL 1.01 SUMMARY A. Section Includes 1. Vinyl composition tile (VCT). 2. Resilient wall base and accessories. 3. Metal accessories. 1.02 SUBMITTALS A. Product Data 1. For each type of product indicated. B. Samples for Verification 1. Full-size units of each color and pattern of resilient floor tile required. a. Resilient Wall Base and Accessories: Manufacturer's standard -size Samples, but not less than 12 inches long, of each resilient product color and pattern required. �..i C. Maintenance Data 1. For resilient products to include in maintenance manuals. D. Moisture/Bond Tests _ 1. Submit moisture/bond tests prior to installation of resilient tile. 1.03 DELIVERY, STORAGE, AND HANDLING A. Store resilient products and installation materials in dry spaces protected from the weather, with ambient temperatures maintained within range recommended by manufacturer, but not less than 50 ° F or more than 90 ° F. Store tiles on flat surfaces. 1.04 PROJECT CONDITIONS A. General 1. Maintain temperatures within range recommended by manufacturer, but not less than 70 ° F or more than 95 ° F, in spaces to receive floor tile during the following time periods: a. 48 hours before installation. b. During installation. C. 48 hours after installation. 2. After post -installation period, maintain temperatures within range recommended by manufacturer, but not less than 55 ° F or more than 95 ° F. F62142S09651.doc 09651-1 March 2009 City of Fort Worth Westside WTP Project 3. Close spaces to traffic during floor covering installation. 4. Close spaces to traffic for 48 hours after floor covering installation. 5. Install resilient products after other finishing operations, including painting, have been completed. 1.05 EXTRA MATERIALS B. General 1. Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. Furnish extra materials from the same production run as installed materials. a. Furnish not less than one percent of each type, color, pattern, class, wearing surface, and size of resilient tile flooring, accessory, and wall base installed. PART 2: PRODUCTS 2.01 GENERAL A. Provide all items necessary to produce a complete, durable and proper installation, including but not limited to fasteners; adhesives, industry standard installation components and/or standard or optional installation components and accessories available from or recommended by the manufacturer(s) for the substrates, conditions and assemblies involved. 2.02 BASIS OF DESIGN A. Basis -of -Design Products: To establish the significant qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics for purposes of evaluating comparable products of other manufacturers, a specific manufacturer's product is named and accompanied by the words "basis of design," including make or model number or other designation. Subject to compliance with requirements, provide either the named products or equal products. 2.03 COLORS AND PATTERNS A. Colors and Patterns: As indicated by manufacturer's designations and drawing notes. 2.04 VINYL COMPOSITION TILE A. Vinyl Composition Tile (VCT) 1. ASTM F 1066. 2. Class: 2 (through -pattern tile). 3. Wearing Surface: As indicated. 4. Thickness: 0.125 inch. 5. Size: 12 inches by 12 inches. 2.05 RESILIENT WALL BASE A. Wall Base 1. ASTM F 1861. F62142509651.doc 09651-2 March 2009 City of Fort Worth Westside WIT Project 2. Type (Material Requirement): TP (rubber, thermoplastic). 3. Group (Manufacturing Method): I (solid, homogeneous) or II (layered). 4. Style: a. Cove with top -set toe at resilient tile flooring and where indicated. b. Straight with no toe at carpet and where indicated. 5. Minimum Thickness: 0.125 inch. 6. Height: 4 inches. 7. Lengths: Coils in manufacturer's standard length. 8. Corners: Premolded. 9. Surface: Smooth. 2.06 MOLDING ACCESSORIES A. Vinyl Flooring Molding Accessory 1. Description: Reducer strip for resilient flooring. 2. Material: Vinyl; color coordinate with flooring. 3. Profile and Dimensions: Tapered or bullnose edge, thickness matching flooring, and width not less than one inch. B. Metal Molding Accessory 1. Description: Transition edge strip for resilient flooring. 2. Material: Stainless steel. 3. Profile and Dimensions: 2 inches wide by 1/4 inch thick; tapered edges of thickness matching flooring. C. Carpet Molding Accessory 1. Description: Carpet edge and joiner for tile and carpet for glue -down applications. 2. Material: Extruded or molded heavy-duty vinyl; color coordinate with carpet. 3. Profile and Dimensions: Provide moldings with undercut appropriate for carpet thickness. 2 inches wide, minimum, anchorage flange. D. Expansion Joint Accessory 1. Description: Expansion joint insert strip for isolation joints around columns in slabs on grade. 2. Material: Extruded or molded heavy-duty vinyl; color coordinate with carpet. 3. Basis -of -design product: Johnsonite, A Division of Duramax, Inc., EJS-XX Expansion Seal. E. Accessibility for the Disabled 1. Provide edge, transition, and other flooring accessory materials that comply with accessibility requirements of authorities having jurisdiction. F62142509651.doc 09651-3 March 2009 City of Fort Worth Westside WTP Project 2.07 INSTALLATION MATERIALS A. Concrete Sealer 1. Material recommended by resilient tile flooring manufacturer where required to ensure adhesion of resilient tile to concrete substrates, as determined from preconstruction resilient -tile -concrete - substrate tests and field tests. B. Concrete Primer 1. Basis -of -Design Product: Ardex Engineered Cements. Ardex P-51 Primer. C. Trowelable Leveling and Patching Compounds 1. For repairing substrates and ramping: a. Basis -of -Design Product: Ardex Engineered Cements. Ardex SD-P InstantPatch. 2. For flash patching and skim coating: a. Basis -of -Design Product: Ardex Engineered Cements. Ardex SD-F Feather Finish. 3. Do not use gypsum -based formulations. D. Adhesives (Cements): 1. Basis -of -Design Product: The W.W. Henry Company, Henry 530 TilePro High -Performance "Fast Tack" Adhesive. PART 3: EXECUTION 3.01 EXAMINATION A. General 1. Examine substrates, with Installer present, for compliance with requirements for installation tolerances, moisture content, and other conditions affecting performance. a. Verify that finishes of substrates comply with tolerances and other requirements specified in other Sections and that substrates are free of cracks, ridges, depressions, scale, and foreign deposits that might interfere with adhesion of resilient products. b. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 PREPARATION A. General 1. Prepare substrates according to manufacturer's written recommendations to ensure adhesion of resilient products. B. Concrete Substrates 1. Prepare according to ASTM F 710 and as follows: a. Review prospective floor covering manufacturer's recommendations for slab preparation. Identify requirements of levelness, texture, water vapor transmission limits and similar criteria and compare against the found condition of the subject slab. F62142SO9651.doc 09651-4 Marca 2009 City of Fort worth Westside WTP Project b. Engage the services of an independent testing laboratory to perform examinations and sampling of the concrete slab in accordance with ASTM C 823, and report the results to the Architect for record prior to floor fmish installation. Limit scope of investigation only to areas displaying �..i floor conditions unacceptable for receiving resilient flooring. C. Remove dust, solvent, paint, wax, oil, grease, residual adhesive, adhesive removers, curing, sealing, hardening, or parting compounds, alkaline salts, excessive carbonation or laitence, mold mildew, and other foreign materials that might prevent adhesive bond. 1) Remove substrate coatings and other substances that are incompatible with adhesives and that contain soap, wax, oil, or silicone, using mechanical methods recommended by manufacturer. Do not use solvents. d. 48 hours, minimum, before testing substrate for moisture, bead -blast surfaces with an apparatus that abrades the concrete surface, contains the dispensed beads within the apparatus, and re - circulates the beads by vacuum pickup. Acid etching, mechanical sanding, or mechanical scarification will not be accepted. e. Moisture Testing: 1) Perform anhydrous calcium chloride test, ASTM F 1869, or other test methods acceptable to the resilient flooring manufacturer. Proceed with installation of resilient flooring only after substrates have maximum moisture -vapor -emission rate of 3 lb of water/1000 sq. ft. in 24 hours. 2) Prepare 3 test sites for the first 1,000 sq. ft. and include 1 more test for each additional 1,000 sq. ft. area. 3) Proceed with installation only after substrates pass testing. '*MEW, f. Alkalinity and Adhesion Testing: Perform tests recommended by manufacturer only after shot- blasting of surfaces has been completed. Proceed with installation only after substrates pass testing. C. Concrete Sealing 1. Seal concrete substrates, where recommended in writing by resilient tile flooring manufacturer, based on preconstruction resilient -tile -concrete -substrate tests or prior experience. Apply sealer to comply with resilient tile manufacturer's written instructions. a. Contract completion time will not be extended due to time interval between sealer application and flooring installation. D. Leveling And Patching 1. Use trowelable leveling and patching compound to fill cracks, holes, and depressions in substrates. a. Fill and smooth surface cracks, grooves, depressions, control joints and other non-moving joints, and other irregularities with latex patching or underlayment compound recommended by the resilient flooring manufacturer. E. Material Preconditioning 1. Move resilient products and installation materials into spaces where they will be installed at least 48 hours in advance of installation. ..i 2. Do not install resilient products until they are same temperature as space where they are to be installed. F62142SO965Ldoc 09651-5 March 2009 City of Fort Worth Westside WTP Project F. Substrate Preparation 1. Sweep and vacuum clean substrates to be covered by resilient products immediately before installation. After cleaning, examine substrates for moisture, alkaline salts, carbonation, and N*M0' dust. Proceed with installation only after unsatisfactory conditions have been corrected. 3.03 TILE INSTALLATION A. General 1. Lay out tiles from center marks established with principal walls, discounting minor offsets, so tiles at opposite edges of room are of equal width. Adjust as necessary to avoid using cut widths that equal less than one-half tile at perimeter. a. Lay tiles square with room axis. 2. Match tiles for color and pattern by selecting tiles from cartons in the same sequence as manufactured and packaged, if so numbered. Discard broken, cracked, chipped, or deformed tiles. a. Lay tiles with grain running in one direction, in pattern of colors and sizes indicated, and with joints in straight line. Scribe, cut, and fit tiles to butt neatly and tightly to vertical surfaces and permanent fixtures including built-in furniture, cabinets, pipes, outlets, edgings, door frames, thresholds, and nosings. a. Where a visible gap occurs between joints of vertical surfaces and edge of resilient flooring, install clear elastomeric joint sealant ES-12 as specified in Division 7 Section "Joint Sealants" to form a waterproof seal. 4. Extend tiles into toe spaces, door reveals, closets, and similar openings, except in Sales Areas, run flooring full under checkstands, shelving, and display cases. a. Install stair nosing where tile terminates at trench edge under display cases. 5. Maintain reference markers, holes, and openings that are in place or marked for future cutting by repeating on floor tiles as marked on substrates. Use chalk or other nonpermanent, nonstaining marking device. 6. Install tiles on covers for telephone and electrical ducts and similar items in finished floor areas. Maintain overall continuity of color and pattern with pieces of tile installed on covers. Tightly adhere tile edges to substrates that abut covers and to cover perimeters. 7. Adhere tiles to flooring substrates using a full spread of adhesive applied to substrate to produce a completed installation without open cracks, voids, raising and puckering at joints, telegraphing of adhesive spreader marks, and other surface imperfections. 8. Hand roll tiles immediately after installation according to tile manufacturer's written instructions, except if rolling is not required for products specified. F62142509651.doc 09651-6 March 2009 City of Fort Worth Westside WTP Project ,*MOO, 3.04 RESILIENT WALL BASE INSTALLATION A. General 1. Apply wall base to walls, columns, pilasters, casework and cabinets in toe spaces, and other permanent fixtures in rooms and areas where base is required. 2. Install wall base in lengths as long as practicable without gaps at seams and with tops of adjacent pieces aligned. 3. Tightly adhere wall base to substrate throughout length of each piece, with base in continuous contact with horizontal and vertical substrates. 4. Do not stretch wall base during installation. 5. On masonry surfaces or other similar irregular substrates, fill voids along top edge of wall base with manufacturer's recommended adhesive filler material. 6. Premolded Corners: Install premolded corners before installing straight pieces. 3.05 RESILIENT ACCESSORY INSTALLATION A. Resilient Molding Accessories: Butt to adjacent materials and tightly adhere to substrates throughout length of each piece. Install reducer strips at edges of floor coverings that would otherwise be exposed. Install expansion joint insert strip in isolation joints around columns in slabs on grade to allow movement of tile below cap and keep tile from cracking. 3.06 METAL ACCESSORY INSTALLATION A. Install transition edge strips at edges of flooring as indicated. Anchor edge strips with No. 10 or larger flat head, countersunk, machine screws (MS) at spacings not to exceed 12 inches. Use lead shield for anchoring to concrete. 3.07 CLEANING AND PROTECTION A. General 1. Perform the following operations immediately after completing resilient product installation: a. Remove adhesive and other blemishes from exposed surfaces. b. Sweep and vacuum surfaces thoroughly. C. Damp -mop surfaces to remove marks and soil. 1) Do not wash surfaces until after time period recommended by manufacturer. 2. Protect resilient products from mars, marks, indentations, and other damage from construction operations and placement of equipment and fixtures during remainder of construction period. Use protection methods recommended in writing by manufacturer. a. Apply protective floor polish to horizontal surfaces that are free from soil, visible adhesive, and surface blemishes if recommended in writing by manufacturer. 1) Use commercially available product acceptable to manufacturer. F62142509651.doc 09651-7 March 2009 City of Fort Worth Westside WTP Project Cover products installed on horizontal surfaces with undyed, untreated building paper until final acceptance. Coordinate with manufacturers' written recommendations for products used. C. Do not move heavy and sharp objects directly over surfaces. Place hardboard or plywood `•/ panels over flooring and under objects while they are being moved. Slide or roll objects over panels without moving panels. 1) When required by flooring manufacturer, allow a minimum of 72 hours after resilient tile installation before moving and installing equipment on flooring. END OF SECTION F62142509651.doc 09651-8 March 2009 City of Fort Worth Westside WTP Project SECTION 09680 CARPET TILE PART 1: GENERAL 1.01 SUMMARY A. Section Includes: 1. Surface preparation. 2. Carpet Tile. 3. Entry Mat. 4. Accessories. B. Related Section: 1. Cast -In -Place Concrete: Division 3. 2. Resilient Flooring: Elsewhere in Division 9. 1.02 SUBMITTALS �..i A. Clearly indicate the location of seams, method of joining seams, direction of carpet, type of adhesive to be used, and method of integrating edge strips with carpet. 1. Provide seaming layout for Owner=s quantity take -off. B. Provide product data on specified products, describing physical and performance characteristics, sizes, patterns, colors available and method of installation. C. Submit 12 inch square sample of each carpet type. D. Submit 4 inch long sample of each type of edge stripping to be used. 1.03 STORAGE AND HANDLING A. Receive carpet covered with original mill protective wrapping with register number properly marked on each package. Store flat in dry protected well ventilated areas. Protect against damage and soiling. B. Store materials inside the building for 3 days prior to installation in the areas of installation to achieve temperature stability. 1.04 ENVIRONMENTAL REQUIREMENTS A. Do not commence with carpet installation until painting and finishing work is complete �..i and ceilings and overhead work, tested, approved, and completed. F62142S09680.doc 09680-1 March 2009 City of Fort Worth Westside WTP Project B. Maintain room temperature at minimum 70 degrees F and relative humidity at approximately that at which the area is to be maintained for at least 24 hours prior to, during, and for 24 hours after installation. C. Provide sufficient lighting. 1.05 QUALITY ASSURANCE A. Installer: Company with three years minimum documented experience in carpeting installations of similar scope. PART 2: PRODUCTS 2.01 GENERAL A. Carper colors have been selected from the products of a specific manufacturer. Equivalent materials of another approved manufacturer will be acceptable; however, standard colors of another manufacturer which only approximate the colors shown on the drawings or indicated on the schedules will not necessarily be acceptable. B. Should a contractor or supplier elect to propose a substitution of equivalent materials from another recognized major manufacturer, it shall be his responsibility to provide samples of carpet materials which match, to the satisfaction of the Architect, the material and color selections of specified below. Such material proposals shall be considered as Substitutions, and be subject to the following conditions: 1. Products of other manufacturers, equivalent in appearance and in all other construction N%M-01 respects to the product named below, will be considered as a substitution. Substitute material must be received by the Architect in a timely manor (minimum of 14 days before bid date), so as to allow evaluation and approval actions, and to be listed in a written Addendum to be issued at least ten (10) days prior to bid. 2.02 CARPET MATERIALS A. Basis of Design: To establish the significant qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics for purposes of evaluating comparable products of other manufacturers, a specific manufacturer's product is named and accompanied by the words "basis of design," including make or model number or other designation. Subject to compliance with requirements, provide either the named products or equal products. B. Carpet Tile, Room Finish Designation "CPT", as produced by Lee's, Inc.: Refer to Room Finish / Color Schedule. 2.03 CARPET ACCESSORIES A. Substrate Floor Surface Filler: White premixed latex; Type recommended by carpet manufacturer. B. Adhesive: Waterproof, of type recommended by carpet manufacturer to suit application and expected service. F62142509680.doc 09680-2 March 2009 City of Fort Worth Westside WTP Project C. Edge Strips _ **M01 1. Type: Tapered vinyl. 2. Acceptable Manufacturer: Mercer 3. Color: As selected by Architect. 4. Acceptable Products: a) "Imperial" Reducer where carpet terminates at concrete or ceramic/quarry tile. b) "Tile and Carpet Joiner" where carpet meets tile flooring. c) Model no. 390 at wall carpet terminations. PART 3: EXECUTION 3.01 PREPARATION A. Clean floors of dust, dirt, solvents, oil, grease, paint, plaster, and other substances detrimental to proper performance of adhesive and carpet. Allow floors to thoroughly dry. Verify maximum moisture content of 7 percent. B. Ensure floors are level, with maximum surface variation of 1/4 inch in 10 feet non- cumulative. Inspect subflooring for cracks, holes, abrasions, rough spots, ridges, or other �.i conditions which will adversely affect execution and quality of work. C. Ensure concrete floors are free from scaling and irregularities and exhibit neutrality relative to acidity and alkalinity. D. Use an approved cementitious filler to patch cracks, small holes, and for leveling. E. Notify Architect in writing of any condition which will prevent satisfactory completion of work. Do not proceed until such defects are entirely corrected. Application or installation of carpet shall constitute acceptance of sub- floors. F. Beginning of installation means acceptance of existing substrate and site conditions. 3.02 INSTALLATION A. Check matching of carpet before cutting and ensure there is no visible variation between dye lots. B. Cut carpet, where required, in manner to allow proper pattern match. ensure all field cuts are straight and true and unfrayed. C. Vacuum clean substrate. Spread adhesive in quantity recommended by manufacturer after primer application to ensure proper adhesion over full area of installation. Apply only enough adhesive to permit proper adhesion of carpet before initial set. 1.4ow, D. Lay carpet on floors with the run of the pattern as noted. F62142S09680.doc 09680-3 March 2009 City of Fort Worth Westside WTP Project E. Cut and fit carpet neatly around projections through floor and to walls and other vertical surfaces. F. Fit carpet snugly to walls or other vertical surfaces where no base is scheduled, leaving no gaps. G. Do not place heavy objects such as furniture on carpeted surfaces for minimum of 24 hours or until adhesive is set. H. Entire carpet installation is to be laid tight and flat to subfloor, well fastened at edges, and present a uniform pleasing appearance. Ensure monolithic color, pattern, and texture match within any one area. I. Install edging strips where carpet terminates at other floor coverings. Use full length pieces only. Butt tight to vertical surfaces. Where splicing cannot be avoided, butt ends tight and flush. 3.03 CLEANING A. Remove access adhesive from floor, base, and wall surfaces without damage. B. Clean and vacuum carpet surfaces. 3.04 PROTECTION A. Prohibit traffic from carpet areas for 24 hours after installation. END OF SECTION F62142509680.doc 09680-4 March 2009 City of Fort Worth Westside WTP Project SECTION 09821 CEMENTITIOUS FINISH PART1 GENERAL 1.01 SCOPE OF WORK A. Furnish all materials, labor, equipment, and incidentals required to install cementitious finish on all exposed exterior concrete surfaces of the wire -wrapped, precast concrete tank. Cementitious finish shall cover the entire tank side -wall down to footing. B. The Contractor selected concrete tank constructor shall be responsible to furnish all materials required for coating of the tank, prepare all tank surfaces for coating, and apply the approved coating system. The Contractor selected general painting contractor will not be accepted as an alternative applicator of the cementitious finish specified herein. C. Coordinate application of cementitious finish with painting of City of Fort Worth logo as specified in Section 13205. 1.02 RELATED WORK A. Precast prestressed concrete ground storage tank is included in Section 13205. 1.03 SUBMITTALS A. Submit shop drawings, working drawings, and product data in accordance with the Special Conditions, including detailed product information on materials proposed and material installation methods. B. Submit certification that coating is approved for installation on the exterior of a potable water ground storage tank. C. Submit three sets of representative samples (minimum 12 inches by 12 inches) of proposed materials showing available colors. 1.04 REFERENCE STANDARDS A. Federal Specifications FS-TT-P-35 B Paint, Cementitious Powder, White, and Colors (For Interior and Exterior Use). PART 2 PRODUCTS 2.01 MATERIALS A. Cementitious finish shall be waterproof finish designed as a protective and decorative finish for concrete substrates. Cementitious finish materials shall meet specifications set forth in Federal Specification TT-P-35. F62142S09821.doc 09821-1 March 2009 City of Fort Worth Westside WTP Project B. Cementitious finishes must be mixed utilizing an acrylic based bonding agent in a ratio not to exceed one part bonding agent to three parts potable water in the mixing solution. 1. Cementitious finish shall consist of Thoro System by Harris Specialty Chemicals, Inc., Thoro Division, Jacksonville, Florida, or approved equal. Finish shall include one coat of Thoroseal and two coats of Thorocoat, fine texture or approved equal. 2. Bonding agent shall be Acry160 or approved equal. Water shall be potable drinking water for all operations. 4. Color shall be as selected by the Owner from manufacturer's standard color charts. C. Coating and sealant systems may be proposed by tank manufacturer for review as alternatives to the specified system. If an alternative coating system is proposed, tank manufacturer shall provide historical references of application and all product information related to proposed alternative coating system for review and consideration for acceptance by the Engineer." PART 3 EXECUTION 3.01 INSTALLATION A. Surface Preparation Concrete shall have been finished and cured as specified in Division 3 prior to application of Cementitious finish. %Mow, Water containment structures shall be watertightness tested prior to application of cementitious finish. Remove all efflorescence, laitance, loose concrete, and foreign material by effective, approved means. Acid etching and neutralizing or sandblasting may be required to obtain an acceptable substrate. 4. No cementitious finish operations shall commence until substrate has been inspected and approved by the cementitious finish applicator and the surface conforms to the coating manufacturer's recommendations. B. Installation Requirements Cementitious finish mixing, application, and curing shall be in strict conformance with the manufacturer's instructions. 2. Installation shall be performed only by workers trained in the application of the approved system. Base Coat. Apply a base coat of Thoroseal (or approved equal) at a minimum rate of two pounds per square yard to effectively fill all surface voids and irregularities. F62142S09821.doc 09821-2 March 2009 City of Fort Worth Westside WTP Project 4. Intermediate Coat and Finish Coat. Apply two coats of Thorocoat (or approved equal) at a minimum dry film thickness (DFT) of 8 mils per coat. 5. Apply finish to an entire substrate or unit with interruptions occurring only at openings, rustications, or control joints. 6. Protect other surfaces against spattering or spills. Promptly remove finish from other surfaces that are not to be coated. 7. No materials which are caked or lumpy or which are contaminated with foreign materials shall be used. No retarding or accelerating agents will be allowed in mixes without approval of the Engineer. Minimum air temperature at application shall be 40 degrees F and rising. 8. Place finish within a maximum of 22 hours after mixing, except during hot, dry weather, reduce maximum placing time as required to prevent premature stiffening. Do not retemper stiffened materials with additional water or bonding agent. 9. Warm Weather Requirements. Protect finishes against uneven and excessive evaporation and from strong flows of dry air, either natural or artificial. Apply and cure cementitious coating as required by climatic and job conditions and as recommended by the coating supplier to prevent rapid dryout. Provide suitable coverings, moist curing, and barriers as required to deflect sunlight and wind. END OF SECTION F62142509821.doc 09821-3 March 2009 City of Fort Worth Westside WTP Project SECTION 09901 SURFACE PREPARATION AND SHOP PRIME PAINTING PART L 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 and galvanized steel, as specified herein and as shown on the Drawings. B. Interior painting of finished areas shall be as per the Architectural schedule. Reference to structural steel painting requirements herein shall be applied to those areas not covered by the Architectural finish schedule. 1.02 RELATED WORK A. Architectural Painting is included in Section 09910. B. Field painting is included in Section 09902. 1.03 SUBMITTALS A. 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. 1.04 REFERENCE SPECIFICATIONS A. Steel Structures Painting Council (SSPC) 1. SSPC-SP-1 - Solvent Cleaning 2. SSPC-SP-2 — Hand Tool Cleaning 3. SSPC-SP-3 — Power Tool Cleaning 4. SSPC-SP-6 - Commercial Blast Cleaning 5. SSPC-SP-7 - Brush Blast 6. SSPC-SP-10 - Near -White Metal Blast Cleaning PART 2: PRODUCTS 2.01 MATERIALS A. Ferrous Metals submerged or subject to splashing: v 1. Tnemec F62142SO9901.doc 09901-1 March 2009 City of Fort Worth Westside WTP Project 1 Coat:69-BJ45 Gray Epoxy Primer (4.0 - 6.0 DFT) or 1 Coat: 140-1255 PotaPox Plus (6-8 DFT per coat) for potable water N%Wole 2. Carboline 1 Coat: Carboguard 890 (3.5 - 4.5 DFT) 3. ICI Paints 1 Coat: Intergard 750HS or 1 Coat: Glid-Guard Corrosion Resistant HS Epoxy Gray 5466/5469 (3.5 - 4.5 DFT) 4. Sherwin-Williams 1 Coat: Hi — Solids Catalyzed Epoxy (5.0 — 6.0 DFT) or Copoxy Epoxy Pruner (3.0-5.0 DFT) 5. PPG Industries 1 Coat: DTR 97-148 Series (5 - 7 DFT) B. Structural Steel, Loose Steel Lintels and Other Ferrous Metals (i.e., Mechanical Equipment, Piping, etc.): 1. Tnemec 1 Coat: 66-BJ45 Gray Epoxy Primer (4.0 - 6.0 DFT) 2. Carboline 1 Coat: Carboguard 890 (3.5 - 4.5 DFT) 3. ICI Paints 1 Coat: Intergard 750HS (3.5 - 4.5 DFT) or 1 Coat: Glid-Guard Corrosion Resistant HS Epoxy Gray 5466/5469 (3.5 - 4.5 DFT) 4 Sherwin-Williams 1 Coat: Recoatable Epoxy Primer (3.5 - 4.5 DFT) 5. PPG Industries 1 Coat:DTR 97-148 Series (5 - 7 DFT) C. 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. D. 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. F62142509901.doe 09901-2 March 2009 City of Fort Worth Westside WTP Project E. Masonry: See Section 09902. F. Plastic pipe: See Section 09902. G. Metal surfaces above 250 Deg F: See Section 09902. H. Insulated pipe (non-metallic insulation and building insulation): See Section 09902. I. Repair of cut edges and damage to galvanized steel: 1. Tnemec 1 Coat: 90-97 Tnemec Zinc (2.5 - 3 DFT) 2. Carboline 1 Coat: Galvanox (2.5 - 3 DFT) 3. ICI Paints 1 Coat: Interzinc 308 (2.5 - 3 DFT) or 1 Coat: Glid-Guard Organic Zinc Rich Coating 5513 (2.5 - 3 DFT) 4. Sherwin-Williams 1 Coat: Zinc Clad 4 (2.5 - 3 DFT) or Corothane I Galvapac Zinc Primer(3.0-4.0 DFT) 5. PPG Industries 1 Coat: 97-670 (2.5 - 3 DFT) J. Primers containing lead will not be allowed. 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 surfaces shall be dry and free of dust, oil, grease, dirt, rust, loose mill scale, and other foreign material before priming. 3. Shop prime in accordance with approved paint manufacturer's recommendations. 4. Surface preparation for field painting unprimed surfaces or for touch up shall be the same. 5. Plastic pipe surfaces shall be lightly sanded before painting. F62142509901.doc 09901-3 March 2009 City of Fort Worth Westside WTP Project 6. Wood surfaces shall be dry and sanded to a smooth surface. 7. Bituminous -coated pipe shall not be used in exposed locations. Pipe to be exposed in the 1%"'pe finished work shall be primed in accordance with the requirements herein. Any bituminous coated pipe which is inadvertently installed in exposed locations shall be sandblasted clean before priming and painting. 8. 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. 9. 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-I and primed. Verify compatibility of shop prune coatings with proposed finish painting system prior to application. If systems are non -compatible, propose alternative system for approval or strip and re -prime the surface. 10. Galvanized steel and stainless steel surfaces shall be cleaned in accordance with SSPC-SP-7. Such surfaces designated not to be painted shall be cleaned to this standard. 11. Aluminum embedded or in contact with concrete shall be painted with one coat of epoxy as scheduled in Section 09902. 12. Surface temperature and all other application conditions shall be in accordance with approved primer manufacturer's recommendations. Enclosures and auxiliary beat shall be utilized as necessary to achieve compliance. 13. Priming of edges, corners, indentions, etc. shall be performed by stripe coating. 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 F62142509901.doc 09901-4 March 2009 City of Fort Worth Westside WTP Project SECTION 09902 FINISH PAINTING PART 1: GENERAL 1.01 SCOPE OF WORK A. The work of this section consists of furnishing all materials, labor, equipment, and incidentals required and performing all the finish painting necessary to complete this Contract in its entirety as described herein. B. It is the intent of these Specifications to paint all interior concrete where 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. Interior/Exterior painting of "finished" areas shall be as per the Architectural schedule. Reference to structural steel and masonry painting requirements herein shall be applied to those areas not covered by the Architectural Finish Schedule. D. 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 NNW erection. Aluminum to be embedded in or in contact with concrete or masonry shall be coated to prevent electrolysis. 2. Stainless steel. 3. Fencing. 4. Concealed surfaces of pipe or crawl spaces. 5. Acoustical ceilings. 6. Tile. 7. Exterior concrete, unless otherwise specified, and heavy duty concrete topping. 8. Finish hardware, except door closers that are not finished. 9. Manhole frames and covers. 10. Fiberglass other than piping. 11. Packing glands and other adjustable parts, and nameplates and data plates of mechanical equipment 12. PVC Piping F62142S09902.doc 09902-1 March 2009 City of Fort Worth Westside WTP Project 13. Galvanized Steel — Repair cut or damaged galvanized steel in accordance with Section 09901. 14. Aluminum conduit (except within office or storage areas. Conduit should be painted in these areas.) 1.02 RELATED WORK A. Surface Preparation and Shop Prime Painting are included in Section 09901. B. Architectural Painting is included in Section 09910. C. Waterproofing and Dampproofing are included in Division 7. D. Signage is included in Division 10. 1.03 REFERENCES A. American Association of State Highway and Transportation Officials (AASHTO) B. American Society for Testing and Materials (ASTM) 1. ASTM C150 -Specification for Portland Cement 2. ASTM D4258 -Practice for Surface Cleaning Concrete for Coating C. National Sanitation Foundation (NSF) 1. Standard 61 D. Occupational Safety and Health Act (OSHA) 1. Air Pollution Control Rules 2. Color Coding E. SteeI Structures Painting Council (SSPC) 1. SSPC-SP-1 - Surface Preparation Specification - Solvent Cleaning 2. SSPC-SP-2 - Surface Preparation Specification - Hand Tool Cleaning 3. SSPC-SP-3 - Surface Preparation Specification - Power Tool Cleaning 4. SSPC-SP-6 - Commercial Blast Cleaning 5. SSPC-SP-7 - Brush Blast 6. SSPC-SP-10 -Near White Metal Blast Cleaning li F62142S09902.doc 09902-2 March 2009 City of Fort Worth Westside WTP Project 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 and detailed surface preparation, application procedures and dry film thickness. Certify that the systems submitted meet all applicable volatile organic carbon 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 fihn 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. 1.06 PRE -PAINTING CONFERENCE A. Well in advance of commencement of 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. F62142S09902.doc 09902-3 March 2009 City of Fort Worth Westside WTP Project 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 -Devoe Coatings, Sherwin-Williams Company, Ameron Paint Company, and PPG Industries. The painting schedule has been prepared on the basis of Tnemec, Carboline, ICI -Devoe Coatings, 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 special primers. D. No paint containing lead will be allowed. Oil shall be pure boiled linseed oil. E. Work areas will be designated by the Engineer for storage and mixing of all painting materials. N%0001 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. 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. interior nonsubmerged concrete and precast concrete walls and ceilings (where referenced on the Architectural Finish Schedule to this Section): a. Tnemec 2 Coats: 66-Color Hi -Build Epoxoline (4 - 6 DFT per coat) b. Carboline 2 Coats: Carboguard 890 (6 DFT per coat) F62142509902.doc 09902-4 March 2009 City of Fort Worth Westside WTP Project c. ICI -Devoe Coatings 2 Coats: 224HS High Build Epoxy (4 - 6 DFT per coat) d. Sherwin-Williams 2 Coats: Sher -Tile Hi Solids Epoxy, B67 Series (4 DFT) e. Ameron 2 Coats: Amercoat 385 (5 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 acceptable) a. Sherwin-Williams 2 Coats: HB-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) c. ICI -Devoe Coatings 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: SWD Invisi — Shield B65 series (2 mils DFT per coat) e. Ameron 1 Coat: Amerlock 400 BF 1 Coat: Amercoat 385 (5 mils DFT per coat) 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 DFT per coat) F62142S09902.doc 09902-5 March 2009 City of Fort Worth Westside WTP Project b. Carboline 1 Coat: Tru-Glaze 4010 Waterproofing Base Coat & Filler (60 - 80 sgft/gal) 2 Coats: 224HS High Build Epoxy (4 - 6 DFT per coat) c. ICI -Devoe Coatings 1 Coat: Interlac 895 (60 - 80 sq &gal) 2 Coats: Intergard 760HS (5 DFT per coat) or 1 Coat: Glid-Tile Basecoat 5512 (75 sq ft/gal) 2 Coats: Glid-Guard HS Epoxy 5430 Series (4 - 6 DFT per coat) d. Sherwin-Williams 1 Coat: Heavy Duty Block Filler B42 W46 (50 - 88 sq ft/gal) 2 Coats: Sher -Tile Hi Solids Epoxy, B67 Series (3 - 4 DFT per coat) e. Ameron 1 Coat: Amerlock 400 BF 2 Coats: Amercoat 385 (5 DFT per coat) f. PPG Industries 1 Coat: Epoxy Block Filler 97-685/686 1 Coat: High Build Aquapon7 97-130/139 5. Ferrous metals submerged or subject to splashing. Any coatings applied to materials submerged within water bearing structure shall be coated with NSF approved coatings for potable water. a. Tnemec 2 Coats: 69-Color Hi -Build Epoxoline U (a) (6 — 8 DFT per coat) or 2 Coats: 140-Color Pota-Pox Plus (6-8 DFT per coat) for potable water b. Carboline 2 Coats: Carboguard 890 (6 DFT per coat) c. ICI -Devoe Coatings 2 Coats: Bar -Rust 236 Multi -Purpose Epoxy Coating (6 - 8 DFT per coat) or 2 Coats: Bar -Rust 233H Multi -Purpose Epoxy Coating (6 — 8 DFT per coat) d. Sherwin-Williams 2 Coats: Tank Clad HS (5.0-8.0 DFT per coat) e. Ameron 2 Coats: Amercoat 385 (7 DFT per coat) f. PPG Industries 2 Coats: Direct To Rust 97-144/149 series OWN F62142S09902.doc 09902-6 March 2009 City of Fort Worth Westside WTP Project 6. Exterior nonsubmerged ferrous metals: a. Tnemec 1 Coat: 69-Color Hi -Build Epoxoline U (4 - 6 DFT) 1 Coat: 75-Color Endura-Shield (3 - 5 DFT) b. Carboline 1 Coat: Carboguard 890 (4 DFT) 1 Coat: 133HB (3 - 4 DFT) c. ICI -Devoe Coatings 1 Coat: 224HS High Build Epoxy (4 - 6 DFT) 1 Coat: Devthane 379 Aliphatic urethane Gloss Enamel (3 — 4 DFT) d. Sherwin-Williams 1 Coat: Recoatable Epoxy Primer, B62 Series (5 DFT) 1 Coat: Hi Solids Polyurethane, B65 Series (2.5 DFT) e. Ameron 1 Coat: Amercoat 385 (4 DFT) 1 Coat: Amercoat 450 HS (2.5 DFT) f. PPG Industries 1 Coat: Direct To Rust 97-114/149 series 1 Coat: High Build Pitthane7 97-840/UC55575 1*400, 7. Interior nonsubmerged ferrous metals: a Tnemec 2 Coats: 69-Color Hi -Build Epoxoline 11(4 - 6 DFT per coat) b. Carboline 2 Coats: Carboguard 890 (4 - 6 DFT per coat) c. ICI -Devoe Coatings 2 Coats: 224HS High Build Epoxy (4 - 6 DFT per coat) d. Sherwin-Williams 1 Coat: Recoatable Epoxy Primer, B62 Series (4 - 6 mils) 1 Coat: Sher -Tile Hi -Solids Epoxy, B67 Series (4 DFT) e. Ameron 2 Coats: Amercoat 385 (5 DFT per coat) f. PPG Industries 2 Coats: Direct To Rust 97-144/149 series F62142S09902.doc 09902-7 March 2009 City of Fort Worth Westside WfP Project 8. Flexible Coating Concrete or Masonry: a. Tnemec 2 Coats: 156 Enviro-Crete (4 - 8 DFT per coat) b. Carboline 2 Coats: Flexxide (4 - 8 DFT per coat) c. ICI Paints 1 Coat: ICI 3030 Bond -prep Interior/Exterior Waterborne Pigmented Bonding Primer (1.5 — 2.0 DFT per coat) 2 Coats: ICI 2221 Ultra -hide Buildtex High Build Acrylic (6 — 8 DFT per coat) d. PPG Industries 1 Coat: Alkali Resistant Primer 6-3 1 Coat: Pitt-Flex7 4-110 e. Sherwin-Williams 2 Coats: Conflex XL High Solids (Smooth 6-7 DFT per coat, 100-125 sq.ft./gal) 9. Metal surfaces exposed to temperatures above 250F to 40OF: a. Tnemec 2 Coats: 39-1261 Silicone Aluminum (0.7 - 1.5 DFT per coat) b. Carboline 2 Coats: 1248 (1 - 1.5 DFT per coat) c. ICI -Devoe Coatings 2 Coats: HT4 High Heat Coating (1.5 — 2.0 DFT per coat) d. Sherwin-Williams 2 Coats: Silver Brite Aluminum Paint-B 5952 (1 DFT per coat) e. Ameron 2 Coats: 878 Hi Best Silicone Aluminum (1.5 DFT per coat) f. PPG Industries 2 Coats: Aluminum Paint 6-230 10. Insulated Pipe: (Block Insulation: Same systems only 3 coats at 2 - 3 DFT per coat). a. Tnemec 2 Coats: 6-Color Tneme-cryl (2 - 3 DFT per coat) b. Carboline 2 Coats: 3359 (3 DFT per coat) 11✓ N%.s F62142S09902.doc 09902-8 March 2009 City of Fort Worth Westside WTP Project c. ICI -Devoe Coatings 2 Coats: Lifemaster-Pro 4216 High Performance Waterborne Acrylic v (2 — 3 DFT per coat) or 2 Coats: Lifemaster Pro HB Acrylic Coating 5440 (2 - 5 DFT per coat) d. Sherwin-Williams 2 Coats: DTM Acrylic Gloss or Semi -Gloss, B66 Series (2 - 3 DFT per coat) e. Ameron 2 Coats: Amerguard 220 (3 DFT per coat) f. PPG Industries 1 Coat: Pitt -Tech? DTM 90-712 1 Coat: Pitt -Tech? DTM 90-Line (satin/gloss) 11. Aluminum in contact with dissimilar materials: a. Tnemec 2 Coats: 66-Color Hi -Build Epoxoline (2 DFT per coat) b. Carboline 2 Coats: Carboguard 890 (3 DFT per coat) c. ICI -Devoe Coatings 1 Coat: Devran 205 Universal epoxy (4 — 6 DFT) 1 Coat: 224HS High Build Epoxy (4 — 6 DFT) d. Sherwin-Williams 2 Coats: Macropoxy HS (3 - 6 DFT per coat) e. Ameron 2 Coats: Amercoat 385 (5 DFT per coat) f. PPG Industries 2 Coats: Direct to Rust 97-144/149 12. Interior Drywall and Plaster -Industrial Areas a. Tnemec 1 Coat: 66 Hi -Build Epoxoline (thin 20%) (2 - 3 DFT) 1 Coat: 66 Hi -Build Epoxoline (3 - 4 DFT) b. Carboline 1 Coat: Multi -bond 120 (2 DFT) 1 Coat: 890 (3 - 4 DFT per coat) F62142S09902.doc 09902-9 March 2009 City of Fort Worth Westside WTP Project c. ICI -Devoe Coatings 1 Coat: ICI 2310 Ultra -Hide Aquacrylic Gripper Stain Killer Primer Sealer (1.5 — 2.0 DFT) 1 Coat Tru-Glaze 4508 Chemical Resistant Epoxy (3 — 4 DFT) d. Sherwin-Williams 1 Coat: P/M 200 Latex Wall Primer (1 DFT) 1 Coat: Sher -Tile Hi -Solids Epoxy (3 - 4 DFT per coat) e. Ameron 2 Coats: 385 (3 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 13. 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 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 N%0001 Specifications. The Engineer shall select which of the manufacturer's products, whether the type is 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 be 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. Stainless steel supports shall not be painted. 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. F62142509902.doc 09902-10 March 2009 City of Fort Worth Westside WTP Project 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 liquids, shall be indicated on each pipe system. Titles shall be determined by the Engineer. Titles shall not be located more than twenty (20) linear feet apart and shall also appear directly adjacent to each side of any wall the pipe breaches, adjacent to each side of the valve regulator, flow check, strainer cleanout, and all pieces of equipment. B. Titles shall identify the contents by complete name. 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 pressure -sensitive vinyl markers which conform to ANSI A13.1 requirements. Markers may be of the pre-printed type. Adhesive and finish surface shall be protected with one piece removable liners. Color shall be white or Engineer approved equal to provide contrast with respective pipe painting. Iftow D. Letter size shall be as indicated in the following table: OUTSIDE DIAMTER OF PIPE SIZE SIZE OF LEGEND LETTERS OR COVERING 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 1-1/4-in 8-in to 10-in 2-1/2-in Over 10-in 3-1/2-in E. The system for preparation and application of letters shall be ASI/LTV Series by Architectural Signing, Inc., Marina Del Rey, CA, Architectural Graphics Inc., Norfolk, VA, Carlton USA, LaGrange, TX, or approved equal. Letter type shall be Helvetica Medium, upper case. Grid 2 spacing shall be employed. Arrows shall be standard Helvetica Medium. Arrow shall match type size. The instructions of the manufacturer shall be as followed in respect to storage, surface preparation and applications of letters. 2.05 TITLES FOR EQUIPMENT A. Titles shall be provided on all equipment, including pumps and blowers using 1-in high Helvetica Medium upper case, Grid 2 spacing, white in color, except as otherwise noted on the Drawings in these specifications. Titles shall include both the equipment tag number and name, as shown in the Drawings, or as otherwise indicated by the Engineer. Titles shall be mounted at eye level on machines where possible or at the uppermost broad vertical surface of low equipment. Where more than one piece of the equipment item to be titled exists, the items shall be numbered F62142S09902.doc 09902-11 March 2009 City of Fort Worth Westside WTP Project consecutively as indicated on the Mechanical Drawings or as directed by the Engineer; for example Pump No. 1, Pump No. 2, etc. B. Titles shall be sized, proportioned, arranged and located to be easily readable. It may be required N%.001 by the Engineer that some equipment be labeled in two or more places, in which case, the Contractor shall comply with no additional cost to the Owner. C. The Contractor shall submit for Engineer's approval in accordance with Section 01300 a listing of all equipment's labeling: 1. Size and color of letters to be used. 2. Location(s) of labels. 3. Formation of label, e.g.: TREATED WATER PUMP No. 1 (TW-P-001) D. It is the intent of these specification that all equipment items be labeled and that such labeling allow easy identification of the item of equipment from the direction(s) that it will most normally be viewed. To satisfy this intent, all equipment shall be labeled as directed by the Engineer. E. Hazardous Materials Signs 1. Signs shall be pressure -sensitive backed vinyl panels by Seton Name Plate Co., or equal, and complying with NFPA No. 704. 2. Provide 20 signs for chemical storage and feed areas, numbers and symbols as directed by the Engineer. Size of sign shall be 7 1/2 inches each side, with 3-inch numbers and symbols. 2.06 METAL TAGS A. For pipelines smaller than 2-in in diameter, securely fasten metal tags, 2-1/2-in by 2-in, of Birmingham or Stubs, 17 gauge brass with lettering etched and filled with enamel. Tags shall be approved by the Engineer. 2.07 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 reprimed 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. F62142509902.doc 09902-12 March 2009 City of Fort Worth Westside WTP Project 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. 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 herein or in Section 09901 and shall be dry and clean before painting. Special care shall be given to thoroughly clean interior concrete and concrete block surfaces of all marks before application of finish. *..i B. All metal 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. C. Concrete surfaces shall have been finished as specified in Division 3. Report unsatisfactory surfaces to the Engineer. Concrete shall be free of dust, oil, curing compounds, and other foreign matter, conforming to ASTM D4258. D. All submerged concrete shall be prepared as specified in Division 3. E. Concrete 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. F. Wood surfaces shall be dry. Sand to obtain a smooth surface. All encrustations shall be removed. G. Exposed Pipe: Bituminous coated pipe shall not be used in exposed locations. Pipe which shall be exposed after project completion shall be primed in accordance with the requirements herein. Any bituminous coated pipe which is inadvertently installed in exposed locations shall be sandblasted clean before priming and painting. 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. F62142S09902.doc 09902-13 March 2009 City of Fort Worth Westside WTP Project H. Primed or Previously Painted Surfaces and Nonferrous Surfaces: All coated surfaces shall be cleaned prior to application of successive coats. All nonferrous metals not to be coated shall be cleaned. This cleaning shall be done in accordance with SSPC-SP-1, Solvent Cleaning. I. Shop -Finished Surfaces: All shop -coated surfaces shall be protected from damage and corrosion before and after installation by treating damaged areas immediately upon detection. Abraded or corroded spots on shop -coated surfaces shall be "Hand Cleaned" and then touched up with the same materials as the shop coat. All shop coated surfaces which are faded, discolored, or which require more than minor touch-up in the opinion of the Engineer shall receive new surface preparation before being repainted. Cut edges of galvanized sheets and exposed threads and cut ends of galvanized piping, electrical conduit, and metal pipe sleeves, that are not to be finished painted, shall be "Solvent Cleaned" and primed with zinc dust -zinc oxide metal primer. J. Aluminum embedded or in contact with concrete must be painted according to the schedule for aluminum in contact with dissimilar materials. 3.02 WORKMANSHIP A. General 1. Primer (spot) and paint used for a particular surface shall, in general, be as scheduled for 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 %wool, 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. 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 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. N%Wole F62142509902.doe 09902-14 March 2009 City of Fort Worth Westside W'rP Project 5. Paints shall be mixed in proper containers of adequate capacity. All paints shall be thoroughly ,%no, 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. 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 on the job. 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. 2. 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. C. 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 50T, 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 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 ..i F62142509902.doc 09902-15 March 2009 City of Fort Worth Westside WTP Project hardened. Any defective paint shall be scraped off and repainted in accordance with the Engineer's directions. 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 -Devoe Coatings' Tarset Standard 7000 or equal before successive coats are applied per the schedule. Tnemec recommends using 69 M-Build Epoxoline 11 over tar, but a test patch must be run initially to test the paint's 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. Equivalent colors of specified equal manufacturers may be substituted. 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 -Devoe Coatinas # 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 Warn Brown 9218 U F62142SO9902.doc 09902-16 March 2009 City of Fort Worth Westside WTP Project Colors Tnemec # ICI -Devoe Coatings # Carboline # Dark Green X Crylight Green 90GY 10/250 4372 **awe 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 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. Conduit to be painted 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. 3.05 PAINT AND COLOR CODING SCHEDULE A. All colors shall be selected by the Engineer and Owner at the time of shop drawing review. B. Piping colors shall be assigned with respect to TCEQ requirements for process piping colors. Refer to Chapter 290.42(d)(13)(A). END OF SECTION F62142S09902.doc 09902-17 March 2009 City of Fort worth Westside WTP Project SECTION 09910 PAINTING PART 1: GENERAL 1.01 SUMMARY A. Section Includes 1. Surface preparation and the application of paint systems on the following substrates: a, Exterior Painting 1) Xxxxxxx 2) Steel substrates. 3) Galvanized -metal substrates. b. Interior Painting 1) Concrete masonry units (CMU). 2) Steel, including exposed structure where indicated.. 3) Galvanized metal, including exposed structure where indicated, including roof deck. 4) Wood indicated to receive opaque finish. 5) Wood indicated to receive stain finish. 6) Gypsum board. 7) Concrete (traffic marking). 2. Customer Area Exposed Structure: Where areas above the Sales Area are not otherwise concealed by ceilings, soffits, or the like, apply dry -fall paint finishes indicated in the "Room Finish And Color Schedule." B. Related Sections 1. Division 5 Sections for shop priming of metal substrates with primers specified in this Section. 2. Division 8 Section "Flush Wood Doors" for stains and transparent finishes applied to interior wood doors. 1.02 SUBMITTALS A. Product Data 1. For each type of product indicated. B. Samples 1- For each finish and for each color and texture required. F62142509910.doc 09910-1 March 2009 City of Fort Worth Westside WTP Project C. Product List 1. Printout of current "MPI Approved Products List" for each product category specified in Part 2, with the proposed product highlighted. 1.03 QUALITY ASSURANCE A. MPI Standards: 1. Products: Complying with MPI standards indicated and listed in "MPI Approved Products List." 2. Preparation and Workmanship: Comply with requirements in "MPI Architectural Painting Specification Manual" for products and paint systems indicated. PART 2: PRODUCTS 2.01 PAINT, GENERAL A. Material Compatibility: 1. Provide materials for use within each paint system that are compatible with one another and substrates indicated, under conditions of service and application as demonstrated by manufacturer, based on testing and field experience. 2. For each coat in a paint system, provide products recommended in writing by manufacturers of topcoat for use in paint system and on substrate indicated. B. Chemical Components of Field -Applied Interior Paints and Coatings 1. Provide products that comply with the following limits for VOC content, exclusive of colorants added to a tint base, when calculated according to 40 CFR 59, Subpart D (EPA Method 24) and the following chemical restrictions; these requirements do not apply to primers or finishes that are applied in a fabrication or finishing shop: a. Flat Paints and Coatings: VOC content of not more than 50 g/L. b. Nonflat Paints and Coatings: VOC content of not more than 150 g/L. c. Aromatic Compounds: Paints and coatings shall not contain more than 1.0 percent by weight of total aromatic compounds (hydrocarbon compounds containing one or more benzene rings). d. Restricted Components: Paints and coatings shall not contain any of the following: 1) Acrolein. 2) Acrylonitrile. 3) Antimony. 4) Benzene. 5) Butyl benzyl phthalate. 6) Cadmium. 7) Di (2-ethylhexyl) phthalate. 8) Di-n-butyl phthalate. 9) Di-n-octyl phthalate. 10) 1,2-dichlorobenzene. 11) Diethyl phthalate. 12) Dimethyl phthalate. u F62142509910.doc 09910-2 March 2009 City of Fort worth Westside WTP Project 13) Ethylbenzene. 14) Formaldehyde. 15) Hexavalent chromium. 16) Isophorone. 17) Lead. 18) Mercury. 19) Methyl ethyl ketone. 20) Methyl isobutyl ketone. 21) Methylene chloride. 22) Naphthalene. 23) Toluene (methylbenzene). 24) 1,1,1-trichloroethane. 25) Vinyl chloride. C. Colors as indicated. 2.02 BLOCK FILLERS A. Interior/Exterior Latex Block Filler 1. MPI #4. B. Concrete unit masonry block filler under vapor barrier finish. 1. Duron, Block Kote Latex Block Filler,08-126: Applied at a dry film thickness of not less than 10.2 mils. 2.03 EXTERIOR PAINT PRODUCTS A. Exterior Metal Primers 1. Quick -Drying Alkyd Metal Primer: MPI #76. 2. Cementitious galvanized -metal primer: MPI #26. B. Exterior Alkyd Paints 1. Exterior Alkyd Enamel (Gloss): MPI #9 (Gloss Level 6). C. Exterior Quick -Drying Enamels 1. Quick -Drying Enamel (High Gloss): MPI #96 (Gloss Level 7). D. Exterior Latex Paints 1. Exterior Latex (Flat) MPI #10 (Gloss Level 1) 2.04 INTERIOR PAINT PRODUCTS A. Interior Metal Primers 1. Quick -Drying Alkyd Metal Primer: MPI #76. 2. Interior Latex Primer/Sealer: MPI #50. 3. Rust -Inhibitive Primer (Water Based): MPI #107. 4. Waterborne Galvanized -Metal Primer: MPI #134. B. Interior Latex Primers/Sealers F62142509910.doc 09910-3 March 2009 City of Fort Worth Westside WTP Project 1. Alkali -Resistant Primer: UPI #3. C. Interior Latex Vapor Barrier Primer/Sealer. 1. Duron; Interior Latex Vapor Barrier Primer/Sealer item Number 69-86955. Applied at a dry film thickness of not less than 2.5 mils. D. Interior Wood Primers 1. Interior Latex -Based Wood Primer: MPI #39. E. Interior Latex Paints 1. Institutional Low-Odor/VOC Latex (Flat): UPI #143 (Gloss Level 1). 2. Institutional Low-Odor/VOC Latex (Eggshell): MPI #145 (Gloss Level 3). 3. Institutional Low-Odor/VOC Latex (Semigloss): MPI #147 (Gloss Level 5). F. Interior Dry Fog/Fall Coatings 1. Waterborne Dry Fall: MPI #133. G. Interior Stains 1. Interior Wood Stain (Semitransparent): MPI #90. H. Interior Polyurethane Finishes 1. Interior, Oil -Modified, Clear Urethane (Satin): MPI #57, Gloss Level 4. I. Interior Traffic Paints �. 1. Safety Yellow Cross -Hatch Traffic Paint Striping: a. Sherwin-Williams Co. Setfast Fast Dry Latex Traffic Marking Paint, 8.5 mils dft. PART 3: EXECUTION 3.01 EXAMINATION A. General 1. Examine substrates and conditions, with .Applicator present, for compliance with requirements for maximum moisture content and other conditions affecting performance of work. 2. Maximum Moisture Content of Substrates: When measured with an electronic moisture meter as follows: a. Wood: 15 percent. b. Gypsum Board: 12 percent. 3. Verify suitability of substrates, including surface conditions and compatibility with existing finishes and primers. 4. Primer is not required on shop -primed items that are compatible with system subsequent � applied coats. F62142S09910.doc 09910-4 March 2009 City of Fort worth Westside WTP Project 5. Provide barrier coats over incompatible primers or remove and reprime. 6. Begin coating application only after unsatisfactory conditions have been corrected and NftEW surfaces are dry. a. Beginning coating application constitutes Contractor's acceptance of substrates and conditions. 3.02 PREPARATION AND APPLICATION A. General 1. Comply with manufacturer's written instructions and recommendations in "MPI Architectural Painting Specification Manual" applicable to substrates indicated. 2. Clean substrates of substances that could impair bond of paints, including dirt, oil, grease, and incompatible paints and encapsulants. a. Remove incompatible primers and reprime substrate with compatible primers as required to produce paint systems indicated. 3. Apply paints to produce surface films without cloudiness, spotting, holidays, laps, brush marks, roller tracking, runs, sags, ropiness, or other surface imperfections. Cut in sharp lines and color breaks. 4. Minimum Coating Thickness: Apply paint materials no thinner than manufacturer's recommended spreading rate to achieve dry film thickness indicated. Provide total dry film thickness of the entire system as recommended by manufacturer, except as follows: a. Exterior surfaces: Minimum of 5 mils. b. Interior surfaces: Minimum of 3 mils. 5. Plaster Substrates: Do not begin paint application until plaster is fully cured and dry. B. Painting Mechanical and Electrical Work 1. Paint items exposed in customer areas including, but not limited to, the following: a. Mechanical Work: 1) Uninsulated metal piping. 2) Uninsulated plastic piping. 3) Pipe hangers and supports. 4) Tanks that do not have factory -applied final finishes. 5) Visible portions of internal surfaces of metal ducts, without liner, behind air inlets and outlets. 6) Duct, equipment, and pipe insulation having cotton or canvas insulation covering or other paintable jacket material. 7) Mechanical equipment that is indicated to have a factory -primed finish for field painting. b. Electrical Work: 1) Switchgear. 2) Panelboards. ..i 3) Conduit. 4) Cable trays. F62142509910.doc 09910-5 March 2009 City of Fort worth Westside WTP Project 5) Electrical equipment that is indicated to have a factory -primed finish for field painting. C. Protection 1. Protect work of other trades against damage from paint application. Correct damage to work of other trades by cleaning, repairing, replacing, and refinishing, as approved by Architect, and leave in an undamaged condition. D. Clean -Up 1. At completion of construction activities of other trades, touch up and restore damaged or defaced painted surfaces. 3.03 EXTERIOR PAINTING SCHEDULE A. Steel Substrates: 1. Quick -Drying Enamel System: MPI EXT 5.1A. a. Prime Coat: Quick -drying alkyd metal primer. b. Intermediate Coat: Quick -drying enamel matching topcoat. c. Topcoat: Quick -drying enamel (high gloss). B. Galvanized -Metal Substrates: 1. Alkyd System: UPI EXT 5.3B. a. Prime Coat: Cementitious galvanized -metal primer. b. Intermediate Coat: Exterior alkyd enamel matching topcoat. c. Topcoat: Exterior alkyd enamel (gloss). C. Plaster Subsrates: 1. Latex Over Alkali -Resistant Primer System: UPI EXT 9.1J. a. Prime Coat: Alkali -resistant primer. b. Intermediate Coat: Exterior latex matching topcoat. c. Topcoat: Exterior latex (flat) 3.04 INTERIOR PAINTING SCHEDULE A. CMU Substrates except where vapor barrier finish is indicated: 1. Institutional Low-OdorNOC Latex System: MPI INT 4.2E. a. Prime Coat: Interior/exterior latex block filler. b. Intermediate Coat: Institutional low-odorNOC interior latex matching topcoat. c. Topcoat: Institutional low-odor/VOC interior latex (semigloss). B. CMU Substrates where vapor barrier finish is indicated: 1. Flat Latex Finish: Two finish coats over a block filler. F62142S09910.doc 09910-6 March 2009 City of Fort Worth Westside WTP Project a. Block Filler: Concrete unit masonry block filler under vapor barrier finish. b. Finish Coats: Latex Vapor Barrier Primer/Sealer. C. Steel Substrates Unless Otherwise Indicated: 1. Institutional Low-Odor/VOC Latex System: MPI INT 5.1S. a. Prime Coat: Rust -inhibitive primer (water based). b. Intermediate Coat: Institutional low-odorNOC interior latex matching topcoat. c. Topcoat: Institutional low-odorNOC interior latex (semigloss). D. Galvanized -Metal Substrates Unless Otherwise Indicated: 1. Institutional Low-Odor/VOC Latex System: MPI INT 5.3N. a. Prime Coat: Waterborne galvanized -metal primer. b. Intermediate Coat: Institutional low-odorNOC interior latex matching topcoat. c. Topcoat: Institutional low-odorNOC interior latex (semigloss). E. Galvanized -Metal Substrates Receiving Dry -Fall System: 1. Water -Based Dry -Fall System. a. Prime Coat: Waterbome dry fall. b. Topcoat: Waterbome dry fall. F. Non -Galvanized Metal Substrates Receiving Dry -Fall System: 1. Water -Based Dry -Fall System. a. Prime Coat: Quick -drying alkyd metal primer. b. Topcoat: Waterbome dry fall. G. Dressed Lumber Substrates Indicated To Receive Opaque Finish: 1. Including architectural woodwork. 2. Institutional Low-Odor/VOC Latex System: MPI INT 6.3V. a. Prime Coat: Interior latex -based wood primer. b. Intermediate Coat: Institutional low-odorNOC interior latex matching topcoat. c. Topcoat: Institutional low-odorNOC interior latex (semigloss). H. Wood Panel Substrates Indicated To Receive Opaque Finish: 1. Including painted plywood, medium -density fiberboard, and hardboard. 2. Institutional Low-Odor/VOC Latex System: UPI INT 6.4T. a. Prime Coat: Interior latex -based wood primer. `o, b. Intermediate Coat: Institutional low-odorNOC interior latex matching topcoat. F62142509910.doc 09910-7 March 2009 City of Fort Worth Westside WTP Project c. Topcoat: Institutional low-odorNOC interior latex (semigloss). I. Wood Indicated To Receive Stain Finish. 1. Polyurethane Varnish Over Stain System: MPI INT 6.3E. a. Stain Coat: Interior wood stain (semitransparent). b. Three Finish Coats: Interior, oil -modified, clear urethane (satin). J. Gypsum Board Substrates: 1. Institutional Low-OdorNOC Latex System: MPI INT 9.2M. a. Prime Coat: Interior latex primer/sealer. b. Intermediate Coat: Institutional low-odor/VOC interior latex matching topcoat. c. Topcoat: Institutional low-odor/VOC interior latex: 1) Ceilings: Flat. 2) Walls and Soffits: Eggshell. K. Concrete Indicated To Receive Traffic Paint Striping: 1. One Coat Safety Yellow Cross -Hatch Traffic Paint Striping. END OF SECTION F62142S09910.doc 09910-8 March 2009 Nftm/ DIVISION 10 SPECIALTIES City of Fort Worth Westside WTP Project SECTION 10155 TOILET COMPARTMENTS PART 1: GENERAL 1.01 SUMMARY A. Section Includes 1. Toilet Enclosures: Overhead braced. 2. Urinal Screens: Wall hung. 1.02 SUBMITTALS A. Product Data 1. For each type of product indicated. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes. B. Shop Drawings 1. Include plans, elevations, sections, details, and attachments to other work. 2. Show locations of cutouts for compartment -mounted toilet accessories. 3. Show locations of reinforcements for compartment -mounted grab bars. 1"r 1.03 QUALITY ASSURANCE A. Reference Standards 1. Comply with requirements in GSA's CID-A-A-60003, "Partitions, Toilets, Complete." 2. Regulatory Requirements: Comply with applicable provisions in the U.S. Architectural & Transportation Barriers Compliance Board's "Americans with Disabilities Act (ADA) and Architectural Barriers Act (ABA) Accessibility Guidelines for Buildings and Facilities" and ICC/ANSI A117.1 for toilet compartments designated as accessible. 1.04 PROJECT CONDITIONS A. Field Measurements: Verify actual locations of walls, columns, ceilings, and other construction contiguous with toilet compartments by field measurements before fabrication and indicate measurements on Shop Drawings. PART 2: PRODUCTS I t .mil 1 W904-WN, A. Basis -of -Design Products: To establish the significant qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics for purposes of evaluating comparable products of other manufacturers, a specific manufacturer's product is named and accompanied by the words "basis of design," including make or model number or other designation. Subject to compliance with requirements, provide either the named products or equal products. F62142510155.doc 10155-1 March 2009 City of Fort Worth Westside WTP Project 2.02 METAL UNITS A. Basis -of -Design Product Manufacturers: 1. Accurate Partitions Corporation. 2. Global Steel Products Corp. 3. Metpar Corp. B. Stainless -Steel Units 1. Facing sheets and closures fabricated from ASTM A 666, Type 304, stainless -steel sheet, leveled to stretcher -leveled flatness. 2. Stainless -Steel Facing Sheet Thicknesses: Specified thicknesses as follows: a. Toilet Enclosure Pilasters, Braced at Both Ends: Manufacturer's standard thickness, but not less than 0.0375 inch. b. Integral -Flange, Wall -Hung Urinal Screens: Manufacturer's standard thickness, but not less than 0.0312 inch. C. Panels: Manufacturer's standard thickness, but not less than 0.0312 inch. d. Doors: Manufacturer's standard thickness, but not less than 0.0312 inch. 3. Finish: Textured finish on exposed faces. Exposed surfaces are protected from damage by application of strippable, temporary protective covering before shipment. C. Door, Panel, and Pilaster Construction 1. Seamless, metal facing sheets are pressure laminated to core material. Units have continuous, interlocking molding strip or lapped and formed edge closures. Exposed surfaces are free of pitting, seam marks, roller marks, stains, discolorations, telegraphing of core material, or other imperfections. Corners are sealed by welding or clips. Exposed welds are ground smooth. a. Core Material: Manufacturer's standard sound -deadening honeycomb of resin -impregnated kraft paper in thickness required to provide finished thickness of 1 inch for doors and panels and 1-1/4 inches for pilasters. b. Grab -Bar Reinforcement and Toilet Accessory Preparation: Provide concealed internal reinforcement for grab bars and toilet accessories mounted on units. C. Tapping Reinforcement: Provide concealed reinforcement for tapping (threading) at locations where machine screws are used for attaching items to units. d. Urinal -Screen Construction: Similar to panels, with integral full -height flanges for wall attachment, and maximum 1-1/4 inches thick. D. Pilaster Shoes and Sleeves (Caps) 1. Stainless steel, ASTM A 666, Type 302 or 304, not less than 0.0312 inch specified thickness and 3 inches high, finished to match hardware. E. Brackets (Fittings) 1. Stirrup Type: Ear or U-brackets, stainless steel. F62142S10155.doc 10155-2 March 2009 City of Fort Worth Westside WTP Project 2.03 ACCESSORIES A. Hardware and Accessories 1. Manufacturer's standard design, heavy-duty operating hardware and accessories. 2. Material: Stainless steel. B. Overhead Bracing 1. Manufacturer's standard continuous, stainless steel head rail with antigrip profile and in manufacturer's standard finish. C. Wall Hung Urinal Screens 1. Manufacturer's standard stainless steel post with floor shoe for anchoring to floor construction. D. Anchorages and Fasteners 1. Manufacturer's standard exposed fasteners of stainless steel finished to match hardware, with theft -resistant -type heads. Provide sex -type bolts for through -bolt applications. For concealed anchors, use hot -dip galvanized or other rust -resistant, protective -coated steel. 2.04 FABRICATION A. Overhead -Braced Units 1. Provide manufacturer's standard corrosion -resistant supports, leveling mechanism, fasteners, and anchors at pilasters to suit floor conditions. Make provisions for setting and securing continuous head rail at top of each pilaster. Provide shoes at pilasters to conceal supports and ..i leveling mechanism. B. Doors 1. Unless otherwise indicated, provide 24-inch- wide in -swinging doors for standard toilet compartments and 36-inch- wide out -swinging doors with a minimum 32-inch- wide clear opening for compartments indicated to be accessible to people with disabilities. 2. Hinges: Manufacturer's standard self -closing type that can be adjusted to hold doors open at any angle up to 90 degrees. 3. Latch and Keeper: Manufacturer's standard surface -mounted latch unit designed for emergency access and with combination rubber -faced door strike and keeper. Provide units that comply with accessibility requirements of authorities having jurisdiction at compartments indicated to be accessible to people with disabilities. 4. Garment Hook: Manufacturer's standard combination hook and rubber -tipped bumper, sized to prevent door from hitting compartment -mounted accessories. 5. Door Bumper: Manufacturer's standard rubber -tipped bumper at out -swinging doors. 6. Door Pull: Manufacturer's standard unit at out -swinging doors that complies with accessibility requirements of authorities having jurisdiction. Provide units on both sides of doors at compartments indicated to be accessible to people with disabilities. F62142S10155.doc 10155-3 March 2009 City of Fort Worth Westside WTP Project PART 3: EXECUTION 3.01 INSTALLATION A. General 1. Comply with manufacturer's written installation instructions. Install units rigid, straight, level, and plumb. Secure units in position with manufacturer's recommended anchoring devices. 2. Maximum Clearances: a. Pilasters and Panels: '/z inch. b. Panels and Walls: 1 inch. 3. Stirrup Brackets: Secure panels to walls and to pilasters with not less than two brackets attached near top and bottom of panel. a. Locate wall brackets so holes for wall anchors occur in masonry or tile joints. b. Align brackets at pilasters with brackets at walls B. Overhead -Braced Units 1. Secure pilasters to floor and level, plumb, and tighten. Secure continuous head rail to each pilaster with not less than two fasteners. Hang doors to align tops of doors with tops of panels and adjust so tops of doors are parallel with overhead brace when doors are in closed position. C. Floor Seal 1. Seal tight at all floor connections with single or multi -component silicone sealant appropriate for application. 3.02 ADJUSTING A. Hardware Adjustment: Adjust and lubricate hardware according to manufacturer's written instructions for proper operation. Set hinges on in -swinging doors to hold doors open approximately 30 degrees from closed position when unlatched. Set hinges on out -swinging doors to return doors to fully closed position. END OF SECTION F62142S10155.doc 10155-4 March 2009 OWA City of Fort Worth Westside WTP Project SECTION 10350 FLAGPOLES PART 1 GENERAL 1.01 SUMMARY A. Perform all work required to furnish and install the three (3) aluminum flagpoles indicated in the Contract Documents and all supplementary items necessary for their proper installation. 1.02 REFERENCES A. ASTM A 53/A 53M - Standard Specification for Pipe, Steel, Black and Hot -Dipped Zinc Coated, Welded and Seamless; 2005. B. ASTM B 221 - Standard Specification for Aluminum and Aluminum -Alloy Extruded Bars, Rods, Wire, Profiles, and Tubes; 2005a. C. ASTM B 221M - Standard Specification for Aluminum and Aluminum -Alloy Extruded Bars, Rods, Wire, Profiles, and Tubes (Metric); 2005a. 1.03 PERFORMANCE REQUIREMENTS A. Flagpole With Flag Flying: Resistant without permanent deformation to 90 miles/hr wind velocity; nonsafety design factor of 2.5. 1.04 SUBMITTALS A. See Section 01300 - Administrative Requirements, for submittal procedures. B. Product Data: Provide data on pole, accessories, and configurations. C. Shop Drawings: Indicate detailed dimensions, base details, anchor requirements, and imposed loads. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Flagpoles: 1. American Flagpole: www.americanflagpole.com. 2. Concord Industries, Inc: www.flagpoles.com. 3. Pole -Tech Co., Inc: www.poletech.com. F62142S10350.doc 10350 - 1 March 2009 City of Fort Worth Westside WTP Project 4. Engineer approved equal. 2.02 FLAGPOLES A. Flagpole: Aluminum. 1. Nominal Height: 30 ft exposed (measured from nominal ground elevation) plus 3'- 6" minimum setting. 2. Butt and top diameters: 7" butt, 3 ''/z" top 3. Wall thickness: 0.188 in. 2. Design: Cone tapered. 2.03 POLE MATERIALS A. Aluminum: ASTM B221 (ASTM B 221M), 6063 alloy, T6 temper, seamless. 2.04 ACCESSORIES A. Finial Ball: Stainless steel, 6 inch diameter. B. Truck Assembly: Cast aluminum; revolving, stainless steel ball bearings, non -fouling. C. Cleats: 9 inch size, aluminum with galvanized steel fastenings, two per halyard. N%U011 D. Cleat Box: Aluminum, with built-in hinge and hasp assembly, attached to pole with tamper proof screws inside box. E. Halyard: 5/16 inch diameter polypropylene, braided, white. F. Connecting Sleeve For Multiple Section Poles: Same material as pole, precision fit for field assembly of pole, concealed fasteners. 2.05 OPERATORS A. Hand Crank: Removable type. 2.06 MOUNTING A. Site: Ground set; refer to manufacturer's foundation and installation details. B. Mounting Hardware: Ground set: Flash collar of aluminum. Standard foundation sleeve of 16 gauge corrugated galvanized steel. F62142510350.doc 10350 - 2 March2009 City of Fort Worth Westside WTP Project 2.07 FINISHING A. Metal Surfaces in Contact With Concrete: Asphaltic paint. B. Aluminum: Mill finish. PART 3 EXECUTION 3.01 PREPARATION A. Coat metal sleeve surfaces below grade and surfaces in contact with dissimilar materials with asphaltic paint. 3.02 INSTALLATION A. Install flagpole, base assembly, and fittings in accordance with manufacturer's instructions. 3.03 ERECTION TOLERANCES A. Maximum Variation From Plumb: 1 inch. 3.04 ADJUSTING A. Adjust operating devices so that halyard and flag function smoothly. END OF SECTION F62142510350.doc 10350 - 3 March 2009 City of Fort Worth Westside WTP Project SECTION 10400 SIGNS PART 1-GENERAL 1.1 SUMMARY A. Section Includes: Manufactured items not a part of other work under this contract, including but are not limited to: 1. Interior panel signs 2. Exterior metal letters B. Related Sections Include, but not limited to: 1. Metal Fabrications: Division 5. 2. Glazing: Division 8. 1.2 SUBMITTALS: A. Manufacturer's Data: Submit copies of manufacturer's specifications and installation instructions and color samples for selection of each type of miscellaneous specialty included in this section. B. Provide documentation of proper coordination with work by other trades necessary for the complete and proper installation of each product specified in this section. C. Samples: Provide product color and finish samples of each signage type confirming selected finishes. D. Provide additional data and/or samples as required by the Architect. 1.3 COORDINATION A. Fully coordinate all work by other trades necessary for the complete and proper installation of products of this section. 1.4 WARRANTIES A. Provide manufacturer=s standard product warranties and/or guaranties for all products provided under this section as a part of the closeout documents. Warranty period shall be not less than one year. F62142S I 0400AD 10400-1 March 2009 City of Fort Worth Westside WTP Project PART 2 - PRODUCTS 2.1 GENERAL A. Provide all items necessary to produce a complete, durable and proper installation, including but not limited to fasteners; adhesives, industry standard installation components and/or standard or optional installation components and accessories available from or recommended by the manufacturer(s) for the substrates, conditions and assemblies involved. 2.2 BASIS -OF -DESIGN: A. To establish the significant qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics for purposes of evaluating comparable products of other manufacturers, a specific manufacturer's product is named and accompanied by the words "basis of design," including make or model number or other designation. Subject to compliance with requirements, provide either the named products or equal products. 2.3 INTERIOR PANEL SIGNS A. Basis Of Design: Provide interior panel signs "Fusion 5 1 " as produced by Takeform Architectural Graphics www.takeform.net/fusion/51. B. Graphic Content: Room identification names and/or numbers for all signs shall be as indicated. Sign content may be modified as a part of the submittal process. C. Installation Materials Interior panel signs: Attach interior panel signs to wall surfaces using double faced tape and two 1/4" diameter ribbons of clear silicone adhesive or as recommended by the manufacturer. D. Provide interior panel signs at building locations and quantities, installed at heights and positions indicated. 2.4 EXTERIOR METAL LETTERS A. Basis Of Design: Provide units equal to products manufactured by Metal Arts, Division of L & H Mfg. Co., Mandan, ND (800-237-8069). B. Graphic Content: Refer to drawings for graphic requirements of building numbers and/or letters. 1. Confirm graphics and content with Architect as part of submittal process prior to fabrication. C. Materials, General: Aluminum Castings: Aluminum letters shall be cast from 214 aluminum alloy, and temper recommended by aluminum producer or finisher for casting process used and for use and finish required. F62142S 10400.dcc 10400-2 March 2009 u City of Fart Worth Westside WTP Project 2. Fasteners: Use concealed pin mounting fasteners, unless otherwise specifically required, which are fabricated from metals which are non -corrosive or staining to either sign materials or mounting surface. 3. Anchors and Inserts: Use non-ferrous metal anchors and inserts for exterior installations and elsewhere as required for corrosion resistance. Use toothed steel or lead expansion bolt devices for drilled -in -place anchors. Furnish inserts, as required, to be set into concrete or masonry work. D. Finish: Manufacturer's Standard Black. Obtain finish and color approval prior to fabrication of letters. E. Metal Letters: 1. General: Provide metal letters to comply with requirements for manufacturing process, materials, finish, style, size and message content. 2. Cast Letters: Form letters by casting. Produce characters with smooth, flat surfaces; sharp corners; precisely -formed lines and profiles; and free from pits, scale, sand holes or other defects. Cast lugs into backs of characters and tap to receive threaded mounting studs. a. Style: As indicated. b. Size: All letters shall be upper case, with height as indicated. Depth of letters shall be manufacturer's standard. F. Provide exterior metal letters at building location, installation heights and positions indicated. PART 3 - EXECUTION 3.1 INSTALLATION: A. General: Install manufactured specialty items according to the individual manufacturer=s printed instructions. 1. Provide all fasteners, attachment hardware and accessories provided and/or recommended by the manufacturer, or as necessary for complete installation of each item. 2. Connect and test all operating and electrical components. B. Securely anchor floor mounted units according to manufacturer's printed instructions, and with manufacturer—s provided or recommended hardware. END OF SECTION F62142510400.doc 10400-3 March 2009 City of Fort Worth Westside WTP Project SECTION 10423 CAST PLAQUE PART 1: GENERAL 1.01 SUMMARY A. Perform all work required to complete, as indicated by the Contract Documents, and furnish all supplementary items necessary for the proper installation of all Cast Plaques. B. A cast plaque with City logo, plant and facility name, City officials, engineers, and contractor shall be provided on the interior wall of the Administration Building. 1.02 SUBMITTALS A. Samples: Submit for approval samples showing construction and finish specified. B. • Shop Drawings: 1. Submit manufacturer's literature and mark sufficiently to indicate compliance with these specifications. 2. Show locations, methods of supporting, methods of anchoring and finishes. 3. Submit mock-up of plaque, indicated lettering, spacing, etc., for approval. � PART 2: PRODUCTS 2.01 ACCEPTABLE PRODUCT/MATERIAL MANUFACTURERS A. A specific product or material manufactured by any of the following listed manufacturer's is "acceptable" (not "approved") only if the specific product or material can evidence exact compliance with the Contract Documents. 1. Andco Industries Corp. 2. A.R.K. Ramos 3. Gemini, Inc. 4. Lake Shore Markers 5. Matthews 6. Metal Arts, Div. of L&H Manufacturing 7. Metallic Arts 8. OMC Industries 9. The Southwell Co. 10. Spanjer Brother, Inc. 2.02 PRODUCT/MATERIAL A. Manufacturer: A.R. K. Ramos B. Series: "Cast Plaque" F62142S10423.docx 10423-1 March 2009 City of Fort Worth Westside WTP Project C. Address: 1321 S. Walker (73109 zip), P.O. Box 26388 (73126 zip), Oklahoma City, Oklahoma. D. Phone: (405) 235-5505 2.03 PRODUCT DESCRIPTION A. Material: Bronze B. Design: See attached figure. Names of officials shall be confirmed prior to manufacture. C. Size: 27" X 23" high D. Finish: 1. Dark Background (BR-400-Bronze): a. Background shall be oxidized to a dark statuary finish. b. Letters shall be satin polished and the entire tablet sprayed with two coats of clear metal lacquer. E. Letter Style: "Helvetica" F. Standard Border Style No.: 504 1. Border Dimension: As indicated, or as directed by the Engineer. G. Background Texture: "Matte" N%W011 PART 3: EXECUTION 3.01 INSTALLATION A. Install in exact accordance with manufacturer's latest published requirements, specifications and details, and as indicated. B. Mounting Type No. 1: 1. Substrate: Masonry 2. Fastener: Expansion bolts with rosettes C. Mounting Type No. 3: 1. Substrate: Hollow walls (Sheetrock) 2. Fastener: Toggle bolts with rosettes F62142S 10423.docx 10423-2 March 2009 City of Fort Worth Westside WTP Project 3.02 LOCATION A. Install at location indicated or directed by Engineer with appropriate mounting as specified above. END OF SECTION Figure 10423-1 — Cast Plaque Mock-up WESTSIDE WATER TREATMENT PLANT FORT WORTH WATER DEPARTMENT CITY COUNCIL MIKE MONCRIEF MAYOR AMINISTRATION DALE A. FISSELER CITY MANAGER S. FRANK CRUMB DIRECTOR CHARLY ANGADICHERIL ASSISTANT DIRECTOR ANDREWT. CRONBERG ASSISTANT DIRECTOR CHRIS P. HARDER PROJECT MANAGER CAMP DRESSER & MCKEE INC CONSULTING ENGINEERS GENERAL CONTRACTOR 2010 F62142S I 0423.docx 10423-3 March 2009 City of Fort Worth Westside WTP Project SECTION 10520 FIRE PROTECTION SPECIALTIES PART 1: GENERAL 1.01 SUMMARY A. Section Includes 1. Portable fire extinguishers. 2. Fire extinguisher Cabinets. 3. Fire -protection accessories. 4. Signage. 1.02 COORDINATION A. Provide documentation indicating proper coordination and the progressive installation of work of this section with Division 1 Section "Critical Path Method Schedule and Phasing Plan" and other related work and/or products of other sections. 1.03 SUBMITTALS A. Product Data 1. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for fire -protection specialties. 2. Fire Extinguishers: Include rating and classification. 3. Cabinets: Include roughing -in dimensions, details showing mounting methods, relationships of box and trim to surrounding construction, door hardware, cabinet type, trim style, and panel _. style. 1.04 QUALITY ASSURANCE A. Source Limitations 1. Obtain fire extinguishers and cabinets through one source from a single manufacturer. B. NFPA Compliance 1. Fabricate, install, and label fire extinguishers to comply with NFPA 10, "Standard for Portable Fire Extinguishers." C. Fire Extinguishers 1. Listed and labeled for type, rating, and classification by an independent testing agency acceptable to authorities having jurisdiction. F62142S10520.doc 10520-1 March 2009 City of Fort Worth Westside WTP Project PART 2: PRODUCTS 2.01 MANUFACTURERS A. Basis -of -Design Products 1. To establish the significant qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics for purposes of evaluating comparable products of other manufacturers, a specific manufacturer's product is named and accompanied by the words "basis of design," including make or model number or other designation. Subject to compliance with requirements, provide either the named products or equal products. 2. Basis -of -Design Products: J.L. Industries, Inc., a division of Activar Construction Products Group. a. Unless otherwise indicated provide the following: 1) Portable Fire Extinguisher: Cosmic 10E. 2) Fire -Protection Cabinet: Ambassador Steel 1017521. b. Mounting Bracket: MB846. 2.02 MATERIALS A. Cold -Rolled Steel Sheet 1. ASTM A 1008/A 1008M, Commercial Steel (CS), Type B. 2.03 INSTALLATION COMPONENTS A. Provide all items necessary for a complete, durable and proper installation, including but not limited to fasteners; adhesives, industry standard installation components and/or standard or optional Installation components and accessories available from or recommended by the manufacturer(s). 2.04 DRY CHEMICAL PORTABLE FIRE EXTINGUISHERS A. Unless Otherwise Indicated Provide Multipurpose Dry -Chemical Type 1. UL-rated 4-A:60-B:C, 10-lb nominal capacity, in enameled -steel container. 2.05 FIRE -PROTECTION CABINETS A. Cabinet Construction: Nonrated 1. Provide manufacturer's standard box (tub), with trim, frame, door, and hardware to suit cabinet type, trim style, and door style indicated. Weld joints and grind smooth. Miter and weld perimeter door frames. 2. Cabinet Metal: Enameled -steel sheet. 3. Cabinet Type: Suitable for fire extinguisher. 4. Cabinet Mounting: F62142510520.doc 10520-2 March 2009 u City of Fort Worth Westside WTP Project a. Semirecessed: Cabinet box partially recessed in walls of shallow depth to suit style of trim indicated. '4VA&V' 5. Cabinet Trim Style: Fabricate cabinet trim in one piece with corners mitered, welded, and ground smooth. a. Exposed Trim: One-piece combination trim and perimeter door frame overlapping surrounding wall surface with exposed trim face and wall return at outer edge (backbend). b. Square -Edge Trim: 1-1/4- to 1-1/2-inch backbend depth. 6. Cabinet Trim Material: Manufacturer's standard, same metal and finish as door. 7. Door Material: Manufacturer's standard, steel sheet. 8. Door Style: Manufacturer's standard design, flush opaque panel, frameless, with no exposed hinges. 9. Door Construction: Fabricate doors according to manufacturer's standards, of materials indicated, and coordinated with cabinet types and trim styles selected. 10. Door Hardware: Provide manufacturer's standard door -operating hardware of proper type for cabinet type, trim style, and door material and style indicated. Provide either lever handle with cam -action latch, or exposed or concealed door pull and friction latch. Provide concealed or continuous -type hinge permitting door to open 180 degrees. 11. Identify fire extinguisher in cabinet with the words "FIRE EXTINGUISHER" applied to door. a. Application Process: Decals. ,%WRVK 12. Cabinet Trim Material: Stainless steel. 13. Door Material: Manufacturer's standard, stainless steel 14. Door Style: Manufacturer's standard design, flush full glass panel, with no exposed hinges. 2.06 ACCESSORIES A. Mounting Brackets 1. Manufacturer's standard steel, designed to secure extinguisher, of sizes required for types and capacities of extinguishers indicated, with plated or baked -enamel finish. a. Provide brackets for extinguishers not located in cabinets. B. Identification Signage 1. Provide aluminum wall mounted signage located above each wall bracket hung fire extinguisher unit. a. Identify bracket -mounted extinguishers with the words "FIRE EXTINGUISHER" in red letter sign mounted to wall surface. b. Identify fire extinguisher in cabinet with the words "FIRE EXTINGUISHER" applied to door. C. Provide signage units equal to Sargent -Swell Co., Item 02X692 (800-527-2450). F62142510520.doc 10520-3 March 2009 City of Fort Worth Westside WTP Project 2.07 COLORS AND TEXTURES A. Colors and Textures: As selected from manufacturer's full range for these characteristics. 2.08 FINISHES, GENERAL 1. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. 2. Protect mechanical finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. B. Appearance of Finished Work 1. Variations in appearance of abutting or adjacent pieces are acceptable if they are within one-half of the range of approved Samples. Noticeable variations in the same piece are not acceptable. Variations in appearance of other components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. C. Cabinet and Door Finishes 1. Provide manufacturer's standard baked -enamel paint for the following: a. Exterior of cabinets and doors, except for those surfaces indicated to receive another finish. b. Interior of cabinets and doors. 2.09 STEEL FINISHES A. Surface Preparation 1. Clean surfaces of dirt, oil, grease, mill scale, rust, and other contaminants that could impair paint bond using manufacturer's standard methods. 2. Shop Primer: Apply shop primer immediately after surface preparation and pretreatment. a. Manufacturer's or fabricator's standard, fast -curing, lead- and chromate -free, universal primer, selected for resistance to normal atmospheric corrosion, for compatibility with substrate and field -applied finish paint system indicated, and for capability to provide a sound foundation for field -applied topcoats despite prolonged exposure. B. Baked -Enamel Finish 1. Immediately after cleaning and pretreating, apply manufacturer's standard two -coat, baked -enamel finish consisting of prime coat and thermosetting topcoat. Comply with paint manufacturer's written instructions for applying and baking to achieve a minimum dry film thickness of 2 mils. a. Color and Gloss: As selected by from manufacturer's full range. F62142510520.doc 10520-4 March 2009 114/ City of Fort Worth Westside WTP Project PART 3: EXECUTION 3.01 EXAMINATION A. General 1. Examine walls and partitions for suitable framing depth and blocking where recessed and semirecessed cabinets are to be installed. 2. Examine fire extinguishers for proper charging and tagging. a. Remove and replace damaged, defective, or undercharged units. 3. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 INSTALLATION A. General 1. Comply with manufacturer's written instructions for installing fire -protection specialties. 2. Install in locations and at mounting heights indicated or, if not indicated, at heights acceptable to authorities having jurisdiction. a. Prepare recesses for cabinets as required by type and size of cabinet and trim style. b. Fasten mounting brackets to structure and cabinets, square and plumb. C. Fasten cabinets to structure, square and plumb. 3.03 SIGNAGE A. Install signage above wall bracket mounted extinguisher units at a height to be visible when surrounding or adjoining commissary items are in place. 3.04 ADJUSTING, CLEANING, AND PROTECTION A. Adjust cabinet doors that do not swing or operate freely. Refinish or replace cabinets and doors damaged during installation. Provide final protection and maintain conditions that ensure that cabinets and doors are without damage or deterioration at the time of final acceptance. END OF SECTION F62142510520.doc 10520-5 March 2009 City of Fort Worth Westside WTP Project SECTION 10650 FOLDING GLASS PARTITION PART L GENERAL 1.01 WORK INCLUDED A. Moveable folding glass partition system shall be famished, installed, and serviced by a Manufacturer's authorized distributor, in compliance with the architectural drawings and specifications contained herein. 1.02 RELATED WORK A Structural Support: Structural support system required for suspending the moveable glass wall shall be designed, installed, and pre -punched, in accordance with ASTM E 557 and manufacturer's shop drawings. B. Opening Preparation: Provide roper and complete preparation ofhe moveable glass wall system opening in accordance with ASTM E 557, and shall include floor leveling; plumbness of adjouning permanent walls; substrate and / or ceiling tile enclosures for the track system; and the painting and funislvng of trim and other materials adjoining the head and jamb areas of the moveable glass wall. Refer to shop drawings for additional details. 1.03 SYSTEM DESCRIPTION A The moveable glass partition system shall consist of Individual Panels that are top supported by two (2) carriers riding through radius Curve and Diverter type intersections. B. The moveable glass wall system shall consist of nominal % inch thick tempered glass panels suspended from a continuous aluminum glass retainer located at the top and bottom of each panel. 1.04 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who is certified in writing by Manufacturer as qualified to install the manufacturer's systems for work similar in material, design, and extent to that indicated forthis project. B. The moveable glass wall panel shall utilize clear tempered glass per ASTM C 1048-04. 1.05 REFERENCES A ASTM C 1036-01: Standard Specification for Flat Glass. B. ASTM C 1048-04: Standard Specification for Heat Treated Flat Glass. C. ASTM E 557: Architectural Application and Installation of Operable Partitions. 1.06 SUBMITTALS A Provide written technical information and related detail drawings, which demonstrate that products comply with contract documents for each type of moveable glass wall system specified. y B. Provide detailed engineering drawings featuring track plan, panel elevation, horizontal and vertical F62142S10650.doc 10650-1 . March 2009 City of Fort Worth Westside WTP Project details and beam punching template as required. C. Provide written instructions specifying the proper operation and maintenance of the moveable glass wall system. D. Provide a color selector demonstrating the manufacturer's selections of the specified hardware finish. 1.07 DELIVERY, STORAGE AND HANDLING A Panels shall be shipped in a completely enclosed wooden crate with high -density polystyrene blocks positioned between each panel to protect glass and hardware during delivery, storage and handling. B. Panels shall be stored on edge and above the floor on cushioned blocking in a dry and ventilated area, protected from humidity and temperature extremes. 1.08 SEQUENCING / SCHEDULING A Beam Punching. Manufacturer shall provide beam punching template drawing detailing the anchor locations for the suspended track system for Drop Rod Mounting, as required for the fabrication and installation of structural overhead support by others. B. Track Installation: Scheduling of moveable glass wall track installation shall occur after structural overhead support has been properly and completely fabricated and installed by others. C. Panel Installation: Moveable glass wall panel installation shall occur after fixed wall substrate construction is properly and completely installed, as required to protect panels from ongoing adjacent construction. 1.09 WARRANTY A. Manufacturer shall warrant each moveable glass wall system and its hardware components to be free from defects in material and workmanship for a period of two (2) years from the date of delivery to the original purchaser, when installed by an authorized Manufacturer's distributor. (Glass is specifically excluded from the warranty.) PART 2: PRODUCTS 2.01 BASIS OF DESIGN A. To establish the significant qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics for purposes of evaluating comparable products of other manufacturers, a specific manufacturer's product is named and accompanied by the words "basis of design," including make or model number or other designation. Subject to compliance with requirements, provide either the named products or equal products. 2.02 ACCEPTABLE MANUFACTURER A. Moveable glass walls shall be by CLEAR -DIVISIONS VARIOTEC TRIMLESS, Individual Panels / Curve & Diverter as manufactured by Kwik-Wall Company, Springfield, IL 217-522-5553.. 2.03 PANEL CONSTRUCTION A. Panel Dimensions: Standard panel dimension shall be a nominal 1 7/16" thick. B. Horizontal Top and Bottom Rails: Top and bottom rails shall be continuous one-piece extrusion manufactured of structural grade aluminum as engineered by Hawa with removable end caps. Rails shall 1*0010, F62142510650.doc 10650-2 March 2009 City of Fort Worth Westside WTP Project utilize a cam lock feature to provide positive mechanical attachment to glass. (Passive friction type or adhesive applied rails shall not be allowed for safety reasons.) C. Bottom Rail Locking System: Each bottom rail glass retainer shall contain (select): 1. Standard Operable Floor Lock: consisting of a thumb turn located on the secure side of the panel connected to a floor lock that engages a recessed spring loaded dust -proof strike to provide stability and security when the moveable glass wall system is setup in the extended position. Intermediate panels shall have horizontal interconnecting foot -operated lock or centering pin for additional stability and security. D. Glass: Panels shall be glazed with 1/2" tempered glass that is manufactured in accordance with ASTM C 1036-01, ASTM C 104804, and ANSI Z97.1. Glass finish shall be: 1. Frosted Glass: Provide tempered glass panels frosted with custom design as indicated. 2. Glass rosting: Type 1: 90% Type 2: 50% Type 3: 0% (clear) E. Panel Weight: Maximum panel weight shall not exceed 330 lb. calculated at 7.4 lb. per square foot Sliding swing panel or sliding pivot panel shall not exceed 200 lb. 2.04 OPERATION ..i A. Operation shall be Individual Panels / Curve & Diverter, consisting of Individual Panels that are top supported by two (2) carriers riding through radius Curve and Diverter type intersections. 2.05 STACK ARRANGEMENTS A. Stack Type: Panel storage configuration shall be (select): 1. Standard Perpendicular Stack: consisting of panels stacking at a 90' angle perpendicular to the wall's installed position as indicated. B. Stack Quantity: Panels shall be stored in two designated stack areas sized as required for panel storage. 2.06 FINISHES A. Hardware Finish: Panel hardware including horizontal rails shall be finished of 1. Optional Finish: Dull Chrome Effect. B. Pull Handle Finish: Handle finish shall be (select): 1. Pull Handle to match Hardware Finish selection. 2.07 PERIMETER TRIM AND SEALS A. Stack Type: Panel storage configuration shall be as indicated. 1. Standard Trimless: consisting tempered glass with a sanded / beveled edge, resulting in a minimal F62142S10650.doc 10650-3 March 2009 City of Fort Worth Westside WTP Project groove appearance between adjacent glass panels. 2. Horizontal Top and Bottom Bnish Seals: consisting of continuous contact black nylon brush seals provided on both sides of each panel. u 2.08 CLOSURE SYSTEMS A. Initial Closure System: The lead panel (the fast panel exiting the stack) shall intersect vertically against a rigid wall surface utilizing a centering pin with dust -proof strike recessed in pennanent wall, as accomplished by a lead panel that does not use any vertical jamb to affect initial closure. Trail edge of lead panel shall contain a foot -operated floor lock. 1. Manufacturer's standard transparent trim with brush seal to protect vertical edges of glass in frameless panels. B. Final Closure System: The final closure panel (the last panel at the stack end) shall provide a method for affecting final closure of the moveable glass wall system. The type of final closure panel shall be: 1. Standard Fixed Pivot Panel Closure: consisting of a panel utilizing top and bottom pivots that allows the panel to pivot 90' in both directions and be used to affect final closure, and provides access thru the moveable glass wall system when it is setup in the extended position. 2.09 PANEL ACCESSORIES A. Accessories including Sliding Pivot Panel, Sliding Swing Panel, and Floor Guide Channel shall be compatible with other accessories and options, furnished by the moveable glass wall manufacturer as noted on submitted shop drawings. 1. Sliding Pivot Panel with Surface Mounted Top Closure: consisting of a panel that is moved into position utilizing a top and bottom pivot that allows the panel to pivot 900 and be used to provide access thru Nt"001 the moveable glass wall system when it is setup in the extended position. Top horizontal rail shall contain a surface mounted self -dosing unit for the purpose of closing the panel when opened up. Both sides of the panel shall contain a pull handle. (Refer to Part 2.05 "B. Pull Handle Finish"). 2. Floor Guide Channel: consisting of a clear anodized extruded aluminum channel that is recessed into the floor (flush with finished floor) to provide additional stability to panels as they are moved in and out of their storage location. 2.10 TRACK SYSTEM A. Curve & Diverter Aluminum Track: The VARIOTEC track system shall be extruded of structural grade aluminum alloy, as engineered by Hawa, and shall have a durable anodized clear satin finish, which resists color fading and flaking. Track shall utilize in line track splice connectors which provide positive track alignment of adjacent sections and shall be reinforced overhead by heavy-duty steel Drop Rod Brackets. Each Drop Rod Bracket shall have a pair of steel all -rods extending to the overhead structural support. 2.11 INTERSECTIONS A. The "Curve" and "Diverter" intersections shall be fabricated from structural grade aluminum and fastened together to form a complete assembly. 2.12 CARRIER SYSTEMS A. Carrier: Each panel shall be top supported by two (2) carriers utilizing 9/16" diameter pendant bolts. Each carrier shall contain permanently -lubricated, ball bearing steel wheels with high -density polymer tires as required for ease of panel movement. *-4wpo' F62142510650.doc 10650-4 March 2009 City of Fort Worth Westside WTP Project B. Carrier Size: The carrier size shall be (select): 1. Type 330 Curve & Diverter Carrier: certified to be capable of supporting up to 330 lb. (150 kg) of ,`ow, total live load weight per panel. 2.13 SUSPENSION SYSTEMS A. Mounting Systems: The VARIOTEC track system shall be supported by (select): 1. Standard Drop Rod Bracket Mount: consisting of steel drop rod brackets with drop rods,consisting of adjustable rods of grade 2, 3/8" diameter threaded steel all -rod provided with 3/8" serrated steel nuts. B. Proper and complete preparation of the moveable glass wall system opening in accordance with the architectural drawings, manufacturer's shop drawings and ASTM E 557. Any deviation of the actual opening from these specifications shall be called to the attention of the architect prior to the installation of the operable wall. C. Deficiencies in the moveable glass wall opening shall be conrded prior to installation ofthe moveable glass wall system. 2.14 OPERATING DOOR PANELS A. Provide operating door panels in sizes and at locations indicated. B. Provide all necessary operating door hardware as part of work in this section, including but not limited to pivots, closers, push bars, pull handles and panel locking devices. 2.15 FINISHES 14000, A. Hardware Finish: Panel hardware including pull handle and horizontal rails shall be finished of: 1. Optional Finish: Dull Chrome Effect PART 3: EXECUTION 3.01 INSTALLATION A. The moveable glass wall shall be installed by manufacturer's authorized distributor in accordance with manufacturer's written instructions, shop drawings, and ASTM E 557 installation guidelines. 3.02 INSPECTION A. Review installation location for proper and complete preparation of the moveable glass wall system opening in accordance with the architectural drawings, manufacturer's shop drawings and ASTM E 557. Any deviation of the actual opening fromthese specifications shall be called to the attention of the architect prior to the installation of the operable wall. B. Deficiencies in the moveable glass wall opening shall be corrected by others prior to installation of the moveable glass wall system. 3.03 ADJUSTING AND CLEANING A. The moveable glass wall panels and track system shall be adjusted and cleaned in accordance with manufacturer's written instructions. F62142510650.doc 10650-5 March 2009 City of Fort Worth Westside WTP Project 3.04 PROTECTION A. The moveable glass wall panels shall be stored in the stacked (retracted) position prior to substantial completion. N%✓ B.The completed system shall be covered and protected from damage of any kind. C.It shall not be the contractor's option to provide additional cleaning or repair in lieu of the required covering and protection. 3.05 DEMONSTRATION A. The moveable glass wall manufacturer's authorized distributor shall demonstrate proper operation and explain proper and necessary maintenance requirements of the moveable glass wall system to the owner's representative after substantial completion END OF SECTION. F62142510650.doc 10650-6 March 2009 City of Fort Worth Westside WTP Project SECTION 10810 TOILET ACCESSORIES PART L GENERAL 1.01 SUMMARY A. Section Includes 1. Toilet accessories. B. Related Sections 1. Division 10 Section "Toilet Compartments" for compartment -door -mounted coat hooks. 1.02 SUBMITTALS A. Product Data 1. Include construction details, material descriptions and thicknesses, dimensions, profiles, fastening and mounting methods, specified options, and finishes for each type of accessory specified. B. Product Schedule 1. Indicating types, quantities, sizes, and installation locations by room of each accessory required. Use designations indicated in the Toilet Accessory Schedule and room designations indicated on Drawings in product schedule. C. Submittal List Reference Submittal Item Ouanti1y Action 1.2.1 Product Data X R 1.2.2 Product Schedule X R X Submit quantity specified in Division 1 Section "Administrative Requirements." R Review each submittal, mark to indicate action taken, and return. 1.03 QUALITY ASSURANCE A. Regulatory Requirements: Comply with applicable provisions in the U.S. Architectural & Transportation Barriers Compliance Board's "Americans with Disabilities Act (ADA) and Architectural Barriers Act (ABA) Accessibility Guidelines for Buildings and Facilities" and ICC/ANSI A117.1 for toilet accessories. 1.04 COORDINATION A. Coordinate accessory locations with other work to prevent interference with clearances required for access by disabled persons, proper installation, adjustment, operation, cleaning, and servicing of accessories. Deliver inserts and anchoring devices set into concrete or masonry as required to prevent delaying the Work. F62142S10810.doc 10810-1 March 2009 City of Fort Worth Westside WTP Project PART 2: PRODUCTS 2.01 GENERAL A. As part of the work under this contract provide all items necessary to produce a complete, durable and proper installation, including but not limited to fasteners; adhesives, industry standard installation components and/or standard or optional installation components and accessories available from or recommended by the manufacturer(s) for the substrates, conditions and assemblies involved. 2.02 MANUFACTURERS A. Basis -of -Design Products: To establish the significant qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics for purposes of evaluating comparable products of other manufacturers, a specific manufacturer's product is named and accompanied by the words "basis of design," including make or model number or other designation. Subject to compliance with requirements, provide either the named products or equal products. 2.03 MATERIALS A. Stainless Steel 1. ASTM A 666, Type 304, with No. 4 finish (satin), in 0.0312-inch minimum nominal thickness, unless otherwise indicated. B. Steel Sheet 1. ASTM A 1008/A 1008M, Designation CS (cold rolled, commercial steel), 0.0359-inch minimum nominal thickness. C. Galvanized Steel Sheet 1. ASTM A 653/A 653M, with G60 hot -dip zinc coating. D. Mirror Glass 1. ASTM C 1503, Mirror Glazing Quality, clear -glass mirrors, nominal 6.0 mm thick. E. Galvanized Steel Mounting Devices 1. ASTM A 153/A 153M, hot -dip galvanized after fabrication. F. Fasteners 1. Screws, bolts, and other devices of same material as accessory unit, tamper and theft resistant when exposed, and of galvanized steel when concealed. 2.04 FABRICATION A. General 1. One, maximum 1-1/2-inch- diameter, unobtrusive stamped manufacturer logo is permitted on exposed face of accessories. On interior surface not exposed to view or back surface of each accessory, provide printed, waterproof label or stamped nameplate indicating manufacturer's name and product model number. B. Surface -Mounted and Partition -Mounted Toilet Accessories F62142510810.doc 10810-2 March 2009 City of Fort Worth Westside WTP Project 1. Unless otherwise indicated, fabricate units with tight seams and joints, and exposed edges rolled. Hang doors and access panels with continuous stainless -steel hinge. Provide concealed anchorage where possible. C. Recessed Toilet Accessories 1. Unless otherwise indicated, fabricate units of all -welded construction, without mitered corners. Hang doors and access panels with full-length, stainless -steel hinge. Provide anchorage that is fully concealed when unit is closed. D. Framed Glass -Mirror Units 1. Fabricate frames for glass -mirror units to accommodate glass edge protection material. Provide mirror backing and support system that permits rigid, tamper -resistant glass installation and prevents moisture accumulation. a. Provide galvanized steel backing sheet, not less than 0.034 inch and full mirror size, with nonabsorptive filler material. Corrugated cardboard is not an acceptable filler material. E. Mirror -Unit Hangers 1. Provide one of the following mirror -unit mounting systems that permits rigid, tamper- and theft - resistant installation, as follows: a. One-piece, galvanized steel, wall -hanger device with spring -action locking mechanism to hold mirror unit in position with no exposed screws or bolts. b. Heavy-duty wall brackets of galvanized steel, equipped with concealed locking devices requiring a special tool to remove. Iftnov, F. Keys Provide universal keys for internal access to all accessories for servicing and resupplying. Provide minimum of six keys. PART 3: EXECUTION 3.01 INSTALLATION A. General 1. Install accessories according to manufacturers' written instructions, using fasteners appropriate to substrate indicated and recommended by unit manufacturer. Install units level, plumb, and firmly anchored in locations and at heights indicated. 2. Secure mirrors to walls in concealed, tamper -resistant manner with special hangers, toggle bolts, or screws. Set units level, plumb, and square at locations indicated, according to manufacturer's written instructions for substrate indicated. 3. Install grab bars to withstand a downward load of at least 250 lbf, when tested according to method in ASTM F 446. 3.02 ADJUSTING AND CLEANING A. General 1. Adjust accessories for unencumbered, smooth operation and verify that mechanisms function .mol properly. Replace damaged or defective items. F62142S10810.doc 10810-3 March 2009 City of Fort Worth Westside WTP Project 2. Remove temporary labels and protective coatings. 3. Clean and polish exposed surfaces according to manufacturer's written recommendations. 3.03 TOILET ACCESSORY SCHEDULE A. Mark C — Mop Rack Shelf Unit With Hooks and Mop Holders 1. Where this designation is indicated, provide shelf unit with hooks and mop holders complying with the following: a. Basis -of -Design Products: Bobrick Washroom Equipment, Inc., Shelf Model No. B-224. b. 36-inch-long shelf unit fabricated of minimum nominal 0.050-inch-(18-gauge) thick stainless steel for wall mounting. C. Provide 3 stainless steel hooks and 4 mop holders. B. Mark E — Combination Waste Receptacle and Paper Towel Dispenser, Semi -Recessed 1. Where this designation is indicated, provide stainless -steel unit complying with the following: a. Basis -of -Design Product: Bobrick Washroom Equipment, Inc., Model No. B-43944. b. Designed for 4-inch wall depth with continuous, seamless wall flange. C. Dispenses 600 C-fold and 800 multifold towels. d. Operation: Empty waste receptacle only after unlocking door. e. Material: 18-8 S, Type 304, 22 gage, stainless steel, satin finish. f. Waste Receptacle: Minimum 14.2-gal. Capacity, equipped with interior hooks for reusable vinyl liner. C. Mark F - Stainless -Steel, Angle -Framed Mirror 1. Where this designation is indicated, provide mirror unit complying with the following: a. Basis -of -Design Product: Bobrick Washroom Equipment, Inc., Model No. B-290. b. Size: As indicated. C. Fabricate frame from minimum nominal 0.0375-inch- thick stainless -steel angles, with square corners mitered, welded, and ground smooth. D. Mark G - Sanitary Napkin Disposal Unit, Partition -Mounted, Dual -Access Type 1. Where this designation is indicated, provide stainless -steel sanitary napkin disposal unit complying with the following: a. Basis -of -Design Product: Bobrick Washroom Equipment, Inc., Model No. B-4354. b. For partition mounting to serve two toilet compartments; self -closing door; and removable receptacle; equipped with a keyed tumbler lock. C. Material: 18-8 S, Type 304, 22 gage, stainless steel, satin finish. d. Seamless exposed walls of all -welded construction. F62142S10810.doc 10810-4 March 2009 City of Fort Worth Westside WTP Project e. Napkin disposal with piano hinged door and removable leak -proof molded polyethylene receptacle. `✓ f. Napkin Disposal Capacity: 0.7 gal. E. Mark G1— Surface Mounted Feminine Napkin Disposal Unit 1. Where this designation is indicated, provide stainless -steel sanitary napkin disposal unit complying with the following: a. Basis -of -Design Product: Bobrick Washroom Equipment, Inc., Model No. B-270. b. With flanges for recessed wall mounting; self -closing door; and reusable receptacle that is removable; equipped with a keyed tumbler lock. C. Material: 18-8 S, Type 304, 22 gage, stainless steel, satin finish. d. Seamless exposed walls of all -welded construction. e. Napkin disposal with piano hinged door. F. Mark H — Tissue Dispenser Partition -Mounted Multi -roll, Dual -Access Type 1. Where this designation is indicated, provide stainless -steel tissue dispenser complying with the following: a. Basis -of -Design Product: Bobrick Washroom Equipment, Inc., Model No. B-386. b. With flanges for partition mounting to serve two toilet compartments. C. Material: 18-8 S, Type 304, 22 gage, stainless steel, satin finish. d. Seamless exposed walls of all -welded construction. G. Mark H1 — Tissue Dispenser Surface Mounted Multi -roll 1. Where this designation is indicated, provide stainless -steel tissue dispenser complying with the following: a. Basis -of -Design Product: Bobrick Washroom Equipment, Inc., Model No. B-4288. b. Material: 18-8 S, Type 304, 22 gage, stainless steel, satin finish. C. Seamless exposed walls of all -welded construction H. Mark J — Liquid Soap Dispenser, Lavatory Mounted 1. Where this designation is indicated, provide soap dispenser complying with the following: a. Basis -of -Design Product: Bobrick Washroom Equipment, Inc., Model No. B-8221. b. Piston -and -spout -type unit. Brightly polished stainless -steel piston and 6-inch-long spout; and chrome -plated deck escutcheon. C. Reservoir: Polyethylene, concealed below deck. d. Reservoir Capacity: Minimum 34-oz.. C. Mounting: Designed for mounting on lavatory deck. ..i f. Soap Valve: Designed for dispensing soap in liquid form. F62142S10810.doc 10810-5 March 2009 City of Fort Worth Westside WTP Project I. Mark K - Grab Bar "L" Shaped Mounted Horizontally, Parallel to Side and rear of Water Closet 1. Where this designation is indicated, provide stainless -steel grab bar complying with the following: N%0011 a. Basis -of -Design Product: Bobrick Washroom Equipment, Inc., Model No. B-68137. b. Gripping Surfaces: Smooth. C. Length: 36" Wide x 54" Deep. d. Outside Diameter: 1-1/2 inches for heavy-duty applications. e. Nominal Wall Thickness: Minimum 0.05 inch. f. Clearance: 1-1/2 inches between wall surface and inside face of bar. g. Mounting: Concealed with manufacturer's standard flanges and anchors. J. Mark L and M — Garment Hook a. Refer to Section 10155 `"Toilet Compartments." 3.04 Mark P - Baby -Changing Station, Horizontal Type A. General 1. Wall -surface -mounted diaper -changing station, stainless steel body that folds against wall when not in use; projects not more than 4 inches from wall when closed; and is engineered to support a minimum of 300-lb static weight when opened. 2. Where this designation is indicated, provide recessed stainless -steel unit complying with the 1%ftmol following: a. Basis -of -Design Product: Bobrick Washroom Equipment, Inc., Model No. KB110-SSRE-. b. Material: Type 304, 18 gage, stainless steel, satin finish exterior. C. Molded grey polyethylene interior END OF SECTION F62142510810.doc 10810-6 March 2009 City of Fort Worth Westside WTP Project SECTION 10950 MISCELLANEOUS SPECIALTIES PART 1: GENERAL 1.01 SUMMARY A. Section Includes: Manufactured items not a part of other work under this contract, including but are not limited to: 1. Recessed Entry Mat And Frame System 2. Electrically Operated Window Shades 3. Residential Kitchen Equipment 4. TRAXX Wall Mounted Display System 1.02 SUBMITTALS: A. Manufacturer's Data: Submit copies of manufacturer's specifications and installation instructions and color samples for selection of each type of miscellaneous specialty included in this section. B. Samples: Provide product color and finish samples confirming selected finishes. C. Provide additional data and/or samples as required by the Architect. 1.03 COORDINATION A. Coordinate work of this section with "Construction Phasing" requirements and scheduling. will10 &WIN A. Provide manufacturer's standard product warranties and/or guaranties for all products provided under this section as a part of the closeout documents. PART 2: PRODUCTS 2.01 RECESSED ENTRY MAT AND FRAME SYSTEM A. Basis of Design: Provide recess mounted matting system equal to: "Pedimat AA," as produced by The C/S Group. (www.c-sgrouc.com). 1. Obtain floor mats/grids and frames from one source of a single manufacturer. 2. Provide entry mats and frames in locations, configurations and sizes indicated. B. Fabricate tread rails from 7/16 inch extruded aluminum. C. Loading: Entry mat system shall be capable of supporting a minimum 300 pound rolling wheel load without permanent distortion. 1. Aluminum Finish: Clear anodized. D. Tread Inserts: Recycled rubber in continuous splice -free lengths. F62142510950.doc 10950-1 March 2009 City of Fort Worth Westside WTP Project E. Coordination: Coordinate frame installation and proper recess depth with concrete construction to ensure recess and fi-ame anchorage are accurate and that the base is level and flat. u F. Warranty. Manufacturer's standard two year warranty. 2.02 ELECTRICALLY OPERATED WINDOW SHADES A. Provide electrically operated roller shades with fire resistant sunscreen fabric. Include all hardware necessary for installation as recommended by manufacturer. B. Basis of Design: Provide units equal in design and construction to equal to units produced by MechoShade Systems Inc., Long Island City, NY 800-899-8081. C. Shade fabric shall be equal to ThermoVeil 3000. D. Warranty: Provide manufacturer's standard 10 year warranty. 2.03 RESIDENTIAL KITCHEN EQUIPMENT A. Basis of Design: Provide residential kitchen equipment equal to units produced by General Electric, U-Line, or Whirlpool as specified. B. Refrigerator: Provide 17.9 cubic foot, stainless steel, top freezer refrigerator equal to GE model number PTSI8SHSSS. Provide optional ice maker unit where indicated. C. Dish Washer: Provide Tall Tub Built -In Dishwasher unit equal to GE model number GLDA696MSS. Provide unit with height to fit under 34" counter top. D. Warranty: Provide manufacturer's standard warranty for each item. E. Vent Hood: Provide stainless steel vent hood unit equal to Whirlpool model number GZ8330XLS. F. Microwave Oven: Provide counter -top unit equal to GE model number JES 1344SK. G. Oven/Range: Provide oven/range unit equal to Whirlpool model number RY160LXTB. H. Under counter Refrigerator: Provide under counter refrigerator unit equal to U-Line model number CO29FFB. 2.04 TRAXX WALL MOUNTED DISPLAY SYSTEM A. Provide TRAXX wall display system complete with marker board and projection screen panel surfaces in locations indicated. Include all wall supports and hardware necessary for installation as recommended by manufacturer. B. Basis of Design: Provide TRAXX units as produced by Kimball International, Jasper, Indiana 800-482-1818. PART 3: EXECUTION 3.01 INSTALLATION: A. General: Install manufactured specialty items according to the individual manufacturer's printed instructions. F62142510950.doc 10950-2 March 2009 City of Fort Worth Westside WTP Project 1. Provide all fasteners, attachment hardware and accessories provided and/or recommended by the manufacturer, or as necessary for complete installation of each item. 2. Connect and test all operating and electrical components. B. Securely anchor floor mounted units according to manufacturer's printed instructions, and with manufacturer's provided or recommended hardware. END OF SECTION F62142S10950.doc 10950-3 March 2009 consulting • engineering • construction • operations ®CDM is a registered trademark of Camp Dresser & McKee Inc.